Loading...
HomeMy WebLinkAboutContract 28019� � , . _.� . _ _... .. , � ���� ����� - �.E. � "' - 7N7� _ ._4r _ - �{i�' RA R��A��' �� �' � �4�� _ C �e� . SPECIFICATTONS AND CONTRACT DOCUMENTS FOR DAGGETT �AR.K PLAYGRQUND IMPRO�EMENTS PROJECT NAME DAGGETT PARK PLAYGROUND IM PROVEMENTS PROJECT NUMBER GR`�b1�41�0010Q�2Ab112944 GR�'61541200140��06133���0 IN THE CITY OF FQRT WORTH TEXAS � �,s a cnM,� �� N� �� � o *s�� ��: :�dt� `���:*:�, „ , ., . . D.O.E. NO. 373� KENNETH L. BARR. GARY �'V. JACKSON MAYOR ' CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNI'TY SERVICES PARKS AND COMMUIVITY SER.VICES DEPARTMENT PLA.NNING AND RESOURCE MANAGEMENT D�VISTON FUND� `` �� OF PROSECT BY �I7� ��� �,)F I'ORT WORTH r 0 r• •- --- . , '",�r'�� I�'' � ����Ff ��11�' i � � � �:. �, f 4 I �`'I!I',��� ���'r� r � '� ��'�� 1�= I - i� �' � . � i C`ity of'�'ort Y�orih, T'exas ���� ��� �,���c°�(, ���m��n�c�t��n DAT� REFERENCE NUMHER LOG NAME PAGE 8120102 *����g��� � - 80/�C � af 2 SLIBJECT AWARD OF CONTRACT TO AC'S METRO BUILDERS, 1NC. F�R PLAYGROUND IMPROVEMENTS AT DAGGETT PARK � RECOMMENDATION: It is r�commended that the City Council aufharize the Ciiy Manager to execute a contract wit� AC's Metro Builders, l�c. in the amaunt of $88,762.50 for the construction of playgro+�nd improvemer�ts at Daggett Park, including the Base Bid and Aliernate Nos. � and 2. DISCUSSION: The Fairmount Neighborhood Association is a Model Blocks Awar� r�cipier�t. As par� of the Model Block $1.2 miE�ion award, $122,936A0 was allocated #or park improvements. On Jan�ary 22, 2002, the Parks and Community Services Department staff met with members of the Fairmaunt NeigE�borhood Association for input regarding playground improvem�nts at Daggett Park. Upan receipt of the input, City siafF proceeded with the design and preparation af construction documents. BID ADVERTISEMENT - This project was ad�ertised for bid on May 3a and June 13, 2a02. On June 27, 2002, the following bids were received: Bidd�r AC`s Metra Buifd�rs, lnc. C. Green Scaping, L.P. M.A. Vinson Construction Company, lr�c. . Century Services Company [nnovat[�e Ser�ices �inder Construction, Inc. M�rk North Erosion 5ystem Ed A. Wilson, Inc. Bas� Bid $ 87.319.�0 $ 87,312.40 $ 97,39� .50 $10�,972.Q0 $1 � 0,617.95 �� 14,640.00 $126,$3�.00 $16�,583.00 Bid Alternat� No. 1 $ 734.OQ �2,oao.ao $1,950.40 -0- �3,47a.oa $1,410.00 �1,56�.00 $1,200.00 Bid Alternate No. 2 � �o�.ao $1,OOO.QO $1,700.�0 -�- $1,218.83 $ 650.00 $'[ , 020.00 $�,20Q.00 Total $ 88.762.50 $ 9d,312.A�0 $1�1,041.50 $1Q1,972A0 $113,314.78 $116,7aa.0o � $129,413.aa � $162,983.00 The Base Bid work consists of installation of a sp�ci�ied play structure, World �it fitness area, safety surFacinglsub drain, concrete mow strip and concrete walk. The �id alternates are: � Aiternate No. 1{add three each, 3 foot X 3 foot cancrete flatwork wifh trash can); ar�� � Alternafe No. 2(add � foof X 12 foat cancrete slab witi� 6 foaf �ark bench). In addition to the contract cost, associated contingency funding for construction inspectionl administration and possible c�ange orders are $3,107.00 (3.5°/a), and $4,438.00 (5%}, respectively. !t is recommended that the Base Bid in ihe amoUnt of $87,319.50, and Bid Alternate Nos. 1 and 2 in the amount of $1,443.Qp, totafing $88,762.50, as submifted by AC's Metro Builders, �nc., be appro�ed for award af contract. Contract time is thirty wor[cing days. C'ity of Fo�t Wo�th, Texas 1�1��� �l�� ���f�iC1� ���i�1�1�1iC��'1�1� �AT� RE�ERENCE NUMBER LOG NAM� $aAC I PAGE 2 Of � sl2olo2 **��� 9�p� suB��cT AWARD OF CONTRACT TO AC'S M�TRO BUILDERS, INC. FOR PLAYGROIJND IMPROVEMENTS AT DAGGETT PARK _ MIWBE - ACs Metro Builders, Inc. is in compliance with the City's M/WBE Drdinar�ce by committing #o 41 % MIVIIBE partici�ation. The City's goal on this project is 19%. The annual budget impact for playgr�und maintenance on fihe General Fund beginning in FY2Q02-2�03 wil! be $2,379.00. Construction is anticipated t� commence in November 2002, and to be completed in January 2Q03. Daggett Park is locat�� in COUNCIL DISTRICT 9, and is a joint CitylFort Worth Independent 5chaol District school site. FISCAL 1NFORMATIONICERTIFICATION: The Finance Director c�rtifies that funds are available in the current operating �udget, as appropriated, of the Gran�s Fund. JP:n 5u6mitted for City Manager's Okfice by: 1oe Paniagua Origin�ting lle��artment Head: Ricliard Zavala A.riditional Information Coutact: G140 s�aa �'lJND � ACCOUN'I' I CENTER I AMOUIVT (taj (frnm) GR76 54120Q 0802Q6132750 $'i3,762.50 GR78 541200 08D2D6112940 $75,OQO.OD CI'I'X SECRETARY APPROVED 08/20/02 Mike Ficice 5746 , .r. � � ���T����� crrx o�� Fo�T +�a�TH �ARKS AND CO�IIviUNi'TY SERYICF�S D�;�ARTNl�NT PLANNIN�`x A�N� RESOU�LC� MANAGEMLNT DIVYSI�7N A[7UE]�UUM N4. l TO T�-YE CONTRAC"1` D�Ci�MENT3 F�R THE 1'LAYGROUND T�PROVEMENTS AT DACC���TT SCHaOL PARK I�RO]ECT N0. GR7b15�41 �Op100S20fi 1 i?944 GR7615412U0/(1052061 "a 2750 Bid Opening Da{�: �'hwSc�ay, June 27, 2UO2 The Contract Docum��zts far the abov� �eferenced praject ar� �exeby revised and ame�nd�d as followa: ITEM I - PRCIPOSAI,-BASE AID R�pi�ae pa�e 1&� with attached. �tcknowl�d e the z�eipi of thi� Addenc�uan on your �'xoposal. B�: � � - - Sc tt h. Penn, .andscap� Arckicecd Froject Mlanager Rele�se Aate: .�tune 24, 200� � .� � '' �,�aRR�iiS J@�ID CO�NI1'�' �3���� ���"1�iti�+i�3'C ��' ' — — - - = Tft� CI1w a� �oAs YYat�'� * 4�00 5asutH ¢�Ar, 5sn�r� 2�aa +r. i�n�r WoaY�+Y TEfWa 761 i�1499 �'=::��• (Si3) B7i-PA[�Y � Fex C�t� ��1aS724 ('j w�l�ueA on resyeleq p�r�r TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPEC�.AL INSTRUCTION5 TO BIDDER5 3. PRO��SAL • 4. CITY OF FORT V�'ORTH MIWBE ENTERPR�SE SPECIF+'ICATIONS 5. FEDERAL WAGE RATESICONTRACTOR'S PACKET 6. WEATHER TA�LE � 7. VENDOR COMPLIANCE TO STATE LAW 8. CONTRACTOR COMI'LL4NCE WITH WOI.�KER'S COMPENSATION r � 9. TECHNICAL SPECX�'ICATXONS l DIVISION 1 - GENER.Ai. REQUIREMENTS I� SECTIQN OIOIU - Sumnnary o�' Work SECTION O1Q3� - Contract Time SECTION 01140 - Alternati�es ' SECTION Q1150 - Payment To Can#ractor I , SECTION 013QQ - Submittals S�CTION 01�400 - Qualitp Control ' SECTTON 01410 - Testing , SECTTON Oi500 - Temporary Facilities and Controls SEC'�ION 01640 - Substitutions and Product OpLions � SECTION 01700 - Project Closeout , � SECTTON 01800 - Cnntractor's Responsrbility for Damage Claims � DIViSION z - SITE WORK � � 5ection 62200 - Sit� Preparation Section 0214Q -- Site Underdrains 'k 5ection 0230U — �arthwork Section 0253'� — Fibar Playgrnund Surfacing Sectiqn D281Q -- Trrigation 5ec�ion fl2860 — �layground Equipment � Section D287U — Site Furnishings Section 02840 — Sodding � Section 0293D — Seeding DYVISION 3 - CONCRETE 5ection U3300 - Cast-in-Piaee Cancrete DTVISION 7- THERMAL & MOTSTiJR� pROTECTION i� Section 079�0 - Caulking aad Sealants �' . 10. CERTIFICATE OF XNS[TRANCE 11. BIDDER'� STATEIt'1ENT OF QUALIFICATIONS 1.2. PERFORMANCE BOND 13. PAYMENT BOND 14. MAINTENANCE BOND 15. CONTRACT � �o�ic� �o �i�r���s Sea{ed Proposals for the following: �LAYCROUN� [��R�1I�[i��N� Ai �AGC�i� �A�K ��IRfwON�' [VYODEL �L�CK A��� �I�OJ��T NO. GR7fi154'1200100�20�1129�Q C��61�41200100520fi'i 3���0 Addr�ssed to Mr. Gary W. Jackson, Gity Manager of the City of Fort Worth, Texas, will be received at the Purchasing Division �ffice until 1:3U p.m., T'hurs., .fune 27, 20Q� and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2�d floor �- � N.E, corner of City Hall. Plans, Specificatians and Contract Documents for this project may be obtained at the Park Planning section, Parks and Communi#y Services � Department, 4200 South Freeway, Suite 2200, F'or� Worth, Texas 76115-1499. � Documen#s will be provided to prospective bidders for a deposit of $5a per set; depos�ts shall be made in tf�e fiorm of a check ar money order. Each pros�ective bidder shafl � recei�e a deposit refiund on the first two plan sets if the documents are returned in g�od � con�ition within 10 days after bids are opened. Any addi�ional plan sets shall require a , non refundable deposifi. These documents contain additional information for prospective bidders, All Bidders will be required to comply wittt Provision 5159a of "Verr�on's Annotated Civif S�atutes" of the State af Texas with respect to the payment of the prevailing wage rates, and Gity Qrdinance No. 7278, as amend�d by City Ordinance No. 7400 {Fart Worth Gity Code, Section 13-A-21 through 13-A-29} prohibiting discrimina#ion in employmeni prac�i�es. ln accord with Ci#y of Fort Wort� Ordinance No. 11923, as amen�ed by �rdinance No. 13471, tF�e City of Fort Worth nas goals fiar fhe participation of minority business enterprises and women business enterprises in City contracts. A copy o# the Ordinance can be obtained from fhe MIWBE office or from �he Office of the City Secretary. �n addition, the MNVBE LJTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, andlor the GQQD FAITH EFFORT FORM ("Documentation") must be received no later than 5:00 P.M., five city business days afker the bid opening date, exclusive of the bid opening date. The b�dder shall submit documentation at the r�cep#ian area of the Department of Engineering, 2�d floor, City Hafl, and shall ob#ain a receipt. Such receipt shafl be e�ider�ce that #he documentation was recei�ed by the City. Failure to comply shall render the bid non�responsive. The following list is provided to assist bidders irt obtain�ng the services of M1WBE �endors qualified to provide s�ch serviceslmaterials for t�is project. A listing of qualified M1WBE vendors may be obtained at the City of Fort Worth MIWBE office, 3r� floor City Hall. Serviceslmaterials for this proiect are as follaws: site prep piayground equipment seeding gradinglearthwark concrete steel rebar demalition site furnishings turf sodding The City's minimum MIWBE goal on this project is 19 % ofi fh� to#al dollar value of this contract. Tfi�e C[ty will award one contract with a combina#�on of base bids andlor alternates wh�ch is most advantageous ta the CEty, A pre-bid conferen�ce will be held with prospective bidders a� the Parks and Commur�ity Services Offices Conference l�oom � on �ues., June 1�, �QOa, afi �:30 a.m. The City reserves the right to reject any or all bids and wai�e any or al! formalities. AI�AR� Of� CONiR�►CT: No bid may be withdrawn until the expiration of 55 days from the day bids are opened. The awa�d of contract, if made, will�be within 55 days after the opening af bids, but in no case will the award be made �ntil all necessary investigations are made as �o the responsibility of the bidder to whom the contract will be awarded. RICHARD ZAVALA, JR., DIRECTOR PARKS AND COMMl7NITY SERVIGES DEPARTMERIT By� � . • � � S tt . Per�n, Landscape Architect (8 7) 871-5750 �'hursdad June 6. 2nG2 Thursdav June '�3. �00� GARY VV. JACK50N CITY MANAGER GLORI/� PEARSON ClTY SECRETARY � SPECIAL �NSTRUCTIONS TO BIDDER5 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable ta the City af Fort Worth, in an a3nount of not Iess than 5 percent of the largest possible total of the bid subrrLitted must accompany the bid, and is subject to forfeit in the event the successfiil bidder fails to execute the contract documents withixz ten days after the contract has been awaxded. To be an acceptable surety on the bond, (1) the name of the surety shall be includec� on the cu;rirent U.S. Treasury, or (2) the suz'ety must have capital and surplus equal to ten times ihe limit of the band. The surety must be licensed to do business in tlie s�aie of Texas_ TI�e amount of the bond shall not exceed the amount shovtm on the treasury list or one-tenth the tata.I ca�ital and surplus. „ 2. PROP05AL: Ai�er prQposals have been opened and read aloud, th.e proposals will be tabula�ed on the basis of the quoted prices, the quantities shown in the proposal, and the �• application of such �ormuias az other methods of bringing items to a common basis as „ may be e�tablished in the Cont�act Documenis. The �otal obtainea by ta�zng the sum of the praducts of unit prices qu�ted and the es�imated quantities plus any lump sum items and such other quoted amounts as may enier into the cost of the cornpleted project will be considered as the amount of the bid. Until the award of the con�ract is made by the Owner, tbe right will be reserved to r�:�ect a�y or all proposals a�.d waive technicalities, to re-advertise �or new proposals, or to proceed with the work in any manner as maybe consic�ered far the best interest of the Owz�er. The quantities of wark and materials ta be furnished as may be listed in the proposal forrr�s or other parts of the Contract Documents will be considered as approximate only , and will be used for the purpose of comparing bids on a uniform basis. Payment will be � made to the Contractor for only the actual quan�ities of work performed ar materials � furnished in strict accordarice with the Con#ract Docum�nts and Plans. The quanYities of work ta be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating th� unit prices bzd ox any other '� requirements of the Contract Documenis. 3. ADDENDA: Bidders are responsible for obtaining aI1 addea�da to the Contract ; I Documents prior ta the bid receipt. Informatiori regaxding the status of addenda may be ; obtained by contacting Parks and Commw�ity Services Department telephon� number iu�dica�ed in the Natiee to Bidders. Bids that do not acknowledge alI applicable addenda may b� rejected as non-responsive. {Se� Item G in the Proposal.) '�L 4. AWARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest bidder of tlae Base Bid. The City Enginaer sha11 evaluate and reeommend ta the City . CounciI the best bid based on the combixxed benefits of total bid price and number of contract days allotted, as speczfied in the Proposal, and which is cans�dered to be in tb.e best interesi of the City. SPECIAL INSTiLUCTIpNS TO BIDDERS -I- Regardless af t�e Alternative chosen, the Cont�ractor agrees to complete th� Contract wiihin the allotted number of days. Tf the Contractor fails �o complete the wark within the number of days specified in the Canstruction Documents, liquidated damages shall be charged as outlzned in General Provisions, Itern 8.6 Failure to Camplete Work on Time, found in the Standard Specifications for Sireet and S�orm Drain Construction of the City of Fort Worth, Texas. 5. PAYNIENT, PERFORMANCE AND MA�NTEN.ANCE B[)ND: The successful bidder entering in�p a con�ract for the work will be required to give the City sureiy in a sum ' equal to ihe amount of ih� contract awarded. The successfi�l bidder shall b� �equired to fi�rr,ish banding as applicable in a sum equal to tb.e a�n:xourit of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City, All bonds furnished hereunder shall meet the requirements of Chapter 2Z54 of the - Texas �overtunent Code, as amended. A. 7�the total contract price is $25,000 or less, payment ta the contz'actor sha11 be - made in one lump sum. Payment shall not be made for a period af 45 ealendar days from the date tY�e work has been compleied and acceptec� by the City. B. T.f the contract amount i� in ea�cess of $25,040, a Payment Bond shall be executed, in the amount af the contract, solely for the prafection of all claimants supplying labor and material in the prrosecution of the work. C. If the conlxact amduant is iu� excess o� $100,Q00, a Perforrnance Bond shall be executed, in the amount of the cantract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contz'act dacuments. Said bond shall salely be for the protection af the City of Fort Worth. � Maintenance Band shall be required for aIl Parks and Community Services Department ; f projects to insure the prompt, full and faithful performance of the general guarantee as set �orth in Division 1, Section Q17Q0-Praject Closeout, Item 1.d2. In ordez �or a surety to be acceptable to the City, (1) the naxne of ihe surety shali be included on the current U.S. Treasury List of Acceptable Sureties [Circular 870], ar(2) the surety xnust have capital and surplus equal to ten times the amour�t of the bond. The surety must be licensed to business in �he state of Texas. T`he arnount o#'the bond shall not exceed the amvunt shown on the Treasury list or 1/10th of the total capital and surplus. If reinsurance is required, the company writing the reinsurance must be authorized, accredited or tru�ted to do business in Texas. Na sureties will be accepted by the City which axe at ihe time in default or delinqu�nt an any bonds or which are interested in any litigation against the City. Sbould any surety on the contract be detenm�i.z�ed unsatisfactory at any tizne by the City, notice wi11 be given ta the cantractor to that effect and the contrac�or shall immediately provide a new sureiy satisfactory to the City 6. LIQUIDATED DAMAGES: The Contractor's attention is called ta Part 1- General Pra�isions, Item 8, Paragraph 8.6, Standard S�ecificatians far Stxeet and Starrn Drain Consiruction of the City oiFort Worth, Texas, cancernin.g liquidated damages for late campletion ofprojects. SPECIAL INSTRUCTIONS TO BIDDERS -Z- 7 EMPLOYMENT: All bidders will be required to comply with City Ordinance Na. 7278 as axnended by City Qrdinance No. 7400 {Fort Worth City Code �ection 13-A-21 through 13-A-29) prohibiting discrirnination in employment practices. S WAGE RATES: All bidders will be required to comply with provi sion S 1.59a of "Vernons Annatated Civil Statutes" of the Staie of Texas with respect to the payment af � prevailing rvage rates as established by the Ci.ty of Fort Worth, Texas, and set forth in Cont�act Documents �or this proj ect. Disregard if Federal Wage Rates are applicable fo this project. �f Federal Wage Rates are applxcable to a project, the Contraetar shall cornply with all ztems identifed in the attached Contractor's Packet. For further in�ormnatian regardi�tg this packet, contact th� Intergovernmental A���irs 1 Grants Management Division, Finance Depar�meut at (81i} S'�1-836� 4r 8�1-8387 9. FINANCIAL STATEMENT: A current certifi�d financial stat�ment may be required by the Depart�nent of Engineering D'zrector far �se by the CITI' OF FORT WORTH in deterrnir,ing the successful bidder. This statement, if required, is to be prepaz�ed by an independent Publzc Accountaz�.t halding a valid permit issued by an appropria�e State Licens�ng Agency. 10. INSUR.ANCE: �%V'ithin ten days of receipt of notice of avvard of contract, the Cantractar mu�t provide, along with executed cantract documents and appropriate bonds, proof of insurance for Workers Corr�pensation and Comprehensive General Liability {Bodily �jury) -$250,000 each person, $500,040 each occurrence; Property Da�age -$300,Q00 each accurrence. The City r�serves the right to request az�y other insurance coverages as may be required by each individual pzoject. For worker's compensation insurance requirements, see Special Tristructions to Bidders - Item 16. ADDITIONAL IN�LJRANCE REO�UfftEMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Cantractor's insurance policies excepting ernployer's liability insurance covexage under Contractar's workers' cornpensation insurance poliey. B. Certificates of insurance shall be delivered to ihe City of Fart Worth, contract administrator in the respective department as specified in the hid docurnents, 1000 Throckmorton �treet, Fort Worth, TX 76102, prior to commencement o�' work an th� con�racted proj ect. C. Any failure on part of the City ta request required insurance documentation shall not canstitute a waiver o� the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a mi�umutn thirry days notice of cancellation, non-renewal, and/or material change in policy ternas or cove�rage. A ten days notice sha11 be acceptat��e in the event of non-payment of premium. E. Insurers must be authorized ta do business in the Sfate of Texas and have a curren� A.M. Best rating af A: V'li or equivalent measure of financial strength and solvency. SPECIAL 1N5TRUCTIONS TO BIDDERS -3- � F. Deductible 1_imits, or s�lf=funded retention limiis, on each policy must not exceed $1Q,000.00 per occuzxence unless othex`wise approved by tl�e Czty. G. Oth�r than worker's compensation insurance, in lieu oF traditiorsal insuranee, City may consider aitemaiive cnverage or risk treahnent measures tlaraugh insurance pools or risk reteniion groups. The City must approve in writing any alterriative coverage. H. Workers' compensatian insurance policy(s) covering employees em�loyed on the proj�ct shall be endorsed with a waiver of subrogation provid'uag rights of recovery in favar of the City. I. City shall not be responsible for the direct payment of insurance premium cosis far contractor's insurance. � 1. Confraciar's insturance policies shall eaeh be endarsed to pravide that such insurance is primary protection and any self funded or comrnercial caverage '� maintained by City shall not be cal.led upoz� to con�ribute to loss recovery. K. In the course of the proj ect, Contractor shall report, in a tiznely manner, to City"s officially designated contract administrator any known loss occurrence which ' could gi�e rise to a liability claim or lawsuit ar which could result in a property , , loss. L. Contractox's liability shall not ba limited to the speci�ed �nounts afinsuranoe required herein. ' M. Upon the request af City, Contractor sball provide cnmplete copies of all �- insurance policies required by these contract documents. 11. NON-RE,�IDENT BIDDERS: Pursuant ta Article 601g, Texas Rev'ised Civil,Statut�s, the City of Fort Worth will not award this cantract to a non-resident bidder unless the non�residen�'s bid is lower than the lowest bid subrnitted by a responsible Texas residen� bidder by ihe same arnount that a Te�as resident bidder wau�d be required to underbid a non-residez�t bidder to obtain a can:ipaxable cantract in tha state in which the non- resident's principal place of business is located. "Non-rresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractar whose ultimate parent company o�'ma�ority owner has its princzpal place of business in this state. "Texas resident bidder" means a bidder whose principai place of business is in this state, and includes a contractor whose ultirriate parent campany ax majority ownar has its principal place a�business in this state. This provision does not apply if this contract involved f�deral funds. SPECIAL INSTRUCTIONS TO BIDDERS -4- The appropriat� blaxiks of the Proposal must be filled out by aIl non-resident bidde�s in order for its bid to meet specificaiions. The iailure of a nan-resident contractor ta do sa will automaiically disqualify that bidder, 12. MIN�R.ITY/WOMEN BUSINESS ENTERPRiSE: In accordance with City of Fort Worth Ordinance No. 1 I923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business ent�rprises and women business enterprises in City contiracts. You may o�tain a copy of the Ordinance from the Office of the Czty Secretary. Tbe MIWBE Utilization Form, Prim.e Confiractor Waiver Form and the Gaod Faitl� Effort Form, as applicable, must be submitted no later than five (5) City business days after the bid opening date, exclusive aithe bid apening date. The t�idder shall submit the documentation at the reception area of the Department of Engineering {"Managi�g Department"), 2nd floor, City Ha�l, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract exacution between �he Cifiy of Fort Worth and the successful biddEr, no�v known as Contractar, a pre-construction meeting wi11 be scheduled at which tirne �lie Cantractax is required to submrt either Letiers of Intent or ex�cuted agreements with the MIWBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreemants shall include the fol�owing information: 1. Name of Ca�firact 2. Name of M/WBE fi�m utilized 3. Scoge of Work to be perforrned hy the MJWBE firm 4. Monetary arnauni of wark to he performed by the MIWBE fir� S. Signatures of ali parties A nafice to praceed will not be issued until �he signed letter(s} or executed agreement(s) have been received. Throughout the duration of t1ii5 project, the City of Fort Worth is requiring that tbe Confractor continue io adhere to the MIWBE Ordinance by complying with the following procedures: � �1 � A MIWBE Particit�aiian Report Farm rriust be submitted monthly until the contract is completed. The first report will be due 34 days after carnmencem�nt of work. The monthly r�port MUST have an original sigriature to ensure accountability far audit purposes. g Reports are to be submitted monthly to the MIWBE Office, regardless of r�vnether vr not the MI�VBE �irm has been utilized. �f there was na activity by an M/WBE in a particular month, place a"0" or "no parr.�cipatian" i.n #he spaces provided, and provide a brief explanation. The Contractor shall provide the MIWBE Office t�roof of pavment ta the M/WBE subcantractors and suppliers only. The MIWBE Off ce will accept the following as proof of pa�n�nt: s��c�r. r�rsmRvcrrorr� ro B���xs -s- .� 1. Copies of submitted invoicas with front and back copies of canceled check(s), OR 2. A notariz�d letter explai�ing, iur� detail: a Subcontractor/supplier Scope of Work b. Date when services were received fram subcontractor/supplier ' c. Amounts paid to the subcontractor/supplier d. �ri�inal si�na�ures from both parties must be included on this letter. � � If ihe Contaractor fo�esees a problem with submitting participation reports andlor proof of payment an a monthly basis, the MIWBE Off ce should be notified. ' If the Contracior wishes to change or del�te ar� M/�BE suhcontractor ar supplier, adhere � to the following: 1. Iinmediately submit a Request for Auproval of Chan�e Farm to the M/WBE �ffzce explaining the request for the change or deletxon. 2. If the chan.ge affects the cammitted M/WBE participation goal, state clearly how and why in c�ocumentation. a. All requests for changes must be reviewed and pre-appraved by the M/WBE Office. b. If tb.e Coz�tractor mal�es change{s) prior to approval, the change will not be considered when performing a post compliance review on �is project, • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payimen.t frozz� the City oiFort Worth, The Contrac�or wi11 pro�ide the MIWBE Office with a Fina1 Participation Renort Farm to reflect the toial participation fram ALL subcontraetors/suppliers utilized an �he project. All forms are availabl� at ihe M/ WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ord'znance, call {$17) 871-6I04. Upon request, Contractor agrees to provide to Ownar Camplete and accurate infazmatia� regarding acival work performed by a Minority/Women Business Enterprise (�1�1lW�BE) � on the contract and payment therefare. Contractar further ag�rees to permit an audit aud/ar examination of any books, reco�ds or files in its possession ihat will substantiate the I actual woxk performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the convnissiQn af fraud by �he Cantractar will be grounds for tern�rnation of the con.tract a.zid/or initiating action under appropriate federal, state or local laws or ordinances relafing #o false statements; fizrther, any such �� misrepresen.tation (other than a negligent rnisrepresEntatian) and/or commissian of fraud will result on the Contractor being determined to be irresponsible and barred from I participating in City work for a period of time of not less than three years. 13. PROTECTTON QF TREE�. PLANTS AND SOIIJ: All property along and adj acent to the Coniractor's operations including lawns, yards, shrubs, trees, etc., shall be preserv�d or restored, after campletion of the work, to a condition equal or better �haxi existed prior to start of work. SPECIAL iNSTItUCTIONS TO BIDDLRS -G- By ordinance, the Contractor must obtain a permit from the City Foras�er before any work (irimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-Of-Way and designated alleys. This permit can b.e obtained bv eallin� the Forestry Office at 871-5738. All free work shall be in compliance vvith pruning standards �or Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above nurnber. Any damage to public trees due to negligence by the Contractor shall be assessed using the ctxtrent forrnula for Shade Tree Evaluation as de�ed by the Tnternational Society of Arboriculture. Payment for negligent damage to public trees sha11 be made to the City of Fort Worth and may be withheld frorn funds due the Coniractor by the City. � To �axevent the snread of ttae Oak Wilt fun�us, all wounds on Liv� Qak and Red Oak trees shall be immediatelv sealed usin� a cornmercial t�runin� naint_ This is the onlv instance , -- - - , when prun�n� baint is recommended. I4. BIDDER'S STATEMENT OF OUALIFICATTON� A. QUALIFZCATION OF BIDDERS: Bidders shail be prepared to deza�zonstrate the capability to perform the worka The Bidders' specific experience, stability and histazy ofperformance on pro�ects of a similar nature and scope will be considered. The BIDDER� STATEMENT OF QUALIFICATIONS must be delivered to the Project Manager �+i�iin 48 ho�'s ofthe request. Locat�an and responsive ability of ihe firm will be considered. If your fixm aniicipates entering into a joint ventuure w�ith any other firm to conduct all or part of the p�rformance required under the proposed praject, that firm should be specified i� your respoivse. For each firm included in the joinfi venture, please provide the xn�ormation required abo�e. Under the Contaract execu#ed for this work the Gity will require your fzma. to be campletely 100 percent responsible Far fulfilling a1I aspects ot'tbe contract bonds. O�her fixms and employees that may be involved in �� their jaint venture will be treated by t�e City under the contra.ct as if they were , employees or subcontractors Q�' yaur firm. Other than those firrns noted in the coniraet as a part of the joint venture, no other firms will be allowed to participate in � � the joint venture witbout written consent from the City. 15. OZONE AI,ERT DAYS: The Con�ractor shall be :required to observe the following guidelines relating to nvorking on City construction sites on days designated as "OZONE ALERT DAYS". Typically, tha �zone Alert season vwithin ihe Metroplex area runs from May throu�h September, with 6:00 a.m. - 10:00 a.m. being critical ozone forming periods each day. The Texas Naiural Resource Conservation Commission (TNRCC} in coordination with the National Weather Service, will issue the Ozone Alert by 3:00 p.rn. on the afternoon prioz to the alert day, On desigziatec� Ozone Alert Days, the Cantractor shail bear the responsibility of being aware that such days have been designatad Ozone Alert Days and SP�CiAL INSTRUCTION5 TO BIDDLT� -7- as such shall �ot begin wark until 10:00 a.m. whenever constructzon phasing requires substantial use of motorized equipment. Hawever, the Contractor may begin wark earlier if such work minimizes the use of motarized equipment priar to 10:00 a.m. If the Contractor is unable to perfarm continuaus work for a period o�' at least seven hours between tha hours of 7:00 a.m. - 6:00 p.m., on a designated Ozone Alert Day, that day will be cansidered as a weather day and added anto the allawable weatl�er days of a given zn.onth. 1C. WQRKERS COMPENSATION INSLTRANCE C�VERAGE: Contractaxs compliance with Workers Comp�nsatian shall be as follows: ' ' A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of ir�ura�ce, a `' certificate of authority to self-insure issue� by the commission, ar a caverage � agreement (TWCC-81, TWCC-82, TVVCC-83, or TWCC-84}, shawing statutory warkers' compensatian insurance coverage for the persan's or entity employees ; }�roviding sarvices on a proj ect, far ihe duration of the proj ect. Duration of the project - includes the time frorn the beginning af the work on the projecf until the contractoz''s/person's work on �h� project has be�n compleied and accepted by the governmental en�ity. Persons providing services on the project {"subcanf�actor" in ❑ 4Q6.09b) - includes all persons or entities perfarming a11 ar part of t�ia services the contractor has undertaken ta perform on th� project, regardless of whether that person has employees. This includ�s, without limitation, independeni con�actors, subcontractors, leasing companies, motor ca.rriers, owner-Qperators, employees o£ any sucb entiiy, or employees o� any entity which furnishes persans to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering eq�ipment or materials, ar pxo�iding labor, transportation, ar other service related to a project. "Services" does not include activities unrelated to the projec�, such as faodlbeverage vendors, a�fice supply dEliveries, and delivery af portable toilets. B. The contracior shall provide coverage, based on proper reporting of classificatio�-� codes and payrall amounts and �iling of any coverage agreements, �vhich meets the statutoryrequirements of Texas Labor Code, Secrion 40].A11(44) �ar all employees oF �ie contractor providing services on the proj ect, for the duration of the proj ecf. C. The Cantxactor must provide a certifzcate of coverage ta the govemmental entity prior to being awarded the contract. D. If the coverage period shown �n the contractor's cuxrent certificate of coverage ends during the duration of the project, tha contractor must, prior to the end of the coverage period, file a new certificaie of coverage with the go�ernmental entity showing that coverage has been extended. E. The conixactor sha11 obtain from each person providing services an a proj ec�, and pro�ide to the City: SPECIAL INSTRUCTIONS TO BIDDERS -8- (1) a certi�cate of coverage, prior to that �ersan beginning work on the projeet, so the City will have an file certifxcates oi coverage showing coverage for all persons providing services on the proj ect; and (2) no later than seven days after receipt by fhe con.traetar, a new certificate of caverage shawing extension of covera�e, if the coverage periQd shown on the currenk certificate of cQverage ends during the duration of the project. F. The cantractor shall retain all required cartificates of coverage for the duration of the proj ect and for one year �hereafter. G. The con�ractoz shall notify the governmental entity in writing by certified mail or personal deli�ery, within ten days afte� the contt'actor knew or should have known, of any change that materially affects ihe provisian of coverage of any person providing services on the project. �� H. The contractor shali post on each proj ect site a notice, in the iext, form and m.anner prescribed by the Texas Workers' Coxnpensation Camtn�ission, informing all persons , providing s�rvices o� ihE project that they are required to be covered, and statsng how a persan znay verify coverage and report lack of coverage. �. The contractor shall contractuaily require each person with whom it contz'acts to provide services an aproject, to: (1) pzavide coverage, based an proper rEporting on classification codes and payroll amounts and filing of any co�erage a�reements, which xn.eets the statutary r�quirements of Texas Labor Code, Section 401.011(44) for all of its ernploye�s providing seivices on the proj ect, for the duration of the proj eci; (2) provide to the contracior, prior to that person beginning work on ti�e praject, a certificate of coverage showing that coverage is being provided for all employe�s of t�e persan providing se�vices on the projec�, for ihe duration of the praject; {3) provic�e the contractor, priox ta the end afthe ooverage period, a ne�vi certificate of coverage showing extension of coverage, if the coverage period shown on fihe current certificate of coverage ends during the duration of the project; (4) obtain from eaek� ather person or entity with whorn it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or en�ity begiru�ing wark an the project; an.d ;� (b) a new c�rtif cate of coverage sho�ving extension of coverage, prior to the end of �k�e coverage period, if the cov�rage period shown on the current certificate � of coverage ends durix�g the duz�ation of the proj ect; (5} retain alI required e�rtificaies of coverage on fil� for the duration of the projeet and fox one yeax thereafter. SPECIAL INSTRUCTIONS TO BIDDERS -9- (6) notify the governmental entity in wri�ing by certified zn.ail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provisian of caveragE af any person providing services an the praject; and (7) cantractu.ally xequire each person with v�ham it contracts, to perfarm as required by paragraphs (1) -(7}, with the certificates af coverage to be provided to the person for vvhom ihey are providing services. ' J. By si�ing this confiract or providing ar causing to be provided a certificate vf coverage, the contractar is representing to the gavemmental entity that all employees of the contractor who will provide services on tha project will be covered by v�orkers' ' compensation cover�.ge far the duration of the project, that the coverage will be based �. on proper reparting o� classification codes and pay�oll axnounts, aa�d that all covera�e agxeemenis will be filed with the appropriate insurance carrier ar, in the case of a self- insured, vvith the commissian's Division of Self Insurance Regulation. Pro�iding � �alse af misleading ir�formation may subject �he coniractor to administrative penalties, criminal penalties, civi� penaltzes or other civil actians. � K. The contractor's failure to comply with any of thcsa provisions is a breach of contract , by the cantractoz which entztles the City to declare the contract void i� the cantractar does not remedy the breach within ten days after receipt of notice of breach from the City. "The coniractor shall pos� a notice on each pro3ect sit� informing all persons providing sezvices on the project that they are xequixed to be covered, and stating hovv a person may verify current coverage and report failure to provide coverage. This notice does nof satisfy other posting requir�ments impased l�y the Texas Workars' Compensation Act or other Texas Workexs' Gompensation commission xules. This no�ce must be printed with a title in at least 30 point bold type and text in at leasi i9 point normal typ�, and shall be in both English and Spanish ax�d any other language common ta the worker papulatzan. The text for the notices shall be the follow:ing text, without any additional words or changes: REQUIltED WORKERS' COMPENSATION COVERAGE "The law requires that each �erson warking on this site or providing services related to this construction project must be cov�red by workers' c�ompensation insurance. I This includes persons providing, hauling, or delivering equipment or materials, or , pzoviding labor ar transportation or other service r�lated to the proj�ct, regardless of the ide�tiiy of their emplayer or status as an employee." � � "CalI the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirernent for coverage, to veri�y whether your ��nployer has provided the required coverage, or to report an employer's failure to provide . coverage." �� END OF SECTION SPECIAL INSTRUCTIONS 'I'O BIDDERS - i0- - -- - -- ------.....- --- - �,� . - �-� . _ _ . -- ---- - ---------.._ _.. __,.._- __•::����� _ - _ -- --- - - --- - �.:: - �-- �_- - -==- -�-= . : ;.z,� . - -..� ,� � . - � :�- - , _ _.. , . . - � - --- . , - . . . - ^ � ... -, �. � -• , _...e_ .__ — . �, , _d, ,,. � - . . .' ' ]�ROPOSAL - - CO: MR. GARY W. JACKSON City Manager i Fvrt Worth, Texas _ �'OR; C�NSTRUCT�ON AND INSTALLATION OF �LAYGROUND IMPROVEMENTS FOR: DAGGETT PARK FAIRMOUNT MOD�L BLOCK AREA PROJECT NO. GRi61�4120a1005�0611�940 GR761�41 �041005206132'��0 ., 'ursuant io the foregozng "Notice ia Bidders," the undersigned has thoroughly �xamined the plans, specifications, an.d the �ite, understands #he amouzrt of work to be done, and hereby proposes to da all the work and furnish all labor, equipment, . nd materials necessary to fully corrtplete all the work as provided in the plans and specifications, and sulaject to the �nspection and approval of the �arks and Community Service Department Director of thz City af Fort Warth. � The "approximate quantity" cat�gory is for information purposes oz�ly. T�e Contractor shall be paid on the basis oFactuaI ��nstalled quantities on non lump surn items. Additionally, the Contractar shall be aware that the Proposal contains both �.�urnp Surn and Unit Priee items. �f the lowest bid recei�ed exceeds the funds buc�geted for the project, the City reserves the right to decrease ihe quanrities �ontain;ed an any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget. By submitting a bid, the bidder acknowledges the City's right to adjust or eliminate line items prior to the ��ward of contract. Further, by submitting a bici, the bidder agrees ta hanor each line itezn bid price witl�out reeourse to the ''ity in the event line itenas are adjusted or elirninated. � fpon accepfance of this proppsal by the City Council, the bidd�r is bound ta execute a coniract and furnish, if appIica�Ie, . erforrnance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following su�ns, to-wit: :f . ' BASE BID i'AY CEM � 1. ,L 3 s � ---. APPROX. DESCRTPT�ON OF ITEMS WITH BID U1vIT TOTAL QUANTITY PRiCE WRITTEN IN WORDS PRICE AMOUNT SID 1 LS Excavation/Grading (see sheets 1&3)@ ; ' � � Dollars & � � � . Cents per LS $ L5 $ � $42 LF 6' Wide Cancrete Walk (5" depth — 5heat 5} � F � T � ,� ' � Dollars & � � • Cents per LF $ , ' $ ,� � �', t� � 1 LS Demolition and Rennaval of Existing Fifiess Equipment, Bench/Concrete and Backstaps w/Concrete Mow Strip {sheet 1 of 6) @ . ` . �oIlars & _ 4,..�.�c-�—�' Cents per LS � $ LS $ � � PR4POSAL -1- � APPROX. DESCRIPTION OF �TEMS W�TH BID QUANTITY PRICE WRITTEN IN WORD� 2 EA. 208 LF LS 5950 SF 5" HC Accessibl� Rann� @ ' "�' `' �ollars & � �- . -� � '� � �� ��.� Cents per Each Concxete Mvw Strip (sheet #4} a� , �- --' �''� Dol�ars & y+, ' f� �_. Cents pex T�F Znstallation o£Pz�vject Sign (see last pg. O£ Federal Wage Rate Packet} @ , �- ;,,, 4 - �'` �, � t . X Dallars & i �-� i� _ Cents �er LS 9" Safety Surfacing MateriallSub Drain Installed @ ' �� _ Dollars & � �' Cents per SF iJNIT TOTAL PRICE AMOUNT BID � .!� I � ' � i�'�.t t-�� � ,;� - ' � �t .�C �,' - :., , $ LS ���a�� LS � . � _ Specified Play Structure Installed (sheet #A�) @ , �1�Lt _ .�wv.Gr � �l �' r < < w -r... . ; Dollaxs & ; . � Cents per LS $ LS Specified �itness Eq�aipmant Tnstalled (sheet �) @ ._ . ��. . a � � . � .� � � � ` Dollars & ,� ,�'� Cents per LS $ 3 EA, rnstallation of Specified 6' Bench (sheet #4) @ �, •�: r� ► - . � �� Dollars & LS LS � � Cenis per EA $ �t 1 � _�. � $ � `� � %.� 1 LS Installation ofDrainage Headwall (sheet #G) @ ', � -� • � . Dollars & � l ���� Cents per LS $ 1 L� Irrigation Modi�cation (sheet #6) @ . , Dollaxs & < < ' �. Cents per LS $ 22Q SF Cancrete Flatwflrk -- HC Landing {sheet ##�) �a -� • . �. , Dollars & �, _, Cents per S� $ BASE BID TQTAL PRQPOSAL -Z- LS LS � � � - , � ,-� $ %�r; � ,= � �.�, ;1 �[ 9� �i � � 1�r�� ? � � - �° t� - " v:� � $� . �C i� [`� � •�� $ i� ,�� � ��I�l���, i �� 7' APPRO�. DESCRIPTIDN OF ITEMS WITH $XD �TE:1'[ QUANTZTY PRICE WRITT�,N IN W�RDS ,__ UNIT TOTAL PRICE AMOUN'� BID ` FROPOSED BID ALTERNAT�S � i3id Alternate Na 1-Add (3) EA. 3'X3' Cancrete Flaiwark with Trash Can Ins�all�d $�� .� -t ' ' �3id Alternate No. 2— Ac3d Installation of 5'X12' Concrete Slab with 6' Park Bench }t'� r a a TUTAL ALTERNATE BID AMOUNT $ � � " �� � ��' �� . � _ _. . - ,�.. :� �s, �� i :� � �� — �I d �. I. � � I �� G. This cantract is issued by an organizaf�on which yualifes for exeinption pursuant kp khe provisions of Artiele 20A4 (F) oi the Texas Lirnited Sales, �xcise and Use Tax Act. Tlie Cantracior perfomning this contract may purchase, rent or iease all inateriais, suppiies, equipment used or cansurned in tl�►e performance of tl�e contract by issuing ta his supplier an exen�gtion certificate i�� iieu of the tax, said exemption certificate coinplying with 5tate Comptroiler's rulitig tax, said exen�ption certificate casnplying with State Comptrolier's ruling #95-0.07. Any such exemption certi#icate issued by the Canfractor in lieu of the tax shall be subject fo the provisions of the State Coizz�troller's ruling #95.09 as amet�ded to be effective October 2, ] 9b$. The undersigned assures that its enlployees arid applicants far employment ai�d those of any labor or�anization, subconteactor or employment agency iit either furnishing or referring e�nplayee applicants to the undersigned are not discrin�nated against as prohibited hy the te�-nls of City �rdinance 7278, as amended by City ordinance 740� (Fort Worth City Code Sections ],3-A- 2i through 13-A-24), prqhibiting discrirnination in employment practiees. The undersigned agrees to canzplete all work cavered by these contract documents within Tiiirt 30 Workin� Days afler the date for commencing work as set forfh in tl�e Natice ta Proceed fo be issued by tl�e Owner and to pay not less than �l�e City af Part Worth Building and Constructiot� Trades Prevailing Wage Rates For 240a, or applicable Federal Wage Rates. Within ten (10} days of teceipt of notice of acceptance of t�iis bid, the undersigned wi11 execute the formal coutract ai�d will deliver applicable Surety Bonds for tbe faithful performa�rce of tlus contract. The attached deposit clseck in the sum nf $ -- -- Dfltlars ($_� is to become the property of the City of Fort Warth, Texas, or f�ze attached �idcier's Bond is to be forfeited in the event the cantract and applicable bonds are ilot executed within the time set forth, as liquidated danzages for delay and additional work caused thereby. In tl�e case of ainbiguity or lack of clearness in stating prices in tlie Praposal, kl�e City reserves the right to adopt the most ad�antageous price for construction ther�of to the City or to reject the proposal, Receipt is here acka�awledged af the following addenda: Na. 1 nl.l� �10, 2 No. 3 No. 4 ----::��=_ .-.._._. - ����.Y -,- -�- �� - v:;Y- ; ;� - _ _ - - - Pz�oposAi.. . � 3 _ -. 1. � �especcfully subrnitted, - . `. F�_ � �� �� �' ' � �- �'� '" i`�. �ompany Name) � . �, � � i r , � , , ,� ` , i _�}� (Authorized Signature) ' f �at�: f _ �.i�� :� 1J Address: �f�,�' �pr � �1r� h�� L!. � ' �- � i ti . .� c� ; l K • `�7�a � � _� , Telephone: { ` �+ 7) ' � � f-, � � � tJ : , ��� SEAL (if carporation) f:� , �� E� I I � i -- -. .... __ . _.._ . _ . ' �` PRQPOSAL --. .., . ... - .. � ._ � � :.- . ----_ _ -- ----- - _ 4 _ 1�� �� C,t a� For� vV�rtn i�in�ri�y and 11V�m�n �usiness �nierprise Speci�ications ��LCIAL If�Si'�U�iit�PJ_S ��R �I��ERS I� ' ��� � J APP��CAT[ON (]F POLICY �tf #he total dolfar value of the cohtract is $25,OOQ or more, the MIWgE gaal is applicable. If the total dollar� �afue of the contraet is less th�an $25,00�, the MIWBE gaal is not appficable_ __ __ ___ __ P{�LICY STATEMENT It is the policy of the City af Fort Worth to ensure khe full and equitable pariicipatio�r by MinorityM/omen Business Enterprises (M1W8E) in the procurement of all gaods and services to the Ci#y on a contractual bas�s. The objective of the Policy is to ittcrease the use of MIWB� firms fo a level comparable to the a�ailability of MlWBEs that pravide goods and services directfy flr ind�rectly ta the City. All re�uiremer�ts and regulations stated in the City's current l�linority and Women Business �nterprise Ordinance apply to this bid. iIANVBE PROJECT' GUA�LS The City's MBElW BE gnal on ti�is project is 19_% of the base bid value af the contract. COMPLIANC� TD BtD SRECiFICAT[ONS � On City contracts of $25,000 or more, bidders are required to camply with the intent of the City's MIWBE Ordinance ' by eikher of khe following: 1. Meet or exceed the above skated M1WBE goal, ar; 2. Good �aith Effort documentaiion, or, 3. Waiver documentation. SLJBMITTAL OF RE(�[JIRED D�CUMENT�cTION The applicable documents must be r�ceived by the Managin� bepartment, within the fallowing times allocafed, in order fQr the entire bid to be considered resportsive ta the specifcations. '1. MIWBE Utilization Form, if goal is met or exce�ded: _� 2. Good Faith Ei#ort Form and MlWBE Utilization Form, if participation is less than stated goal: 3. Good Faith Effort �orm if no participation: 4. Prime Coniracior WaivEr Fr�rm: received by S:OD p.m., five (5� Ciiy business days after the bid apening date, exclusive af the bid opening date, received by 5:Oa p.m., five (5� City business clays after th� bid opening date, exclusive of the bid opening date, received by 5:44 p.rn., five (5j City husiness days after the bid apening date, exclusive of the b�d opening date. received by 5:D0 p.m., five {5) City business days aiter the bid apening date, exclusive of the bid opening date. FA]LUR� i'O COMPLY WITN TNE CI�'Y'S M(WBE OR[]INA[VC�, W(LL RESUl.I IN TH� BlD �EING _ __ � _ COIVSEi]ER�D �J�N-RESPONSlVE TO SPECIFICAilON5. " Any questions, please cantact the MlV11BE Office a# {817) 871-6104. i�� . .—--�----�- -��e` �� �� _. �sv. s��sroa � ��.��.��� ._, _ �����''`' � Cit of i�orf �orth il�inori�y and !�!'omen �usiness �nfierpr�se 5peci�ica�ions ATTACHM�NY 1A Page 1 of 2 �� � � � 'r�, I�RIM� CQIVIPAN� id�ME j, - r ` .ZQJEC�'�'AME ���lW�� Uil�l��i�N � 1 � • - ` � - l,� � L° � - ", � � i ,� - 81D DA7E - �� , �lr,,E-.__. . �y ti:_ � y-I �ao�ods 2o(�Ir ��,l�.d PROJEGT NU�VIBER �'� �. � I� I �� �;LO!_��(]p. �.[c� (S1: `i 'ITl"5 :1'1l1i'BE PR03ECT GOAL• - � � I , M/WBE PERCENTAGE ACiiIEV�D: � r �� • -' �, L_ � �Faifure to comglete this form, in its entirety with s�pporting documer�tation, and recei�ed by the Managing Department 5, n or befare �:00 p.m. five (5) City business days afiter bid opening, exclusive af bid opening date, will result in the bid ��eing considered non-respansive to bid specificatior�s. _ �- he unciersigned t�idder agrees to et�fer into a formal agreem�nt with the MB� andlor VIIBE firms for work listed in this ��checfule,'conditioned upan execution of a contract with the City of Fart Worth. The intentional andlor hnawing �� rr�isrepresentation of facts is grounds for conSideration of disqualification and will reSult in the bid being consid�reci , _ on resp�nsive to specificatians. ___ �,� - _ -- -- - - - ---- — - - - - - -- -- �- �- — -- • Company Name, Contact Name, Certified Specify All Coniracting i Specify All Items to be Dollar Alnount Address, and Telephane �Vo. - � Scope nf Work (*j 5upplied(*) ,�,.-- . � F � � t� � oa am Q N U � � ~ I . , j ., z 2 S ` �=� " ' ` ����t �` � � �� �r ��t �..� ���:� I �� . ... _ ,/ �i ► �. � .1 G vt cil � � y .._ , tc:� ;� � ��.-�r��� L'�;, � :-•�E �.� �c� Ui� v+^� K�. ��! �rJ�` /J � s rv► i t�+ � Fr : ..._ __.� �.�'� q 3,� 5 - -� - ----- '� �;i-� r Co �, c re�: - - - --- - - - - .�__� !�• ��yP�u�� l��.u.-�1�.. �-..��c, ��-- ��1�� �Uu ' .. _._ _+�o�' ti► i ._,;� � I t a . � u �y � 1 i � � j�J1,�Q,Y t�� � � ,....�. �-�-5 � i ,� - � - - -- - - - �, � MIWBEs must 6e Iocated in the 9(nine) county marketplace or currently dofng business in tMe marketplace at the time of 6{d. p. . .. . . - - - ;��� ) Specify aN areas In which NIWB�'s are to ba ukllized andlor items to be supplfed: I{"} A complete listing of items to be supplled is required in order to raceive credit toward the MIWBE goal. �') Identiiy each Tier level. . u I ` I :� Tier: Means the ae�el of suhcontracting below the prime contractorlcansultant, i.e., a direct payment from the prlme contractar to a subcontractor is considered 1" tier, a payment by a subcontractor ta its s�ipp[ier is conside�ed 2"d kier. - - THIS FORM MUSi BE REC�IVEti BY 7H� MANAGiNG DEPARTMEI�� SY S:Op p.m., FIVE (5} CITY BUSINESS DAYS AFTER BI❑ OP�NING, �XCLUSIVE OF 7NE BID OPENING DAiE -: Rev 612198 - . . _. . _ . . -- ----... , - - -- - -... - - - ' •`� Pages 1 and � af �ttachment �i� must be recei�ed by_fhe RIIlanagtng Departmen� � t � (;li Og �O� �OI'f�'1 �Vlinority and V�om�n �usiness �nterprise �pecifi�aiions N1��II�VV�� �1`�1LI��eiIDN �; Gompa�y Name, Contact Name, � Certtfied � �� Address, and Te{ephone No. U �� � qo U F � r� z � �� , ��.._. _...w.,...........,...� _ _.,......._.W...,...�,.�_. IV - —,� �..,.. ----��.. �.. { .s..wm.w.._ � , �-��_ ' �'� ...,..:_...,..�..., �� - ,. . . - -- j � � _.»....v...._ -�.....»_..». 5peci�r All Con#racting Scope of Wark {*} Specify All Items to be� Supplied(*) �� u L Q. a �/y F-. ATTACHMENT 1A Page 2 of 2 il Dollar Amount , The hidcier further agrees to pra�ide, directly to the City upon request, complete and accurate information regarding ,�tual work performed by al1 su�aontraciars, inciuding MBE�s) andlor WBE(s) arrangements submitteci w9tf� khis bid. �" he t ai d der a lso agrees ka a l law an au dit an d lor �xamina iian a f any bao ks, recor ds an d fi les he i d by t heir �ompany t ha t will substantiate the actual work performed by the MBE(s) andlar WB�{s) on this contract, by an autharized affiicer or :I�nployee of th� City. Any intentional andlor f�nowittg misrepresentatian of facts will be grounds for #erminatir�g the �-�ntract ar debarment from City wor� for a period af not less than three (3) years and far initiating action under Federal, 5tate or �.ocal laws concerning false statements. Any faiiure to comply with this ordinance and creates a material e feach of contract may resuft [n a determination of an irrespons9hle offeror and barred fram participating in City wark ��r a�eriad of time nof �ess than one (1) year. ALL MBEs and WB�s MlJS7 BE CERTIFlEO BY TH� CITY B�F�R� C�NTRACT AWARD ; I� �;uthorized Signature `F�. � �� �itle ~ p 1_ � �� S lF�l E'_ V1 � ompeny Name ; '� � . �112kr� �u t���� � � - Address _ � ` ' ��-'�ti�le��l �x � J yitvlStatelZip Code .� . ��� �� � Printed Si�nature ti li r' �� " Contact fVame and Titfe (if different) 7elephone Number (s) + � �ax Numher ,�� � � �j� Daie � ��71� �, =r 3�y��� THIS F�RM MUST BE R�CEIV�n BY TH� MANAGi1�G pEPARTMERIT' BY S:UO p.m., FIVE (5) CITY BUSIN�SB CIAYS AFTER SID OP�fU1NG, EXCI�USIVE O� THE BI� QPEI�ING �/AT� _ � - . �iev.612198 - - - - � - Pages 1 and � of �1tEacf�ment 9A must be recei�ed 6y the Ma��ging Department GENERAL DEC1510N TX02D0�45 031�1120�2 �'X45 �. �� I,I Date: March 1, 2002 General Decision Number TX02Q045 Superseded General Decision No. TXD10Q�45 Siate: TEXAS Construction Type: H EAVI( HIGHWAY County{ies): COLLfN GRAYSON DALLAS JOHNSON DENiON KAUFMAN ELL.15 PARKER ROCKWALL iARRANT' WICHITA HEAVY AND HIGHWAY CONSTRUC7lO�E PROJEC7S IN WICHITA COI�NTY ONLY. HIGWWAY CONSTRUCTION PROJ�CTS ONLY FOR REMAINING COUNTIES Modification Number Publication Date 0 03141120Q2 CDU�VTY(ies}: COLLIN GRAY50N DALLAS JOHNSON DENTON KAUFMAN ELLIS PARKER SUTX2043A 03/2811998 Raies ROCKWALL iARRANT WICHI7A Frir�ges AIR TOOL OPERATOR $ 9.00 " ASPHALT RAK�R 9.55 ASPHALT SHOVELEFl 8.80 . . BATCHING PLANi WEIGHER 11.51 CARPENTER 1 D.30 CONCRETE FINISHER-PAVING 10.50 CONCRETE FINISHER-STRIJCTIJRES 9.83 C�NCR�7E RUBBER 8.84 ' ' ELECTRICIAN '15.37 � FLAGG�R 7.55 f • FORM BUILDER-STRUGTURES 9.82 , FORM I.INER-PAVING & CURB 9A0 FORM SETTER-PAVING & CURB 9.24 FORM SET7�R-STF2UC7URES 9.D9 LABORER-COMMON 7.32 ' I LABORER-lJT1LITY 8.94 MECHANIC 12.fi8 OILER 10.17 . � SERVlC�R 9.41 PAI NTER-STRU CTU RES 11.00 � I PIPE LAYER 8.98 BLAST�R 11.50 ASPHALT DISTRIBUTOR OPERATOR 10.29 � ASPHALT PAVING MACHINE 14.30 BRQOM OR SW��PER OPERATOR 8.72 . BIJLLDOZER 10.74 � CONCR�T� CURING MACMINE 9.�5 CONCRETE FINISHING MACHINE 19.13 CONCR�7E PAVING JO{N7 MACHINE 10.42 CONCRETE PAVING JOINT SEALER 9.00 CONCRETE PAVING SAW 10.39 CONCRETE PAVING SPREADER 10.5D SLIPFORM MACHINE OPERA7�R 9.92 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGL{NE, SH�VEL 11.D4 FOUNDATION DRILL OPERATOR CRAWLER MOUNTE❑ 10.00 i� y FOUNDA710N DRfLL OPERA7�R ` TRUCK MOUNTED 19.83 FRONT ENb L.DADER 9.96 . _ MILLING MACHINE OPERATOR 8.62 MIXER 1D.3Q ,� MO70R GRADER OPERATOR FINE GRADE 11.97 � � MOT�R GRADE OPERATOR �0.96 PAVEMENT MARKI�EG MACHINE 7.32 . . ROLL�R, S7��L WHEEL PLANT-MIX PAVEM ENTS 9.06 ROLLER, STEEL WH�EL OTHER � FLATWHEEL OR TAMPING 8.59 ROLLER, PNEUMATIC, SEL�-PROPELLED 8.48 ` ` SCRAPER 9.63 � ' TRACTOR-CRAWLER 7YFE 10.58 � �RACTOR-PNEUMATIC 9.15 . � TRAVELIiVG M1XER 8.83 WAGQN-DRILL, BORING MACHINE 12.Oa � I REINFORClNG STEEL S�TTER PAVING 13.21 RE{NFORCING STE�L S�iiER STRIlCTU R�5 13.31 SiEEL WORKER-STRUCTURAL. 14.$Q SPREADER BOX OPERATOR 1D.00 WORK ZONE BARRICADE 7.32 TRUCK DRIVER-SINGLE AXLE LIGHT 8.965 iRUCK DRIVER-SINGLE AXLE HEAVY 9.Q2 �"RUCK DRIVER-TANQEM AXLE SEMI TRAILER 8.77 TRIJCK DRlVER-LOWBOYIFLOAT 90.44 TRUCK DRIV�R-TRANSI7 MIX 9.47 TRUCK DRIVER-W1NCH 9.00 VIBRATOR OPERATOR-HAlVD TYPE 7.32 W�LDER 11.57 Unlisted classifications needed fior work nat included within the scope of the classifications listed may be added after award only as pra�ided in the labor standards contraci clauses (29 CFR 5.5(a}(1 }(v)}. 1 ' � ln the listing above, the "SU° desigr�ation means that rates •' listed u�der that identifier do not �'eflact colfectively - bargained wage and fringe ben�fit rates. Othar ciesignations ,, indicate u�ions whose rates have been cietermined to E�e prevailing. WAG� DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the ma�er? This can be: I " an existing published wage determinatian '" a survey underlying a wage determination � " a Wage and Fiour Di�isian lefter setting farth a position on a wage determinat9an matter ` * a conformance (additianal classification and rate) ruling On survey related matters, inikial contact, including requests for summaries of surveys, should be with the Wage and Hour Regiona! Office for the area in which the survey was conducted because those Regional Officas have responsibility for the Da�is-Bacon sur�ey program, If the response from this initial contact is rtot satisfactory, then the process tlescribed in 2.) and 3.) sha�ld be followed. With regard to any ather mafter not yef ripe for th� fnrmal process described here, initial contact should be with the Branch of Construc#ian Wage Determinaiions. Write to: Branch of Construction Wage Determinations Wage and Hour �ivisian .. U. S. D�partment af Labor 200 Constitution A�enue, N. W. Washingtan, D. C. 20210 2.} If the answer to the questian in 1.) is yes, khen an 9nferested party (those affected by the action) can request re�iew and reconsid�ratinn fram the Wage and Hour Administrator (See 29 CFR Part 1.$ and 29 CFR Pa�k 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Canstitution Avenue, !V. W. Washington, D. C. 20210 � The request should be accompanied by a full statement of the �, inter�sked party's position and by any information {wage payment data, project description, area practice material, etc.) that the �, requestor considers relevant to the issue. 3.) If the decisian of the Administrator is not favorable, an '� interasted party may appeal directly to the Administrative Re�iew � Board (formerly t�e Wage Appeals Board). Write fo: Administrative Re�iew Board I U. S. Department of Labor 2�D Constitution Avenue, N. W. � Washingtan, q. C. 20210 4.) All decisions by the Administrative Re�iew Board are final. END OF GEN�.RAL DECISIQN �� �� � ..f � �il�)i2 O� COIltexlt5 PAGE I. Pre-Constnic#ion Conference Minutes .............................................................. 1- 3 iI. Contractor 1 Sub Information Forms ., ,......." ....................................................... 4-5 III. Start of Constn�ction Form ................... .................... ..................................... b iV. Constructinn Complete Form ...... . ................ ..... . ............... ......... ...................... 7 V. City of �t. t�Vorth �'inance Depariment, Af�rmativeAction Plan : ............................ 8- 22 Section 3 of the Housing and Urban Development Act of 1465 A. Section 3 Aktachrttent Forms 1. Attachment B Self Cartification Form ..................................................... 20 2. Attachment D Statement of Release Form ...... :........... .............................. Z 3. Attachment E�reliminary Stakement of Worl:#�orce Needs �`orm ..................... 22 VI. Statement o.f Folicy on Equal �rnplayrnent Opportunity Form ............................,,...... 23 VII. Department of Housing and Urban De�elopment Contxact Require�ents .................. 24 - 3$ ' Executi�e �rder 112�d, �qual �pportunity Ciause; Section 20? .'� , , A. Executive Order 1124fi �'orms . ' 1. Certification and Acknowledgnnent Form ....................�................,........,.... 39 2. Certifi�ation of Bidder Regarding Equa� �mployment �pporiunity Form ............ 4D j 3. Certifcation Regarding Lobbyin� Form ......................................:............ 41 � - � 4. Certi$cateofOwner'sAttarneyFarm .......-...•..••-.••.••••.42 �% : VIII. U.S. bepartnnent of Labor Wage and Hour and Public Conkract Divisions � , A. Instructions for Coinpleting Payroll form 4VH-247 ...........................................43 45 B. U.S. Depariment of Housing and Urban Developtnent � � 1. Certificate from Cantractor Appointing o€fzcer or employee ta 5upervise Payment of Employees�arm .................................. .................................. ......... �4b 2. Payrall Fomn .............................................................................�....... 47 3. U.S. Deparhr►ent of Labor Statement of Compliance Forrr► ................................ 48 4. �mployees Statement af Work Verification Fanz�. ........... ............................... 49 5. Payroll Deduction Anthorization Form ....................................................... 54 � � IX. U.S. Department of Housing and Urban Develapment Community Development Block Grant Input: Subcontractor's Certification Concernin� Labor S#andards and Prevailing Wa�e Requizements...........� ............................ .............., .............................. S1 - 53 s.� � X. Ha�v ta Complete Payroll �orms XI. �qual Ennploymenc Opparhtnity Paster XII. U.S, Department of Labor Poster XIII. projectDesignation5ign � Required �orms and Due Dates 4 �qvz�D �o� Contractor / 5uh Infarmation Start of Constnictinn Farn� Constn�ction Complete �aml _ Section 3 Attachment Forms �• Attaclunent B Self-Certificakion Form fl Attachmen# D Statement of Release Form � Attachment E Prelimfnary Statement af Workforce Needs Form � Statement of Policy on Equal Employrcient � Opporhlnity Farm � Certification and Ackna��+ledgemeat Forzn � � U.S. Department ofHousing and Urban I Develapment � Certification aF Bidder Re�ardin� Equa1 � Einployment Opportunity Form � Certification Regardin� Labbying Farm �� Certificata of Owner's Attarney Farm U.S. Department of Housinn anci Urban i Develapment o Certificate fram Contractor Appointing ' officer or empioyee ta i Supervise P�yment af Empinyees Form - I�UE Before d�� start of constriction At the Start of Consrivction After completion of cans[iuction � , i � 1 Complete and Return Within Seven {'�} Days of Receipt � � Complete and Return Within Seven (7) Days af Receipt i Complete and keturn �Vithin Seven (7) Days af Receipt i 1. I Complete and Reh�rn Within Seven (7) Days of Receipt � 1 Compiete and Return �Vithin Se�en (7) Days af Receipt $aginriing the fust week your coinpany wozks on a projecfi and for every week aftenyard �mtil yaur fir� j has completed its �vork.� Num6er the payroll reparts , beginning tivith # 1 and clearly mark your last payro1! � "�inal." ! - - -- --- - I � _; Payroll �om►s r You are na1 reqrrirEd to usc Payroil Form WH-347. You may use any other type of payrolV, such as ' computerized Formats, as long as it has ali of the information that is required on the 1�VH-347. I I U.S, Department of Labor ` Statement of Conlpliance Farm Employees Statement of Work Verifzcakion Fonn Signed and attached to the weekly payroll Required when employee is used in more than one classification and mus# be paid different rates during any payroll period Only ane emplayee authoriza[ion is needed for recurrin� deductions.: This shnuld accompany the FIRST pa}�roll on tivhich khe deduction appears Before the Start pf Work past on site at the start oft construction j Project Designation Si�n Post on site at the start of construction . � ,� _. — � _. __ ���'URlY �L FaRI'YIS TO YOUR PROJECT MOi',T3T�R; � Payroll Deduction Author3zatian Farm � U.S. Deparkment of Housin� and Urban Development ' Cammunity Biock Grant Input Subcontractor's Certification Conceming Labor Standards and Prevailing Wage Requirements ' Form Equal Emplayment Opparlunity Poster U.S. Departcnent of Labor Paster � P1�E��i�STRUCTI�N_CC�I��ER�loI�C� IV�II�U�TE� E, , TxME: - . DA�' . UOCATYON: : PROJ'ECT NAME: � LOCATxON �F PRO�IECT: � PRO�ECT NUMBER: ' CONTRAC'I' AM�ZJNT: I - l NAME , ,� �� . � � � ATTENDEE� NAME & ADDRESS OF FIRM TELEPHONE, NY7MBER, � j � � .... ,. __ ..-- -�----_-s-- ---.��..�-__�_.....W -- :_-.-__.- • --- . - - =-- _.. -__-._-._ __.___--.�_�--=_- .__..- A preconstruction conference �vas hcld on the above date to discuss labor stan�ards reqt�irements applicabfe to this project. The attendees, as lisked a�ove, �vere pxovided the follorvin; inforn�atian. The "CONTRAGTOR INFORMATION" farm required of the contr�tctar and all subcontractars should be completed and submitt�d before starting construction, � ' Secfion TLuee Plans must be compleked lay contractors and sLibcontractors having cantracts aver the amoltnt of $10,000. Written affirmative action pl�ns mlist be submitted by th.e contractors and stitbcontractors ha�ing coe�tracts over the amount of $50,400 and employing mare than 25 non-canstructian en�ployees. The plans should addzess i the Gontractor's intent to hire and train minorities and females on an equal basis as any other group. Exectttive Order 11.246, included in the contract document, should be followed as closely as possibXe. Thas �roject is subject to the Davis-Bacan Act (DBA), Copeland Act, Contract Work Haurs Safety Standards Act (CWHSSA}, and the Fair Labor Standards Act (FLSA). FLSA sets out the requirements for payment of minimtim wages, overtime pay, child labar standards and prohibits vvage discrimination on the basis �af sex. DBA specifies the minimum wages to he paid the various classes of laborers and mechanics ernployed on the project. Ci�VHSSA s�ts a Y�nifoma standard of �l0�hotir workweek �ith time and a half the basic rate of pay for all work in excess of 40-hours per week. The Copeland Act prohibits kickbacks being pa�d by the employee ta the ernplayer and zequires the �veekly submission af payrolls. FAIL�LTRE TO COMPLY W%T�i THE LAB�R STANDARDS REQUiREMENTS CAN RESULT IN THT� E5CR4W OF FUNDS ANDIOR WTTHHOLDING OF INSURED ADVANCES. � Tha contractor should inform his foreman and subcontractozs that this project is subject to periadic einployee �vage interview visits by City staff andlflr federa� agencies, such as HUD or DOL, to insuz'e campliance �vith the aforementioned re�ulatians. These federal officers or City staff are not to 6e prevented from conducting such intervie�vs. � The suggested payroll farm is WH-3A�7, Payroll. AIl other payroll fa�ns must be approved by HUD priar to tise. Payrolls musk be st�bmitted to �he Fi�cal Services Department �vithin sev�n days �fter_a nav Deriod ends. A pay period is seven (7} cansecu#i�e days. Payrolls must be originaX and must be completely executed. . The signature must be that of awner, partnes, af�'icer of authorized individual, and must be an original ink signature. It is suggested Yhat blue ink be used. The certification dates must cover the seven (7) day periad. "A CERTIFICATION FROM CONTRACTOR APPOINTI�IG OFFICER OR EMPLOYEE TO SU�'ERVISE 1'AYMENT OF EN1PL0'YEES" farm must be stiibmitted. �, The payrolls an.d basie payrall records of the eontractor and each subcontractar coverin� all laborErs and mechanics enlplc�yed upon tl�e work covered by this contra�t are to be rriaintained during th.e course c�� �vork and - preserved foz' a�eriod of three years therea£ter. Liqliidated dama�es tivill be assessed for failure ta pay avertime. The assessment arnounk is �ld per day per �iolation. Overtime begins oz� this project aftez' 40 hours per �veek. Additionally, �vage restitution must be paid to any employee who is underpaid �vhether the underpayment is due to failure to pay overtime or failure to apply the prescribed hourly rate o�pay. Employees must be class'tfied and paid accarding to the classificatians azid rates prescribed by the applicable �vage decision. The decision which is applicable to thi� project is �.. The ���a�e decisian must be posted at the construction site along with required posters for the dtiration of construction aciivi#y. Any classification needed �vhich does nat appear on the tivage decision x�r�ust l�e req�iested and approved by the U.S. Department of .j ��abor �rior lo the ttise of th�t classification on the project. � In inskances vvhere the owner a�a company perfornls tivork on tlie project, i]l�t OtiVi1�T 7i1L15� SYlObV Y11TT15�1fI .zerself on the payzal� and must show the hours worked each day and total haurs �ar t�.e week. All perso�s ti�ho ��erforn� �vor�C on t11e �roject mt�st be s��own on the �aVroll. The address and social secLiriiy n,umber for each em}aloyee must be ii�cluded the first time that emglayee appe�rs on the payrol! and any time their address change. Apprentices may be employed �n the project, however, they m�ist be certified by tl�e Bureau of Appren.iicaship & Training and the allati�able ratio ofapprentices to journeyman nl�ist not be exceeded. Payrolls are required for �veeks in tivhicl� no work is perforn}.ed labeled "NO WC�RK PERFORMED". The �rst payr�ll fiirnished must sha�v "Il�i1TIAL" in t�e payrall number block. Likewise, the last payroll must shar�v "FINAL". Subsequent payrolls fallowing the initial payroll must be nurnbered seqtiientialjy begin.nin� tiviih number �, incIuding payrolls labeied "NO WORI� I'ERFORMED". �ny person who is employed an a piece wark basis rnust be shown on the payz�till. The hours worked each day and total hours for the week must be sho4vn. The hourly rate of the piece worker must equal or exceed th�e I� prescnbed hourly rate for the particutar r�var�C classification. Dual work classi�ications within the same payrall period are accepfable pro�ided that a signed ve�ification �of the dual work classification is furnished from the employee. When dual rvork classification are used submit the farm "EMPLOYEES STATEMENT �F WORK VERiF'ICATI4N", Deduction authorizations, signed by emplayees, must be pravided far any deduction tvith the excepkions o� � FICA and federal tax. � �. � J �� r CSnless ol�hen�vise specified by the app�icable rvage decision, the classifica#ion of "helper" is ttnacceptable. Employees must be ctassi#'ied and pa'rd based on the work they per£om1, e.g., if a person gerforms the duties af ar uses the taols o�' a plumber, that persan must be classified as a plumbez�;'nat as a plumber's helper (the plumber classi�'ication is used there as an example anly}, ' ' The gen.eral contractor will be required to certify that all labor�rs and mechanics ernployed on the praject (including those employed by subcontractors� k�ave been paid hourly rates as prescribed by the applicable Iaws. '�he staff person wfio will monitor�this praject for ca�pliance with labor requirernents is Gre� Jordan. Any questians canceming labar requirements should be direeted io.him at (81�}871-&387. Questians shoti�ld be directed #l�rough the general contractar rvha is ultimately responsible for th� fiiliillment of these obligations Sul�mitted by: NAiv�E DATE Contack Pexsor�: _ _ _ City of Fort Worth Intergovernmental Affairs & Grants Mana;em.ent Greg 3ordan 1000 Thrackmorton 5treet _ _ Fort Warth, Tex�s 76102 (817)571-8387 T�[TERCOVERN�41Ei�[TAL Af TAIRS AiVD CrRr11VTS MA�iAGL�iE�[1'' PUBLIC Fd.CILITIES AND IMP�tOVEM�NTS C�1BG CONSTRUCTION GUID�LZNES The use af Cornmunity Development Biock Grant (CDBG) funds in �vhole or part far consintction of a public building must follow tt�e federal regulations for CDBG. P�-COi�ST1�LTCTZO�i STAGE A. Clearance and Wa;e Ratas {7nitiated by Project monitor, IA.GM) J.. � Qbtain Environmental Assessment fzom City Pla�in; Department to determine if flaod plain, effect on camrnunity, etc. 2. Obtain Qualified SErvice Area documentation frorn City Planning Department to determine at least S1°/a of z'esidents in service area af building are lc�w and moderate-income persons. 3. Contract Campliance Specialist tivill reques� wage determination frarn HUD ta meet Davis-Bacan Act (Descnption of work needed from project mana�er} 4. Prov�de cost estimate and saurce o#' funds for canstruction, 5. Pro,ject Mana�er from City Department will notify IAGM when project desi�n is completed. 6. At least ten.days be�ore the bid opening, IA.GM will verify �vage rates azzd notify�rs if there i� possibly a rnodification. . (�„�wr�%�� �.. �,�'`e.�t rl`�-�ri.r, ��.�,� B. Bid Prvicess f 1. Bid Docttment needs to include: -. A Con#ractar's Packet � 2. 3. 4. 5. �__..�.._= —___�.=.._.iAGM _.�.... � Wage rates required by Davis�Bacan Act and predetErmineti by Departtr�ent of Labor ger job elassificatian. Yn the case oi coutr�,cts entered inio pursuant to competitive bi�lding proeedures bid apening Iocks in �v�ge decision. The contract must be si�ned • � tivithin 9� days after the bid opening, if uot sibaed within that period a z��w decision will ga into effect, if the Contractor does not agree to t�e ne�� decisian t�e biddinb process must start aver. � HUD eontract requirements ` � Specifications of canstructior� work � Praject sign design �vitYi CDBG identif ed as a fiinding source to be � posted zn front of building b�:ing constructed. Pre-bid conference may be h�ld to address potential contxac'tar c�usstions, if sa, it mi�st be stated in the bid ad��rtisement and provide place and time. Bid advertisement needs to state time and place bids vvill be apened. Request far bids must be advertised 2 c�nsecuti�e weeks -- at least one �veek in nervspaper of general cizculation. - Prc�j�ct monitar to attend bid o�ening �� � 4-� 1 � �. Cantract betr,veen Contractar and City of Fart �rVorth ta i-s aeat mflsctY �v;+h ho�s��� prajects) , 1. A tivritten eontract �vith,the City will be comQleted priar ta the ' disbursement af mon.ey. The contract tivill zem�ain in ef:E�ct during any period that the a�ency has control aver CT�BG �unds. 2. A lien �vill be placed on praperty over a period to be, determined by the �" City (minimum of 5 years after expiration o�tl�e contract). � . 3. Xf during the lzen period the facility ceases tc� m.e�t a CDBG national objeetive ar eiigible activity, the City must be reimbursed at Fair Market Value of the building,less any portion of th� value attributable to ihe expenditure pf nan-building, less any portion of the value attributable to , the �xpenditure of non-CDBG �unds for acq�iring of, or improve�ent to, the pra�erty. � 4. Cantractor selected must obtain �iability and workers compensation inslu-�.nce. 5. Contractar selected must obtain perfozmance bond. CONSTRUCTXON S'TAGE ti A. ' Pre-Constniction con.f'erence ;� 1. Contractor is responsible for silb-contractor compliance �vi�h HUD f} z�e�ulations. �� 2. Ivlust be held to revie�v federal requirerr�ents and submission af gayrol� documentation on a weekly basis to IAGiVI. � 3. Building must provide ha�dicag accessibility•{wheelchair rarnps, elevators � and bathrooms}. � � 4. 1Vlanztoring site-visits and tivage interviews �vil��be conducted by project manitor. 5. Pro}ect mozutor rnust ensure that contractar�has not been debarred t�afore the start of wark. 6. Cor�iractor Information and Seetion 3 attachments must be sent to manitar with seven days after being received. . B. Canstniction ' 1. Sulamit Start of Work Notice -- 10 r i- r` • 2. Submit Section 3 Attachments � � � 3. Worl�ers mEist be paid weekly �. Submit �veekly certified payrolls (number payralls) 5. Post Wage decision, EEO, Departrza�nt oilabor rvage znfo. C. End o:f Construction 1. Submif End of Work Form 2. Retain aIl infarmation related ko project for five years .� =.a..,�..—..�ti.�_--� =.IA.GM_.-- Z 0 Project C�oseout 1. Audit by City staff This auttine re�resents the requirem�nts for conskructian ar rehabilitation pro}ects, • tiVe look forward to �vorking closely witl�,yau to faci�itate the implementation of these rec�uir�ments for federally fiinded construction proj�cts. "' Please feel free to call us at any time, Tamika Barr (8�7)� 871-$365 Greg J�ordan (817} 871-8387 � rr f•l d� � IAGM � CONTRACTOR INF(iRMATiO�T l7ate I� I PRdrECT: 1. Contractor: 2. Address: 3. City; � �k. Telepk�one: _ Fax: S. �ederal Z.D. #: � 6. Offi�ers of the Corporafion: President: Vice President: �eCl'�t�; ��e3.5ili'�T: 7. If sole o�vner or partnersk�ip, list owner (s): �RaciallEihnic 4vmership: 1 - �hlte American 2 - B{ack American 3 -Tlativc American a • Hispanic Americnn 5 - AsianlPacific American 6 - Hasidic ]ew 9 � � certify at the iime' of execution, hereQf, neither my company nor my corporate officers (if �� i�carporated) are listed in th� list af Debazxed, Suspended, and Inelx�ible Contractozs maintained by the Department of Housing and Urban Development (HUD). Signature i t �� SUBCONTRACTOR TNFORMATIOIV (To be comgleted by contractor) Date PROJECT: _ l. , Subcanfiractor: 2. Contract Amount: 3. Address: 3. City: 4, Telephone: 5. Federal I.D. #: Fax: �RaciajlEtk�nic O��nership: 1- White American 2 - Black American 3 -Native American 4 - Hispanic American 5 - Asiaz�IPaci�'ic Amaricari 6 - Hasidic Jew � � ,; I . L � I, I .. . Y � START OF GONSTRi1CTiON (D ate} Project Name: �roject Lacakion: Project Number: U.S. Department of Labor Waae Decision: This is to inform you that the _ __ _ - . � (Name of Company) � � of �� (Addre�s) {CitylTotivn) , , has star�ed work on the above xeferenced project co�ered by our (State} (Z�P) - � contract with you, as of , • {Dat�) R�spectfully yours, (Name of Company} By (Si�nature) Y f i; (Titie} � CONSTRUCTION COMPLETE, Project Name; Froject Locatian: . Project N�mber: U�S. DeQartment of Labor Wage Decision: _ _ This is to inform you that t�e _ ' (Name of Company) � , of ' {Address) (CitylTown) � , has ter�ninated, work on the above refer�nced pro}ect covered by our (State) {Zip} contract �vith you, as of _ � � � (Dai�) . Respectfully yaurs, (Name of Company) By (Si;nature} � J ���� �� ���� �o��� �i���.� ���`�i��� �����'����`� Affirmative Action Plan Under Section 3 of The Housing and Urban Devel6pment Act af.1968 Revised 4100 i� r . - - - :W.:-=- �. . ...�==-� - ----- - - __- _. _ ...._, ---- ::�.. --- - - -- ---.� � -- — -- - - =-t- � .... . � - - - - - - =-- - - - - --- ---- - - _ - 1 r7 �� �l I� City af �art'�'4''arth Part I: Part II: Part III: Part IV: k'art V Affcrmative Actiarl Table of Contents Purpose and Background Tn%rmatian a e �.. Summary Explanation and Purpose ............ ...................... ...................1 2. Geographical Applicability.� ....................................................,..,..........1 3. Applicability to Businesses ....................................................................1 �4. Applicability ta Individuals ...................................................................2 Selectian of Subcontractars and Vendors � 1. Proc�dures .......................................................................................2 2. Sources for Locating Sectian 3 Covered Busiz�esses .............................2 3. Reqti�ized Contract Clauses .....................................................................3 Hirin� Trainees and Employees 1. Procedures ..:.....................................................................................3 2. Gofld.FaitY� Efforts .................................................................................4 Compliance and Consequene�s � . 1. Monitoring of Requirements ..................................................... .........4 2. Grie�ar�ce Pxocedures ............................................................................5 3. Sancti�ns ...................................... ..............................................5 Attachmenis � . . 1. Targ�t Areas of Fort Warth ...................................................................... A-1 Z. Self Certification Form .................�...............:... . .....................................B-1 3. A�£firrr�.a�ive Action Plan for Utiliz�ng Eligible Businesses .......................Gl �. Statement of Release ...........:.................................................................... D-1 5. Preliminary Statement Work Force N�eeds ................................................E-1 � e�cy a���rt �vo�cn Fiscal Services I�epartment Intergavernmental Affairs and Grants Mana�eme�lt I�ivisiarr Affirmative Action Plan Under 5eckion 3 of the Housin� and Urban Development Act of 196� w �— �,� �,,, -��a.u- �„� --,�— -.. ,�— � -, �p ���_l��T�.R� _ S���D�$A`'�K���T��p.,,�i�Q�,�'`�? ��,���'��� ..� .. �€.' s.... .� r:.. �_�.,�:�..�� ��:�:, � . _ 1. Summary Ex�lanation and Purpose: Section 3 af the H�using and Urban Development Act of 1968, as arr�ended, �"Section 3"} is binding upon the City of Foz't 'S�i�orth, ("the City"} and its Coniractor in all proj ects using Community Development Black Grant (CDBG) funds. Any Contractar of CDBG funds, from whatever source, is bound by Seetion 3. The two prima�y purposes of Section 3 are (1) to encaurage the use af small, l�cal and rninority businesses as suppliers of goads and services, and (2) to encourage the use of lacal, minority and lower income perso�s as trainees and emplayees. 5�ction 3 requires that goad faith efforts be made to achieve thes� putposes. .� � This plan sets �orth the procedures yvhich tivijl be fallowed by the City of Fart Worth's Fiscal _ 5ervices Departmez�t, Intergovemmental Affairs and Grants Management Divisian ("ZAGIVI") and all � zts CDBG Contractors to accomplish these purpases. Specific'regulations governin� Sect�on 3 are set aut in 24 CFR 135. ' " 2. Geo;raphi_cal t\d�ticability; For the Community Development Block Grant Program, Section 3 is applicable to all activities taking place �vzthin the corporate limits of the City t�f Fort ��vt�rth, Texas. �YVithin this "Section 3 ca�ered area", the 7AGM Target areas aze considered priozity areas. The Target areas include the folla�,vin� I990 census tractslblock graup numbers: 1041.01/1, 10a1.0113, 1�U1.011�, 10(}1A116,100�.021�4, lOQI.02/5, I001.��./5, Ia02.01/1, 1aOZAl12, 1Q02.0113, 1002.0114, 1002.021I, 1002.02/2, 1002A2/3, 1002.02/4, 1002.42/5, 100311, 1DD3/2, 1�0313, �003/4,100315, f0031d, 1Q0�l1, 1004/2, 1004/3, 1OD414, i00415, 1Q041b, 1005.01/1, 1005A112, 1005.41I3, 1045.01/�4, 1005.O1f5, 1405.OI16, 1D05A211, 1005.02l2, 1005.0213, 1005.�2/A�, 1005.02/6, 1405.02.?, 10Q5.0212, 1D06.Q213, 100711, � �_ � f r �. ,. City of Fart�Vortl� �fff r�n�ative Actror� 1007f�, 1007/3, 104715, 100511, 100�/2, 1008/3, 10aS14, 1D�8/5, 1009/1, 1009/2, 1�09/3, 141011, 101012, 101111, 1O11J2, 1Q11/3, 101114, 1n12.�I1I, 1012.01/2, 1�12.Q2/2, 1Q12.a2/3 ' 1012.0214, 1012.02IS, 1012.02f6, 1413.O1f4, 1Q13.02/2, 1013.R213, 1013.02/�F, 1014.02/1, 1014.02/2, 101�:0213, 1fl14.0214, 1014.03/2, Ifl14.0313, 1014.03f4, I014.03/5, 1014.Q31b, 101�4.fl317, ]O15l2, 1415l3, 1a15/5, �QlGli, 101612, 101711, 101712, 10i713, 101811, 101812, I Q?011, 1020�2, 1021, 6, 10211�, 1023.0111, 1023.41/2, 10Z3.0113, 1023.0114, 1023.0'?f4, 1423.0215, I024.011�4, 1Q24.0115, 1024,01I6, 1025l1, 102512, 1025/3, IOZSl4, k02S/5, 1a25l6, 102614, 1425f6, 102b17, 102618 1027/�, 102712, 1428/1, 102911, 1�29l2, 102913, 103QI1, 1030l2, 1030/3, 103111, 10321I, 1�331�, 1Q33/2, I03313, 103314, i03411, 1034/2, I434l3, 103511, 1035/2, 103513, 1�3514, 1fl3515, 1Q3516, 103517, 1D36.OI11, 1fl36.01/2, 1036,01/3, 1{}36.01I4, 1036.42/2, 1437.0111, 1037.0112, 1037.0113, 1437.0114, 1037.0211, 1d37.0212, 1037.02/3, 10�8/1, 103812, 103813, 103$f4, 1Q3�15, 1438/d, 1039/1, 1U3912, 103913, 1040/I, 104012, 1 Q�Q/3, 1041/1, � 041/2, 1041/3, 1041/4, 1041/5, 104116, 1 Q��.0215, 1Q�3/2, 104313, 1D43/�, 104315, 1044/1,1044/3, 1DA�A�14, 10�4A�/7, 1045.01/1, 1045.0112, 1045.01I3, 1445.�1f4, 1�45.QI/5, 104S.OU6, i0�5.01/7, 1445,01/8, 1045.02/1, X045.Q2/2, . 1045.Q2/3, 1045.Q3II, 10�5.0312, 1046.0112, 1045.Q113, 1D46.a1/4, 1046.01/5, 1046.02/1, . � 1046.02/2, 1046.02/3, 10�6.02f�1, 1045.4311, 104b.0312, 1Q46.Q313, 1046.04/1, 1��16,04/2, � 1045.0413, 1046.0513, 104b.05/5, 1047f1, 1047I2, 1047/3, 1Q47f4, 1047/5, 104716 1048A111, 10�S.fl112, 1048,0113, 1048.O1f4, 1048.0115, 1{}45.0116, 1048.0117, 1048.OI18, 1045.0211, � 1048.�212, 1048.0213, 1048.02/4, 105�.01/1, 1�50.011�, 1Q50.01/3, lOS0.0114, 1050.OI15, 1050.0512, 1050.061�,.1OS0.0612, 1051f5, 1052.�111, 1052.01/2, 1052.01/4, lOS2.0211, 1052.0212, 105311, 1055.02J1, 1055.fl218, 1055.4S/1, 1056/2, 1057.0313, 1058/1, 105�8l2, 1058f5, 1059/2, 1�.059f3, 105915, 1�60.O1�.11, 1060.0211, 106a.04/Z, lOd1.01/2,1061.021, 1061.0212, I062.0111, 1062.O1f2, IQ62.0113, ].062.01I4, �I052.0211, 1062.02/2, 1062.02/3, lOd2.021�, I06312, 106313, 1Ob411, 1054f2, 1065.0313, 1065.fl612, lOb5I06/3, l005.05/4, �a55.OSf2, I065.0314, I055.0911, 1065.1014, 1065J11/4, 1065.12/2, 10661i, 1105/�, 1�10.07/4, 1113/OI/2, 1135.06/7,1141A1/4 3. A�p3icability to Btrsinesses: Businesses which are at Ieast fifty-one percent (SI%) owned by socially or economically disadvanta�ed persons �vho reside in the Section 3 co�ered area and �vhich qualify as small businesses tinder the standards of t�e Smal� Business Administration are eIigible �'ar the 6enefits af Section 3. 4. Applicability to rndividuals; Any gerson �vha resides in the Section 3 covered area and 4vhose family income does not exceed eighty percenk {�0°Jo} af the median income in the Dallas-Fort �Vo�th Standard Metropolitan Statistical Area may be desi�nated as a"lower income person". Section 3 is intended to bene�it such individuals throu�h employment and trainin� opportunities. City af rori Wortli ;°;�:��:���':4 T�� I:��� � `'` ��� ���.�},��� �:� � r x_� . � � _ _ _ -_ _ _ �-_ � X .. .. _ I; ^ C�;'TiON��]���ntr�tc�.ars�`�l�C� �^�1.�I1� 0�5 � _ �.. ^� a ��� ��� ��� � 1. Procedttres Affirntc�tiv� Ac.tio�T All contractors wi�l provide a completed copy of Attachmen� D, "Statement of Release", prior to signing any contzact �'ar a praject using CDBG monies. �ach Contractar selected will be bound by Section 3 requir�ments, iriclud�ng the suhmissian of all relevant dacumentation reqt�ired by this plan. Contractars will be held z'esponsible far the Seckian 3 activities of their subcont�actors VVhen campetitive bids are salicited, the contractor will notify bidders of 5ection 3 requirements. Each contractor �vill make a goad faith effort to issue invitations to bid to Section 3 covered businesses and ta use local and minority media to advertise c4ntrackual opportunities. H&HS will revievv proposed Cantractors and vendors to ascertain their eligi�bility to receive CDBG fiinds, based on priar and future assured campliance with Section 3� Contracts whic�i are typically let an a negat�ated basis in non-Section 3 cavered areas will be let on a negotiated basis in Section 3 covered areas, if feasible. � 2. Sotlrces for Locatin� Section 3 Covered Businesses: _ The City operates the Minarity/ Women Business Enterpris� (MJWBE) affice to assist iui the lacation arad certification of Section 3 covered businesses and ta inform such businesses ofhidding oppartunities for Cit� contracts. Lists o� Section 3 covered busin�sses area also available frorrl the Fort Worth Regional HUD � Office, the Small Business Administration and other similar agencies. .Any business rvishin� to q�.talify as a Section 3 covered business will be giv�n the ogporhinity to file a Sel.f-Certification fann �Attachment B) rvith �he Mf1�lBE of�'ice and all CDBG cantractars are en�o�ira�ed to seek the assistance of tk�at o£fice, shauld any question arise. IAGM �vill notify the �Viinorityl Women Business Enterprise office oiits pending contractual activities so that 5ection 3 covered business�s i may be nati�ed. , 3. ReaziirEd Contract C1a�ises; CFR 24 S 135.38 In the eyent a CDBG (`or�tractor tivishas to s��hc�ntract an� portion of a�roject t�tilizing CDBG mani.es. the �yritten �riar apnroval of TAC�M must be obtained. Furthermore, the follo�vin� paragraplis must be included in each subcontract: f 1 .� City of Fo�'t Wortl� Af�rrrrative Acliaj� A.. Ttle �vork to be par#'orrned under this Contract xs sub}ect to the requirements of section 3 of the Housin� and Urban Developzt�ent Act af I9G5, �s amei�deci 12 U.S.C. 1701u (sectioia 3). Tlze purpose of seckion 3 is to ens�ire that en�ployment and other econon�zc op�ortunities �generated by HUD assistance ar HLTD-assisted projects covered l�y seetiorz 3, shail, to the greatest extent feasible, be directed to low- and very !aw-inconte persons, partfcularly persons �.rrllo are recipients of HUD assistance for housin�. B. The parties af this C�i�tract a�ree ta comply with HLTD's re�ulations in 24 CFR �art t 35, which impieznent section 3. As evidenced by the�r exe�ution of this contract, the parties ta this contract certify that they are under no contractual or other irnpediment that would prevent them ftom complying wifh the part 135 regLtlations. C. The Contractor agrees to sesld ta each labar ar�anization or representative of �vorkers with which the contractor has a callective bargaining agreement or other understanding, if any, a notice advising the labor organization ar workers' representative of t�te cantractor's com.mitments under this seetion 3 clause, and will post copie� of the notice in conspicuvus places at th� �vork siie where both err�ployees and applic�nts fQr training and ernpTayxnent ' positions can see the notiee. The notice shall describe the section preference, shall set forth minirnum n.umber and job titles sul�ject to hire, availability of apprenticeship and training positions, the quali.�'ications for �ach; and the anticipated date the w�rk shall � begin. . D. The e9ntractor a�rees to include this Sectian 3 clause in every subcantract subjeci to eompliance �vith regulaiions in 24 CFR part I35, and agrees to take appropriate action, as provided in an a�pplicable provision of the subcontract��or in this section 3 clause, upon a finding that the subcontractor is in vialation of the regt2lations in 24 CFR part 135. The cantxactor tivill not subcontract with ar�y subcontractor �vhere the eantracior has notice or kna�vled�e that the su�contractor has been �ound in violatian af the regulations in 24 CFR part 1 �S. � E. The Contractor r�i1� certify that any vacant employmant positions, inctuding the training pasitions, that are filled (1) after the c�ntrackor is selected but before the contract is exacuted, and (2) with persons other than those to w'hom the regtxlatians of 24 CFR part 135 require em�loyment oppartunities to be directed, were nc�t filled to circumvent the contractaz''s obligations un.der 24 CFR part 135. - F. Nancoznpliance tivith I�UD's regulations in 24 CFR part I35 may result in sanctions, ternninatian of this contz'act for default, and debarn�ent or suspension from fiiture HIJD assisted contracts. G. Wzth resp�et to work perfonned in connection with section 3 co�ered Tx�dian hausin� assistance, section 7(b) af the indian Self-Determination and Edtiication Assistance Act (�� U.S.C. �'SQe} also applies tcr the work to be perfarm�d under �his cantract. Sectivx� 7(�b) 'r � e�ty or�o�r r�vflt�t� Affir•f�zrrtive .�ction req�ures that to the greatest exte�t feasible (X) preference and opporturtities for training and ei��ployi�zent sl�all be givec� to Tndians, and (ii} pr�ferei�ce iii the a�vard of co�7tracts and subcontracts shall be given to Indian ar�anizatians and Tndiar�-a4vned Econamic Enterprises. Parties to t3iis contract that are subject ta the provisions af sectian 3�nd section 7(b) agree to con�ply tivith section 3 to the max'rmum extent feasible, b�tt nof in derogation of compiiance �vith section 7(b}. ; - - -- - - - - �-.- � r .,,.� �.-- -.;;: �- .� �� ;..�. �,�_- . �.. ,x._ - � s� -:�'��k�';�,����R�1V��TF�:._�iVF�FS:��ID�E14�P�iQ�E�:��:�',;a� � ._ _ , _ .. � .. .: - - �... - - � � .. .. .. _ _ .. ... � = T�-:.4�-.. � �i ..'s .:'°�"_��`_'';.a5:;?'`=�-u�v�"R� Pracedures: All contractars will provide a completed capy of Attac�ment E, "Pz'elirriinary Skatement- Work Force Needs", priar to signing any contract for a project using CDBG monies. The C�ntractor will specify the maximum nuzn�ber af trainees �vhich can reasonably be used c�n the CDBG project, unless the occupational category is subject ta a ratio set by ihe Secretary of Labar. This inforrnation ,' will be reviewed by �AGM to ascertain the current and projected use of 5ection 3 covered individuals. J Should the Contrractor vvish to hire train:ees for a CI]BG assisted projeck, law�r income indi�iduals will be used to the greatest extent feasible in the �arious iraining categories. All vacant trainee positians shot�Id be fill�d with lo�vez income individaals, i£ at a11 possible. Only af�er a good faiih effort to place lo�,ver incame individuals in vacant trainee positions h�s been made rvill the Contractor use naz�-Section 3 covered individuals as traizaees. �� ShouXd the Cc�ntractor need to hire already krained employees, similar pre�'erence rvill b� given to quali�ied Iow�r incorne individuals �vho apply for those positions. For each accupational category in which vacancies exist, th� contz'aetor tivill set�a reatistic gaal far the number of lower income individuals to be hired. The Contractar tivill make a good faath effart to see that such goals are rn.et. To the greatest extent feasible, the Contractor will use Iawer incame individ�ials as CDBG pzoj ect employees. (.Any Contractor which fills vacant empioyment positions immediately priar to starting a CDBG project will be required to sho�v that its actions �vere not an attempt to circucn.vent Section 3 requirements.) ti�hen a lower income individual applies, either on their orvn initiative or on referral from an.y source, the Contrac#or will review his/her qualifieations and hire the individual if hislher c}ualificatzons are satisfactory and the Contractor has an opening. If the Contractor does nat inave an opening, th� individ�al will be listed �or the first available opening. City af Fort i�Vorth f�f�1'lYiCt!`I VB f� CIl01I If applica�t quali#ieations are equal, lo�ver income persons �vi1l be given preference in hiring. .An exceptian will be made �v�eu a Section 3 cavered praject must also tneet ttle reqtiiirernents of Executive Order 112�G. in this case, �vhen quali�cations are equ�l, minarity persans Gvil1 be given. £'irst preference in hiring. The City will require applicants claiming to be lotiver income to state their family income at the time of application. � 2. Good Faith Efforts: A Contraetor may show good faith efforts ta hire lower income individuals by: {1) confirn�zn� tivith the Department of Housing and Urban Developn:aent's Re�ional Adniinistrator, Asea Office I�izector, or F�iA Insuring Office Director, the geographical Section 3 covered area for the Contractor's specifie project; and (2) Lisin; loeal media, pro,ject area community organizatians, local public and priva�.e institu�+ons, andlor signs placed ai the pro�osed project site to recn�it lawer zncome � applicants for training and employment pasitions �vith the project. ', � _r� - �Pll�'�;�"J��O���P��IA�!IC.�� �������C)�'S�(�LiE�CE�S' r'"=�;ti ��.-_�__--------_- �-�------------------_-___-��.____�_a. . � 1. Monitorin� of Rec�uiremenfs: IAG�VI will monitor the efforts of its contractors to aehieve the purpose a�Section 3 in two primary rvays. First, the dacumentation required of CDBG Contractars rvill be examined to determine if good faiih efforts are beiz�g made to comply with�Section 3 requirements. Any abvious omissions os' improper actions will be questioned and the manner in �vhich cornpliance can be documented t�vill be determir�Ed by �AGM. Next, IAGM will conduct an site reviews to assure that any estimaies or pro}ec�ed figures for training and eanployment�have b�en achieved to the best nf the Contractaz''s ability. Tf a hi�h percentage of the emgloyees o�, and subcontractors for, a program rxkeet Section 3 stan.dards, tk�e good faith efforts af the Cnntractor wi1l be assumed. If compliance problems are discovered IAGM �vill encourage �the Contrac#or ta resolv� them. If �is informal persuasian should fail IAGM may request that san.ckions (as specified below) be applied. 2. Grievance Proced�res: Any persan ar business meeting the de�"initianal standards of Seetion 3 may gersanatly, ar by zepresentative, pursue the grievance procedures outlined here, In�'otmal complaints shot�ld be directed to IAGM for investi�afion of its Contractor's eompliance, or to the Contractor for investigation of the subcontrac�or's compliance. IAGM Contractors will notify IAGM of all info�rmal camplaints they xeceive. Yf the complaint is �'ound � City flf Fort'SVorth Aff r�1iative Actton valid, IAGM wili make an effort ta secure Seetian 3 compliance throEigh conferences, persuasion ' andlor mediatian. A�vritten notice specifying the exact nature of the nan-compliance �vill be issLied ka ihe non-cr�mplyin� par�y. The notica vvilL recammend speci€ic action to correct the non- complianc� and specify �. time limit for doing so. Continued rton4campliance may result in the ' application vf the sanctions iisted belo�v. , Ifthe complainant is not satis�ed �vitl� the infarmal complaint pracedLire, ar its outco��e, a formal grievance may be �led. The gnevanc� should be in �vriting and include: {1) the nan�e and address of the grievant; (2) the name and address of the grievant's business, if applicable; {2) the name and address of the Cit�+, Contractor, or Subcontracto�- {hereafter call�d "respond�nt"}; {4) a description o� the acks or omissions giving rise to the grievance; and (5) the carrective action sought. . The grievance should be signed by tkx� grievanf arad mailed to Program Operations Division, I Department of I�ousing and Urban Development, Fort Worth Regional Offce, �a �a� 2�os, Fort Worth, Texas, 76113-2905; or Assistant S�cretary far Equal Opportunity, Department of Hotising ,, and Urban Develogrx�ent, 'Washington, DC 2Q41(?. ' A. grievance must be filed no later than ninety ��10) days frozn the date of the action (or omisszon} upon which it is based. The iime foz filing may be extended b�r the Secretary of Hotiszng � and Urban Dev�lopment, if good cause is shown. - Upon receipt af a grievance by,the Secretary, a copy of it �vill be furnzshed to the zespondent. The Secretary will conduct an investigation and �vill give �vritten�notice to both the grievant and � respondent� as to the decision �'eached. The grievance may be dismissed or sanctions may be applied, � as appropriate. 3. Sanctions: Failtiue or refusal to corrxply tivith or give satisfactory assurances of future comQliance with the requirements of Section 3 shall be the praper basis for applyinJ sanctions. Any or all of the following actions may be taken, as apprapriate: cancellation, termination, or suspension in whole or in part of the con.tract ar agreement; determinatian of ineligibility or d�barment frarr� any fiirther assistance or cc�ntracts under this prograrr� until satisfaetory assurance of fi�h►re compliance has been received; re�'erral to the Department of 3ttstice far apprapriate legal pr4ceedin�s. ,� .� ;� �� ,' , � City af Fort laS�orth � I Affirmalive Actiort Miz�orityl'4Vomen Business Enterprise It is the paticy o#'the City ofFort Warth to invnlve Minority/ V1Tomen �usiness Enkezprises in all phases of its procurement practices and to pravide thetx� equal oppoct�nities to compete for contracts for canstz�ction, profession�l services, purcnases of equipment and supplies, and provision af otl�er serv�ces requ�red by �he City. The City operates the �Vlinorityl. Wamen Business Enterprise {Ml'4VBE) o�fic� to assist in the location and certification of Section 3 covered businesses.- A list of M/�V�iE businesses that have been certifted �y thc City o� Fort Worth wiil be provided to you upon request. If you need to secure serv�ces or stipplies, please contaet the City's M/WBE office: . CITY �F FORT �VOR.TH M/Wk3E O�FIC� 1000 THROCKMORTON FORT '4�V4RTH, '�'X '7610� (817} 871.-6204 0 C,1MY DOC[IAr1EA[T51PR�-CONSTFtCfCTION PACKEIIC SECTi�I+I 3-AFFII2��[/tTIVE AC7IOA[ PLAN.DOC � City of Fort '4'Vorfh SECTiON 3 ATTACHMENTS � Please Complete and Return Within Seven ('� Days C:13vIY l�OCUMENT5IPR�-CONSTRUCTION Pr\CKE1lC 5�CTION 3-AFFIRA+tATIYE ACTLON PLAN.DOC Affirmative AcdforF . •� _ �'r a'' 1 2195 � City of Fort �Vot'tIi , ATTACHMENT B SELF-CERT�FICA.���N FORM SOCYA.LL"Y ORECON(�MTCALL"Y DISADVANTAGED BttsinesslAgency Name: , Address: ' Zip Code . Z am a mernber of the following rninority group: (Circle One} Black American Indianl Asian/ Alaskan Native Paci£`�c Tslander I awn at least S l percent of the above business: � i � Date: Signafure: Title: Af�i�ntative Actron Spanish- Other{Specify} Surnamed : � � SEL�'-CERTIF�CATION FORM NO�i-PROFIT ORGAi�IIZAT�ON This organizatior� is a non-profif organization. Business/Ag�ncy Name: Addr�ss: Zip Code Date: Signature: Title: �: _�._. ,.__ _,-_ � �,._ _ �_.. .._ --_ - � - � ._. � .,. - �--_. _..,. -- -- -- ....,,� _�-��._ .— � ,� City of Fort �'4'vrth A�rnac�tive Actiorr ATTA.CHMENT D Statement o� Release i � � ,� � � � .. i will not subcontract any work in cannection with this project irnless � first receive the prior ��ritten approval of the Fiscal Servic�s Departrnent, Intergovernmental Affairs and Grants Management Division of the City of k'ort Worth. BusinessfAgency Name: Type af Business/Qrganz�ation: Address: (CitY) I � Signature: Title: (Stzeet} tst�t�) (zip) � � D�1 � i�i _ ._ .._._..- - ..— .. ,.�_ _ -` - -� - _ . _..... . .�,...,.,.� ». a �r nnr,.... _ _ --- • .. _... ����M�fNA.�X S'�'A'�'�M[�NT waa�� �'o�?c� rr���s �mp�oyrr�ent Classi�cation �NSTRUCTION: �Foremen Tournevmen _ /��t�rentices, � Lnborers. OCCiJP�ED PE��ENT POSITIONS TOTAL MINORITY* Maje Female . Male Female �RAND TDTAL 4��4a45' nC1C[ fh9fNT51f'AC-CONSTRUCT103�! SACICC"L�C SLCTION 3-AF�iRNfATiV� ACT{ON PLAN.DOC �� ; — - ; TTp: � _ _ �'!EN'. Contractar's Name. 'Address: Da#e: VACANT P�SITI�NS*�` 'TOTAL N1rNORiTY* Male Fem�le Male , Fen3ale SUBMITTED BY TiTLE �`Minority - Bl�ck _ Sp�nish-American - American Indi�n/ Alaskan Native - Asian/i'acif c Islander �"�Show Section 3 ;oals for lourer incorne, Total lines. r, � ' STATEIVIENT O�' POLTCX 4N EQUAL EMPLC}YMENT �PPORTIJNITY , � It will be the palicy oF this firm ta not discriminate against any applicant for employment, or any i � employee, because af race, creed, calor, age, sex, or nattiral origin. This �rxn will inst�re that this � palicy is continually enforced �ith regard to em.ployment, pramation, upgrading, demotion, tz-ansfer, .- recnlitment, and recruitment advertisin�, ].ay aff and tern7,inatian, compensation, trainin�, and working conditions. We will make it understood by all with whom �ve deal, and in a11 our ernployment opportunity announceme�ts that the foregoing is our policy. All applicants and employees wi11 be judg�d solely on the basis of their skill, devQtion Ioya�ty, reliability and integrity, Company �[ame Signature .f � 'r ,f �. ; EFFECTTVE APRIL i, I99Q. I��PARTN�jE_NT O� _HnUSING }�NT}, j7I2AAN DE�IFLOPMENT CQNT,RAC'F REO�JIREMENT Contractox- agrees �a comply wi�h �the requ9.rem�nts p£ the Hausing and Urban Development Act of 1968, as am�nded, and wi�.h the regularions pzomulgated th�reunder. Speci�ica].ly, Cantractar shall camply with the following Acts and Orders and �heir ragulations: 7.. EXECLI'T'IVE �RDE12 A1246 EOUAL flPPORTUNITY CLAUSE: SECTIO?�T 2D2, buring tihe pez'farmance of this Contract, �.he Contract�or agre�s as £ollows: a. The Canrractc�r will not discriminate against any employee or appli.cant for employment becau5e o� race, color, religion, sex or nationa7. origin. The Contiractor will rake aPfirmativ�: acti.on ta ensure that appiicants ar� �mploy�d and that employees are �rea�ed during employment withcrut r�gard �o their race, caloz, religidn, sex or natiional origin. Such actian shall includ�, 1�uC not be limi.ted to, the following: employment; upgrading; demo�ion or transfer; recru�tment or zecruit�t►ent advertising; layoff or �ermination; rates o� pay or o�.her �orms of compensativn; and selection �or training, including apprenticeship. The Con�ractor agrees to post in conspi.cuous places, availab].e to ernp7.oyees and applicants far emplayment, notices setting forkh the provisions ot this nondiscrimination c3.ause. b. 'The Con�ractor wi11, in all solicitations or advertisements tor employeas � plac�d by or an laehaZ� of the Contractor, s�ate tha� al]. r�ualif�.ed applf.cants wil]. receive considezatian for employment wathout �egard to .� race, col.or, religa.on, sex ar na�ional.origin. . c. The Contrac�ox wi].1 send to each labor uninn�or�'representa�ive of workers, with which it has a collective bargain�ng agreement or other can�.ract ar understanding, a natice advising the said labor union or workers' representatives af the Contxac�or�s commi�ment under tihis sec�zon, and- sha�.l post copies of th� no�i.ce zn conspicuous placeg available to emp7.oyees and appli.cants for employment. • d. The Cotztxac�or will comply with all provisians of Executive c�rdex' 11246 of September 24, 1965, and with the rules, regulati.ans and relevant orders of �he secre�.ary of Labor. _ " . e. Tln.e Contractor wi11. furnish all informatiost and reports zequir�d by' Executi.ve Qrder 1129:6 of Septembez 24, 1965, and by rules, reguiations ax�.d orders of the SecreCary of Ua3ao�, or pursuan� theretio, and will permit access �o itis books, records and accounts by the Aepar�men�. of Hausing and Urban Developmen� {.��the Department") and rhe Secre�ary of Labor for purpases of investigation to a5certai.n complian.ce with such rules� regula�ions and order5. � �. l €, rn the even� of the Contrac�or's r►oncompliance with the nondiscrimzna�io� c].auses of �his Contract or witih any of the �said rul.es, regulata.ons or ❑rders, this �antract may be canceled, ter+ninated or suspended in �rhal.e oz in part and the Contraetar may be declared in�ligi.ble for further . _i- �ovexnmen� contracts in accardance wi�h procedur�s authari2ed in Executive Order 11246 of 5eptem�er 2�, 1965, or by ruZe, regulation or order of the 5ecretaxy�of Labor, or as otherwise provided by law. g. The Con�ractor wall include the sentence immediate�y precedzng Paragraph a and rha pravis�ons af Paragzaphs a thraugh g in �very subcon�ract or purchase ord�r unless exempted by rules, regu�ations ar orders af the Secre�ary of Labor issued pursuant �o S�ction 204 of E�ecutive Order �1246 o� September 24, 1�65, so that such prov�sxons 4ri�� be binding upan each sub�ontzacCor or vendar. The Contractax will �ake such ac�ion with xespect to any suhcontract ar pu�chase order as tha Department may dzrecr as a means of enforcing su�h proviszons, including sanc�ions for nancomp�ianee. Pravided, h�wever, that, in the Event the Contractaz becomes involved in or is threatened w�th litzgation with a subcontractor or vendor as a resu�t of such direc�ion hy the Departmant, the Contractor may request the United S�a�es to enter into such li�igatian to protecG the intares� of the United Statas. h. The Contrac�o� shall submiC.a certificatxon and sha11 zequire ea�h of its subcontractors to submi� a certi�ica�ion that a�l faczlities provzded �or emplay�es af Contractor or any subcontractor shall be fully int�grated, and ConCxactor shall not p�xmit its emplayees to perform �heir sezvices in ., any locatians under i�s contral where segregated facilities are main- -� tained. i i. The Contrac�o� and each subcantrac�or shall germit access during normal � business hours to zts premis�s far the purpnse of conduct�ing an-sit� , compliance reviews and far inspecting and copying suc� boaks, records� � accounts and other mat�rial as may be pertinent to compliance wath the order and �he rules and regulations promulgated pursuant �hereto by �he Ci�y. Informa�ion obtained in this. manner _shall be used only in conneetion wx�h the admznistration af the Order�,� th� administration of the , Civi� Rights Act of 1964 (as amended) and in��urthexanee of the purposes of the Order and the Act. z. ����Rr�rzvE Ac�ioN �eTs a. In p�r�ormance of all con�raeks, �he Contrac�or wil� campl� with the Affirmativ� Ac�ion Guide�znes of Exeeutive Order �1245 and the implement- ing regula��vns and documents thereo�. b. Yn performance of a11 cont�acts �n the amount of $10,000 or more: Contractor wi11 comply with Section 3 of the Housing and Urban Develogment AcC of 1965, as amended, 12 U.S.C. 1701u, and the imp�ementing regulations and documentis and shall have an file a written affaxmative action policy, which has the s�ated work �orc� gaals a� 18.2% minority persons and 6.9� females, and must �ollow the hiring p�actices speciiied in Subsection C, be�ow. Additionally, Contractor ag�ees �o the fallowin� provis�ons: {1) The work to be performed under this Contract is on a p�oject assisted und�r a program providing direct Federal financial assistance from the Depar�m�nt of Housing and Urban Development and �s suhj�ct ta �he requixemen�s Qf 5ection 3 0� the Housing and Uxban �eve�opment Act of 1968, as amended, i2 u.S.C. 1701u. Section 3 _. _ .-�.� . ._- . � �-- - 2 - .� require� �hat, to the greates� extent �easible, oppor�uniCies fox training and emplayment are given �o xower zncome res�dents of �he praject a�ea and contracts for work in connection wi�h the projec� are awarded Ca business cancerns vrhich are loca�ed in or owned in subs�antial par� by p�rsans residing in the area o� the prajec�, (2) �he partze5 to rhis Contract will comply ��th �he provisians af sa�d Section 3 and the regulations issued pursuant ther�to by the Seczetary of Housing �nd Uzban Deve�apment se� forth in 24 CFR 135 and al� applicable xul�s and orders o� the Departirnent issued �hereunder prior to the executipn o� �his Contzact. The pa�ti�s to thzs cantract�certi£y and agree tha� tihey a�e under no contractual or oth�r disability which would prevent them fram complying wi�h t�ese requirements. (3} The Con�ractor wil� send �o eaeh labor organization or represanta- tive of workers with which he has a collective bargain�ng agreement or other contrac� ar understandzng, if any, a notice advising tihe said labar organization or workers' repxesentarive of his commit- ments under this`Section 3 c�ause and shall post copies af tihe � notice in canspicuous places availabl� to employees and applicants fo� emp�oyment ox �raining. ' (4) The Contractor will include this Sec��on 3 clause in every subean- � trac� for work xn aonnection with the pxoject and wi11, at the direc�ion of �he a�plicant for or recipienti of �ederal.financzal ��� ' assistance, kake apprapriate action pursuant to the subcontirac� upon ,_ a finding t�at �he subcon�ractar is xn v�olation of regula�ions '• issued by the Seer�tary of Housing and Urban Development as set � - forth in 2� CFR 135. Th� Contractor will not subcontract with �ny subcontractor where �t has natice or know�edg� that the la�rer.has �een found 3n vzolation of r�gulations und'er 24 CFR 135 and will not le� any su�ca�traet unless the subcantractor has�first provided it � with a prelimznaxy s�atement of abili�y to comply with the require- ments of tihese regulations. (5} Compliance with �hs pravisions of 5ection 3, the regulatxons set fo�th in 24 CFR 135, and all applicable rules and orders of �h.e I]epartment issued �hereunder prioz to the execution of the Contrac� sha11 be a condition af t�ie Federal fi.nancial a�sistance provided ta �he prnjec�, binding upon the applicant or recipient for such assistance, its successors and assigns. �Faa.lure to ful�il7. tihese requiremen�s shall. subjec�. the applicant or zecipi�nt, its con��ac-- tiars and subcantractars, i�s successors and assigns, to �hose sancti.ons speci.fied by the grant, loan agreement or cpn�rac�. �hrough which �ederal assis�ance is provi.ded and ta such sanctions as are speci�ied by 24 CFR 1.35. - c. In �er�ormance of all contracts in �he amoun�. nf $50,a00 oz moxe, and wher� the Con��ac�or employs more than twenty-five non-const�ucCion emgloyees, the Cantrac�or must promulgate a s}accific a€firmatiive acrion plan, and mus� take speci�ic a��irmative action �o ensure equal emplayment agportunities. Contractor shall implemen� affirrna�ive action steps at � least as extensivc as the �ollowing: ._�^__.___,____--�..,�.-_:..-. - - -- -3� - (1) �nsur� and mainta�n a working environment free of harassm�n�, intimidat�on and coercion at all sites and in all faci�ities aC which the Cantractor�s emplayees are ass�gned to wazk. The Contractox shal� specifically en5ure that all foremen, superi�ten- dents and other on-szte supervisary p�rsonnel are aware ot and are carrying out the Con�ractor's abligati�ns to mazntain such a working environment, with specific at�ention to minariCy and female individuals working at such sztes or in such facilities. The Cnntzacrox, where possib�e, will assign tulo or more wamen to each construcC�on project. ,� (2� Establish and maintain a cur�en� �is� of minority and female recruitment sources and prov�d� written natificatzon ta minoxity and �emale r�crui�men� sources and to cammunity organizations when the Contrac�or or its unions have emplayment agpartuni�aes available, and main�ain a record of the organizations' responses. {3) Mainkain� a curzent file of the names, addresses and telephone numbers o� each minori�y and fema�e o��-streer applicant and minor�ty oz female referral from a union, a recrui�menti source or cammunity organization and of whati action was Caken with respect to each such indivkdual. If such individual was sent �o the union hiring hall �or reierral and was not referred back to �h� Contracto� by the una.on oz, if re�ezred, na� emplayed by the Con�rac�or, this shall be dacumented in the file with the rc.ason ther�fore, al,ong wi�h whatever additioria�. ac�ions the contractor may have Y.aken, (4) Provide i�mmediare wri�ten natification to �.he City when the union or unzons with which rhe Contractqr has a collac�ive bargaining agreem�:nt have not referred to the Contrac�ar a rninara.ty person or woman se.nt by the Contractor, or wheri �.he Contractar kaas other iziforma�ion that �.he union referral .process has impeded Che Cantractor' s a£forr.s to meet its oblig•atioz�s . • (5) T7e,cre].op on-�he-job training op�or�uni�ies and/or partici�ate in �raa.ning programs �oz the areas which expressl.y include minorities an�l women, including t�pgrading pragrams and appzent�i.ceships and �.ra9.nee pragrams relevant �o the Contractor's employmen� needs, especially t�hose pxograms funded or approv�d by the Department of La}�or. The Cantractor shall.provide not9.ce o� these programs ta the sources compiled under subsection (2) abov�. (6) Dissemina�e the Cantractor's EEO policy by grova.ding notice of the � policy ta unions and training p�ograms and req�esting their coopera�ion in assisking the Con�ractor in meetir�g its EEO obli.ga- tic�ns; by inc].uding it in any policy manual and collective bargain- in.g agreement; by publicizing i�. in the company newspapez or annual re�ort; by specific review of the policy with all management personnel and wikh all minority arzd female amployees at ].east once a year; and by posting tihe company EEo poiicy an bulletin boards accessible to al.l empxoyees at each loca�ion e�here eonstruction wor]c is performed. -�- ..' .� i¢ f .; .� i7) Review, a� least annually, the company's EEO policy and afiirmative action oblisa�ians und�r these speci��cations with al� employees having any res�onsibility �or hiring, asszgnmenG, lay-off, tezmina- �ion oz ather �mployment decision, includin� speciiic rev�ew of �hes� items wi�h on-si�e supervisory personnel, suc� as superanten- d�n�s and ganeral forem�n, prior ta the initiatiion of cons�ruction work aC any job site. A wriLten zecard shall be made and main�ained identi�ying the name and place of these meerings, persans atCending, subjeet matter dzscussed and dispositian of the subje�r matter. (B) Disseminate the Contractor's EEO policy externa�ly by including highligh�s af iC in any adv�rtising in the news m�dia, spec�fically ' including minority and fema�e news m�flia, and pxoviding writ�en notifica�ion to, and discusszng tihe Contractor's EEO palkcy �ri�h, other contrac�ors and subcontractors wzth whQm the Contractar does or an�icipa�es dozng businese. (9) � Direct its recrurtmenti e�forts, both oral and wri��en, to minor�ty, fema�� and coromunity organzzations, to schoals with �inori�y and female studen�s, and �a minority and �emala recruitment�and tiraining organizations serving the Contxactor�s xecruitiment area and employment needs. Not later than one month prior �o the da�e for the ace�ptance af applicatzons for apprenticeship or other ��aining by any recruitment source� the Contractoz shall send writiten no�ification to org�nizatipns such as �he abov�� describxng the openings, screening procedures and tes�s �o be us�d in tihe selection � process. � (lo} �ncourage present m�narity and female employees to recruiC other minority persons and women and, wh�re reasona�le, provide after- school, summer and vacation employ�nent to minority and female youths, bo�h on the site and in a�her aze� of the Contractar's work torce. ' (11J ValidaE� all tes�s and othez selection requi�ements where �here is an obligation to do so und�r 41 CFR, Part 6p-3. ��zj Conduct, a� leas� �nnua�ly, an i�ven�ory and evaluation of all minority and female personnel for promotiona� oppoxtuniti�s and encaurag� thes� emp�oyees to �eek ox �o prepare �or, thxough appropriate training, such oppox�uni��es.' (X3J Ensure that seniority prac�ices, job classificatians, work assign- menrs and ather personnel practices do nat have a discrimina�ory effeck by continual�y monitoring all p�rsonnel and emplayment- related ac�ivit�es to ensure that the E�O goiicy and the Contrac- � �or's obligations undex these specifications are being carried auC. {1�� Ensure that all facx�ities and company ac�ivitzes are non-segregated excep� as separate or single-user toileti and necessary changing facili�ies sha11 be provided to assure privacy betwaen �he sexes. (15) nocument and maintain a record o� al�. solici�ations for subcontracts �rom mi.nority and fesnale constructa,on contzacto�s and suppJ.iers, _.._�..�.--,..__.._____-_, _.— -- _ - -- r�~ � .r � including circulation o� s�licitaCions to minoriCy and femaie contractor associations and ather business associations. (�b) Conduct a review, at ieas� annually, of all superv�sors� adherence to and performance under th� Contxac�or�s EEo policy and affirmativa action obligations. d. The ContraeCor shall designate a responsable official to monitor all emp�oy�ent-related ac�ivities to ensure that the campany EEO policy is being carried out, to submi� reports rela�ing to the provisions hereof as may be required by the City and ta keep records of the same. Records far each employee sha�l at _least include: �h� emplaye��s name; address; te�ephone numi�er; constructinn trade; union a�fz�iation, if any; emploxee id�nt��xcatian number where assigned; social security number; zace.; sex; status; dates aF changes in status; hours worked per week im the indicated tzade; rate of gay; and locatians at whi�c� the work was per�ormed. Records shall b� maintained an an easi�y unde�standable and reCrievahle foxm; �owever, ta the degre� that existing reCords satasfy �his requiXe- ment, Contrac�or shal� not be required ta main�ain separate records. 3. COPELA1�Tl A1VTI-KICKBACK ACT In any contract i.z�volving eonstrucCion or repair, Cantrac�or agxees to camply, and aha11 r�qua.ze its subcontractors to compl�r, uvith the provisions af the Copeland 1°Antz-I{ickback Ack" (18 t7.5.C. 874), as sugplement�d i.n Department of Labor r�guJ.ata.ons (29 CFR Part 3). This Ac� provides that each Contzactor or subgrantee sha11 be pxohibited �rom inducing, by any means, any �erson ernp].ayed in the construction, completion oz repair of public work to give ug any par� af �he campensarian �a which he ox she �s athexwise entit].ed; and, i.f found gu.ilty of doing so, shal� be finecl not more than $5,Da0 or i.mp�isoned not more than �ive (5) years, or bath. � 4. DAVIS-BACOi�T ACT � In any con�rac� for construction in excess a� $2,ODD: Conkracror agrees to cnmply, and shal.l raquire its subcontractors ta comply, wath the �rovisions o� rhe Davis�Bacon Ac� (40 U.S.C. �76a to a-7). '�his:Act requires contractors ta pay wages ta laborers and mechani.cs at a rate not less than the minimum wages specified in a wage determinati.on made by �he Secretaary of Labor and to pay wagas not less oEtien than once a waek. Specifi.cally, Contractor agrees �o comply wir�n , �.he following Aepartment o£ Labor regulations (29 CFR Par� 5}: a. Minimum Wages ,� All laborers and m�:chanics employed or warking upon the site o� the wozk performed pursuant ta this contract will be paicl unconditianally and not less oft�n than onc� a week, and wathouti subsequen� deduc�ion or reba�e an any account texcept such payrol7. deduc�ions as are permitted by regula- tions xssued by the 5ecr�tary a� vabor under th� Copeland Act), �he �u11 amount of wages and bonafide fringe hene�i.tis (oz cash equivalents thereoi) dtte a� �he time af gayment, computed at ra�es not less than Chose con�ained i,n the wage fletermination of said Secre�ary of T�abor (which is attached herero and made a part hereof),. regardl�ss of any cantrac�ual re].ationship whi.ch. may be all�gad ta exist laetween the ConGractaz and such i � - -6- labarers and mechanics. Contributions made or costs reasona��y anticipat- ed for bonafid� fringe bene£zts under Sectian 1{�){2) of the Davis-Bacon Act on behalf of laborers or mechan�cs are canszdered 4rages paid �a such laboxers or mechan�cs, subject to the prov�sions of Paragraph d of �his clause; also, zegulaz contributions made or costs inc�r�ed fnr more �han a weekly period under plans, f�nds or program a�hich occur khe particular weekly p�rxod, are deemed to b� constructzvely m�de ar incur-red during such weekly per�od. Such laborers and meehanics shall �e paid the appropriate wage ra�e and frznge henefits on the wage deGerminatxon fox Che classi�ica�zons o� wark a�tu�lly perfarmed without regard �a skil�, except as provided in �he clause en�itled "Apprentices and Trainees." Laborers ar mechanics performing work in more than one classification may be eampensated at tihe rate �specifzed �or each classification for the tzme ac�ually worked therein; p�ovided, �hat the emplayer�s payroll recards accuxately set forth the.��me spent in each ciassificarion in which work is performed. The wage de�ermination {�ncluding any additional classifi- ca�ions and wage ratee conformed under Parasraph b af this clauseJ and th� navis-Bacon poster shall be posted at al� times hy the Cantractar and i�s subcantrac�ors at the site of the work in a praminent and accessible plac� wher� they can easily be se�n b� the workers. � Employment of Labor�rs or Mechanics no� list�d in Afo�esaid Wag� Determinataan Decision (1) The Ci�y shall zequire that any class of la�arers or meahanics which is not listed in �he wage det��mination and which is tQ be emplayed u�dez tihis Cantzac� shall be alassitied in conformanc� with the wage deGermination. The City shall approve an additianal classification and wage raee and �ringe benetits therefore only when the follawing criteria have been me�: (a) � The work to be per�orm�d by the'ci�assi�ica�ion xec�es�ed is not performed by a classification in �he wage de�erminatian; The classi�zcation is utilizad in the axea by the constxuction industry; and . (c} The propvsed wage rate, zncluding any banafide fzinge bene- iits, bears a reasonable re�ationship �o the 4rage xates contained in the wage determination. (2j If tihe Contractor and the labarers and mechanics to be emp�oyed in the classz£icatiqn or their represen�atives and the Citiy agree on the classifica�ion and wage rate, including rhe amounr designated for fringe benefits, where appropziat�, a repor� of�the action taken shall be sen� by thE City to th� Administratnr o� �he �Tage and Hour Divzsion, Employment Standards Administration, United 5tates D�partmen� of Labor. The Adminisrrator, ar an au�horized represen- �ative, will approve, mddify oz disapprove every addit�anal classificatxan action wzthin 30 days or receipt and so advise the City or ara�1 notx�y the Ci�y wirhin tih� 30-day period tha� addi�ion- al time is necessary. _------_-_-� - � -- •- -7 � 1� � .I {4) The wage raCes determined pursuant to rhe abave p�ovisians shall b� paid to all worlcexs per�orming work in �he class�.�icatian under this Con�ract from the £i.rs� day on which work is perfarmed in th� classi.fication. c. Fringe Bene£its Nat Expressed as Hourly Wage 22ates � Whenever �he minimum wage zate prescra.bed in this Cantract io� a class of laborers ax mechanics includes a iringe benefit which is no� expressed as an hourly rate, the Contracror sha1.]. either pay the benefit as stated a.n the wage determination ar shall pay either bonafide fringe benefits or an hourly cash equivalent thereof. i d• e. (3) In the event the Contrac�or, the laborers or mechani.�5 to be empl.oyed in �he c7.assi�ication, and the Ci.ky do nat ayree on the proposed classificatian and wage ra��, i.ncluding the- asnount d�:signated for fringe ]oene�its, where appropziate, the City sha7.1 re�er th� questions, incl.udang the xeviews of alJ. interesCed paxti.es and tihe reCommenda�ions o£ the City, �o �he Admin�srraCor £or determina�ian. The Administzatoz of the Wage and Fiattr Divisions,� or an autharized represen�aCive, wa.11 issue a de�erminati.an wi�hin 30 days of receipt and will �o adva.se the City or wil7. notify tha City withan the 30-day period �hat additional rime is necessary. AnticipaGed Costs of Fr9.nge Bene�its zf the Contractor does not make payments to a txustee or third person,, he may consicier as par� of the wages of any laboxez or mechanic the amount o� any costs reasonably anticipated in providing fringe ben.efits undez a plan or program of a�ype expres5ly 1i.sted in the wage deterrnination decision of the Secze�ary o� I,al�or which is a part of �his Can�ract, prflvided, however, the 5ecretazy of Labor has found, upon-.the wri,tten request oi the Contractox, that the applicable st,andards of the Davis-Bacon Act have been m�t. The 5ecretary of Labor may require the Con�ractar to set aside i.n a separate account asse�.s for the tne�:tir�g of obligations under �.he p].an or program. A copy of any findings made b� the Secretary af Labar with respec� �o �ringe benefits k�eing provided by rhe Contrac�or must be submitted to tha City witih th� f�rst payrol.l filed by th� Contiractor subsequent to receipt of the findings. Underpaymenr.s of wages or Salaxies 1 , % .� 1 ; The Ci.ty shall, upon i�s vwn, action ar upon writt�n request of an �I authozized repxesentative of the Depar�men� oi Labor, wi.thhold ar cause to be withheld from the Contzactor under this Cont�act or any o�her fed�ral con�ract wi.th the same prime Cnntractor, or any other federa7.l.y-assisted contiract subjecG to �av9.s-Bacon prevailing wage recluirements wha.ch is held � by �he same grime Contxactor, so much o� �he accrued payments or advances �' as may be considexed necessary ta pay laborers and mechanics, including appzentices, tx'ainees and heJ.pers employed by the Contrac�.ar or an�r j subcontractor, the full arnount of wages required by this Cantract. Zn the even� af Contractor+s failure to properly pay any laba�ez ar mechanic, including any apprentice, tzaa.nee or heJ.per emp].oyed or working on the site of the wark, �he City may, atkez written no�ice �o �he pxime -8- Con�ractor, Cake such action as may be necessary ro cause a suspension of any fur�her payment, advance.or gua�antee o� �unds until such violakions have ceased, The amount so wiGhheld may be disbursed by the Czty, for and on account o� the CantracCor or �he subconGracCor, ta the�r respective labor�rs ar mechanzcs to whom �he same is due or on Ch�ir behal� ta plans, funds or programs for any type of fringe benefit prescrib�d in applicable wage det�rmination. ' f. Fayrolls and Basic Payro�� �ecords of Contracror and Subcantrac�ors ,� ��} Payrolls and basic records re�aking to �he work performed und�r the kerms of rhis.Contract sha�1 be rnaintained by Cha Con�ractor during �he course of tihe work and preserved for a period of rhree yeazs �h��ea�ter for a11 laborers and mechanics working at �he sit� of the wnrk. Such r�cozds shall contain the name, address and social securi�y numJ�er o£ each such warke�, his or her correcti classifica- tiion, hour�y rate of wages paid (including rates of cnntributians ar cos�s antzcipated for bonafide frznge benefits or �ash equxva�ents thereo�}, daily and weekly numl�er o��hours worked, d�duct�ons made, and actual wages paid. Whenever the 5ecretaxy of La�az has found that the wages of any labazez ar mechanic include the amoun� of costs reasonably anticzpated in providing �ene£its under a plan or program describ�d by the Davis-Bacon Act, th� Contractor shall maintain recnrds which show that the commitment to provide such bene�its is enforceable, that the plan or pragxam is financially r�sponsa.ble, thar th�: plan ar program has been �ommunica�ed in writin,g to the laborers ar me�hanics af�ected, and �he cost anticzpated or �.he ac�ual. cQsts incurred in provi.ding such bene�its. Contrac�ors employi.ng apprentices or txainees under approved programs shall ma9.ntain written evidence of the registration of apprentiiceship progzams and certifica�i.on o�f trainee programs, the regisY.ra�ion ot the apprenticeships az1d.•trainees, and the ratios and wage rates prescribed in the appl.i.cab�e pragram. {2) (a} The ContraCtor shall submit weekly a copy of a7.J. payrolls �o the City i.f the City is a party to the Con�ract, but if the City is not such a kaarty, the Contrac�or will submi� �he payrolls to �.he applica�:st, sponsor, or owne�:, as the case may be, for transmission to the City. Th� payroll 5ubmit�ed shall seti ouG� aecurate].y and compl.e�ely all of the in:�ormation required to be maintained under Paragraph (].) of thi.s Section. 7'he zn�oxmation shall�be su}�mitCed-in a form approved by the Ci.ty. The Cantracror is responsible for khe submission or copies of payrolls by a1J. subcontractors. (b) Each payroll subini�ted shall be accompana.ed by a"sta�ement of compliance", signed by the Contractor or subcontractoz ox� his or her agent who pays or supe�vises the payment of the persox�.s employed under the Contract and shali cer�ify the,following: (i.) That the payroll far the payroll pex'iod contains the � informa�ian required ta be maintained under Paragrap� {�) of Chis Section and that such iniormati.an is correc�. and comple�e; .� �� � �9- ,� {ii) That each la�prer or mechanic employed on this Cqntract durzng �he payroll period has been pa�d the �ull week�y wagEs earned,' without rebate, eith�r direc�ly or indirEctly, and tiha� no deduct�ons have been made ei�her dzrecrly or indirectly from the ful� wages earne�, other than permissib�e deductiions. (iii) That each 1a�axer or mecnanic has been paid not less �han the applieab�e wage raees and fzinge bene�its or cash equivalent ior the classificatinn of woxk per- formed, as sp�citied zn the applicab�e 4rage d�termina- �tion incorpoxated into this Con�xact. °� (c) The falsit�cation of any o� the above ceztifica�ians may subject the Cont�actor or subcontractor �a civil or criminal � � prosecution under 5ec. 1001 of Title XVIZI and Sec. 23i ot , � Tat1.e XXXI of the Ilnited S�ates Cade. (3) The Contzactor or subcontrac�oz shall ma]ce the reeords required under Paragraph (3.} of this section avaa.].able for inspecCion, copying, or transcriptiion by the City or the Department of Laboz.or their authorized representati.ves. The Contractor and subcontza�tors sha1.1 germiE such representatives �o anterview employees during workin.g hours on the job. Tf the �ontractoz or subcontrac�or fails ta submit the required records or to make them available, th.e City may, a�ter wri�ten n.otice to �.he Cdntractar, take such acCian as may be neeessary to cause the suspension of any �urther paymenr, advan�e or guarantee af funds. Furthermore, failure to subma.t the required records upon reques� or �.o make such records availabl�: may l�e grounds for debarment action pursuant to 29 CFR 5.12,. g. Employznent of lapprentices and Trainees -. (1) Ar�Drentices will be permittad ta wprk at less than tha predetermined rate for the wark �hey performed when �hey are empl.oyed pursuant tio and individually regis�ered in a bonafid� apprenticeship program regis�.ered wx�h the LT.S. Departmen� •o� Labor, Employment and Trainin� Administrati.on, Bureau o£ Apprenticeship and Training, or with a state appr�nticeship agency recognized by �he bureau, or if a person is employed in his ar her first 90 days of probationary employment as an appren�ic� in, such an a�pren�.iceship program, who 3s not indivi.dually registered in the program, but who has 7aeen certifi�d by the Bureau of Agprenticeship and Training ar a 8tate Apprenti.ceship Agency to be elagak�].e for probationa�y employment as an apprentice. The allowab].� ratio aE apprentices to journeymen an th� job site in any craft•classificatxon shall not be greater than �he ratio permitted to tihe Contractar as to th� en�ire work force und�r the regis�ered program. Any employee lis�ed on a payroll at an agpzenticeshi.p wage ra�e, who is n.ot registerad or otherwise emp7.oyed as stated a�ove sha�.1. be paid n.ot less than the applicable wage rate on the wage deC�rmi.nation for the ciassificatzpn of work actually performed. zn addition, any appren�ice per�ormS.ng work on the jvb si.te in excess o� the rario permit�ed unde�.the regist�red program shall be paid ziak less tihan the applicable wage rate on tlaz .; � _.__ -- -].0- wage d�terminarion for the work actually gerformed. where a Cantracror is performing consrruction on a project in a iocality o�her Chan that in which its progra� is registered, the zatias and wa�e ra�as (expressed �n p�rcen�ages af the jnu�n�yman's haurly ratey specif�ed in �he Contractor's or subcontractor's registered prQgxam sha11 b� abserved. Every appren�ice must be paid at no less Chan the zate specz�ied in the reg'istered program for the �ppren- tice's level of pro�ress, expr�ss�d as a percen�age of the jaurney- man hourl� rate speci�ied in �he app�icable wage datermina�ion. Apprentices shall be paid fringe bene£its in accardance wi�h the provisions of the ap�renticeship prog�am. I� Che apprenCiceship • pxogram does nok specif� �ringe bene£zts, apprentices must be paid the full amount of fringe benefi�s �isted on the wage detiermxna�ion � . �oz the applacable classifica�inn. If the Administrator o� the u3age • and Hour Divzszon de��rmines that a d�fferent practice prevakls for ' the app�licab�e apprentic� classificatian, fring�s shall be paid in , accoxdance with tha� �etermina�ion. �n the �vent �he Hureau of �ppxentieeship and Trainzng, or a state apprenticeshap agency recognized by the Bureau, witihdraws approvai of an apprenticeshi� �rogram, thE Co�tractor will.no �onger be permitred to utilize ' apprentices at less tihan the applicab�e predetexmined rate fnr the , wark per€orm�d until an accepta�le program is approved. {2) Trainees. �xCept as pxovided in 29 C�R 5.16, trainees will no� he permztted to work at less than the predetermzned rate for the wark performed unless they are e�ployed pursuant to and individually regis�er�d in a program which has re�eiv�d prior appxoval, evidenced by formal certificatzon, by the �.5. DepaxtmenG of Labor, �mployment and T�aining Adminastrarion. T�e ra�io o� trainees ta journeymen on the job sita shall no� be greater than permitted und�r the �lan approved by �h� Employm�nt and Trazning AdmznisCrataon. �vexy �.rainee must b� gaid a� not less than. the rate sp�ci£ied in the ap�roved program for the trainee's ].eve-1 0£ pragress, express�d as a percentage af �he jaurneyman hourly rate sp�cified an �he applicable wage de�erminatinn. Trainees shall be paid fringe bene€i�s in accordance with the pzovisions of th� trainee program. if the �rainee program does not mention fringe benefi�s, trainees shall be paid the tu7.1. amoun� of fringe benefits ].isted on the wage detera►ination unless the administzator a� the Wage and Hour Division determines thar theze is an apprenticeshzp program assnca.ated with the corresponding jqurneyman wage rate on the wage d�:termination which provides �ox less than full fringe benef�ts for agprentices. Any employse J.isted on the payro�J. at a�trainee rate who is no� rega.sterec� and participatang in a training�plan apprnved by .the �mployment ar�d Training Administration sha�l he paid not 3.ess tihan the applicable wage rate on Che wage detexmina�ion for t�e classifi.- cation of work actual�.y performed. zn addition, any trainee per�orrni.ng work on the joh site in e�xcess o�' the rati.o permi�ted under the registe�ed prag�am shall be paid no� less than the applicable wage zate on the wage determina�ion of �h� work ac�ua}.ly perfozmed. In the event �he Employ�s��nt and Tzaining Aciministration withdraws approval of a�raining pragram, the Contxactor wal]. no longer be perm.itted to u�aJ.ize trainees a� less tihan the applicable -1�- 1� d p�edetermined ra�e f�r work performed until an acceptabie program is appraved. . (3) Eaual Emnlovment Opoartun_�tv. The uti].i.zation of appxentices, krainees and journeymen under �his part shall be in Conformity wath the equal em�loyment apportuni�y requirem�:nts o£ Executive Orcler 11246, as amended, and 29 CFR Part 36. . h ' ; t ,� Posting Wage Det�rm9.nation Decisians and Authorized Sdage Deducti.ons The applicable wage pos�er of tihe Secretary of Labor, i7na.ted 5�ates Department af Labo�, and the applicab].e wage detiermination decisions of said Seeretary of I�abor wi�.h respect to the various c7.aasi.fications of 1al�ozers and mechani.cs emgloyed and to be emplo�red upon the work covezed by this Contract, arad a statemen� showing all deductians, if any, to be made from wages actually earned by pex'sons sa employed or to be emplayed- in such classifications, in accordance with �.h� provisions of this Contract, ahall be posted at appropra.ate conspicuous points at the site of work. �.. Claims and DiSpu�es Pertain.ing �.o Wage Ftates 5. COhi'd'RP.C'F WdRK HdURS AND SAF�TY STANDA.RDS ACT. a � � Contzactor will car�ply with all pxovisi.ons o� the Cantr,act Flork Fiouzs anci Safe.ty Standards Ac� (4o U.S.C. 3�7-332?, as supplem�nted by �]epartmenti o� Labor Regulations (29 CF'1�, Part 5} . Speci�icall.y, Contractoz will comply with the follokiing standa�ds: a. Overta.me Compensatian � Ciaims �nd disputes pertai.ning �o wagE rates or �o �he c].assificati.on of labo�-�rs an.d mechanics employed upon the work cover�d�by this Cantracr shal], be promptly raported by th�: Contraetor in wri.ting to the City for referral by th�: �.atter rhraugh the 5ecretary of Housing and Urban Developmen� �o the Secretary of Labor, t3nited States Department of Labor, whose decision sha7.I be final with respect �hereto. No contrac�or or subcontractar cantrac�ing for any part of the Contract work which may require or i.nvolve tihe emp].oyment af labozers or mechanics, including watchmen and guards, shall r�:quire or permit az�y such labarer or mechanic in. any warkwe�:k i.n which he or she is `emp].oyed an such work to work in excess of 46 hours in such wor]cweek, unless such 7.aborer or mechanic receives compen.sat,ion at a ra�E x�ot less tizan one and one-hal� Gimes his oz her basic rate of gay ior al.l haurs worked in excess of 40 hours in such workweek. b. Via].ati.an; Liability for.Unpaid Wages: �ic�uidated Damages In �he event of any violation o� the clause set foxth in Paragraph a of tihis sec�ion, the Con�ractar and any subcon.tractoz respon5i?�le �hezefore shall be liab7.e �o any affectEd emplpyee for his or her unpaid wages. In addition, such Contractor and subcontrac�ax' shall be li.able �o the United S�ates tor izquidated damages. Such liquidated damages shall be c�mputed -iz-- . , ., .� J � r , �� ' with r�spect to each individuaZ laborer ar mechan�c in the sum of $�0 for each calendar day on which such employee was required or permi�te� to work in excess of �h� standard workweek of 4a hours without paymen� o� �he , avertxme wages r�quired by rhe clause set forth in Paragraph a of this seetion. , c. Withholding �or Unpaid Wag�s and Liquidared �amages . Th� City shall, upon its own ac.tzan or upon writte� request of an authorzzed repr�sentative o� Ch� Departmenr of Labor, withhold or ca�se tin ' be withheld �rom any monies payable on accoun� o� work performed by the Contxactor or subcontraeCor under any can�ract or any o�her Federal contraet with the same Contzactor, or any other Federa��y-assis�ed , contrac� subj�ct to �he Contxact Work Hours and Safety Standards Ac�, which is held by the same p�ime Contractor, such sums as may adminis�ra- tiv��y be de�ermined ta be necessary to satisfy any liabil�t�es of such Contractor or subcontractor far umpaid wages and liquidated damages as , provided an Paragraph b of �his section. d. 5ubcqntracts The Con�ractor shall insert in al� subconrracts the clauses set farth in , Paragraphs a, b, and c of this Sectian and also a clause requiring the •� subconkractors ta include th�s� clauses�in any lower tzer subcont�acts which they may enter znto, �ogether wi�h a clause requiring this insertion in any further subcontrac�s that may in turn be made, The prime � Cantzactor sha11� be responsible for complzance by any subcontractor or '�,. lower tier subcontractor with the pravisio�s se� forth in this section. ' 6. CHILD LABO12 ACT Contractor will eomply with the Child Labor provisions of the Fair Labor Standards Ac�., 29 U.S.C. 212-319 and �hat Act�s implementing regu7.atians, found at 29 CFR 570. xhis Ac� prahibits the paid or unpaid emgloym�nk of indiva.duals under �he age o� 18 years on any construetion project. 7. MTSCFLLAI3EOU� PROV.T.SIONS a. Complaintis, Pzoceedin�s, ox Testimony by Employe�s No laborer or mechanic to whoin the wage, salary,' or dther �abor standards prn^visions af �his Coz�kxact are appJ.i.cable sha�1. be discharged or in any o�her manner discriminated against by the Contractor o� any subcantractoz because such employee has fiied any co�nplaint or insti.tured or caused to be instituted any proceeding nr has testi�a.ed or is about to testify a.n any proceeding under or relating to �.he labor standards app].i.cable under th.i.s Contract to his employer. b. QuesY.ions Cancerning Cex�tain Federal Statutes and Regu�.atxons All questions ari.sing under this Contract which relate to the application or a.ntexpretatioz� af {a) the afo�esai.cl AnCi-Kick�ack Act, (b? the Contract Work Hours and 5a�ety Standards Act, (c) the a�oresaid Davis-�acon P_ct, (d) the regulata.t�ns issued by �he Secretary af i�aboz, Uni�.ed Skates - _ -13- � �-� Aepa�tment o� �a�or, pursuant to said Acts, or {e) the lai�or standards provisa.ans of any othex pertinent Federal statue, shall be. r���rred, thraugh �he Citiy and the Secre�ary o£ Housirig and Urban Lsevelopment, to Che Secre�ary of Labor, Unit�:d States Aepartment of Labor, for said Secretazy's appropriaCe ruling or in�erp�etation which shall be authorita- tive and may be relied upon for �.he purposes af this Contract. c. Pro�isions �o be �ncluded zn Subcontracts The Contractor or subcontracCor sh,a�.l a.nsext in any Subcontract the ak�ov�- ., specified c}�auses enCi�led "3. COPELAND ANTI-KICKBACK ACT," "4. 77AVI5- � I BACON AC'f`, ""5 . CO�TRI�C2' WORK HQURS AND SAFETY STANIDARDS P.CT, '" "6 . CHII�D �' LASOR ACT," "7. HIISCELLANEOUS PROVISiODTS" and such o�her ciauses as the City may ]�y appropriare instruc�i:ans xequire, and also a clause xequi.zing the subcontracrars �o incl.ude these clauses in any lower ti.er subcon- tracts. 'I'he prime Contractar shall be responsible for compliance by any subconrractor or lawe� tier sulacontractar wirh all �he cantract clau5es ' cited above. [:1 Breach of Foregoing Fede�al Uabor Standards Provisions In addition to the causes �or termina�ian oi Chis Cori.txact, as herein elsewhere set forth, the Ca.ty reserves �he right to terminate �his .Contiract if tihe Contraetor or any subcontracCor whose subcantracr covers any af �.he.work covered by this Conrract sha�.l breach any of the �oregoi.ng �'ederal T�abor � S�andards provisions . A breach of these E'ed�ra]. Labor 5tandards pravisions my alsv be grounds �or debarment, as provided by the applica�le regulations zssued by the Secr�:tary o� Labor, United Skates begartment of T,abor. .. � Employment Practices The Cantractor shall (].), to the greatest extent practicable, �ollow hi.ring and emp].oyment pra�tices for wor3c on the project wl�i.ch will provide 1 new job opportunities for th�: un�mpl.oyed and underemployed, and (2) insert , or cause ta be inserted �his pravision in each constzuction subcontract. f. Contract Termirlation; A�ha�ment A breach of any of the Acts or zegulaGions specified in Paragraph c, a]�ove, may be grounds far terminatian of �his Can.tract and for debarmen� as a Contrac�.ar and a�u�contractor, as provi.d.ed in 29 CFR 5.].2 . g. Disputes Concerning Labor S�andards Disputes arising out of �he Laksor Standards provisi.ons af this Cantxact shall noG be subjecC to the General ➢ispu�es C].ause of this Contzact. Such dispu�es shal}. b� �esoJ,ved in accordazzce with �he �srocedures of tihe Depar�ment of Labor set for�h in 29 CFR, Par�s 5, 6 and 7. i]isputes, within �he meaning of this Clause, include dispu�es be�ween the Cdntractor ox any o� its subcontrac�ars; and Che Ci.ty, the LT.S. Department of Labarr their employees or repXesentatives. h. Certitica�ion of Eli,gibili�y f`� � -1�-- „ (1) By en�ering �nto this Con�ract, the Contxactar cer�ifies that neither it nor any person or firm who has an interesti in �he Contxa�tor�s firm as a person or firm ineligible to be awarded gavernment contracts by virtue of Sectiians 3(a) of the Davis-Bacon �� Act ar 29 CFR 5.12 (a) (7.) . � (2} No par�. o£ this Can�ract shall be subcont'racted �o any person ar firm inel.a.gible for award of a government contiract by vi�tue of k.he a�ove-mentioned sectiione. 8. CLEAN A�Ft AN17 W1a'�`ER ACT a. Con�ractor shall comply.wa,th all requir�m�nts of Section li4 of the Clean Air AcCr as amended (42 U.S.C. 1857, e� seq.). and 5ec�ion 3oe of the Federal Water Qollution Cont�o� Act (33 U.S.C. 1251, et saq.) xelating to inspectian, monitoring, en.try, repor�s and in�ormation, as well as a�he� requirements specified in Section �1� and Ssction 3oe ai the Air Ac� and �h� Water Act, respecti.vely, and all regul.ations and gua.delines issued th�reundex before the award o� this Cantract. , b. No portion of the work rec�uired k�y �h�� Contrac� will be performed in a � facility �.isted an th� EPA List of 'Violata.ng•Facilities on the date when �his Con�ract was awarded unless and untiJ. the EPA eliminates tha name o� such facility ar facilities from such 3.i.sting. c. Contraetor shal� use its best efforts to compl]r wi�h clean air standards ancl c1�an wat•er standards at all iaca.7.ities in which the Contiract is being pe�formed. d. Con.tx�ctor shall insext �he subs�ance of the proviszons of this clause into any non-exempt subcontract, including this Paragraph. 9. L$Al� I3A5ED PAINT HAZARD � � In a11 contracts for construc�ion or rehahili�ation of residenti.al structuxes, , the CvntracCor and a�.l subcon�ractazs shall comply wi�h th.e �Lead-8ased PainG ragula�ions found in 24 CFR 35 and shall comply with the provisions for the , elimina�ion of ].ead-based pai.mt hazards under 5ub-ParC � thereaf. � ,� 16. RESPO�i52BILITY dF CONTRAC'i'OR REGAFtDII3G REPOR'i'S, Gontractor will comply wi,th the requir�ments of the"City of F'ort worth's Fiscal Department, Intergoveznmen�al Affairs and Grants Management regarding the campiling and re,porting of ska�istical informatian zequired by the F'ederal zegulations autlined above. Sp�ciiica7.ly, Con�.ractor agrees �o submit �11 completied reports according to the instructions and requirements af the For� Wor�h Fiscal Sexvices Depa�tment/Intergovernrrrental Affairs and Grants Mfanagement, and Cont�actor unrlerstands the failure to da so may }�e cause for termina�ion of this contract. .l -15- i's 11. ��$�.�rCATrnN AND ACKNOWLEDGMENm � certify that I have read and understand the information regarding my ab�zgations a� a ConCractor on a project funded by the Uni�ed States Department of Hausing and Urban Development, which zs contained itt tihe preceding Cantract provisions. I un�erstand that, should I have any quesrions r�garding my obligations, z wall as soon as possib�� contact the Fort Warth Fiscal Sexvices DepartmentJIntergav�rnmental Affairs and Grants Management staff inember who is assigned �o monaCor this Contract. Contractar By: Ti�l� I ,I I : !. I . � I ,l � �� i � f ' __ _�.. ._--:__._::�-� -.��_-_-_ .. .,� __, . __:.-.__-_:__ ..�. � _ C�\i�fY AOCUMENTS�PRE-COtiSTRUCT10li PACICE7\E E%�CU7'LYE ORAS[C 112dfi�� � I � i U,S. DEPARTM�NT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATIO�T OF BIDDER REGARDING EQUP.I, EMPLOYMENT OFPDR'i'LFNITY INSTRUCTIp�TS This certi�i.cat�.on is raq�.tired pursuant to Executive Oxder 11245 (30 CFR Z2319- 2S). The implementing zu]..es and xeguJ.ations pravide that any bidder ar prospecCive con�ractor, or any of their proposed subcontractors, shall sCate as an ini�ial part of the bid or negotia�ions of the Contract whekher they have particigaked a.n any previous eon�racr or subcon�ract sub3ect to the Equal. Oppo�tunity Clause; and, i� �o, whether they have filed a�3. campliance reparts due under applical�l� i.nstructians. V�here �.he certification indicates that the bkdder has not fa.].ed a compliance repor� due under applicab7.e i.nstruetion5, such bi.dder sha11 be zequired to submit a com�liance �eporh. withi.n sevex�, calendar days a£ter bid opening. No contrac� �naii �� awarded unless such report is submikted. CEi2TTFICATION BY BIDDEFZ Bidder's Name: Address and Z�p Code: 1. Bidder has participatied in a previous contract o� subcontract subjec� tio the Equal qpportuni�y Clause. Yes ❑ No ❑(If answer a.s yes, identify the masti �ecen� contract.) 2. 3. Comp7.ian.ce reports were required �o be fxled .i.n conneC�ion with such contract or subcontiract. ' Yes � No 0 , Eidder has fil.�c3. a7.7. campliance reparts due urider applicable i.nstzuctions, incl�ding 5F-l�a. � Ye s ❑ Na ❑ 4. rf answer to item 3 is "No,'" please explain in'detail on r�v�rse side of �his certification. Certi�ication - The i.nfozmation above i5 �rue and comp].ete to the best of my knawledg� and b�lief. Name and Tit1e oi Signer (Please Type) f � , �, Sa.gnature Date U.S. DEPARTMENT OF HOUS�NG AND URBAN DEVELOPMEDiT CERTI�ICATXON REGARDING LOBHYTNG � ,L The undersigned certz�ies, to �he best of his or her knowledge and belief, Chat: (1) No Federal appropriated funds hav� been paid or wili �e paid, by or will be paid, by or on behalf of �he underszgned, to any person for �nfluencing ar atkemgrin� �o �n�luence an o�Eicer or emgloyee of any ageney, a Mernloex o£ Congress, an offzcer or employee o� Congre5s, or an emp�oyee of a Member of Congress �n connecrion with the awarding of any�Federal contract, the raking of any Federal grant, the making ot any Federal loan, �he entering in�o of any cooperaCive agreemen�, and the exrension, continuation, renewal, amendment, o� mod�fication of any Federal con��act, grant, �oan or coop��at�ve �greemen�. (2} IE any funds other �han Federal appropriated fu�fls have been paid or wiil b� �aid to any person for influencing or attemp�ing to influ�nce an o�ficar or employee of any agency, a Member of Congrass, an afficer or employee of Congress, ar an employee ot a Member of Congress in conn�cki.on with this Federal cnn��act, grant, loan, or eoaperative agreem�nt, the unclersigned shall complete and submit Standard Form-I,Lv, "Disclosuze Form to 12eport Lobbying," in aceordance wi.th irs instructa.ans. {3} 'I'he undersigned shaJ.l require �hat the language of this carki�ication be included in �he award doct�men�s for all subawazds at alI tiers (inc�udi.ng subcontracts, subgranrs, and contrac�s under gran�.s, loans, and coopera- tiive agreements} and that a11 subrecipien�s shall certa.�y and diselase accordinr�ly. C:�M1EY ➢OCl}ME�ITS�PR2-CONSTAUfiIlON PACKaT\E ER3N'CIVE tl1FtlER 1124���C_ Signature: Titl� ' . bate � t U. S. DEPARTYhEN�' QF HpUS ING ATiI] URBAl+i DEVELOPh1�1�T'�' CERTT�'ICA'I'E OF QVINER' S ATTORNEY I, the undersigned, _ , �h� dul}r authox'ized and acting legaJ. represen�ative of , do hereby certify as follows: r have exarr�ined th� attached Contrac�{s) axad surety bonds and �he manner af exec.ution thereof, and F am of �he opani�on, that each of th.e aforesaid agreemenGs k�as been duiy.executed by th� praper parties �here�o acta.ng through �heir duly authorized representatives; that said reQresen�.atives have fulZ power and authority ta execute said agreements on behal.f.of the r�spectxve par�ies named the��on.; and that the foregoing agreements consti�u�.e va19.d and legally binding' o3��iga�i.on.s upon the parties e�cecu�.ing the same in accordarace with terms, conditions and pxovisians th�zeaf. I� � Date: � I r u r, I : � �i 6 � C�\MY �QCIJMENT9\9R�-CONSTRUCPION PACK&T\E EXECfI'I'IVE i7R�ER ll2i¢�Q�- '-"'--"-- .-.... .. .- `1 U. S. DEPARTN��NT �F LABO� `VAGE AND H��JR AND PUBLIC CONTR.ACTS DIVISIONS ZNSTRUCT�ONS FOR COMPL�TING PAY�OLX� FOR�.IZ �VH-347 General: The use of WH-347, payroll form, is noi �nancia�ory. Tl�is form h�s been rnade available for the convenience of contractors �nd subcontractars reqtiired by their Federal or Federal�y-aided � conskniction�type contracts and subcontracts to submit �veekiy payrolls. Properly filied oLiE, this ' from. zvill sakisfy the ree�tiirement� of Regulations, Parts 3 and S(29 CFR, Subtitle A), as to payrolls ,, �ubmitted in connection tivith contracts sttbject to the Davis-Bacon and related Acts. � This foi7n meets needs rest2l�ing fram the amei�dment of the Davis-Bacon Act to include fringe .� Uenefits provisions. Under this amended lativ, the contractor is reqt�ired to pay nai less th�n fringe ; benefits as gredetermined by tk�e Departmerit of Lahor, in addition to payn�ent of not less than the predEtennined rates. The contractor's obligatibn to pay fringe benefits may be met either by payment �` of the fringes ta the various plans, fiinds, or pragr'ams or by making these payments to the employees .. as cash in Iieti of fringes, This payrail provides for the contractor's shorving an ihe face af the payroll aIl xz�onies paid to the employees, whether as basic rates or as cash in lieu of fri�ges and pzovides for the contractor's .'� � representation in the siatement of compliance on t�e rear o£th� payroll that he is paying ta others fringes required by the contract and not paid as cash in lieu of fringes. Detailed instructions :; concerning the preparation of the payrali fallo�v: f� Cantractor or Subcontractor: Fi11 in your �irm's name and check appro�riate box. Address: Fili in your firm's address. Cotumn 1- Narne_ Address. and Sacial Securitv Number of Emplovee: The employee's full name must b� shorvn on each ���eEkly payroll submitted. The ezz�ployee's address mEisf also be sho�vn on the payxall eov�ring the first week in �vhich th.e employee works on the praject. The address need not be shown oz► subsequent �veekly payralls unless his address changes. Although not required by Regulations, Parts 3 and S, space is available in the nam� and address section so that Social 5ecurity numbers may be listed. Column 2- Withholdin� Exemntions: This COILlI7lri is merely inserted for the employer's convenience and is not a requirement oi Regulatians, Parts 3 and 5. � Column 3- �Vork Classifications: List classification d�scriptive of �ti�ork achially per%rnaed by employees. Consult elassifications and minimum �vage schedule set farth in cantract specifscakions. If additional classi�ications are dee�iled necessary, see Cantractin3 Officer or Agency representative. y Employee rnay be sho��n as ha�ing �vorked in more than one classi�'ication gzo�ided accurate breakdotivn of hours so tivorked is maintained and shotivn on submitied payroll by i�se a� s�parate line I en,tri.es. •� Col�«1�E� 4- Hours Worked: On all contracts sul�ject to the Contract Work Hours Sra��darc�s Act entei as overtime haurs all hou�-s «orked in excess of 4Q hatirs a �veek. Caltul�n 5 - Tokal: Self-�xplanatoiy. Colt��ln 6- Rate oFPa�. includin4 �'rit��e Benefits; In straighk time box, list actua! haurly rate paid the employee for straigkxt �iiz�e worked pli►s any cash it� lieu oi frin�es paid the employee. When recordin; tl�e straight time �laurly rate, any cash paid in lieu of frin�es may be sho�vn separakely from tlle basie rate, thus $3.251.�k0. This is of assista�nce in correctly con�puting a�rertime. See "FRTNGE BENEFITS" belorv. In overtime box sl�o�v overtime hat�rly rate paid, plus any cash in lieu of fringes paid the employee. See"FRxNGE BENEFITS" belotiv. i'ayment of not less than time and one-half , the t�asic or re�ular rate paid is required for overtime under th� �Cailtract tiVork Haurs Standards Act for 1962. In addition to paying not less than the piedetermined rate for the classificatio�� in �vhich � t��� employee rvorks, the cantractor shall pay to approved plans, fiinds, or programs or shall pay as � cash in lieu of fringes amot�nts predetermined as frin�e benefits in the «�age decision made part of the contract. See "FRINGE BENE�'ITS" beiaw. FRINGE BENEFTTS - Contractors who �av all reauired fringe benefits.: A contraetor �vho pays frin.ge benefits to approved plans, filnds ar pragzart�s in amounts not less than tivere de�ern�ined in �. the applicable wage decision of the 5ecretary of Lal�or shall cantinue to shotiv on thc face of the ' payroll the basic cash hattrky rate and overtime rate paid to his employees just as he has al�vays done. � ,, . . - Such a contractor shall check para�raph 4(a} of the statement on the z'everse of the payXoll to ;� indicate that he is also payin� to appra�ed plans, fitnds, or pra�ranls nat less than'the amaunt �. predetermined as frin�e beneiits for each cra#�. .Any exceptions shali b� r�otecl in Section 4(c). , Contractors whc� n�v no frin�e benefits: A Contractor �vho pays no frin�e benefits shall gay to the ernployee, and insert in the straight time hourly �rate column of the payroll, an am.ount not less than the predetertnined rate for each classification plus the amount of frznge benefits determined far each classification in the applicable �r�age decision. Inasnnich as it is not necessary ia pay time and a half , on cash paid in lieu of fringes, the overtime rate shall be not Iess tha�. ihe sum of the b�sic predetemvned rate, pl�ts the half time premiun� on basic or regula'r rate, plus the required cash in Iieit � of fringes at the straight time rat�. In addifion, th� contrac�or shall check paragraph 4{b) of the . statemer�t on the reverse of the payrol! to indicate that 11e is paying fringe beneiiks in cash directly to his employees. As�y excepkions shall be noted in Section 4{c). , ' Use of Section 4(cl. Exceptions , Ax�y contractor �vha is malcing payment to approved plans, �itnds, or progran�s in arnotlnts less than the �vage detei-mination requires is obli;ed to pay the deficiency direckly to t�ae employees as cash ' i�1 iiE�l of fringes. Any exceptions to Section 4{a} or 4(b), �v�lichever ihe contractor may check, shall be er�tered in Sectian 4(c). Enter in the Exception column the cr�ft, a�zd enter in the Explanatian coluzxxn. the hourly amount paid the employee as cash in lieu of frin�es and the hourly amount paid to plans, funds, oz programs as fringes. The cantractor sllal! pay, and shall shor�� tl�at he is paying to each s�ich employee far al1 hours (unless othe�vis� provided by applicable deter�mination) t�varked , on Federat or Federally assisted project an amount not less than tl�e predetemiined rate pius cash in lieu of fri�iges as shor,vn in Sectian �(c). The rate paid and amol►nt of ca5h paid in lielt of frin;e I!1 � betlefits per hotir shaltld be entercd in colti�mn G on the payroll. See para�r�ph on "Co3ltractors �vho p�y no fringe be�Efits" for comp�itatioii af overtime rate. � Colut�ln 7- Gross Amount Earnecl: E��ter gross amount e�rned on ti�is project. If part of the employee's weekly �vage �vas earned o�i projects other than t�ae project described on this payroli, enter iu coluri2n 7 first the an3otint eamed on the F�deral'or Federally �ssisted praject and then the �� gross amaunt earned dt�rin� t�ie week on all projects, thus $63.00/12Q.00, Co�umn $-17eductions: Fiue columns are provided for sho�vir►; ded��ctions made. If more than � fi�e deduckions should be involved, use first � colu�nns; shotiv the balance.�f dedtickions under � "Other" column; shor,v achial total under "'Tatal Deductians" column; and in the attachment ko the ,, payroll describe the deductions cantained in the "Other" colLimn. All deductions milst be in accordance with tl�e pro�isions of the Copeland Ack Regulations, 29 CFR, Part 3, Tf #he em- ployee worked on other jo6s in addition to this project, show actual deductians £rom his weekly gross �age, but indicate that deductions are based on his gross �vages. C'olttrnn 9- Net Wages Paid for Week: 5elf-explanatory. Totals - Space has been left at the bottom of the columns so that totals may be sho�vn if the contractoz' so desires. � � Stat�ment Rec�,ujred bv Re� ulations. Parts 3 and 5,: While this form need not be notarized, the � : statement on tha back'of the payroll is subjec� to the penalties pravided by 1S USC 1Q01, .� !, namely, possible imprisonment for S years or �i0,000.0� fine or both. Accordingly, the party sz;ning tliis required statement should have knor,vled;e of the facts represented as true. Space has been pravided between items (I} and {2) of the statement for describing any ded�tc- tions made. If all deductions made are adequately descri�ed in'the "Deductions" column abave, state "See Deductions column in t��is payroll". See paragraph entitled "FRINGE BENEFITS" above for instnictions concerning filling out paragraph 4 of the statement. , .b ,� C:1��1Y D�CL3�IE, fi'S�PEZE-CQVSTRUCTIOV PACKETIF PAYROLL lYSTRI�CTlO\5 �VFS]47,aOC '[_T. S. Depa�tii�Ent of Hausing Rnd Urba�l Deveiopme�it CERTIFICATE FROM CDNTRACTOR APPOlNTING OFFICER 4R �NiP�,OYEE TD SUPERVISE PAYMENT OF EI�PLOYEES � � �roject Name � �acation Date ' Project No. . (I) (�Ve} hereby certi�'y that {I am} (we are} {the prime contractor) (a subcantractar} fvr ��j]�Cl��/ nGeriBrcl� COI15tR1Ctlqri��, ��Pluzxzbing", "Raofin�,', efC� �in connection with canstruction of the abov�-mentioned Praject, and that (I) (�,ve) have appointed �vhase signature appears belorv, to supervis� the pay�nent o#' (rny} (oitr) employees beginning � _, 19�; t�at he/she is in a positian to l�a�e full knowledge of the facts set forth in the payroll dacltments and in th� statement of comgliance required by the so-called Kick-$a�k Statute which helshe is to execute with {my) (our) fiill authority and approval until such time as (I) {��e) submit ta __ _ __ a n�svi certificate appainting some.other person foz'the purpases hereinabove stated. (Tdenfifyin.g Signature of Appointee} Attest (if rec�uired}: (Nam� af Fiz-m or Corpoz-atian} (Signature) : (Signature} � ,r �� �I . r (Title) - (Title) NOTE_ This certificate mti3st be exec�ited by an autharized office�- of a corporation, by a rnember af a partnersliip, or the sole otivner and sllall be executed prior io and be sLibniitted �vith the first payroll. Should the appointee be changed, a new certificate must accompany the t'irst payxoll for wl�ick� #he netiv appointee executes a statezzient of corz�pliance required by the Kick-Back 5tatute. DALlDAO-134D.312 (6-79} � --=I�-----_ _ .. .. _ PAYR�l.L U. 5. OEPAI2TMEPl7 4F !-ABOR f*fAGE AN� HOl3R �FVISION {Far Coniractar's Optional Use, See Ir�struction Form WK-347 ins#.j Address Form Approved Budget �rom Na. 44 Bf093 3me of Contractor Q Or 5ubcontracfor ❑ ' �oRws� �Noin�c PRflJECT ANd LOCATId� PROJECT OR CQ�iTf2ACi NO �YFtOLE. NO _� (3} O {A) 6AY ANU I7A7E (5) {6) (7} (B}.OEOl1C716iQS � �9} {1] T . F��q wmt-ri�LOiNG . OTHER TOTAL N� na1OLN WORK fl , TDTAL RAT� GROSS TnX � pEDUC7I�NS WAGES NAkA�, ADbRE55 RN� nn HallRS OF AMOUN7 rxcmRo� CLASSIFICATIOF! R PAIDFOR S�JCIAC SEGURITY NUMBEli i . PAY EARNE� yVEEK qF EM?L�YEE S . ' ' T ii0[JRS WDRKED EACH I7AY � O I . 5 . o • S . o S ' . . a . , .. s . � ' o � s — — - . . . o F � s _ — — — : p, — — — S � a s -- — — : . � -- oMB# z�a�-ao�7 � , _. � -: _ -. . U. S, �EPARTMENT DFLABOR STATE,ME�1T OF COMPUI-1NCE �arri Appro��ed 4YAGEAN4HDURAFi6PU8LIC Sudget Bureau Mo. A4-P.i090 GON7RACT5 pkVlSIOhIS Date z� • db hereby state: �p3ame oE eignatory partyS (TitleY . �1i That I pay ar supervise the payment oE the persons emplo�ed by {ConCr�ctor or 5ubcontcactoci ' an the ; hhat during the payroll periad commeneing on the day oE (6uilding or wark,? , 2D�, and ending the day of , 20_, all persons ert:p�ayed on said project have been paid the Eull weekly wages earned, that no rebates have heen or will 6e made eikher directly or indirectly to or on hehalE aE said � {Contractor az subcontzactoxl Eram the fu11 weekly wages eartted hy any person and that nn deduc[ions have beea made either dirattly or indirectly Eram the full wages earned hy eny person, other than permissihle deductions as deEinEd in P.egulatians, Part 3(29 CFR Subtitle R1, issued by the Secratary aE S,abor under the CoQeiand Act, as amended (40 Stat. S�19.63 Srat. 1�8, �2 5Cat. 967; 75 5tat. 357: 40 U.S,C. , 27fic1, and descrihed below: i . ' [zj That any payrolls othex�rise undex this cnntract required to be su4mi,kted for the above period are ccrreer and complete; that the wage rates £or laborexs or mechanics eontained therein are not kess than the ahnlicable wage rates rontaiaed in any waye de�ermination SncorporaCed into the cantract; thaC the classifications set torth therein Ear eaah Labarez or mechanic confarm with the work he pex�ormed. . [3i That any appcehkices emgloyed in the ahova period are duly xegistered in a Y�ona f3de agnrenkiceshio program registered wxth a State apprenticeship agency recognized by the Sureau of Appre�eiceshiQ and Tr�inirg, United States Department oE Lanor, ar iE no such recognized agency exists in a 5tate, are registerad w�Ch the Sureau aE Apprenticeship and Trainiag, united States i pepartment oE Gaboz. I41 That: ' � (a� WHEAE FATNGE SENEFITS AR� PAID TO APPItOVED PLANS, PUN�S, OR PROGI2AMS [7 In addition to the basic hnurly wage rates paid to each laborer pr mechanie ].isted in the dbOVE - reE�renced payroll, payments of fri.nge hene�its as ].isted in the cnntracG have been or v�iil be made � to appsopriate programs Por tlxe benefit oE such employees, except as noted in Section 4(c� balow. [bf WHERE EIifNGE HEN�pITS ARE PAIp IN CAS:S , L7 Eaoh lahorer oc mechanic li.stad in the above reEerenced payroll has been paid as indicated on the Ipayroll, an amount nat less than the sum oe the applicab2e basic hauzly wage rate plus the amoutit of the requised fringe beneEi.ts as listed An the cantracC, excegt as nared in secCion 4[c} 6elosr. (cf E1{CEPTIONS � e.._�... �,_.__,.__ ..�... - �. ... . �., ,� ,�__ ..n,�_._.. _,. ..,. - - . .. _ � � _ _„ ��.�,:..:.. .. -`i� '� .� r"ca s„� I ' , , � . , -�XCEP'riON.._ iCraft.�._ w,, � . � ��XPIiANA'1'TON'� t`�; ���',� r" � � � a :��_, s: � — — — — --- ---- — y-- - - - -- • -- -- - —• --- � � � -- ------ — — -- —_ � -- ,� -- --- --- - j Remarks � Name and �'i�1e Si.gnature 'PH� 4IILFUL FALSIFICATION OP ANY OF TAE A50VE STATEMEPfTS hW7 SUSJECT THE CONTRACTOR OR SU3COA[TRACTOR TD CIVIL OR CRIhfINAL PA458CL1TI6N. 5EE SECTIUN 10�] OF TI'fL£ 18 APID SEC?ION 231 OF TITL"E 31 OF TkE LRdITE❑ STATES C6DE. GSA OSS9 .2322 For.n Y1H-34B{1/684 I I '1 � *EMPL�YEFS STATEMENT OF WORK 1/ERfFfCATION . The undersign�d hereby certifi�:s t�at he has engaged in the follawing work ' classifications for the payroll week begin�ir�g and er�dir�g . , (Date} , and was employed by � (Date) (Name of Company) ���;. ���>��; � ��:11VORK ��F� �S`' M T;;� W � TH `F� SAT -�TOTAL-.. ,.�RATE GR�SS�_ 4 1 � . ��CLASSiFICATION ° � . ' � �£� k� �S { ;„, ���;�- - HOURS �OF PAY:. .� FAYrt� , -. :f". � . ...�J��. . . ,`�. _ . . - � 1 , �TOTALS �- - - � � . (Employee's Signature) , �This infiormation is re�Uired when an emp{oyee is used En more #han one classification during any �ayro!! period; for example, Car�enter for part of a day or wee1�, and labo�er � o� other classificatian for the r�mainder ofi #he time, and is p"ai� different rates of pay for � - each classificat�on. lf the employee is paid ihe higher raf�(s} for all wark performed, fhis farm is not required. , .� _� �� � •r �a�r�oll �educ�ion �u�nori�a��on This is tne authorization ta the , fa deduct from my �aycheck $ is far item r�umber: R�PAYAIIENT OF: , 'f . Loan 2. Retirem�r�t 3, Ac#vance on Wages 4. Savings 5. Sa�ings Bonds 6. Uniforms 7. Credit Unian 8. Profit Sharing 9. Qonations to Agencies 1 D. Insurance Premiums �'i. Unian aues �2. .* This ,; �� ,� :,�• , *This deduction is fo be made: CHECK APPRC?PRIATE BOX I . � ��e time only ❑ Wee�Cly� , � Bi-weekly � . � For � weeks � �.. Date: , � Employee's Signature " Printed or Typed Name: Projecf Name and Number: . :� I K PhYRbLL DEDUCTION AUTHORIZ.0.TL�N I � . , :-� ".- '—..... _'- . ---'---- ' �'-- i_ _ ... __. , � , . _.. _.. ,,..�_�..,._�v��a� ...�_ ..�.._._. -'-- - — .we.....h-.�--- — �— - ._�:�k w.+w.ax! lJ. S. pEPARTMENT OF HOU5ING AND �RBAN DEVELOPM�NT CQMMUNiTY DEVELOPMENT BLOCK GRANT �N��.1T SUBCONTRACTOR'S CERTI�[CATI�N CONCERNING LABOR STANDARDS AND PREVAlLING WAG� REQIlIREMENTS ' ` ., � . � . „� . ��.... ��i�.�...�,,.,�,......-,�.�:+w��ur..Mt...�:.lar.o.s.��.���..._.�-:—.- -.--._-..-]Cr�u.x:�.w��a��:z�..sc�`i1S;d:.u.a.�J�,��a���..a.�a��.��:.�ui,u�.�,.r�''---=-.�.r : lo {Appropriale ftecipienfj I Date o �^10 � Project Number �If any} � L I Pt'oject Name ,r ,� F The undersigned, ha�ing execuied a cvntrack wiih (iVame of Contractor or Subcantractorj �Df (Nature af Workj ln the amaunk of $ ln the c�nstructian af the above-identified project, certifies thai; (a) The L.abor 5tandards Provisians of The Cantract for Construction are included in the aEof�said contract. (b) Neither he nar any firm, corporat9on, partnership, or association in which he has a substantial lnterest is . designated as an ineligible contractor by the Comptroller General of fhe U�9ted States pursuant to Section 5.6(b) %# of the Regu{ations of the Secretary of Labor, part 5�29 CFR, Part 5},�or pursuant to Section 3�a) af the Davis- ' Bacon Act, as amended (40 L1.S.C. 276a-{a}). �� (c) No part of the aforementioned conkract has been �r wi{{ be subcontracted to any subcontractor i� sueh su�contrackor or any firm, carporation, partnership or assaciatiQn in r�vhich such subcontractor has a substantia� ink�rest is designated as an ineiigible co�tractar pu�suant to the,afaresaid regulatory or stakutory provisions. He agrees ta obtain and fonward to the contractor, for transmittal lo the recipient, within ien days after khe �xecution of any aower subcantract, a Subcantracfor's Certificat�on Concerning Labor Standards and �'reuail�ng Wag�; Requireme�ts, execute� 6y thE fower tier subcantractor, in duplicate. - (a) 7he workmen will report for duty on or a�out (Nature of work} ]n the amaunt of $ ' -- _,.,., ,,,, . , . .. �.. .�. ,. � . , 3^ He certifies that: � . , (a) Tha legai name and the business address o{ t�e undersigned are: _ . .. .._..�. v. ._, , ... .,. _.._.._..._ _.,�..._._.._....... e.. ,....4..a.,....__.�..,._...._ . �b) Ti�e undersigned is: � �(1) A Single Proprietorship: 1 , - - �(2) A Partnership: � (3) A Corporatian Organized in the State of {4) Otner �rganization (Describe) i � � --- - - - 1 �c) The name, titie and addtess of tf�e owner, Qartners or offieers af the ur�dersigned are; 1 ...__ . . . ._ I � Name �' - �� '.��,t� � �iitle�� Address , -- ---- - _ . _.._ .. . I� � . — — +r ;. � � — — -- -- '� ,n , �_ r . I :L - I , i , I� � I � , i :� , ht����.:s=i:___.a�y �. _ av�a��R ti.�..�.i:oaWtt��,..+:;' -.rk..._..145'L•--rt _i'Ld..,�.1._ �y �.n W.Y����i..,,��.1_ .I ii ' ' r ___—__ -_-_-v+�—,�_ _ - "__—_ _ _� _ {d) 7�e namas and addresses of aA other persons, both natural anti corporate, ha�ing a substantial interesi in the . �andersigned, and the nature of the interest are (lf �one, so state): f` `.�` , . . � . . . . . �:,:�_ �;,.::.;::>> ._ 2."':E`�%M;r'- ; 4':i � 1i'i: . ' � '-' ="zn'� ,�,�i ' ` 7.,�':Li' ��;` :'. . Y�`",-h45i, �;�'r . . . ; 'Name� . ,.� �r�^��-�'�:� ��iddr�ss � . . . - . �. N�tureaflnferest 1 Mz�,;�.�,w _ .. � — � . .. ' . . . . . �r.. .We.,�, . xi� . �!�. __ ._ '_ . _. I .' , .� , Y I `I � . h 4 el ' � -_... ' ______J��. (e) The na�e�, addresses and trade classifications of all ofher �uilding car�struction contract�rs in which the undersigned has a substantial inferest are (if nane, sa state): �!r ire. f;�s: .y.��xY -. .�. . �` 1�%'iUdr.Pi$$ -' �� , _ ..; .. .�' .. ..., , .,.r, y k ;r� _ �. .. , . ._ � , . , _ , Nature :of lnterest �. �:� . _; ; � � �t . �. (Subcontractar} I _ - By - , {Signature) (7yped IVam� and Title) � ' � WARNING � ` - U, S. Crimnai Code, 5ection 1010, Ti#l� 18, U,S.C, Provides in p2�rt; "Whaever ... makes, passes, afters, ���r ��biishes any s�atement, knowing the same to be false ... shali be fn�d not mor� than $5,OQ0 or mprisioned na# mor� than two y�ars, or both." . � �' • y��•�.� _ , � I� .,�,.. ;..�, . � - ���5��� ���fi�� � � �...�::� � � . S,'.it'�,'� "'- n'' . a, . . -;f�Y�.k}���/;•����.`F.�-*�: �' ,Y� :� '� .. �-���'�� � ;'�-�: �-'�ti'�E 'fvw �=��" ��r+sti'�r��'''ti.�SS�:y� ,��„ ��� ��;��':85r�t."y'��i r� }� '?F�:'��h1'i I i � �hyrx� V x._:,l,'�,,�,1`�. t 7 _' • �;�'" d . • � "�''ei ��';Yt;�+ i ' I.,'.'�Y,�'��+Sl.� 41 � p � � �,y}��''�"} .�� ���` ��5�� ��A �+�''��� � .�.�' - �: ., {F5'-+,i�, .- <, �.::;� :'� . .;� � -_��_ =1�`<�„ �.r,: �'%'f. � -:3�.,:��,,�_ ��';��.-} '�? L ''""�': � � �� �,:��i, VS�:��iif�ry'.� . ' �:4�yA�ry�+';,:5 �;.:4;.4�r 'x:.'i°�'�'J�i� �}'�:Si�� . � . . / � y �j+ x . 14� S . . f. ' ' T� �9+ F123. J' . '4 _ � ^ 5 `3 � �'_'.t'd"�� � , 'Sb.'1.o ,_x ,x, -.A� p ' � f���:hf ���,=L�,T+�r4 � f 4 Y.. � �• � .�':���+�{ �'' `�' �:I.l . � f `� � C��f' �� ¢ � '. • � � �' �-�'��,,.�.+r* 1 - � � ��`_y � �.'r.�. � A �5. �n:.." Y ��+-���..�%.i��� a��.P't'e�y.�r.��^�'i�Y ��r,'}.5'��_;:'-`:r�:::::��y:_�,;:dt��;:`yi�;+?'���'w ���w.� ���:�° .� �., � .�ti����.t :;.� :�,�=��;,�v.�-.:�. .- .. .�..t_� ;.��F�-, _ � t ir�.>��t ., �_ _ry +�'ti �� -!r". _, �$ � , �o; _ ���r � Fo- � � � �'''k {��{i �:t '�r,�r'�',�S •:�'d .1.[�P.'r�'t :.S s . 'r � f �, .i"�x ..tyw; :i7'�,, 4^ .":{�.� �� {:!._i-'.;. '•�4 '�':t :�� �Jh r j" �'�.y!;.�;t�_-....' ,� w.},,Y'-I•':����ky�..::S.ry.�.�ti��h,�?rt,'S' `,�. #__�. _ -r.".:.:'��: ��r;�-J',y �},.�,s- s.{;...L` � � .�-i 'i S' r�� r'- �3�"}:r"rr�1iN i�{:ti'.} .5�;�_5:�� *st.i-1���$"�iW; 'iS��: A=1�i4�:i. �,f� l.�] ' } ���u� . , ?�,. `k��� t �k��," ; -<ts�- 4 � t;. M�_���•Y: r'� ��' � �r� � .�`;��;,.,. '�'Y`''tirfv�.� _ ���j3ia�.�.:��-�LaEe,�_ _. l'a;.Sc.4: �1. 1'�:x : �� 1 ny�+�__.s_ . _.—._ �c+c*ays3 �i�:'' � �� J ����� . � � ,� _,;;; ` ;�r;y F� - .�h � �� �. .� � �T" ' },..�fy� _ _ _ ' � � .� : �r �i" nu '�.1 4� _ ��'4�' �".� l��' ��'-i ��,,,;� .3.� � • � � • � y + ��+ ' � ';>'IS�IJ.� `'�� S�{fh 1Y *Y � /y� 1` ' y } �r+i{ �'+' *k r ��.i�V.~:.;r:1� 'J� i'r��"+v`1!11 I!.�v^f2r t � � � � � .._ __t.,�'��,� ._ =1y.y�,,, 1�,��;�{�'SR. � { fi t', �1 :�r9S..i �:!�'•�•�'K�'��,'-' `. C�'�v:� + • -._�-^w,""� -`��_ ` .�. . �w�' .';; ,'� w; 1 � , _ � ''�� ..'.t'-�^�.: x. r.� �_ � f �i i �J�...::.'v'�•r:,�r� � =yt,�j'tep " c' � �� -"��:'_s�'?�$'"�' '-w�,�.A,4'wj � i �` t � - ,- • 41'��„Y .R'.�:r:���::._R.. }"_.,rA`7�' - s��:�.-:.=; � � ' . � �'i.F'.�r _ _ .. . . _ •'��...����. kt s�,ti �i 7 � r s� � � -� s r y � ti 1 i�'•� - �� . _ _, . . t5 ., , tl 'itr,w . � � � L � {: , k �f r4 a� # ?' ,� �_.,.���t.� � ' ', ,#� kfY ��rf ��,hr. �r� ii,�i�)rx +�ti`s:s .. �'nli���"x {y, � r,�.x :: � ,� �. . � • -,_�r_.,� .,��;.r::�a±�r�k�� i FoRT �Vo�T� �� �_� '�'Yf:�'��1�+3 • � I ! � . ri x ". rry 1 'fha.-�' � � ' � .�.sY - �. iT� r w a�������r r *� � _.i�� ��i . 1.'1 � � �,� i � x. 3 � � '� }' a� �1,:�'�,��ik y,5$fs n' ''': ' � ' :.�?"l�rt: ,rv,,� �r*d;7•.r 'y'��'�i �S 4 i ..,ti .�...lA } 2 ' �? � '.ti-'+y',r.�. t ��,.t�'f��id�rir: t�•�.,,.�Ypiv:l.7p�.�~�.: �i i'� 1'�`.., .1.�� � i L . J'- r� �':'. �':.' `.;-��' ��.� . � .1 I 11 1 ���'_ , �`;.,w ...f'.y,a,�1)_�_1.�� f,'k;�4..:.] �;,r;'-r' � ,i�i�":,fe•,.k'] '..�����1,,'i�Y-�. 'j.7�f�._:'c %;;`. r..'-}' s' �;'�,'-,""`•',o=-X��;,. � ;x•.: 'S.�. �'�4.' ' 1�rif[ti. t�:� � .�.. „ , i<t� 1 '_F.�:i��, :� :�.. ., 't:�r V r 'J��:;•tt:�,'�r4:1'�r�"rr',�f:`?" �t" FKANK MAKRERO -� . r�_:�.r ��f��y�Sri�.=n,..�f �{n .,� „�'�� � . �_,�....<..vt� -, , , . .:�:;� �;., i:ti,� �,_. .,: � S`t'!.45� • � if.r.i�'t> si��-�r•.� ti:_�s..";'"_ �;.:r; { 5ENIOR CONTRACl' COMPL�AI+E'CE SP£CIALfST i.�r==.' �'!�'' '�;:.t�rp �-� ':}��>t+.. 'rx-�.,.A r,7r,Y-��.�� - ��.:`-.;.:rr ��-. ��i �-�� ��Tl'�..,_ -ts�h'�,r.;��':�>�'� ry 5ir..�� 'S:' ~`yf}�.1 5.[+1 r � � — . �i.�.�Y�� -_�_{�{ �'S•i��.?_:".� � .1� Y: �i.: �s'L .' � . `� : rti:: �_ � � , ��< :.�.,..�•..}�s4,�:�x..,?�� FfIVANCE �EPAR"I'MENT .;;F°«'�. . :�,i�'„�,.'�� �•+' 'l�l•fF' �F 5Y�'^'�' ff. K�R}��}''?'�"}'ti},4"•Y��S��5� INTERGOVERNMEiVTAI. AFFAIR5 AND GRANTS 14[ANAGEIrIENT �`{`'�'-' . �.:. �' -�.t'-,:M., .. �.:,�.n� ._�� 5v,�,.�<.t..�. � 7,.,.::., . } ���=�r,� � ,.7::'r'¢. �'4.� . . .iftiti_x�Y_.�`; y-;} F I. � fr .'w.p ;�y-f�.1�N��.. P�7`n¢.r� "���"`'"4'4':'�4� F�`k�;�t��i.::Ytr`.�:.-*f�; `"."�,`+ �{"jwti��''y CITY OF FORT WUR7H 'f'?c?� *:'i '���� , i":-��'�y.'�.,�s.:� .� . ti,:.'�rt_,1ei:4. .�CY,'� �'� � •' �r > - .� �� f000 TMRDCKMORTON STR£ET * FORT 1NORTi[, TEK45 76L02 ---��' f�'e. '���;.�'�'7 :-I { t � 'iii�,' ;��:'�. � `�" i � � �:L�''`._h� .y�-' ° J.t A ,� _ .,. ' ' s ' I i . t.' -'�'^-'.. `��t �` � �� v-,� �xsw� ���-'. �'��� 817-871•7535 + FAX 817•871•838� ..N., � � �,`k;,`�"-.':�i� � � - .{ �,�ti { ���';:er"`�:s:i��l�}�',.`�'.�:f,�c,; �.,�c�s�vr;;,.� S",;::.: i�a�,� r +�'_.� ���_,�.�_i,���'�. �.�, MarrerF�cLlort-worth.tx.us "�``'� � � -'!= '][�w �;x.-- •:w .rtiif�} i4 -F=�;� . � ;:!<�"°7}w�"• _�.'{sr . � �' �, ��"'• �`'��;;��'r�,:;r:`-'� fiY . �...�..k�; � �,4' �i r�1'!.a s-.� Sa' :}S. � y. ..h.s:d. �.n���}.iCrF.i.' i� ::._ ,ti4 .i� �i i -� a +� �' f � "Ft5{��.5�...r i�:�� ,�. = ti�r� j x� 1;.1}��ti's��„S x�s + .�$...t.}ti.,_..as.s• .�..�...,..,........_.�._. ��....-+..+��: .✓4. w-} �. a l�'7,G�-_ •�-: r�, j 1 y rx i�M1! -cf .��-_ys 'R; �� � � � � � � - t � , s K �l s 3 ryf����''��-1�1 . � �• � � I "'+ff _..1 . .� ;s ! �! i_�s''' ��I"�y(}�ia"�y"' , �� . 7.. ^�.� _4.a} ��1n,�,�� . � hf�,rr,�' �.� � � � _ ...i •. .i , _ _.� , .. .�tir'�r.s' ���i d.`'4'. .a.��:'' ¢�:.: '���;�" _ - _�-, ���Y 4..� '�r.�fx L�`,�.,_�:.'{ ��:,:.,,,�:. , t .�'� ' � '.7't�' '�,..'r{':n`'�:y;.��;:' �.��:a'I�r +,i' .:+'�<,t. '�-: F;��'a_�:Y}�i'}�a6� � a,�.�5i��.:Y4�1�+i?S ry��:�,at_:�wfy�fr'4'C . L+S'�`.1= 4 fr_�.i��r.��: • �5��{t��:`��+� {.. x,��s` J..1�. .F�. � � 7�'Zs . Y.2� ,.fF � y'..���f �i��. �r: ::K...�.-r=,1 , � . f..z:rt.:��.� 4 ry;,.. 1� 4{. ���~' �:(' +ri:'' '���. � I��:'y;.aiM1'a.,: 4 - j. . f �,,..,a:�i�. , i t �.-�:�!'�`-�".{. i ,^i'��� �-�7'•_%� X�'a:. � '» �x-i� - . � 'i5�=�y •�'.. :�.':� :.�i. �' [,t4' ' :� �'�'i�•• s��i���'�":.�.''i �+�`,l;j�..,_ r"i ��-f?+ -'�.'}F.M1`l'" � . �s�}�' �ssf,`..4{.4��Y":i.:.`-',s k..#,V:'1.:.�}'����� . fs - �, "kr+_. �:}�{.� ��' . �. 54 . 5� -Y"�"'_'. . . ',`'�e.y.< ,F't�:;:�'', :;S'...;�..;A..•.�i'zf�°:'�'�_�..,-�`;+G*AS'.. ry�' n_�.'.'....+�� .[.y4_` -.�, . _ � . �=i i'�,3�}��. K�/}:i�.�`yk•.:�.�'.J'.+�'t.-:4y�'I�I;_:;��:+�{v�_i'i��r�h � ' .St�:_ �'V_�� � u �yY" y .'S , . ..v�';:'..� �:I ..t . � '� r`:+:�,�r4v;._'w � kt>i �,n ?�;'�}!�5:4s:i,�:u.�_;i � -. � y '.� - ���5��r S�a'_i' ..s; . �� A r �� .�;�.��::� n� :rs:� f-tiP' i;��''��- 'i..` ."'{: .]� ��i.:�_t ,Ea`i�.��'.w.�.��;..yr ' - .i'. ,r i. ��s !�.fi�'�r_ `�''�:Fr'��.�-'-�''�`.-:���:� .t.t, "- �"'t+'�-� �� , - '�ya':M..� . v. '� s :�.2 w�� .r_�:�lv.x w :jti�-r-''. {,..,,.,1: �a*{ :ra�;,; ^�•1.;."t:. :� !.�s-,r'{� �=.N ;'j;:.'��':�. ;'.�= � s� '�': �ra �_ 1 y�FJy`��::I. SY,'1 _��•o�= �i4_' i5.� �il�'L�1+:i��l""'-i.55ulF.��^�l lY_�: *''�}.�{ .�,�,_, _ - .i��.'. ."�i.�=.:,;�r,?.��e_��t-, :.Y_' �c��;_,. .; '�i_:�.A�_ :;y�� '��Y' :b✓.,y- �.4..�:. �. r �t-+f_�, t�Xv�.."5�1°tr: ��,i+';;i�"f{ 'i�� .�M ?-'��;'v`��F�"'}�.3;.'.� �',''�T4 1 .r �� f R's�� ' '.r _J "� ..�,'- '.{`_ �. J . ' � . �� �t ''�I . '�."r.?�._i5}.. _.:._.i�..�'•,:!�4'.Ir::.:i5:��{t:i. ii��.� } ! '�6 - y.� 4_ . �� �J r+tb; y - � .44�`,Y{.` �'Y,:�y'4 ' �Y . '�� 5 "t; "y�f''� F+'¢�;I.i��"'CyS�-'t 73'n � ,..E � ���`.fy:� �. �.�` �i = '� . :!"�. 55 • V-' •i d +'2' �"L�z r �i' � � � �� µ,•� y .�- _ ~^x:�v _ „�t ,,,: _ �r_`t�ti-,���� . :hS.ye' ,�5� .� _ � � *_3�. a � , i+ Y�. • rirti " ' D� y. '���1n ' � � 4, .in 5 1-Y.. �� ' � � _ .�, . ..L4' x`f h�,. i' a ',�A� �� . t ii` �� . � . . � .��� .�Ci:Sia_�a'$'. =r��:���, _�� _ �.�� _... ,_.. ��.: �a_._ .��- - m. � ir {�i A ��' +� aJ b:i Q;�7nYy'�a� . ' _ r_.r:;�, i2�, � a� ef�;i;,� Y � ;i�', "� �k i'� :'r;`'" ",�l: n :.J :4?aC.5 -� i, ,eq� � 4-x41� "� �� �,5: �� ii�� : y � *q ,y � '� +� .}h �a ',Y.�' `� +�� Ji1 ' '; � .� - - V �' -!��`'��!;a��f".5�� iF.r,i.,; :-:��si � �r{��:�i��`X ����w��.�rt�� �i , �.•:=p�c�; -�!;d.'.: ;i: -.;��.# x -;yi3.�• - �� p';i � . �,+` r _i'„ 'k: . ''�.. d ��, `l �t�:« �� �: :' ;:r � ,� e:�. , � :. z:; ,:'' . iS, .. 3 .� °`�r'wEF "'�14wri��F1'���, 1„�b�rf , �? ,;c'o'?'if-�:�•d��e`n:1L��"'i ' Jks�h�. c�..�pi aF� �ti�:l 1 '�Fn:: l�M?. 'cr."$..4�, � >3ri � ,. '.`,a �sy'`;; ' Y.� z� 4y tii� r�` �t i^� I .' 'a - ;`f. z rr%y'��a� .iT_ � � � 2� � ��`' t �� t a�, ,�� E h �' � �ts ti!i `.t' f r Y! th '' � 4k y'FG.�1'� � �yi� .� � M1'3�1� � �1 � �ii' y„Nri`v `�1,�..�f �:•����r ;: �� ��';i.: ? •x l rL , _; r�„y.a. y ,; �.� . r� � � )� <f �N# iJit 'C•.%��c r��� ',�-:.!r^! hrr.,�„�,�+5 +..� ;•:V�SF, ;'�'>'n'J;'�k�}�{ a:.1,�.c- _ �,��; i�_ ,,,��: Y.c..,�5 „�.7i 1. � Z �- ^'4�1 E'�.�ny�... Q�}{r4HY ��� ., F ( � y� � [ �} 4�� 4. 4 �� ��,. ��i�<< n� r S`v!' �1��'�°�� ; � 5 i -�� ��.I f,. �L y ,_ l � _�� .- ,t i I �� _ �.�� ,�° � �; � , , , I��'; : i, �z _ { �" ,�, a - I L� :.7I :�� y � � ti. � � ��� � .` - _ ti i � '� I � ��• ��n .i. � Yo� must k�e paid not less than the wage rate in the schedule posted with tY�is Notice for the kind o� work you p�rform. ��`�'�� You must be paid not less than one ar�d one-half times your basic rate of pay for all hours worked ov�r 40 a weelc. Ti��re are some exceptio�s. ,.,�: ,���`�'��M�. l��, � r,: • _ � .� : � �, � I � 'J Apprent3ce rates apply o�ly to apprentices prop�erly registered und�r approved Federa! or 5tate appt-enticeship programs. lf you do not receive proper pay, contac# �he Contracti.ng Officer listed below; FRANK MARK�RO � 5EN1dR CON7'RAC7 COMPLIANCE 5PECIALIST F]iVA[VCE nEPARTh[ENT ENTERGDVERNMENTAL AFFAIRS Ah'D GR.4NT5. h[AHAGEMENT CI"fY OF FDRT WORTH 1000 THRaCKtv10RTON STREET + F�RT 1YORTH, TEXAS 76102 $f7-871-7536 * FAX 817-871-8383 MarrerFQci.fort•worth.tx.us d or you may contact the nearest office of the . Wage a�d Hour Division, U.S. Department of Labor. T�e Wage and HoUr DEvision has offices in several h�nd�eci communities t�roug�out the country, They are listed in th� U.S, Government s-ection of most telephane directories ur�der. U.S. Dep.a�tment of �.abor Empioyment S�.andards Adminlsiratlon � u'� D-a�,r�r�a�nt o� Lr,bor � �rnr�aoyrr,�nt 5tsr-,d�rra �' � ��� ------. � r -y ' PROJECT DES�GN�TION S1GN 1-112" � ' � �r : I . 1 i ` �'F � - I , --- ' . � . � 1� � , i� ' ; i ' �4 � � - - , r "----..�"""�-- / �'�.' ' ' �' � . � �� '� , I 3�� - • -�' t�� �V � . ��� - . . Praject T��I� � , � �,� . . .. � �R�_a� . . � � � - ' �i2!; . - - - � . ' Con�racta�: . , . � � 2.,��� _ Con�irac�ars �ame � � ,, � �-�a�+ � . .,_. �.� - ---- - -- FUNDED BY I � 2-�rz" � � � ��* � � � �-� � * * I- � �-�rz�� SCHEDULED G��PL�TE�N DATE ; �„ , . , �-��., YEAR � , � . -_ : , i ---- � , .. ._ .. __ . __ ...� ,. _ . . I � � 1-� 12 ,� i, ,, - 4�_�„ , • �. . SIG�J IS W�if7E WfTH BLIJE B�RDER AND L.ETTEftING IhE PMS 288. PRO.I�CT 7lTLE, , C��ETRAC�OR, SQN� AND COMPI.ETION DATE IiVFORMATION l5 IN HELVETICA, � �' , � CITY OF FORT WORTH l.OGO !S AVA.1LAgL� 1N f� V�C70R FORMAT FROM THE CITY QF � FOR� WC7RiN REPRQGRAF�HICS DEPT. ALL COPY IS 1N PMS 288. THE LI�IES THAi COMF'OSE THE "S7AR" ARE PMS 1 B7, � WEATHER TABL� AVERAGE DAYS INCHES SNOWIICE MON`��i , ��rALL (1) RAiN.FALL (2} PELLETS (3} 3ANUARY � -7 . 1.80 1 FE�RUARY 7 2.36 * MARCH 7 2.54 * A.PRZL 9 4.3 0 0 MAY 8 �.�7 0 rUNE 6 3.05 0 3ULY 5 1.54 0 AUGZ.iST 5 2.25 0 SEPTEMBER 7 3.I 5 D OCTOBER � 6 ' 2.68 � 0 �TOVEMBER = 6 2.43 0 D�CEMBER 7 1.82 * �1NNUALLY SO 32.3 d 1 (1) Average normal num6er of days rainfall, O.Oi" or more, . {2} Average normal precipitation. ' ' � (3} One inch (1 ") ar morer � � * ' Less than one-half inch (112"}. Unseasonable weather is defined for contrack purposes as rainlsnow days which exceed the a�erage number r of days or inches of rainfall in any given month. . This table is based on informat�on recorded at #he forrner Greater Sauthwest Znternational Aic-port, Fort Worth, Texas,•Govering a period af 18 years. Latititde 32° 5p' N, Longitude 97° 43' W, elevation {grouna) I 537 ft, '. ' � - . • 1 . _ .. .. _ - . - �,.I. ` 1 � - -.------ --------�-� �- VENDOR COMPLIANCE TO STATE LAW The 1985 Session a�the Texas Legislature passed House BiII 620 relati�e ta the award af cantracts to non-resident bidders. Tl�is law provides that, in order to be awarded a cQntracY as low biddez, non- resident bidders (out-of-state contractors whose corporate offices or principal place of business are autside af the State of Texas} bid projects for constz-uction, improvemen#s, supplies or services in Texas at an amount lower than th� lawest Texas resident bidder by f11e same a�nounf that a Texas resident bidder '' would be required �o underbid a non-resident bidder in order ta obtain a coinparable coniract in the Siaie in whieh the non�resident's priz�ci}�ai place of busine�ss is lacated, The appropriate blanks �n Section A must be fi�led out by all out-of-state or nan-resident bidders in order for your bid to meet specif cations. ' The failure of out-of state or �on-resident corltractors to do so will autoinatically disqualify that bidder. . Resident bidders must check the box in Section B. A. Non-resident vei�dors ii� {give state), our principal place of business, axe xequiz'ed to be percent lower �han r�sident bidders by state law. A copy of the statute is attached. � Non-resident �endors in (�ive siate), our pxincipal place of business, are noi required to underk�id resident bidders. ' B. Our principaj place of business or corporate a�ces are in the State of Texas. ,, � Please Check or mark with an "X" : �� ' � �,���� 9/ �, :��t� � . : 1�1. A .1� � �I �a r� � r�s'�c.:r-�or� By: �, �, l�,�Nsa,�/' � �i�J�r�' �o���y (please print) ��rL�� �JIUSd�! �V,G:: /����t�7�l�iT Signature: � �t.` � (please print) � �' �� �bi� � $ �-� � � � � ��Tr.�7�TN �p��• I� ��C 1�3�s7"7 �� r--°7d,c1��-�' �� Title: ���c� �'�`es �tJ�nrT Ciry 5tate �7`X Zip �f �J . (pl�ase pxinfi) 1Tj� '7� 1 �j THiS FORM MUST BE RETURNED WITH YOUR QUOTAT�ON . 4 VENDOR COMPLIANCE TQ STAT� LAW COfVTR�CTOF� COfV�PI.IAiVC� WITW WORK�RS' COII�P�R�SATIOF� LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000}, as amenc{ed, Contrac�or certifies that �� it provides workers' compensa#ian insurance coverage for all of its employees employed �. or� City of Fort Warth Departmenf of Engineering No. 3�3.� and City of Fort Worth Project No. GR-��,/54t�zcx, %aos�zc.s��/2� qa ' Ie G�'L.'1�/5'�?ZoD�d�S�a�J32Tsc� �l coNTRacTOR �.� � �%N50N �[�n_s7',2�J�T�p,�( � . �`;-�fC � .��.�, - - � � � J � Name: ._ ���r� _Y�.�s�n,/ Ti�le: ld,'c� P�sP��iT Dai�: �%z7/d`�. � STATE OF TEXAS § § COUNTY OF TARR/�NT § Before me, the undersigned authnrity, on this day personally appeared ���e,�U,��t , known to me fo be the person whose name is subscribed to the foregoing instrument, an� acknowledged to me that he executed the same as fhe act and deed of M, A, rl „����u C�� s� ►-c� cr� a��• �� r� for fhe purposes and consideratian thereir� expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this ��`kday of �t�,� , 20�z � L �.�;,, _� �. � y � ' - } _ Notary Public in and for the Stat f �� Texas �,4��,�µ�LL-� t:� - _ z � ��� � �� �������. �w- :� � �. . � � � �f�� - sr��'�����i�� _ i�� ��rrir�, �x�fre� 92•07.�p04 � � � � � R- -� _ �' J`- - ��a�s�aan� �o T`�x�s �oxker' s ���p��as��xon Comnrrn�.ssnom �i��� �. � � . � 10(�.)��) y � co�it��c�o� e�g�ge� nr� a b�n�di�g ar c��s�x�.c�n�� ��oj��t ��r �. gov��r��r�� en���.y �s req�ui�ed �o �Oa�� a�o��ce orn eac1� p�oj�ct si�e i�f���nrng �11 �e�sorns �O��vndi�g se�vi.ces �n t,�e pro�ec�. th�.� �.ey �re req����d� t� b� c�ve�ed� by wo��e�s' co����sa��o� i�s��a.��e. �'1�e �otice �eq�u�r�d �y t�ins ��e �oes �o� satisfy other p�sti�g �eq��i�e�era�s nrx�p�sed� hy th� 'T�xas �T�rke�rs' C��.pemsatnor� 1��� o� ot�ie� Co�nrmissi��a �u.1es. '�`�.As notice r��s�: � 1) �e ��sted �� Emglisl�, Spaz�.s�� �mc� �y ���r 1�g�age c��aarx,��. t� tl�� e�p�oyex ° s ��p�oyee ���a��a��o�.; �2) �e disp��.ye�. �rn each p�-o�eci si�e; �3� state l�ov+� ��pers�� �may ve���r c��e�t covexage a�d rep�r� fan�a��e �� �x��xde �ov�rag�; (4) b� p�a��ed w��a a tit�� i� at ��as� 3�-p�i�t lbo�� �ype �d� t�xt ir� �� �east �.9-p��n� ��rr��,1 �:y��; ar�.c� (5� ���.�ann �I�e �x��� w��cls �s �pr�sc�ib�d� in ][��n�� �. Il�, l ���d){7) w���a�t �dditioxa�� w��cis o� c�rna.�ges . The not�ce o� �e reve�se s�de r�ee�s the above req�ire�eaats. ]�ayla��e to pos$ t�e �otxce as �eq�an�ed by �ns �.1e �s a vio���iorn �� tl�e Act and� con�ni�s�on rufles. T'he viola�o� �ay �e sa�bject ta ad�a�rnis�ra.�ive �em��ies. � � �. � . � � � � � • �. � � � � � � � _- - � � ' � , '• � �� T�� l�.w �eq�.��es t�i�.t eac�. ��rs�� w�rk�ng �r� �his s��� o� �������.��g s��vi�es ��la�ed t� t1�is co�rnsi�c�io� p�ojec� ��t�s� be �ove���dl �y �or�e�s° c�xn��er�s�.ti��. ins�r�.xace. This �.����des ���rs��.s p�o�id�.�g, �a�l�.�g, �x de�.��ering equrp�e��t o� �a����.a.ls, �r p���id��g �ab�� o� �ir�.ns�oxta���n o� �t��r s���c� �ela�ed �o t�e p�o� e�i, �ega�d��ess �� �he �.���.tit� of �T�eir . e��p�oyer �� s��.t�.s as �.r� er�.��loyee. C�.�I� the 'T�xas Wor�ers ° �onnper�s���on� �orr�nssio� �.t 5 �2-�-40-3i�9 �o �ece�ve ir�for�at�o� or� t�e ��gal ��c���re����t for ��ver�ge, �o ve���ry �v�ie�e� yo�� ��p�.�y�r �as ��avid.�d t�� r�qu��ed ��v�rag�, o�R to r���x� ���plo��� ° s fa�1�e to px�v�de c�����ge . �f i �r. �. � ,, r �, , r Ji . � ' ' / �i ' i - - - - - _ � � �. ' � � �� � ` � � ' _ r ' � ' �` _'' _ r- '� � - � � � � �a �ey r���i�re ��e cada. ���s�r�a �r�.b�j ar�do �m �st� si�io � pr�po���o�a� se��icios �e�acio�.�.dos cor� �ste �a�o�ect� de �or�st�ccnox� t�e�e ��� estax c�.b��r�o ��� aseg����. d�� c�r�pe�sa.c�o� p�.�a �.��.b�.j ad��es .]Est� ir����ye pe�sarn�s �u�� �p�o�aar�nor��.r�, c�.�g�, ��t�eg�.� ea��.��o � r�a.��r���es � pro���ci��.�.� r�a�o �e o���a, t��rns��x�aa�, o c�a.�.��i�� sexv�c�� r���.cnona�o ��� es�e proy�c�o, sir� cor�sid�era.r ��. �d.e��i�.�.�1 de� �pa��or� � �s��.d� de� ��.p1�ad�o . �L��e �. ��. Corr�s�o� '�e��.��. de C���e�.sa�cior� p��� �'ra�a��.do��s a� 512-440-37�9 �ara� �eci�bi� �forr�.a�n�n de l�s req�e�n�ie�.��s ��g�.�es �e co�����'a, ��.�� �ern�t��a� s� s� pat�on �e ��a ��o�orcno�a�� 1� ������r�. r���er�d� � �a�.��. �e���t�r �alta �.el p�.tx�� �� pr�p��c����.�1� ��be�a. I TECHNICAL SPECIFICATTONS DIY�[SION 1 - GENERAL REQUIREM�NTS ' � SECTION Oi100 - SUMMARY OF WORK The Contractor shall supply ali superintendenc� and shali perform all work ar�d furnish all labor, ' equipment, materials and incidentals necessary and complete all wark as described in the plans and specifications. All construction and oth�r work shall ba done by the Contrac�ar in accordaz�ce wiih ih� best engineering and constructian practices for the skill ar trade involved. ' The work to be accornplished under these plans and specifications %r: Playgro�nd , R�novations at Arnold Park ( Mapsco No. 6�-1� includes: � Site 1 equipmcnt demolition, site grading and installafion of new �layground equipment and park amenities as per constru�tion documents. _ ' These plans and specificatians were prepared by the Parks and Corr�munity Services Department, The Department o£Engineering will administer the contract and furnish inspeciion. Tn addi�zon to project performance stated above, the Contractor shall also be respansible for: 1. Setting all project layaut dimensions and �nal finish grade elevations in accardance to plans. All such survey work shall be performed by a Regzstered Surveyor in the State of Texas and �erification provided to the Ciiy that such survey work caznplies to plans and speci�icat�ons. 2. Attend a11 project progress meetings as scheduled by trie Gity and provide updated project schedules within 3 warking days upon request by the City. The appiicable items contained in the Standard St�ecifications �or Street and Storm Drain Constructian for the City of Fort Warth, Texas, shall apply to this contract just as though each weze incorporated in these documents. Where the pzovisions or specifications contained in those documents are contrary to this publication, this publication shall govern. In case af conflict beiween plans and speci�cations, the plans sha11 govern. A capy of the Standard Snecifications for Street and Storm Drain Constructian can be purchased at the afficc of the Transporta�ian and Public Works Department , 1.000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, T�xas. The Co�tractor shall provide ail permits and lic�nses and pay all chaz�ges and fees, and give all � I notices necessary and incidental to the due and lawful prosecution of the work. The Contractor �� shall cantact the City af Fort Worth's Devalopz�rient-Plans Ex�n Section for a detenmination of applicable permits or variances required for this gro�ect. SECTION 01135 - CONTRACT TIME GBNBRAL REQUIRBMENTS -I- 1.Q� PROGRESS AND COMP�,ETIUN Upon receapt af a notification letter aixd the executed construction contract, � Con�ractar shall be responsible far scheduling a preconstruction conference, .,__ be held no lat�r than ten warking days from the date of the notification letter. At tM� time af the pzeconstructian conference , a construction start date shall be � establish�d �nd indica��d in the Notice to ProCeed {Work Order) issued by the Engineering D�partment. Th� Contzactor shall begin the work ta be performed urider the contract pn or befare ten. v�arking days fram the date the Work�Order is issued. 1The ' Confiractor shall carry the v�ork fazward expeditiausly with adequate forces and shall complete it within. the periad of time stipulated in the canttact. ' 1.f?2 LIQUrDATED DAMAGES This project will be completed within the specified days allowed. Liquidated damages � will be assessed if the project runs o�er the allotted tune, r SECTION 01140 - r�LTERNATIV�S � 'The Crty reserves the right to abandon, withaut obligation to ibe cnntractor, any part of the project (subject to conditian.s set forth in Section 0115D - Payment io Coz�tractor} ar the entire project at any tjme before the Contxacfor begins any construction wark authorized by the City. �ECTION O11.5� - PAYMENT T� CONTRA.CTOR 1.01 SCOPE OF PAYMEI�T: Th� Contractor shall acce�t the eampensation as provided in the cont�ract in full payr�ent for furnishing and paying for all materials, supp�ies, subconiracts, labor, tools and equipxnent necessaxy to complete the work of the contract for any loss or daznage which may arise from the nature of the wark from the . action of the elenr�ents, or fram any unforeseen difficulty which rnay be encountered in the prosecution of the work, until the fmal acceptance of the work by the City; for all ' risks of every description connect�d with the prosecution of the work; for all expenses � and darnages which might accrue to the Cvntractar by reason af delay in the initiation and prosecutian of the work frox�ra any cause vvhatsoever; for any infringement of patent, trademark or copyright, and for completzng the work according to the plans an.dlvr � specif�cations. The payxnent o� any current or partial estirnate shall in no way affect the , abligatzons of the Contractor to repair or remove, at �is own expense, the defective parts af the construction or to replace any de�'ective maierials used in the construction, and to be responsible for all damages due to such defecfis if s�ch defects or damages are , discovered on or before the final inspection and acceptance of the work. �.02 Partial pay esti�nates shall be submitted by the Contractor oz- prepared by the City on , the 1 st day and 1 Sth day o� each month that the wark is in progress. Estimates will ba paid within 25 days following the end af the estirnate period, Iess the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishabie GE1�C�RAL REQUIREM�NTS � -z- materials delirvered to the work place which are to be inca�porated into the work as a permanent part ihereof, but which at tkae time of the p�y estunate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon SS% of the net invoic� value thereof. The Contractor will furnish the Engineer such inforranation as may be reasonably reques�ed ta aid in the verification or the preparation of tl�e pay estimate. I.03 It is understood that the partial �ay estimate amounts v�vill be approximat� only, azid all partial pay estimates and payment of same wzll be suhject to caz�rection in the esiimate rendered fallowing the discovery oithe mistake in any pre�vious estimate. Payment of any partial pay estimates sb.all not be an admission on the part of �he Owner of the amount of wark dane or of its quality ar sUfficiency ar as an acceptance Qf tk�.e work dane; nor sha�l same release the Contractor of any of its responsibilities under the Contract Documents. 1.04 The City reserves the right ta withhold ihe payment of any partial estimate if the Cantractor fails to pez£ortn the wark in st�zct accordance with �e sp�cificatians or other provisions of this Contract. 1.0� For contracts af �ess than $40Q,OD0 at the ti�me of execution, retaivage shall be 1�U percent. �or coniraets of $4Q0,000 or more at t�Ze time of executxon, retainage shall bc � percent. ]..06 Cantractor shall gay subcontractors in aceord.with the subcontract agreement within five busin�ss days after receipt by CQntractor of the payrnent by City. Contractor's failure to mak� the required payment tv subcflntractars will authorize the City to withhold futuxe payments from the Contractor un.til compliance with this paragraph is accomplished. 1.07 Coz�tractox hereby assigns to City any and a�l claims for overcharge5 associated with this contract whic� arise under the aniitrust laws of the United States, IS U.S.C.A. Sec. 1 et - - se (1973). 1.08 INCREAS�D OR DECRLASED QUA1`�TTIT�ES: The Ov�+ner zeserves the right to alter the quantities of the work to ba perfarmed or to extend or sharten the improvernents at any time when and as foun.d to be nec�ssary, and th� Cantractor sha11 per�oz� tlxe work as altered, incr�ased or decreased at the unit prices. Such increased ar decreased quantity � sha11 not be more than 25 p�rcez�t of the conten:iplated quantity of such item or ii�ms. , When such chang�s increase or decrease the or�ginal quantity of any item or items of work to be done or materials to be furnished by the 2� percent or more, then either party ta the cantract shall upan written request to �he other party be entitled to a z'evised , consideration upon that portion of the work above or below the 25 percent of the original quantzty stated iz� the proposal; such revi�ed consideration ta he determined by special agreement oz as hereinafter provided for "Extra 'l�ork." I`�To allowance will be zr�ade far , azry changes in anticipated profits nar shall such chan.ges be considered as waiving or invalidating any canditions or provisions of the Contrac� Documezats. GENERAL REQUIREM�NTS ' -3- ., 1.Q9 PAYMENT FOR EXTRA WORK: Extra warlt performed by the Contrac�or, that is autharized a.nd approved by the City Engineer, will b� paid for undcr "Change orders" made in the mat�er h.ereinafter descrihed, azzd the caanpensation thus provided shall be accepted by the Coni�actor as payment in full for all labor, subcontracts, materials, taols, equipment and incidentals, and for all supervision, insurance, bonds and a11 other expense of whatever nature incunred in the prosecution o� the extra work. Payment for extra wark wi11 be made under one af the following types of "Change orders" to be selected by the City: A. Methad "A". By unit prices agreed npan izi. the contract or in writin.g by the Contractor and Cifiy Engineer and approved by tbe City Council before said extra work is commenced subj ect to all other conditions of the contract. � B. Method "B". By a lurnp sum price agraed upan in writing by the Contrac#or and � City Engipeez and approved by the City Cauncil before said extra work is , cornmencec�, subj ect to alI other conditions of the contract. ' C. Method "C". By actual field eost of the wozk, plus 15 p�rcent as descnbed herein , below, agreed upon in writing by the Contractor and City Engineer and approved ' by the City Council after said extra work is completed, subjcct to aIl other conditians of the contract. In the event extra work is to be performed and paid for under Method "C", the actual field casts of fhe worlc will include the cost of all workmen, foremen, timekeepers, mechanics and laborers working on said praj ect; all used on such extra worl� anly, plus all powez, �uel, lubricants, water and simi�ar operating expenses; and a ratable proportion of premiurns on performance arid payment bonds, public Iiability, warkmen's compensation and all other insurance required hy law or ordinance. The City Engineez will direct the form in which the accaunts af actual field cast will be kep# and will recommEnd in writing the method of doing the work and the type and kind of equipment to be used, but such extra work will be performad by tbe Contractor as an independent contractor and nat as an agent or employee of the City. The 15 percent of the actual fielc� cost to be paid the Contractor sha11 cover and compensate hirn for profit, overh�ad, general supervision and f eld office expense, and al� other elements of cost and expense not eznbraced wifi.Yiin the actual field cost as herein specified. The Contractor sha11 give the City Engineer aecess to all accounts, bi.l�s, invoices and vauchers relating ther�to. I.10 DELAYS: If delay is caused by specific orders given by the City to stop wark, ar by the perfo�nanc� of extra wark, or by the failure at'tl�e City io provide material ar necessary uistructions for carrying an the work, then such delay wilI enti�le the Contz�actor fo an equi�alent extension of time, his application far which shall, hovvever, be subject to the appzovai of the City CounciI; na such extension of time shall xelease the Contractor or �e GENERAL REQIJIREMENTS -4- surety on his perfarmance bond �rozzz all his obligations hereunder wh.zch shall remain in � fu1l force untzl the discharge of the contract. L 11 CLAIMS AND DAMAGES: Any claims far extra work oz for any oiher related matter � or cause must be made in wziting to the City Engineer within s�ven calendar days from arid aftex the c�use or claim arises. Unless such claim is sa presented, it shall be held that the Contractor has waived the claim, and he shall not be entiil�d to receive pay thereof. 1.12 TR�INSPORTATION: Na allowance or deduction-will b� made for any charge of freight rates. No allowance for transportation of inen, 3naterials or equipment will be allowed. . 1.13 ACCEPTANCE AND FINAL PAYlVIENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Es�imate" and upon rec�ipt af satisfaciory ; evidance from the Con�ractar that alI subcontractazs and persans furnishing labor ar � materials have been pai.d in full and all claims of damages to property or persons because af the carrying on of thzs work hav� been resolved, or the claims dismissed or the issues joined, sha�l certify the estirnate for final payrrient after previous payments have been � deducted and shall notify the Con#ractor and his surety o�the acceptance ofthe project. On prajects divided into two or more uruts, the Contractor may request a finai payment on ane or mare units w�ich have been completed and accepted. On delivery of the final payment, the Contractor shall sign. a writt�n acceptance of the final estimate as paytnent m full �ar the work done. All prior partial estirnates shall be subject to correction in the final estimate and paynnent. The proj ect shall be deemed acccpted by the City of Fort Worth as of the date that the final punch list has been caznpleted, as evidenced by a written statement signed by both the coniraetor and the City. The warranty per�od shall begin as of ihe date that the final punch list has been completed. SECTYON 013D0 - SUBMITTALS Prior io canstructian, the Contractar shall furnish the Parks and Community �ervices Department a schedule outlin�ng the antieipated time each phase of construction will begin and be completed, including sufficzent time far turf astablishrnent {if applicable) and project clean-up, The Contractar shall subrnit to the Project Manager shop drawings, praduct da�a and samples required in specification sections. R�fez to Seetion 01640 --- 1.�2. SECTYON 014QQ - QUAL�TY CONTROL The Contractor will receive all instructions and appravals from �he Director of Engineering and/ar kus assign�d inspectors. The inspectar will he introduced to th� con�ractor prior to beginning work. Any wark done at the direction of any other authority wil� not be accepted or GENERAL REQUIREMENTS -5- paid for, Fznal approval fflr tl�e finished project shall be given by the Director of Engineering, City of Fort Worth. The Coniractor or a compet�nt and reliable superintendent shall oversee the work at alI ti�nes. The superintendent shall represent the Contractor in his absence and all direcfions given to him shall be binding as if given to the CantracYor. SECTION 01410 - TESTING All tests made by the testing laboratory selected by the City will be paid for by the City. In th� event maz�.ufacturing certificates are requested, they shall be paid far by fhe Contractor. SECTION 01�00 - TEMPORARY FACTLTTIES ANX} C�NTROLS The Contractar shall take all precautions necessary to protect all existing trees, shrubbery, sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done. The Contractor shali rebuild, restare, anc� malce good at his own e�pen.se all injury and damage to same which may rasult froa� work being carried out under this contract. The �tzlzty lines and conduits shown on the plans aze for information only and are not guaranteed by the Owner io be accurate as tv locatian and depth; they are shown on th� plans as the bEst , information available from the owners of the uti�ities involved and from evidences found on the ground. The Contractor shall deteznaine the exact location af all existing utilities and conduct his � wark to prevent interruption of service or damages, � SAFETY RESTRICTI�NS - WORK NEAR HIGH VOLTAGE LINES A waming sigin not less than five inches by se�en inches, painted yellaw with black letiers that are legihle at twelr�e feet, shall be placed inside and outside vehicles sueh as cranes, derricks, ' pawer shovel, drilling rigs, pile drivers, hoisting equipment or similar rnachinery. The warning • sign shall read as follaws: , "WARNING - UNLAWFUL TO �PER.ATE THIS EQUIl'MENT � WITHTN SIX FEET �F HIGH VOLTAGE LINES." � Equipinent that may b� opezated within six feet of lugh voltage lines shall have a� insulating � cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the lzft hood connections. - When necessary to work within six feet of high voltage electric lines, the Coniractor shall notify , power company (TU Elecfric or the apprflpriate power supplier) to �rect tempoz'ary mechanical barriers, de-energize the line, or raise ar lawer the Iine. Th� contz�actor shail maintain a lag of alI such correspondence. The Contractor is respansible for all costs incurred. GENERAL REQi1IREMENTS -6- SECTrdN 01640 - SUBSTIT`UTIONS AND PRODUCT OpTIONS f .Ol GENER.AL S�nd submittals for substitutions to: Scott Penn, Pro�ect Manager (817) 8'�1-���0 Parl�s and Cd�rnun�ity Se�rvices Department 4240 �. Freeway Suite 2200 Fort Warth, Te�as 7b115-1499 1.02 PRaDUCTS LIST �� A. Within iive (5) Warking Days after carnmencement of wark, �he Coniractor shall � subznit to the Project Manager two (2) copies of complete lisfi of all specified products and submittals for review and approval. B. Tabulate list by each specification section. C. Far pzoducts specified under reference standards, include with listing of each � product: 1. Name and address af manufacturer 2. Trade name 3. Model or catalog designataan 4. Manufacturer's data a. Performance and test data , b. Refearence standards � D. Specified maier�al shal� not be ardered by the Coniractor untii such time product � material submittals have been zeceived, reviewed and appraved by the project � consultant and / or City. I.03 CONTRACTOR'S OPTIONS ; A. For products specified only by reference star�dards, select any pxoduct which meets such standards fram any manufacturer, ,' B. For products speczfied by naming several producis ar manufacturers, select az�y product an.d manufacturer named. � C. For products specified by narning vne ar more produ��s, the Contractor must submit zequest, as required for substitution, �or any product not specifically nam�d. .I 1.04 SUBSTTTUTIONS GENERAL REQUIRBMENTS -7- A. During biddzr�g, the Paroj ect Manager wiil consider w�ritten requests from Prim� Bidders onl�, (bidders submitting Bi.d Proposals for the construetian of all vvork} for substitutions which are received af Ieast t�n (1Q) Woz'king Days prior ta bid date; requests t�eceived af�er that tin�e will r�ot be considered. B, Within thirty (30} calendar days after date of Contract ex�cutipn, th� Project Manager will cansider formal requests fram Contractor for substitiztion of�roduc�s ' in plac� o�'those specified. C. Submit t-rvo (2) copies of request �or substitution. Include in request: � 1, Cozziplete data substantiating compliance of praposed substitution wit� Contrac� Documents. 2. For products: a. 1'raduct identification, including manufacturer's name and address. b. Manufacturer's literature: (l) Product description � (2) Performance and test data � (3) Reference standards � , c. Samples, if zequired. d. Name and address of similar projects on whi�h product was used, and date - of installation. D. Tn making request far substitution, the Prime Bidder / Contractor repzesents: ' I. That the P�ri.me Bidder / Contractor has p�rsonally investigated proposed . product or rnethod, and determi.ned that it is equal or suparior in all respects to that specified. ' 2. That the Prime bidder / Contractaz' will provide the same guaranie� {or better} for subsiituted product or method specified. ; 3. That the Prime Bidder / Contractor will coordinate installation of aceepted s�bstitution into work, rriaking such changes as rnay be required for work to be � � complete in a.11 respects. � 4. That the Prime Bidder / Contractor waives all claims far additional casts related to substitufzan which consequently become appa�rent. E. Substitutions will �.ot be considered if: I. They are indicated or irnplied an shop drawings or project data submitials wiihout fo�al request s�xbmitted in accorc� with Paragraph I.04. 2. Acceptance will require substantial zev�sion of Cvntract Documents. F. S�ould the Contractor install any nriaterial and 1 or equipment which is non- speci�ed, failed to submit the approp�riate submitials for review and did not �receive a�proval f'rom the Ciiy prior to installation, all such ma�erial aud 1 or eqviprnent shall be removed by the Cantracfor and install specified ec�uipment and / ar nnat�rial at no additional expense to the City. � G�I�f�RAL REQUIREMENTS -8- SECTI�N OT�00 - PROJECT CLOSEOUT 1.01 CLEANING �' The Contractor shall rz�.ake �'inal clean-up of the construction area., to #1ie satisfaction of the Paxks and Carnrnunity Services Department, as soon as construction in that area is completed. Clean-up shall include removal of a11 construction materials, pieces of cancrete, equipment andlor other rubbish. No more than five (S) days shall elapse after . the completion of construction before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this o�vn expense, and as directed by �he Parks and Cornmunity Services Department. Cleaning of equipment by Contractor or � Subcontractar, such equipment as cemen�t mix�rs, ready-mzx trucks, tools, etc., shall take place. in an area desigzxated by the Pazks and Community Services Department. 1.02 WA.RRANTY The Contractor shall be responsible for defEcts in this project due to faulty workmanship or ma#erials, or both, for a period of one (1) year from the date that the final punch list has been cornpleted. Ref�r to Section Q1150-Payment To Contractor —1.131 Acceptance And Firzal Payment. The Contractor will be requix�d to replace, at his own expense, any part, or all, of this project wluch becarnes defective due to these causes. SECTYON 01800 - CONTRACTOR'S RESP�NSIBILITY FOR DAMAGE CLAIMS Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the pz'oject site for contractor's sole i�egligence, In addition, Contractor cavenants and agrees tQ �ndemnify, hold h.annless and defend, at its awn expense, the Owner, its officers, servants and employees, from and against any and all claims az' suits for property loss, property damage, personal injury, including death, arising out of, ar alleged to arise out af, the work and services to he gerfarmad hereundEr by Cantractor, its o�ficexs, agents, employees, sut�caniractors, I licensees or invitees, whether or no# anv such �niur�. dama�e or death is caused, �n whole or , in part, bv the ne�li�ence or alie�ed ne�li�ence of Ow�er, its afficers, servants or emplovees. Contractor likewise cavenants and agz'ees to indemnify aud hald harmless the Owinez � from and against azry az�d all injuries to Owner's officers, servants and employees and any ;� damage, loss or des#ruction to property of the 4wner arising frozxz the perfoz�zxxance of any o� th� t�rms and conditions o�ihis Cont�act, whethex oar not anv such iniury or dama�e is cansed in ' whole ar in Aari hv the ne�li�ence or alle�ed ne�lis�en�ce of Owner. its offcexs. servants o�r , , emnlovees. - _ � � ,_ : - In thc event Owner receives a written claun far damages against the Contractor ar its subcaz�tractors prior to final payment, �'zzaal payment shall not be made until Contractor either (a} subzn.its to Owner satisfactory eviden�e that the claim has been seitl�d and/or a release from the claunant involved, or (b) provides Owner with a lEiter from Cantractoz's �ability insurat�ce carrier that the claim has been referred to the insurance carrier. GENERAL REQI7IREMENTS -9- The Director may, i�he de�ms appropriate, refiise to accept bids on any other City of Fart Worth public work from a Contractvr ag�inst wham a claim �or damages is outst�ndimg as a result of work performed under a City Contract. �� ;� :� ; �� E1�D OF DYVTSION GENERAL REQUIREMENTS _ 10- SECTION 4��,4Q - STTE PREPARATION PART 1 - GENERAL l,OJ. SC�I'E: Work in this section includes furnishing a11 Iabor, materials, equipment and services required for ciearing and gxubbing, demolition, and removal and dispasal of iiems as specified '' herein az�d on the plans. � I.02 RELATED WORK SPECIFTED EL�EWHERE: A. Section 02�00 - Earthwork `' B. Existing Conditions, Removal and De�x3.olition Items. PART 2 — PRODUCT� 2.01 No products aze required ta execute this work, excep� as the CQntxactor may deem necessary. PART 3 � EXECi1TION • n 3.D1 CLEA.RING AND GRUBBING: I A. Clearing and grubbing s�ialI consist of removing all natural and arta�'icial objectionable ,_ materials from the project site ar from limited areas of construction specified witilin the � site. B. In general, clearing and grubb'rng shall be performed in advance of grading and earthwork operations and shall be performed ovex the entire area of earthwork operations. C. Un.less oiherwise specified an the plans, al1 trees az�d shrubs of three inch (3") caliper or less (caliperis the diameter as measured iwelve inches (12") above ihe ground} and all scrub growih, such as cactus, yucca, vines, and s�xub thickets, sha1l t�e cleared. Ail dead trees, logs, stumps, rubbish of any nature, and ather surface debris shall also be cleared. D. Buried material such as logs, stumps, roots of downed trees ihat are greater ihan one a.nd one half inches {1-1/2") in diameter, ma�ed roots, rubbish, and foreign debris shall be grubbed and removec� to a mizuzn.uxn depth of h�venty four inches (24") below pronosed finished grades. E. Gz'ound cover consisting of weeds, g.rass, and ather herbaceaus vegetation shall be removed priar to stripping and stockpiling topsoil from areas of earthwork operations. Such remaval shall be accampiished by "�lading" aff the uppermost layers of sod or root-matted soil for removal. SiTE PREPARATION 02200 -i- 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements sha11 be remo�ed to neatly sawed edges. �aw cuts shall be �ull depth. Zf a saw cut in concrete pavemeni falls within t�ree feet (3') of an en existing score joint, constructiaz� joint, sav�r jai�t, cold joint, expansion jaint, or edge, ihe concret� shall be removed to that joint or edge. 15,11 saw cuts shall be paxallel andlar perpendicular to the line of existing �;averrient. If an edge o#' a cut is damaged subsequent to saw cutting, the concrete shall again be sawed to a neat, straight line �ar the purpose of renrxoving the damaged area. B. Cor�crete curb and gutter shall be removed as specified abowe. No sectian to be repiaced shall be smaller than thirty inches (3Q") in length or width. r� � 3.03 UTILITIES REMOVAL: In general, those utilities on �he site that are to be ze�x�.oved and that belong to the Owner shall lae xemaved by th� Contractor. The Owner is respansible for , arrangi_ng the relocatian ar removal of other utilities owned by utility compar�.ies or ather � parties. 3.04 MLNOR DEMOLITIQN: There may be certain itern� on the site such as old building foundations, fences, and other uz�detezxnined structu.xes and improvements that must be rexnoved before construction can commence. UnIess otherwise s�ecified, such items b�cam� the property aithe Contractor for subsequent disposal. 3.05 USE OF EXPLOSNES: The use af explosives will not be permitted in site preparation operations. 3.06 BACKFILLING: All holes, cavities, and depressions in th� ground caused by site preparation operations will be backf lled and tamped to norrnal compaction and will be gratled to prevent ponding of water and to promote drainage. Should any excavated hole or ca�ity be requtired ta be �eft open over night, the Contracior shall be responsi6le to prov�de barriers and 1 or coverin�s to enhance on site accident prevention mea�ures. 3.07 DTSPO�AL O� WA�TE MATERIALS: A. Unless otherwise stated, m�.terials generated by clearing, grubbing, removal, and demalition shall be known as "waste" ar "spoils" and shall be removed from the site and disposed of by th� Contractar. Sirnilax mater�als rnay be unearthed or generated by earthwozk operations or by subgrade preparation. Unless othervvise s�ecified any merchantable items bec.ome the property of the Contractor. END OF SECTION ,� SITE PREPAR_ATlON Q22Q0 -2- SECTION 02140 - 5iTE UNDERDRAINS PART Y - GENERAI. 1.41 SCOPE: Work in this section includes furnishing all labor, materials, equipmeni, and services required to canst�ruct underdrains to the required la��s, grades, and cross sections as specified herein and on the plans. � 1.02 RELATED VG'ORK SPECIFIED ELSEWHERE: A. Section 02300 �- Earthwork. B. Section 43300 - Cast-in-I'lace Concrete � PART Z � PRODUCTS 2.01 UN�DERI]RAIN PIPE: Pipe and fittings shall be flexible, corruga�ed tubing rnaxiufactured of high density polyethylene zesins and conforming to ASTM Product Specifications F-405 and F-6b7. Drainage tubing shall be as manufactured by Advanced Drainage Systems (ADS), Inc., of Colutnbus, Oh�ia The local manufacturing plant which will provide a list of suppliers is in I Enrz�is, Texas - telephone {214) 875-6591. A, Perforated Pipe: Perforations shall be �in.ear slots cut radially into the tubing wall beiween corrugations. Perfarated pipe wi11 be furriished corriplete with the Cerex nylan "Draiz� Guaz-d° screen. The screen wilI complete�y sunround the pipe and will have a lapped, welded longitudinal j oint. B. Nan-Pez�arated Pipe: Non-perforai�d pip� shall be used for collector lines �vhieh con�ey the v�aier from perforated pzpe to the concrete inlet or out�all, C. Fittings: All couplings, reducers, tees, ells, plugs, caps, and other fittings shall be non- perforated and shall be of the same manufacturer as th� drainage tubing, A fitting shall be used at each pipe junctio�/tez�ination, as appropriate. 2.02 FILTER MATERIAL: Filter material for use in backiilling trenches over and around underdrains shall consist af 1 1/2" to 2" gravel washed free of organic or ather deleierious matter. 2.03 FTLTER FABRIC: Filtez fabric fo line and lap over gra�el filled subdra.in trench shall be Mirafi 140N drainage fabric as manufactured by Celanese Corporation, (S00} 223-9SI 1, or approved equal. PART 3 - EXECCJTION 3.Q1 VERTICAL AND HORIZONTAL CONTROLS: A. The Contractor shall establish or sha11 employ a licensed surveyor to establish alI Iines and grades necessary for each siage of the wark described herein. SITE lINDERD3LAIN5 aziao -I- B. Provide blue tops for reference in dressing trench bottoms at inter�als not to exceed 30 feet along the centerline of each trench. 3.02 UNDERDRAINS: Trenches �'or underdrains shall be dug after the subgrade is prepaa'ed. The excavation of each tr�nc� shall begin at its ou�let and proceed toward its upper end. The trench must not be e�cavated below the proposed grade line. Trenches will be cleaned of all loose material and their bottoms will be dressed and fine g,iraded ta blue tops set as previously described. Trenches shall be lined with filter fabric and underdrain pipe shalI be set on the , trench bottazn. AIl fittings shall be securely coupled and all open ends will be capped. The pipe shall be carefully covered with the gravel filter znaterial and the filter fabric sha11 be Iapped over the trEnch. Care shall be ta�cen not to dar�age the pipe or its fabric filter screen. Underdrain pipe shall be � connected t� salid pzpe joi�.ts atid to outfall a# th� concr�te structure/collar as indicated in the plans, Care shall be taken not to loosen or cave-in the irench walls. .Any such damage will be excavated and will be backfilled in mechanically iamped lif�s nat io exceed eight inches and wi11 be ze-co�stsucted. 3.03 SETTLEMENT: After ihe irench has been backfilled it shall be thoraugh�y soaked. This process shall be repeated twa tirnes allovving the backfill material to dry twenty-four hours before wetting again. END OF SECTION �� s��r� urr��xnnx,�z�vs fl2140 -2- SECTION 023Q0 - EARTHWORK , , PART 1 -GENERAI, 1.01 SCOPE: Work in fhis sectian includes fui-nishing all labor, ma�erials, equipment, a.ri� 5eTV10ES required to construct, shape, and �i�.ish earthwark to �ie required Iines, grades, and cross sections as specified herein and on tlie plans. ,, 1.02 RELATED WORK SPECIFZED EL�EWHERE A. Section a2200 - S�te Preparation. e� B. Grading P1an: Refer io plan sheets. 1.03 � METHOD OF PAYMENT: Earthwork is a necessary and incidenYal part of th� work. The total eost will be included in the Bid Praposal. Payment will be made on a Lump Surz� basis an1y. PART � - PRODUCTS 2.01 iJNCLAS�IFTED EXCAVATTON: Unclassified excavation shall consist oial.l excavation, unless sepa:rately designated, within the limits of the work. Unclassified excavation includes all material encountered regardless af its nature or the manner in which it is to be e�cavated. 2.02 UNCLASSTFIED FILL A. Unclassified fill shall consist of aI1 fill within the limi#s of thE work. AlI suitable native rnaterials remo�ed in unclassified e�cavation, or similar imported materials, shall be used insofar as practicable as unclassified fi11. Properly deposited, conditioned, and coxx�pacted filI is herainafter referr�d to as "earth embat�l�ment." B. Rock: Minor quantit�es o£rock not gr�ater than four inches in greatest dimension are permissible in fill rnateriais used to construct earth embankinent. Minar quantities of rock nf greatex dimensians may be placed in t1�e deep�r �"ills in accardance wiih �he �tate Department of Highways axad Public Transportation �equirements for construction of rock ambankments, provided such placement of rock is not immediately adjacent to structures ar piers. Also, rock may be placed in the poz�ians of embankments outside the limits of the carnpleted graded wzdth where the size of the xock prohibits their incorparation i� the normal embankment Iayers. 2.03 TOPSQIL Qn-Site Topsoil: Topsoil shall consist of an a�erage dept� of six inches (6") of native surface soil left in place after the ground co�er of herbaceous vegeta�ion and other objectionable matter has been cleared by "blading," as specified in Section 02200, "Site Preparation," Tapsoil may be greater or less, than the upper six inches (6"} in depth. EAIZ'I`H WORK 02300 -I- 2.04 IlVIPORTED FILL A. Imported t'ill materials shail b� used for the construction of earth embankment in the event that (1) the volume of unciassified excavation is less than the volu�ne of f 11 required for earth eml�ankmeni andlor (2) the condition of materials removed in unclassified excavation makes them unsuitable far use in the constructian of earth embankment. � B. The Cantractor shail haul and place imported f Il ohtained from off-site sources as necessary to construct the emhan�nent and various other deta.ils of th.e canstzuction plans. AlI costs related to such impoi�ed fill will be included in the contraci price, and �� no additional or separate payment for ixnported fill will be due the Contractox. C. A sazn.pie of the proposed imported fill must be provided by the Contractor and be approved by the Owner. In general, im.ported material must be equal to ar bett�r than nati�e material in quality and engineering characteristics. The Architect/ Engineer rnay alsa require tk�e Contractar to prov�ded a material analysis test of the proposed fill. 2.05 SELECT MATERTAt1� A. Select materials shall be imported from offsite sources, unless they are available from specifically designated areas on the s�te as marked on the plans. 2.06 UNSUITABLE MATERIALS A. Topsoil, select rnaterial, imported fill, or unelass�fied fill �vill be declared as "'unsuitable" by the Owner if, in his opinian, at�y of the fallovcring conditions or matter and particles are present to a degree that is judged c�etrimental io the proposed use o�the material. 1. Moisture 2. Decayed oz undecay�d vegetation 3. Hardpan clay, heavy clay, or clay ba11s 4. Rubbish S. Constructian rubble 5. Sand or gra�el 7. Rocks, cobbles, or boulders 8. Cementious matter 9. Fareign matter of any kind B. Unsuiiable materials will be dispased of as "waste" as specified in Section 02200. C. Wet Mat�rial: If fill material is unsatisfactory for use as emba�lkment solely because a£ high maisture content, the Architect/Engineer may grant the Contrac�or pernussion to process the material to zeduce the moisture cantent to a usat�le optimum condition. EARTH WORK 02304 -2- PART 3 - EXECIITION 3.01 �ITE PREPARATION: In general, "site preparaiion," as specified in Section 02200, shall be per�'ormed in advance of grading and earthvvork aperationa and shall be completed over the enfiire a�rea of earthwork operations. � 3.02 TOPSOIL ,, A. The removal and storage of topsoil shall occur after site preparation is camplete and befare excavation and embankrnent constructian begin. Likewis�, topsoil will be replaced after excavation and embankment construction are com.plete. B. Removal: Topsoil shall be stripped to an average depth of six inches (6") from areas � where excavation a�ad embankment canstruction are planned. Tapsoil may be obtained from greaier depths if it is uncontami�-►ated by the subst�ratum and it is of good quality, � in the opinion of the Architect/Engineer. C. Storage: Topsoil shall be stored in stockpiles canven�ently Iocated to areas that will ' later receive the topsoil. Stockpil�s shall be out of the way of earthwork operations in locations appra�ed by the 4wner or ArchitectlEngineer. Stored t�psoil shall be kept I separate from other excavated materials and shall be protected from coniamination by objectionable materials that would render it unsuitable. D. Timing: Topsoil vvi1l not be replaced (deposited) until construction activ:ities are complete tllat would create undesirable conditions in the topsoil, such as overcompaction ar contamination. Trenching for items such as electrical conduit and irrigation pressure lin�s must be complete before topsoil replacement rnay begin. D. Replac�ment: Topsail �+i11 be deposifed in a single layer or lift. It will be placed, pracessed, carnpacted, and gracied to leave a imished layer of topsoil not Iess than five inches in depth. Unless otherwise indicated, topsoil will be replac�d o�er all areas of earthwark (including slopes), except where pavement �s planned. F. Grading: Topsoil will be final graded io the elevaiions shown on the plans. Fine grading will be accomplished with a vveighted spike harrow, weighted drag, tractor box blade, Iight maintainer, or other acceptable macliinery. All particles of the finish grade shall be reduced to less than one incli in diameter or they shall be removed. All rocks of one inch ar greater shall alsa be removed. Grading aperaiions and equipment wiIl be such that topsoil does not become overcampacted. Bulldozer blades and front-end loader buckets are not acceptable devices for topsail grading operations. Final grading wit�in fi�e feet of constructed nr installed elements sb��ll be hand raked. G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in pl�ne, even in gzadient (slop�), uniform in surface ie�tur�, and of normal compaction. Areas of loose granular pockets or of avercoxnpacted soils are nat acceptable and will be reworked. Finished areas will promote surface drainage and will be ready for turfgrass planiing. EARTHWORK 02340 -3- 3.03 UNCLA5SIFIED EXCAVATION A. Ail excavated areas shall be maintained in a condition to assurc proper drainage at a11 times, and ditches and �umps shall be canstructed and maintained to a�oid darnage to the areas under construction. B. Surplus Ma�erial: 1. Surplus excavation is that c�uantity of material that may be left over after the ,, g�rading plan is executsd, and alI earkhwork aperations, including excavation, embankment construction., topsoil replacement, and fin.al grading, are � completed. Any other surplus material shall be disposed of as "waste" as , specified in Section 02200. AlI such cast far r�moval sha11 be considered as incorporated into Earthwark costs C. Exca�ation in Rock: The use of explasives wi.11 not be permi.tted. Unless oiherwise indicated on ihe plans, excavation in solid rock shall extend six inches (6") below r�quixed subgrade elevatian �or the entire wid#h o�the area under construction and sha11 be backfilled with suitable materials as indicated on the plans. 3.04 EARTH EMBANKMENT A. Earth embankrnent is defined as ern�anlanent composed of suitable maferials removed in unclassified excavatzon andlor imported fill, Tk�e construction of embatZlanent includes preparing the area on which fill is to be placed and the depositin.g, condiYionin.g, and compaction offill rnaterial. B. General: Except as oYliervvise required by the plans, all embat�ktnent shall be canstructed in layers approxixnately p�allel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading p1an. Embankments shall be constructed to carrespond to the general shape of the iypical sections shown oz� the pla�s, and each section of the embankment shall correspond ta the detailed section or slopes established by the drawings. After completion af the graded ar�a, embankment shall be contznuously maintained to its finished section and grade until the project is accepted. C. Preparation: Prior to placing any embai�kment, all preparatory opera�zons will have been complEted on the excavaiion sources and areas over �rhich f.he embanlcz�ent is to be placed. The subgrade s1�a11 be proof rolled to detect soft spats, which if exist, should be zewarked. Proof rollzng shail be perfoz�xaed using a heavy pneumatc tired roller, loaded dump truck, or similar piece of equipment weighing approximaiely tw�nty five (25) tons excepi as otherwise specified for tree protection and areas inaccessible to vehicular compactors. Stump holes 4r other small exeavations in the limits of the embankments shall be backfilled with suiiable material and tl3oroughly tamped by a�proved methods before commancing ernbankment canstruction. The surface of the ground, includiug plowed, Xoosened ground, or surfaces roughened by small washes ar otherwise, shall be restored to approximately its arigina3 slope by blading or other methods, and, where indicated on the plans ar required by the Qwn�r, the ground surFace, thus pre�ared, shall be cor�pacted by sp�.nkliz�g aa�.d rolli.n.g. �.��wo� o�3oa -4- D. Scarification: Th� surface of all areas and slopas over which fill is to be placed, ather than rock, �hall be scarifie�l ta a depth of approximately six (6") inches to provide a , bond between the existing surface and the proposed embankmeni. Scarification shall be accomplished by plowing, discing, or other approved means. Prior to iill placement, tha loosened material shall be adjusfec� to the proper moisture content and recampacted ia the density specified herein for fi1S. , E. Benclung: Scarification is normally adequate for sloping surfaces. However, in certa.in cases where fiil is to be placed against hiilsides or existiilg emhank�xient wifla slopes greater �han 4:1, the Owner may direct the Contractar to key the fill material to the existing slopes by benching. A minimum af two feet (2') narmal to tha slope shall be removed and recompacied ta insiue t�at ihe new work is constructed on a�irm � foundation free af loose or disiurbed material. F. Depositing; Fill mate�rial shall be placed in horizontal layers ar lifts, evenly spread, not to exceed eight ($") inches in loose depth before conditioning and compaction. Unless otherwise permitted, eac�i layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the nexi higher layer of filI is place�. Adequate drainage shall be maintained at all tzmes. G. Wa�ez-ing: At the time af cozxi�actian, the moisture content of fill material shall be such that the specified compaction will be obtained, and th� fill will be firrn, hard, and unyielding. Fill material which cantains excessive moisiure shall not be campacied untzl it is dry enough to obtain the specified compaction. H. Carnpacting: Each layer of earth �11 shall be compacted by approved ta.mping or sheepsfoot rollers, pneumatic iire rollers, ar other mechanical means acceptable to the Owner. Hand-directed compaction equipment shall be used in areas inaccessible to vehicular compactors. I. Grading: Emba�kments shall be construcfed i� pz`aper sequence and at proper densities �az- their respective functions. All embankment serves in one capacify or ar�other as subgrade {e.g., under topsail, under concrete and asphalt pavement, under structures, etc.). Accordingly, the upper layer of eznba��kment shall be gz'aded to within plus az xninus 0.10 foot of proper subgrade elevation prior to depositing topsoil, and prior to the construction of pavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embal�kment in G�n�raL• Earth embaukrnent shall be compacted an lifts at a minimum o�x�inety percen.t (90%) of S�andard Density ASTM D698 with plus four percent {4%) or minus two percent (2%) percentage points of optimum moisture content. B. Earth Embanlc�nent Under �truc�ures and Pavement: The top six (6"} inches of natural earth camprising the subgrade for structural slabs or for areas af pavement shall be ninety fve p�rcent {95%) to ninety eight percent (98%) of Standard Density ASTM EAR'�`HWORK 02300 -S- D698 with the moisture content at minus two percent (2%} to plus faur percet�t (4°/a) of optimum moisture conient. 3.06 MOISTURE MAINTENANCE: The specified moisture con�ent sha11 be xz�.aantained in a11 embanlanents that are to func#ion as subgrade for structures, areas of pavernent, or for select embankment. After campletion oFthe embankment, the Contractor sha11 prevent excessive loss of nloi�ture in the embankir�ent by �prinkli�g as required. Loss of moisture in excess of two percent (2°/a) below optimurn in the top twelve i�ches {12") a�tk�e fi11 will require that the top � twelve inches (12") of ihe embankment be scarified, wetted, and recompacted prior to placement of the structure, seIect fill or pavement. If desired, the Cantractor may place an asphalt membrane of emulsified or cutback as�halt over the completed e�nbanlgnent and thus eliminaie the sprinkling requirernent. 3.08 TOPSOIL REYLACEMENT: Topsoii sha�l be carefully placed to avoid any displacerr�ent or darn�.ge to the subgrade. If any of the subgrade is rutted, damaged or di.splaced it shall be restored prior io placing topsoil. Tapsoil shall be replaced as speci�ied herein per Item 3.02. END OF SECTION EARTH WORK 02300 -G- SECT�ON d253i — WOOD FISER PLAYGROUND SiJRFACING PA.RT � — GENERAL 1.41 SCOPE Surfacing tasks iar wood fber surfacing with drainage system includes all labar, materials and equipment necessary for, and pe�nent to, the work to be done. Work will be accomplished in a thorough an.d workmanlike manner. The specified product will be applied strictly ixz accardance with the rnanu�'acturer's reeornmendations. 1.02 DESCRTPTION OF SYSTEM ,�, A, Wood fiber playgraund surfacing material to be Kiddie Cushion as pro�ided by Li�ing Earth Technology Co.,1808 W. Northwest Freeway, Dalias, Texas 75220, ` 1-80Q-776-8524, or approved equal. PART � -- PRODUCTS 2. Q 1 MATERIALS � A. WOOD FIBRE SURFACING 1. Surfacing sha11 be a mix of randorn-sized hardvvaod fibres selected fro� durable hardwaod tree sfiack. Softwood fibres, s�andard wood ehips or �ark muich will not be acceptable. 2. Ta aliow �ar compaction, the following formulas must he u�ed to determine the correct number of cubic yards: 8" deep: �q. ft. of playground x O.Q375. Twelve inches deep: Sq. ft. of playground x O.QS. 3. Bidder will guara�liee sieve analysis of wood fibre as follows: Greater than SS percent passing 318" sieve. Less than 50 percent passing #60 sieve. 4. Wood fibre shall have no recycled wood from palle#s or waste wood and no rivigs, bark, leaf debri� or other organic material incorparated wi�hin. B. DRAINAGE FABRIC I. Product used shall be FibarFelt, DuraLiner, or aprav�d equal polyester nonwo�en engineering geotextile fabric. 2. Bidder will provide enough material �o allow for 12" overlap on a.Il seams. C. DR�INA�E MATRTX I. 4" diasneter ADS pez'forated pzpe wi� sock installed within the subgrade gravel trench as indicated on plans. WOOD FIBER PLAYGROLJND SURFACING 02537 -r- D. WEAR MATS I. Product used shall be pex playground equipment manu�'acturer's recommendation and meet ASTM Fl 292-91 playgz'aund surfacing standard for a drop height not to exceed 3.5 feet. Must be installed under all swings and slides ta preserve warranty. Metbod af installation / aa�choxage shall be per manufaciurer's z�ecommenda.tions. PART 3 - SPECIAL REQU�REMENTS 3.01 QUALITY CONTROL A. The Bidder will provide the engineered wnad fiber system. to be constructed exactly accoxding #o xn.anufacturer's installation instructions. B. The Siddex will pra�ide the owner or its designated cont�ractor with all necessary lic�nses priox ta start of construction in accordance with U. S. Patents. C. Supplier must pro�ide test results far irnpact att�nuation in accordance with ASTM F1292-93; Standard Specification for Impact Aitenuation of Suxface � Systems Under and Around Playground Equipment. Results must be pro�ided for new material and for 5-year-old material. D. Tesiing must show "g" ratings of not more than 155g for the 8" thiek system, or 120g for the 12" system at 12' fall heights, and HrC values of less than 1,000 for l�oth new and 8-year-old material. E. Product must be wheelchair acc�ssible and meet the requirements af the 1990 Americans with Disabilities Act (ADA) in accordance vc+ith ASTM PS83-97. F. The Bidder will provide copies of flammability testing procedures and results using (i) Section 1500.44 of �he Federal Hazardous Substance Act, Title 16, Chapter II, Subchapter C, for rigid and plialale solids, and (ii} 16 CFR Part 1630 Standard for the Surface Flaminahility of Carpets and Rugs (FF 1-70), Modified Pracedure. Testing should be performed by an independent testing laboratory. G. The Bidder will provide copies of testing procedures and resulfis o� (i} new shredded woad fibrc, and (ii) sh�redded wood fibze z�at less tl�an five years old taken from an existing site, performed by an independent testing source using the ASTM F1292-91 playground safety surfacing standard. H. The Bidder will pravide at least three references of handicapped-accessible playgrounds that have been znstalled with said surface. WOOD FLBSR PLAYGROUND SURFACING 02537 -Z- 3.02 WARR.ANTY AlI materials and labor under ihi.s Section shall be i�stalled by a contractor authorized by the manufacturer. Safety sur�ace shall be warranted fo�r labar and materials for a period of no less tban iwa yea;rs. Wnt��n warranty must be submiit�d by the manufacturer and the authorized installer. PART 4 — EXECUTION A. PREPARATZON Tnstaller shall thoraughly examina the site and specifications, carefully checking #he dimensions before starting wark. B. SUBGRADE L The subgrade sha11 be graded a minimuzr�. of 1 percent. It is nat recomnr�ended that the surfacing system be installed an a grade greai�r than 10 percent. AlI roat�, stones, and vegetation sha11 be removed. 2. The drainage matrix must b� connected to ihe drainage system. 3. Th� first �" of subgrade shall b� compacted to at least 95 percent of the dry densit}+, as determined by the provisions of AASHTO or T 205, as modified �nn 203.24. C. APPLICATION: 1. Wood fiber surfacing system with gravel and subc�rain. Install per plans and specificaiions. a. Aggregate Drainage Material 1. Install subdrain trench per p1an, 2. Co�er subgrad�; with washed stone, 318" to 1/2" diameter, at a uniform de�tli of three inches. 3. Tnsiall drainage fabric over drainage aggregate, overlapping all seams by at least 12". Cut to fit around aquipmeni as necessary and overlap seams as previausly mentianed. 4. Install wood fiber safety surfacing at a uniformed compacted depth of 9". Coniractor shall be xespo�sibie for applying addiiional rnaterial as required in order to maintain safety surface finish elevation and anticipated settling far a period af sixty (6�l) days follnwing project accepiance. END OF SECTI4N WOOD FIBER PLAYGROUI�D SURFACING 02537 -3- SECTION 02810 L.ANDSCAPE 1RRIGATION SYSTEM PART 1 � G�N�RAI. �rawings, Standard Generai Conditions of Contract, Special Conditions and Division-1 specification sections, apply to wnr�C of this section. � 1.1 DESCRIPTION , Landscape irrigatian system components and insta�lation procedur�s. � 1.2 LIC�NSE� 1RRlGATOR ' Installatian af the irrigation system shall be under the supervision of a iicensed irrigator in th� State of Texas. � 1.3 STAN DARDS � ASTM D�785 (ANSI B72.7): Standard Specification for Pofy (Viny! Chloride) (PVC) Plastic Pipe, Scl�edules 40, 80, and 120. ASTM D224� (ANS{ B72.2}: Siandard Specificatian for Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR}. ASTM D2466: 5tandard Specification for Paly (Vinyl Chlaride �PVC) Plastic Pip� Fittings, Schedule 40. ASTM D2564 (ANSI 872.16): Standard Specification for Solvent Cements for PoEy {Vinyl Chloride} (PVC) Pipe and Fitkings. ASTM D2855 {ANSI K65.55): Standard Recommended Practice for Making Sal�ent- Cemented Jaints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 9.4 EQUAL MATERIALS A. if is not the intent af these specificatians t� limit mate�ials to the product of any particufar manufacturer. Wh�re definite materials, equipmeni andlor fixtures have been specified, it f�as been done to set a definite standard and a reference for comparison as to quality, applicatior�, physical canformity, and ather charac#eristics. It is not fhe intention of the Owner to discriminate against vr prevent any dealer, jahber or manufacturer from furnishing materials, �quipm�nt, andlor fixtures, which meet or exceed the characteristics of the specified items. Substitutian of mat�rials shafl not be made withaut prior written approval from the Owner. Refer to SECTION 01630 - Praduct Opfions, Equal Mat�rial and SL1�15fItUtIDf15. . � Q51211Q1 D2S10 - 1 010739010 B. Design criteria and water pressure must be carefully consider�d when selectir�g equipment. Only equipment that performs as specified will be cansidered. 1.5 LOCATION OF AND DAMAGE TO EXlSTING UTl�1TlES The Contractor is responsible for locating underground obstacles. Exercise cautian to prevent damage to existing facilities during fhe progress of the work, taking care ta locate same, where �ossible, in advance af the actua.l work. The Owner's ' r�presentative will render all assistance possible io the Contractor in determining th� , lacation of �xisting utilities by making available such maps, records and ather informafion as may be accessible to him, when requested to do so, but the accuracy of � such information will not be guaranteed. The Contractar shall be responsible for repa�rs resulting from damage to existing utifities resufting from his operations. Should the Contractor, in the iayout of wark, encounter any pipe, underground ufifity, or structure, �• the locatian of which has not b�en furnished to him by t�e Owner, he shall �ring such � co�ditions to the attention o# the Owner's represenfati�e far his determinatior� of th� method to be used ta r�mav� or bypass such obstructions. 1.6 WATER SUPPLY Make connections to th� existing water line at the location shown on the plans. �.7 WORKMANSHIP Install equ�pment in accordance with tf�e r�commendations of the manufacturer and the best standard practice for this type of work. Care must be taken fo keep fhe inside af th� pipes clean and free af dirk, rock, cu�ting, etc. Flush al{ systems clean prior to installing sprinkler heads. 1.8 CODES AND PERMITS Instal� all work according to applicable codes and ordinances of the City and the Nationaf Electrical Code. Obtain and pay for all required permits. 1.9 WEATHER PR�TECTION Pratect and maintain all work, ma#erials and fixtures �ram wea#her damage. All new wflrk likely to be damaged shall be c�vered or ntherwise protected. 1.10 SITE CONDITIDNS Before ordering materials ar beginning work, verify dimensions af existing and new work. Any differences found shall be submitted to the Owner's representative for consideratian before proceedi�g v�rith wark. No extra compensation will be allowed because of differences between actual dimensions and measurements ind9cated on the plans. {'lans are diagrammatic and appraximate. s� � 0512'f 1� 1 02810 - 2 � 10739D 1� 1.� 1 PROTECT{ON AND SAFETY A. Send p�oper notices, make all necessary arrangements and perform other services required for the care, pratection and maintenance of public utilities, and services, including fire plugs, telephone ancf telegraph }aol�s and wires, and all � other items of this nature an or abaut the site, assuming all responsibil�ty and paying all costs for which the Owner may be liable. B. Construct and maintain necessary temporary drainage and pravide pumping, as required, to keep �xcavations free of wat�r. , C. Prov�d� all shoring, bracing and sheeting as required by OSHA Reguiations and for the prop�r execution of the work. All shoring, bracing artd sheeting shall be remaved from the site when the work is completed. D. Fires are not permitted: E. All work shall be p�rtormed in accordance with the national "Occupational Safety and Heal#h Standards" {OSHA). �. 1.'{2 SUBMITTALS Using hard caver 3 ring notebooks, provide �ot less than three (3) copies of complet� brochures describing equipm.ent and materials, including names of manufacturer's ca'tafog numbers, trade names, instructions for setting, connecting and op�ration, technical data and any special information reguested. Unless resubmission is required, two will be retained and one returned aft�r being ra�iewed. If resubmissio� is required, ane carr�cted capy and ane original capy will b� returned aft�r being reviewed. If resubmission is required, one corrected copy and one original copy will be returned and one will be retained. �ne appro�ed copy shall be in the file of the Contractor's representati�e at the project site. 1.13 RECORD pRINTS A. Pro�ide and keep a complete up-to-date a Record Set of blue-line prints which shall be corrected daily and shaw every change from the ariginal plans and specificatians and t�e exact locations, sizes and kinds of equipment. Prints for this �urpose may bE obtained from tF�e Owner's representative at cost. This set of drawings shall be kept on the site and shall be used only as a record set. B. These drawings shall also serve as work progress sF�eets and shall be the basis for measurement and payment for work completed. Make neat and leg�ble annotations therean daily as the work proceeds, showing the work as actually instafled. These plans s�all be a�ailable at a1I times for inspection and shali be k�pt in a location designat�d by the Owner (PACSD). C. Before the dafe of the final inspection, transfer all information from the record prints t� a sepia mylar, provided by the Consultant. All wark shall be neat, in ink, ar�d subject to the approval of the Owner {PACSD). 05/21/01 02$ � a- s 0'f 0739D 10 D. Dimension fr4m kwo (2) permanent points of reference, building corners, sidewafks, or road intersections, etc., the lacation of the following ifems: 1' 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 Connecfian ta existing water lines. Connection to existing electr�ca{ povver. Gate �alves. Routing of irrigation �r�ssur� lines (dimensjon maximum 100' along routing). R�mote control valves. Rou#ing of con�ro� tubing. Quick coupling valves. Manual drain valves. Routing of irrigaiiar� lateral lines (with a change af two (2) feet each way). Other related equipment as direc�ed by the Own�r's r�presentative, � �. Prior to the date of the final inspection, the contractor shall deliver the corrected ' and completed sepias to the Owner for ap}�roval. Delivery of the mylars will nat .. relie�e the respansibility of furnishing required information that may be omitted ' from th� prints. 1.14 CONTROLL�R CHARTS A. B. C. D. �. F, G, The Consultant shall approve the record prints b�fore th� controller charts are prepared. Pro�ide one controller chart for each automatic controller. The chart shall show the area controiled by the automatic controller and shali be the maximum size, which the controaler daor will al1�w. The chart is ta be a reduced plan af the actual appro�ad in-place system. The char� shall be a photo-static capy of blue-l�ne azalid print and a d9fferent color shall be used to indicate the area of co�erage for each station. When completed and approved, th� chart shall b� hermetically sealed between two pisces of plastic, each piece being a minimum of 20 mils. Th�se charts shall be completed and approved by the Consultant prior to final inspection of the irrigation system. 1.15 1RRIGATION CONTRACTOR'S RESP�NSIBILITY 1� � .� 05121/01 Prior ta submittal of tf�e bid, the Canfractor shall acquaint himself witn all matters and conditions concerning the site and existing conditions. Coordinate work with the flther trades so #hat all phases of th� wark may be praperly coordinated w[tl�out d�lays or damage to any par�s of the work. 02810 - 4 010i39010 � C. The Contractar shall be respons+ble for all sleeves and chases under paving, ,, through walls, etc., unless o#herwis� noted on plans. D. Irrigation sleerres to be installed under pavement areas, whether indicated on plan or �at. 1.16 CHANG�S IN THE WORK '' A. Minor changes, such as head location and controller location adjustments, which ,, do not involve extra cast and are consistent with �he purpose af th� work may be ordered by the Owner's representative and no claim #or an addition to the i � contract sum or time schedule will be consid�red, 1.17 �fNAL INSPECTION A qualifiad persa� dU{y authorized in writing ta represent t�e lrr�gation Contractor sF�all be present at the fiina! inspection to demonsfrate the systems and prove the perFormance of the equipment. Prior to this inspection, all worK under this division shall have been completed, tested, balanced and adjusted an� in final operating condition. 1.98 GIJARANTEE A. Guarantee th� satisfacfory aperatior� af the entire systerri, to the extent passible under the scope of the work included in this contract. The entire system shall be guaranteed to be complete and work properly for a period of one year from date �f final acceptance. Repair any defects or replace any defective parts faund or occtarring within that year, free of expense t� the Owner. B. Incluc{e a copy of the guarantee form in the Operatio� and Maintenance Manuai. 1.19 MISCELLAN�OUS SERVICES OF iRRIGATION CONTRACTOR A. Train at least two (2) of the Owner's employees in the operation and mainienance of #he system. This shall include the operation of the controllers and �al�es, how fo m�s� effectively use the system, and mai�tenance on all equipment including the removal and replacement of vaive and controller components. B. Pravide two (2) quick coupling valve keys and two (2) sets of automatic controller keys for each controller. This equipment shall be turned o�er to th� Owner upon final acceptance of the u,rork by th� Qwner. C. Provide a watering program to the Owner showing the scheduling or sequencing af the val�es, including which �alves may be run simultaneously, and a desirable timing program for each controller. The controliers shall be scheduled to prevent an exc�ssi�e amount of t�ead loss in the syst�m. The program shall include suggested operating time for new planting and established growth. � 05/21/01 Q2810 - � 010739090 D. Operatian and Maintenance Manuals - Prepara and deliver to th� Owner, within ten calenciar day� prior ta campletion of canstruction, two hard cover, three rinq binc{ers containina the followinq information: 1. Index sheet s�atin� Confractor's address and telephone number, list of equipment with name and addresses of local manufiacturer's representative. '' 2. Catalog and parfs sheets an each pro�uct and equipment typ� installed under this contract. � � 3. Guarantee stateme�t. 4. Camp{ete aperating and maintenance instruction on all major equipment. PART 2 - MATERIALS 2.1 GENERA� Ail materials and accessories shall be af new and unused material. Any section of pipe found to be defective before �r affier installation shall be repfaced with new pipe. All new irrigation equipmenf shall be essent9ally the standard product of the manufacturer. Ali new equipment furnished shalf have in-serv�ce p��formance records sufficient ta verify puf�lished capabilities. 2.2 PIPE AND FITTWGS A. PVC Pressure Main Line and Fittings: 1. Pressure main line piping sha11 be Schedule 4� PVC_ Main line pi�ing less than three (3) inches in diameter shali have solvent welded joints. Main {ine piping greater than tF�ree (3) inches in diameter shall �e JM Ring-Tite gask�ted bell joint pipe, or approved equal. 2. Pipe shall be made from NSF approved Type I, Grade I PVC compound conforming to ASTM resin specificafiion D1785. Afl pipes must meet the requ�rements of Fe�erai Specification S-21-7Q. 3. PVC sol�ent-weld fittings shall I�e Schedule 4p, 1-2; II-1 NSF approved conforming fhe ASTM test procedure D24fi6. 4. Solvent c�ment and primer far PVC solvent-weld pipe and fittings shall be of type and installatio� me�ho�s prescribed by the manufacturer. 5. All PVC pipe m�st bear the fiollowing markings: a. Manufacturer's name. �. Nominal pipe size. c. Scheciule or class. a�i���a� 02810 - 6 D10739010 d. Pressure rating in PSI. e. NSF (National Sanitation Foundation) ap�roval. f. Date of extrusion. 6. All fittings shafl bear the manu#acturer's name of trademark, materEal designation, sEze applicable 1PS schedule anci N5� seal af appraval. B. PVC Non-Pressure Lateral Lin� Piping: 1. Non-Pressure buried lateral line piping 31�" in diameter and abo�e shall be Schedule 40 PVC with solven#-weld joints. Laterals 112" in diameter � sf�aN be Schedule 40 PVC with solvent-weid joints. � 2. Pipe shall be made from NS� approv�d, Type l, Grade I PVC compound • conforming to ASTM resin speci�ication D1785. All pipes must meet the requirements of �ec�eral Specificatior� PS-21�-7D with an appropriate standard dimension rafio. 3. Except as noted in paragraphs abave, pipe and fittings for PVC non- pressure lateral line piping will be the same as for solvent-welcf pressure main line pipe and fittings as set forth in "PVC Pressure Main Line Pipe and Fitfings" above. 2.3 AUTOMATIC CONTROLLERS A. Automaiic controller shall be af ty�e and size shawn on the plans. B. The Owner's Representative shall approve the final locaiion of automatic controller prior to �nstallation. C, The 120 vo�t electrica{ power for the automafic control[er shall be pravfded by the Coni�actor. D. Controller shall be housed in a meta! locking weafherpraof cabinet as indicaied on plans. 2.4 GATE VALVES Gate valves sF�all have bel! or spigot ends, flang�s or screw joints as required for fhe piping in which they are installed. All gate valves shall be manufactured of brass canfarming to the AV�1WA Standard C-500, or to Federal Specification WW-V-58, Class B. Gate Val�es shall be designed far a minimum water working press�are of 12��psi. Gate valves shall have a clear waterway equal to the fuH nominal diameter af the val�e and shail be opened by turning counterclackwise. 2.5 R�MOTE CONTROL VALVES The remote c�ntrol valves shall be of the type shown on the drawings, and shall be electrically operated, normally closed diaphragm type valves. Valves shall b� slow opening and closing. Valves shall have a manual flow c�ntraE and manual bleed �lug. 05/21/01 02810 - 7 01073901 Q 2.6 QUICK COUPLING VALVES All quick coupling �alves shal{ be a one piece, 1 inch in size, singfe lug brass or brar�ze unit with a self-closing locking meta{ cover or as noteci on plans. Valves shalV be guaranteed ta withstand 125-psi pressure witf�aut leaking. 2.7 BACKFLOW PR�VENTER The backfi{ow prevention device shall be �f the type and size shown on the �rawings. The backflow pre�enter will be insiallsd at locatian{s) shown on the drawings. Install. •• back�low pr�Wenter in accordance with local cades anc� ardinances. � � 2.$ REMOTE CONTROL WIRE A. Connections between the automatic cor�frollers and the remote control valves shafl be made with direct burial co�per wire AWG-U,�. 600 volt. Pilot wires shall be different color wire�fo�' each autamatic controller. Gommon wires shall be white with a different colar stripe far each cantroller. Install ir� accordance with autamatEc cdntroller manufacturer's specifications and wire chart. In no case shalf wire size be less than AWG #14 U.F. B. All wire shall be instaEled accordi�g to local electrical codes and must bear UL appro�ed (Ty�e UF) for direct underground burial. 2.9 C4NTROL WIRE SPLICES Control wire splices shal[ be made with 3M-�BY wire connectors and sealant, or an appra�ed equal. Connectars shall be of the proper size �o match fhe wire. Only make wire splices in valve boxes or junction boxes appraved by the Owner's representative. 2.10 VALVE BQX�S Valve boxes for remote control vai�es and isolation valves shall t�e of type and size as shown in details. 2.11 ROTARY POP-UP HEADS Pro�ic{e rotary pop-up heads as indicated on the drawings. Rotary pop-up heads shall b� instalfed in a cyclolac case. Heads shall pop-up urttil the nozzle is a minimum of 2" above graund level. All in#ernal parts shall be remavabke from above ground. See the eq�ipment schedul� on the plans for tf�e performarrce data_ 2.12 SPRAY POF'-UF' HEADS Pop-up spray heads sha11 be the type as shflwn on plans with a'f12" female inlet. The nozzle shall �a�e ths angle of trajec�ory specified an the e�uipment schedule, a�d a screw adjustmenf for regulating the spray radius. See the Equipment Schedule on the plans for the performance data. 05/21/01 Q281 Q- 8 09 0739�10 PART 3 - INSTALLATiON 3.9 GENERAL A. Provide a complete and properly functianing automatic irrigatian system as ' indicat�d her�in and an fhe Drawings. B. Unless otherwise specified or shown ar� the plans, the construction of irriga#ion ` lines shal! include excavation and backfill, the furnishing, installing and testing or irrigation pipe and fittings, and efectrical conductars and aN other work in accnrdance with the plans and specifications. The irrigation system instaRation � shall be coordinated wi#h afher construction activities. C. All valves and other irrigation �quipment shatl be located in plar�ting ar�as, unless otherwise noted o� the Drawings. � 3.2 PIPE AND FfTT1NGS 1 A. PVC Qipe, couplings and fittings shall be handled a�d installed in accordance with the manufacturer's recommendations. Each pipe lengtFr shall be properly spaced in joiniing to allow for expansion and contraction. Piping will be snaked in trench as shawn in the trenching details. If necessary, stakes are io be used � to make pipe snake in trench. AI1 stakes are to be removed, as the trench is backfiifled. B. All laterais shall be installed with � 2" minimum coverage aver pipes at finish grade and all main lines with at ieast 18" minimum coverage. Alf lines sha{I have a minimum clearance of 6" from each other and from lines of ather trades. Pipe shafl fie on a minimum 2" sand sub-base. Parallel lines sha�l not be installed directly over one anoiher. C. Instal[ concrete thrust blocks as indicated an the details in the drawings. Blacking shail be a minimum of 1.5 C.F. each. Set concrete blflcking agai�st undisturbed earth. D. The interior of the pipe shall be thornughly cleaned of alf fareign matter before being lowered ir�to the trench, and shafl be kept clean during laying operations by means of lugs ar other approved methods. The pipe shall nat be laid in water, or wher� trench or weather cflnditions are unsuita�le for the work. Water shall �e kep� aut af the trench unti{ fhe jaints are completed. When work is not in progress, open ends of pipe and fittings shall be secur�fy closed so that no trench water, earth or other substance will �nter th� pipes o� fittings. Any pipe that has the grade ar joint disturbed after being instalied shall be taken up and reiayEd. Fittings at bends in the pipe, and at the end af lines sha11 be firmly wedged against the �ertical face of tl�e trench by means of concrete thrust blocks. E. Joints in all screwed fittings shall be made by applying teflon tap� on male threads. Use of pipe joinfi compound ar similar substance is prohibited. 051211D1 4�810 - 9 01 D739010 F. After installation, the lines will be flushed unfil they are free of rocks, dirt, debris, etc., before the heads are installed. G. Pipes andlor sleeves placed underground and not immediatefy cannected to other pip�s shall be capped or plugged to prev�nt water and dirt from entering the pipe. 5leaves for wires shail be capped or sealed with mastic tape after wires have been installed. 3.3 AUTOMATIC CONTROLLERS A. Controllers shall be installed at locations shown on the plans or as directed by the Owner or Owner's represeniative. Controllers shal� �e installed as shown in the detaifs on the plans. �, B. All el�ctrical wiring and connections shall be installed according to the local City and Nafior�al Electrical Code. 3.4 GA�E AND REMOT� CONTROL VALVES A. Install all �ew valves as indicated an the plans or as may �e required for th� praper control af the �iping systems in which they are incorparated. Valv�s shall be set vertically. Valves shall be set as shown on the c{rawings a�d as approved by the Owner's representative. B. Control valves shall be adjusted to gi�e the correct pressure a� the spray head. C. Teflon tape is to be used on al! male threads when installing valves. D. All valve boxes are ta be left in a clean condition, providing ready acces� ta valves. � 3.5 QUICK C�UPLING VALVES Quick caupling �alves shall be installed ir� a vertical position as shown in the details and at [acations shown an the plans. 3.6 BACKFLOW PREVENTER BackflQw preventer shall be installed as shown an drawings and in accardance with lacal codes and ordinances. 3.7 REMOTE CONTR�� WIRE A. Connections between the automatic controll�rs and the remote control valves shall be made with direct burial copper wire AWG-U.F. B00 volt. Pilot wires shall be different color wire for each automatic control�er. Common wires sl�all be white with a different calor stripe for each cantrollsr. Install in accordance with �al�e rr�anufacturer's specifica#ions and wire chari. [n no cas� shall wire size be less than AVWG #14 11.F'. 0�/21101 02810 - 10 0'f 0739010 B. All wire shall be installed according to local efectrical codes and must be insulated wi�h PVC and bear 11L approved (Type UF) for direct underground burial. 3.8 CONTROL W IRE SPLICES A. �ontrol wire splices sha11 be made with 3M-DBY wire cannectors and sealant, or an approved equaL Conn�ctors shall be of the proper size to match the wire. B. No cantrol wire splices wiH be permitted betweert remote control val�e baxes and controllers. 3.9 VALVE BOXES Valve boxes shall be instalfed in an accessible pface as shawn on plans, All vafve box covers, val�e boxes, etc. shall be placed so the edges are para11e1 or perpendicular to adlacent hard edges or edge of field, Top of all boxes shal! be 1" a�ove f�nished grade. Top surface of boxes sl�all be installed so that a smooth surface is created in relation to existing grade. Boxes shall be a minimum of 7' — 0" fram edge af field. 3.10 IRRlGAT10N HEADS• Irrigation heads shall be installed in plumb position at intervafs not to exceed those shown a�d in the approximate location and canfigurafion shawn on the plans. Head swing joints, risers and flexible connectors shall be as shown on the details. All nipples sha11 be the minimum length required ta a1{aw irrigation head a�justm�nt motion without including {oad on the supply pipe. Irrigation heads shall �ae instal��d as detailed on the plans. 3.11 TRENCH EXCAVATION AND BACKFILL A. The Cantractor shafl perfarm all excavation to the depth indicated in these specificatiflns and plans. All excavated material not required for fill or backfill sF�all be removed from the site. The banks of trenches shall be kept as nearly vertical as prackicable. Trenche5 shall be wide enough to permit proper placing of pipe. Where rock excavation is required, ar where stones are enc�untered in the bottom of the trench, the rock or stones shall be r�moved to a depth of four (4) inches minimum below the trench depth indicat�d. The o�er-depfh rock exca�a�ion and all excess trench excavation shall be backfilled with loose, moist earth or sand, thoro�ghly compacted. Whene�er soil, which is w�t or otherwise incapable of supporting the pipe is encountered in t1�e trench bottom, suc1� soif shall be remo�ed to a depth and length required and the trench backfifled to trench bottom grade as hereinafter specified, with caarse sand, fine gravel or other suitable ma#�rial. B. Bottom of trench grade shall be continued past groUnd surtace deviations to avoid air pockets and low callectian points in line. The minimum cover specifications shall govern regardless of variations in ground surface profile an� occasional deeper excavation required at banks and o#her field conditions. Excavation shall be suci� thaf a unifo�m trench grade variation will occur in al! 05/21/01 D28�0 - 11 D10739010 cases where variations are necessary. 1n no case sha11 the angle of def�ection from �ne pipe length t� another exceed 5 degrees. C. Trenc� excavation shall consist-of the satisfactory removal and disposition of all materials, and shall include a1l sharing and sheeting required by state and local regu�ations to protect the exca�ation and to safeguard employees. D, During excavation, matarials suitable for backfilling shafl be stockpi�ed ir� an ° vrderly manner a suf#ici�nt distance back from edge af trenches to avoid averloading and prevent slides flr cave-ins. No excavated materials shall be placed within or permitted to fall upnn roacfways. �. Tt�e trenches shall be careful{y backfilled with the excavated maferiais appro�ed fiar backfilling, consisting or earth, ioam, sandy clay, sand, or other approved •� materials, free fram large clods of earth or s�one. Rock, broken concrete or � � pavemer�ts and large boulders shall not b� used as backfill material. The backfill shalf be thoraughly compacted anci evened off with �the adjacent soil le��l. Any materials nat suitable for backfii[I shall be removed from the site and disposed of. F. 5�lect fill dirt or sand shall be usec{ i# soi! conditions are racky. In rocky areas the trench9ng depth sha11 be four inches belaw normal trench depths to albw for this bedding. The fill or dirt or sand shall be used in fill9ng four inches abov� the pipe or wires. The remainder af the backfill shall cantain no lumps or rocks larger than one inch. TF�e top six inches of backfill shall be free of rocks, subsoil or trash. G. Backfill shall be p{aced in layers; the thic�ness of the layers shall depend on the nature of the material and the method of compactian used. Compactian shall be accomplished in such a manner as to assure that there will be na future subsidence. H. Any trenches improperly backfilled, or where settlement occurs, shall be reopened io t�e depth required for campaction, then filled and compacted with the surface restored #o th� r�quired grade and left in a completed surface condition as descri�ed above. All excavation and backfill shall be uncfassified and covered in the base bid. No additiona! charges wiil be allawed for t'ocK encountered. 3.12 LEAK TEST A. When the main line or sections of �F�e rr�air� line, laterals, swing joints and valves ha�e �aeen insialled, the system (or secfian) r,vill be thoroughly flusF�ed. The system (o� section) will then be �ressurized for 8 hours at th� operating pressure. ' B. All latera! lines, firom the cantrol valv� to the spray head, shall be tested, for an operating periad of 8 hours by capping tf�e pipe at the sprit�k{er head and pressurizing the pipe. 05/21/01 �28� 0- 12 01073901 D C. Any {eakage fiound will be repaired and retested f�r another 8-haur p�riod prior to backfilking. 3.�13 CLEANING AND F'LLJSHING SYSTEM After pi�e, fittings, and valves have been installed and connections made fo the water saurce, flush pipes several times until free of a1� rocks, dir�, trash, pipe shavings or debris befare installing heads. After th� pipe has b�en thoroughly flushed, stari installing the heads with the wat�r running, b�ginning with the one nearest the valve and working toward tne ends of tF�� laterals forcing the water and any debris left in the pipe out ihe last head connection. After the E�eads ha�e been installed the system is to be operated severai times before final inspection. The heads shall also be cleaned ar replaced if necessary before final inspectinn. 3.14 PLANT MATERIALS �� Where it is necessary to excavate adjacent to plant mat�rials, the Contractor shail use - all possible care to avoid injury to plants and plant roots, Excavation in areas where two (2) inch and larger roats flccur s�all b� done t�y hand. All roots fwo (2) inches and larger in diameter, except directly in the path of pipe or conduif, shall be tunneled under ar�d shall be heavily wrapped with burlap to prevent scarring or exeessive drying. � Where a trencher is run clase to plants having roots smaller than two (2) inches in diameter, the wall of the trench adjacenf to the tree shall be hand trimmed, making clean cuts through. Roats one (1) inch and larger in diameter shall ba painfed witF� two coats of Tree Seaf, or equal. Trenches adjacent ta plant shauld be closed within twenty- � four {24) hours; and where this is not possible, the side of the trench adjacent ta the plant shall be kept shaded with burlap or canvas, No trenching shall occur within 8' of ;` �xisting trees if heads occur closer #han 8' ta an existing tree, th� lateral trench shall be . cut radial to the trunk. 3.15 TEMPORARY REPAIRS The Owner reserves the right to make temparary repairs as necessary to keep the irrigatinn system equipme�t in operating car�difion. The exercise of this right by the �wner shall not reEieve the Contractar of his respons�bilities under the t�rms of the guarantee as here9n specified. 3.16 CLEANUP A. Make final cleanup of all parts of the work befare final acceptance. This cleanup shall include remo�al of all consiructifln materials and equipment, and in general leaving the site i� an orderly and finished appearance. B. The Contractor shall also remove from the site any rock or extra soii resulting f�om fhis contract a�� he shall restore the site ta its original conditian or better. END OF SECTiON 0�121101 02810 - 'f 3 014739010 SECTYON 02860 - PLAYGROUND EQUTPMENT PART 1 - GENERAL f��l��T�.Y�'il� ��►+I A. This section shall include aIl mate�ials, lat�or, taols, equipment, transportation and supervision required £or the installation of new play�ou�d equipment. 1.02 RELATED WORK , A. Sectipn 02870 - Site Furnishings B. Section 03300 - Cast-7n-Place Concreie 1.03 QUALITY ASSURANCE A. Codes and Standards: All equipment and materials shall meet the standards and requirements of the la�est editions of the U. S. Consumer Pzoduci Saf�iy Camrnission's (CPSC) Handbook for Public Playgxou�d Sa.fety and of AST'M Designation F1487: Standard Consumer Safety Performance Specification for Playground Equiprnent for Public Use. B. Submittals: 1. Submittals Prior to Construciion - Submit manufacturers' docum.entation of product compliance witl� CPSC and ASTM F1487 Standards including: a. All paints and other similar finishes must meet the current CPSC xegulation for Iead in paint (O.Ob perGent m�imuffi l�ad by dry weight). b. Regardless of the material or �he treatment process, the manufacturer shall ezasuz'e that the users of the playg,round equipment cannot ingest, _inhale, or absorb any po�entially hazardous amaunts af substances through body surFaces as a result of contact with the equipment. c. Submittals must he received and approved by the Landscape Architect prior to oxdering equipment. PLAYGROUND EQUIPMENT 4Z860 1 i� 2. Submittals Prior to Project Acceptance — Contractor shall subxni� all maufacturers' literature to the Landscap� Archiiect priar to acceptan.ce of the . , proj ect. PART � — PRODUCTS 2.01 PLAYGROUND EQUIPMENT A. Contractor shall provide and insiall Custom Playmaker Play Structure as � indicated on the plans. B. Contractor sha�1 pro�vide and install Steel Worldf"�t C�nter as indicated on the plans. C. Custom Playmaker Play Staructure, Playworld Systems No. P I7819A. Stee1 . Worldfit Center, Playworld Syst�ms No. ZZWT00500, all available from: � The Playw�ll Group 2750 Northhaven rd., Suite 103 Dallas„TX 75229 {840) 564-9150 PART 3 - EXECUTION 3.Q1 GENERAL: Ali itezr�s shall be supplied ax�d izastalled by Contractor as shown on the plans and as recammended by the man.ufacturer. 3.Q2 FALL ZONES: Contractor shall v�rify all fall zone cleaxances oiasit� prior to installing the equipment. Notify the Lan.dscap� Architect of any conflicts or discrepancies. 3.Q3 C4NCRETE FOOTTNGS: The finished grade of al1 concrete footings shall be set twelve inches below the fir�ish �ade af surfacing material. 3.04 FASTENERS: All nuts and bolts shall be upset and tack w�Ided to prevent disassembly. 3.05 PROTECTIQN: Cantractor sha11 be z'esponsible for protection of unfinished worl� and shall erect ternporary signage an.d barriers as n�cessary to prevent park users from utilizing unfinished equipment. END OF SECTION PLAYCROUND EQUIPMENT 02860 2 ,� SECTION 02570 -- SITE FURNISHINGS PART I - GENERAII � 1.01 DESCRIPTIQN Furnish and supply all labar, equipment, materials and incidentals necessary to assemble, install and otherwise construct park equipment as listed under products. � � ] .fl2 RELATED WORK �;{ A. Section 03304 - Cast-in-Place Concrete. B. Section 47920 - Caulking and Sealants 1.p3 QUALITY ASSURANCE A. All equiprnent shall be free of shaap edges and corn�rs, or extremely rough � surfaces. B. All materials shall be new and�conform to all standards as specified. C. The bidder sha11 be responsible for defects in equipment due to faulty materials or manufacturing, damage or lass. D. Metal shall be straight or at design radii ox bends, wi.thout kinks, and shall be true tq shape. E. Codes and Standards: All "accessible" si�e furnishings shall comply with the curr�nt Texas Accessibilitv $tandards (TAS) of the Architectural Barriers Act, Article 9].02, Te�as Civil Statutes (512} 453-3211. � 1.04 YRODUCT DELNERY, STOR.�GE AND HANDLING A. Protect from ineleineni weather: wet, damp, extreme heat or cold. B. Store in a n:i.annex to prevent warpage and/ar b�wiung. ]..05 70B CONDITTONS The contractar shall be responsible far protection of unfinished wark and sha.11 be responsible for the safety of park users utilizing unfinished equipment. t SI'I'E FURNISHINC�S 02870 -1- PART2-PRODUCTS .i I � � � 2.OJ. Four Each-Park benches: 6' Perforated -- Steel Benches Na. 1411 permanent mount. Color to be Hunter Green. 2.02 Three Each — Coated Trash Can No. ZZXX1414 (dome lid, pennanent mo�t). Colar to be Hunter Green. . The P1ayv�ell Group, Iz�.c. 2750 Northhaven Rd,, Sui#e 103 Dallas, TX 75229 1 (800) 726-1816 PART 3 - EXECUTION 3.01 INSTALLATION A. Fasteners: All nuts and bolts shall be upset and tack weltled io preven� disasseznbly. B. Manuiacturer's Installation Instructians: The Contractor shall follow the � manufacturer's installa�ion instntctions and gi�e the Landscape Archifiect the � instructions for filing, unless otherwise stated. Set benches and picnic tables � levei. END OF �ECTION :� � SITL FURNISHi1VG5 02870 -2- SECTION 0284U - TLTRF SODDiNG PART 1 � GENERAL 1.01 DESCRIPTION A. Work Included: This work includes all Iabor, materials and equipment for sozl preparatinn, fertilization, p1�.nting and ather requirements regarding turfgrass sodding shown on the plans. B. Related Work Specified Elsewhere: Sectian 02220, Earthwork. � 1.42 REFERENCE STANDARDS . A. For exotic plant materials: American Joint Com�mittee of Horticultu.ral Nomencla�ure, ' , Second Edi�ion, 1942. B. Far natzve materials a, Manual o� the Vascular Plants of Texas by Correll and 3ohnston b. Ch�ck List af Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller 1.03 SUBMITTAL� Samples, certificates and specifica�ions of sod, fertilizer, composi, soil amendments ar ather materials rnay be requested by the Project Manager. All delivery receipts and copies of invoices ifar mate�ials used for tY�is work shall be subject to verification by the Project Man�ger. 1.04 PRODUCT DELIVERY, ST�RAGE AND HANDLING A. Sod: H�rves�ng and planting operatians shall be coordinated with not more than forty aight haurs elapsing betwe�n the harvesting and planting. B. Fertilizer 1. Unopened bags labeled with the analysis. 2. Conform to Texas Fertilizer Law. 1.05 QUALITY CONTROL The contraetor who plants the sod is responsible far supervision of his crew, while planting the sod and maintaining t1�e sad until the project is accepted by the City. SECTION 02944 - TUR�' SQI]BING _1_ PART � — PRODUCTS 2.41 ,SOD A. The sod shall he Buchloe dactylaides (Common Bermuda) and shall cansist of stalons, leaf blades, rhizomes ax�d roots witl� a healthy, virile system of dense, thickly matted roots throughout the soil of t�e sod for a tluckness not less �han one inch. Sod shall be afive, healthy and vigorous and shall be fr�e of insects, disease, stones and undesirable fo�eign rnaterials and g�rasses. Sod shall hav� been produced on growir�g beds o� clay ar clay Ioam �� topsoiL The sad sha11 not be harvested or planted when its moisture condition is so excessively rwet ar dry that its survival will be affected. Tf sod is sfiacked, it shaIl be kept , moist and shall be stacked roats-io-roots and grass-to-grass. B. The sod shall be cut in sirips four feet wxde to be laxd parall�I with the contours. 2.02 FERTILIZER A. All fertilizer shall be delivered in bags ar containers c�early labeled sh�wing the an.alysis. B, AlI fertilizer sha11 be in acceptable condiiian foz distribution and shall be applied uniformly over the planted arEa two weeks after sodding. C. All fertilizer shall have an analysis of 3-1-2 or as designated on the plans. The fertilizer rate shall be 45 pounds of nitrogen per acre. 2.03 WATER The water shall be furr�ished by �the Contractor and shall be clean and free of industrial wasias ar other substances harmful to the gennination of the seed or to the grow�h of the vegetaiion. The amount of water vvill �ary according to the weather variables. Geneirally, th� sod should be s�aked one time per day for three weeks ar untzl established. Soakuig is mandatory after spraading the fertilizer. 2.�4 COMPOST All carnpast znateri.al is to be totally organic and decomposed for at leas� nine months. All compost is to be cleaa� and free of fungus, disease, live plants, seed, excassive cotton lint and any harmiul chemicals. "New Lzfa �oil Conditioner" ar "P�rma Grean Compost", as specified below or an appraved equal, shall b� used. Raw organics are not acceptable. A. For soil wiih an alkaline pH condition: Use "New Life Acid Gro" (acid pH) soil canditioner as produced by Saii Building Systems of Dallas, ar an approved equal. B. For soil with an acidic pH condition: Use "Perma Green Compost" by Texas Earth Resources, Inc, o�Dallas, ar "New Life Natural Grower" (ph 8.0 to 4.�) by Soil Building Systems, Inc., of Da11as. C. Sample and �peeification Submitta�: Submit a producer's specification and a quart sanrxple of the compost praposed for the Pro}eci Maxaager`s approval. SECTIpN 02940 - TL1RF SOIaDING -z- PART 3 - E�EGUTION 3.01 GENERAL All turfing operat�ons are to be ex�:cut�d across the slope, parallel to finished grade contours. 3.02 SOIL PREPAR�TION A. Scarify subgrade 1;o a dep�h of three inches befare depositing the required iopsoil. B. Tillage sha11 b� accomplished to loosen ihe topsoil, destroy exis#zng vegetation and prepare an acceptabie sod bed. A11 areas shall be tilled with a heavy duty disc or a chisel- , type breaking p1ow, chisels sei not more than ten ir�ches apart. Initial tillage shall be done � in a crossing pattern for doubie cflverage, then �ollowed by a disc harrow. Depth of tillage shall be five inches. A heavy duty rototiller may E�� used far areas to be planted �x�vf� onr� C. Cleaning: Soil shall be furth�r prepared by the removal of debris, building materials, rubbish, weeds and stones larger than one inch in diameter. D Fine Grading: After tillage and cleaning, all areas to be plan�ed shall be topdressed with one-half inch compost and ihen ska11 be le�eled, fine graded, and drug with a weighted spike harrarx+ or float drag. The required result shall be the elimznatian of ruts, depressions, humps and objectionable soil clods. This shall be th� final soil preparation step to be completed befare planting. 3.03 PLANTING Priar to laying the sod, the planting hed shall be raked smaath to �rue grade and moistened to a depth of four inches, but not to the exteni causing puddlzng. The sod shall be laid smoo�lily, tightly butted edge to edge, and witl� staggered joints. The sod shall be pressed firmly into the sod bed hy mechanical roller so as to eiiminate alI air packets, provide a true and even surface, and insnre l�u�ting without displacement of the sod or deformatian of the surfaces of sodded areas. Following comipaction, compost shall be used to fll all cracks between sods. Exc�ss compost sl�all be worked into the grass with suitable e�uipment and shall be well watered. The c�uantity of compost shall be such that it will cause no smothering or burning of the grass. 3.04 FERTILIZING Twenty-one days af�er planting, turfgrass areas shall receive an applicatian of 3-1-2 fertilizer at the rate of 45 pourids of nitrogen per acre. Water well after application. to prevant burning. � END OF SECTION SECTTON 02940 -'I'URF SODDING -3- SECTION 0�930 - SEEDiNG PART 1 - GENERAL I.O1 DESCRiPTION A. Work Included: Seeding of grass seed or wildflowex seed, as specified on the pians. „ B. Related Wark Specified Elsewhere: Section 02220, Earthwork. 1.�2 REFERENCE STANDARDS A. Standardized Plant Naxnes - 1. For exotic plant materials: American 7oint Committee of Horti.cultural . � Nomenclature, ,� econd Edition, 1942. 2. Far native materials ' a. Manual of �he Vasculaz Plants af Texas by' Correll and 7ohnstan b. Check List of Vascular Plants of Texas by Hatch c. Flora of Norkh Centzal Texas by Shinners and Moller '� B. Texas Highway Depart�nent: Standa�rd Speciftcatians for Construciion, Item 164, ,, "Seeding for Erosion Cantrol" and Item 18Q, "Wildflower Seeding". 1.03 SUBMITTALS A. S eed 1. Vendoxs' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (�'LS) b. Name and iype of seed 2. Tf using native grass or wilc�flower seed, seed must have been harvested within 100 miles of the constructian site. 3. All seed shall be tested im a laboratory with certi�'ied results presented to the Project Manager, in wrifing, priar to planting. 4. All seed to be of the previous season's crop and the date on the container shall be within twelve months af the seeding date. 5. Eaeh species of seed shall be supplied in a separate, labeled container for accepta�ce by the Proj ect Manager. B. Fertilizer 1. Unopened bags labeled with the analysis 2. Conform to Texas fertilizer Iavv 1.04 �"OB CONDITIONS A. Planting �eason: The season varies accozding to specxes (see Part 2- Products). Do not seed whe� soil x� excessively wet ar dry or when wind exc�eds 10 miles per hour. B. Sch�dule Af�er All Other Construction and Planting Is Complete. SECTION 02934 - SEEDING -1- C. Protect and Maintain Seeded Areas 1. From erosion 2. From traffic and a11 ather use 3. Until seeding is complete and accepted � ' 1.05 QUALITY CONTROL The contractor who plants �he seeds, whether the general contractor or a subcontractor, is respansible foz daily supervision of his crew, while planting the seed and maintair�ing the '' seedlings until the projeci is accepted by the Cifiy. PART 2 — PRODIICTS 2 A 1 MATERiALS A. S eed All seed sha11 be planted ai rates based on pure live seed (PLS = purity x genix�ination) per acr�. Substitution of individual seed types due to lack of availability sha11 be made only by the Proj ect Manager at the time of plariting. The Contractor shall notify the Proj �ct Manager, prior to bidding, of difficulties Iocating certain sp�cies. Only those areas indicat�d on the plans and areas disturbed by construction shall be seeded. Priar to seeding, each area shall be marked in the field and appro�ved by the Project Manager. Any adjustrn.ent of area location by the Projec# Manager shall bc cansiderad incidental and shall not entitle the Con#ractor ta additional compensation. � Weed seed shall not exceed 10 percent by weight af the total of pure live seed (PLS) and other material in th� mixture. Johnsongrass and n.utgrass seed shall not be allawed. The seed shall be clean, dry and harvested witlti.n one year of planting. l. Nan-�ati�ve �rass seed shall consist of: if �lanted betwee3a Apri115 and September 10: Lbs.fAcre Common Name Scientific I�ame Puri 25 Bezmuda (unhullad) Cynodon daciylon 8S% 75 Berrnuda (hulled) Cynodon dactydon 95°/a Substitu�e tk�e following if planted between September 10 and April 15: 220 Rye Grass Lolium multiflarum $2% 40 Bermuda (unhulled) Cynodora dactylon 84% Germination 90% 90% 8Q% 85°/a SECTION 02930 - 5EEDI.NG -Z- 2 Native �rass seed - The seed shall be planted between February 1 and October 1 and shall cansist of: Lbs. PLSIAcre Cammon Name Botanical Name 16 Green SpranglEtop Leptochloa dubia 40 Sideoats Grama* Bouteloua curtipendula 64 Little Bluestem* ,�chizachyrium seoparium 200 Buffalograss Buchlae dactyloides 40 Indian Garass* Sorghastrurn avenaceum 16 Big Top Lovegrass* Er�agrostis hirsuta 16 Weeping I.ovegrass Erag�-ostis curvula 80 Canada Wild Rye* Elymu.r canadensis var. canadensis '�These grasses are not to be plaaited within ten feet of a road or parkim.g lot or within three feet of a walkway. 3 Wildflow�r seed - All wildflower seeds are to be hand broadcast, (see 3A2,A). . The seed shall �e planted between March 5 and May 31 ar between September 1 and Dece�xaber 1 and shall consist of: Ll�s, PLSIAcre 10 20 54 10 10 24 IO 3 10 1Q Caxnmon Name Faxglave* Lanceleaf Coreopsis Blu�bonnet Pink Evening Primrose Purple Coneflower* Tndian Blanket Mexican Hat Maximillian Sunflower* Winecup Lemon Mint* Botaxaieal Name Pensternan cobaea Careopsis lanceolata Lupinus te�censis Oenathera speciosa Echinacea purpurea Gailla�dia pulchella Ratibida calumnaris Helianthus maximilianc� Callirhoe involucrata 1VIonaYda citriodora � *These wildflowers are not to be planted within ten feet of a raad or parking lot or within three feet of a walkway. �, Temuorary erosion control seed When specified on the plans, temporary control measures shall be performed. These measures shall consist of the sowing af cool season plant seeds ax�d the work aud materials as required in this section. B. Mulch 1. Mulch should be designed for use with eonventional mechanical or hydraulic planting of seed, either alone or with fertilizer. 2. iVlulch should be wood cellulose fiber praduced from virgin woad or recycled paper-by-products (waste products frorn paper mzlls or r�cycled newspapez). 3. Mulch should contain no growth or gernunation inhihiting factors. 4. Mulch should contain no more than i0 pe�cent moisture, air dry weig�it basis. 5. Additives shall include a binder in powder form. SECT�ON 02930 - SEEDING -3- 6. Mafierial shall form a strong moisture retain.ing mat. C. Fertilizer 1. All fertilizer shall be delivezed in bags ar Containers clearly labeled showing the analysis. 2. All fertilizer shall be in accap�able condition for distribution and sha11 be applied uniformly aver xhe planied area. 3. Analysis af 16-20-0, 16-5-8, or as designated on the plans. Fertilizer rate: a. No fertilizer is required for wildflower seeding. b. Where applying fertilizer on newly established �eeding areas - la0 pnunds of Nitrogen per acre. c. Where applying fertilizer on established seeding areas � 150 pounds of Nitrogen per acre. D. �aier: Shall be furnished by the Conf.ractor and shall be clean and free of industri�l wastes or other substances harmful to the germinatian of the seed or tfl the growth af the vegetation. The amount of water will vaty according to ihe weather �variables. Generally, an amount of water that is equal to t11e average arnount of rainfall plus 1/2" per week should be applied for appxoximately three weeks ar until proj ect is accepted by the Project Manager. E. Erasion Control Meas�ures 1. For seedzng application in areas up to 3:1 slope, use cellulose, fiber ar reeycled paper mulch, {see 2.01, B. Mulch and 3.�3). 2. For seeding application in areas 3:1 slope or greater, use the following soii retention blanket {Follovcr the manufactur�r's directions): � "Gurlex I" from American Excelsior, 900 Ave. H East, Past Office Box 5624, Arlington, Texas 76001, 1-800-777-SOII,. 2.02 MTXING 5eed, mulch, fertilizer and water may be mixed provided that: 1. Mixture is uniformly suspended to form a homogenou� slurry. 2. Mixture forms a blatter-li�Ce ground cover impregnated uniformly with grass seed. 3. Mi�ture is applied within 30 minut�s after placed in the equipm�nt. SECTION 02930 - SEEDING -4- PART 3 — EXECUTION 3.01 SE�DED �'REPARATION A. Clear Surface of All Materials, Such As: 1. Stumps, stones, and otl�.er objects larger than one inch. 2. Roots, brush, wire, stakes, etc, 3. Any objects that may interfere with seedi;ng or mainten.ance. ' B. Tilling I. In all compacted areas till one inch deep. . 2. If area is sloped greater than 3:1, run a tractor parall�l to slope to provide less � seedlwater run-off. 3. In areas near trees: Do not �ill deeper than 112 inch inside "clrip line" of trees. C. Wateriz�g: Soi1 should be watered to a zninimum depth of four inches witk�in 48 hours of secding. 3.02 SEEDING i A. If Sowing Seed Sy Hand 1. Broadcast seed in twa directions at right an.gles to each other, 2. Ha.rrow or rake lighily to cover seed. 3. Ne�er caver seed with more soil than twice its diameter. 4. For wildflower plantings, scalp existing grass�s to one inch, remove grass ' clippings, sa seed can make contaci with the soil. B. Mechanically Seeding (Drilling): If inechanically seeding (drilling} the se�d or s�ed mixture, the quantity sp�cified shall be uniformly distributed over the areas shown on the plans or where directed. All va�ieties of seed, as well as fertilizer, may be disiributed at the same tiamme pravided that eacla camponent is uniformly applied at the specif ed rate. Seed shall be dril�ed at a depth of from 1/4 inch to 318 inch utilizing a pas�ure or rangeland ty�pe drill. All drilling is to be an the contour. After planting, the area shall be rolled with a roller integral to the seed drii1, or a corrugated roller of the "Cultipacker"' type. All rolling of slope areas shall be on ihe contour. 3.03 MULCH]NG A. Apply unifvrmly after cornpl�tion of seeding in areas up to 3:1 slope. Mulch may be applied concurrently with fertilizer and seed, if desired, B. Apply at the following rates unless oiherwise shown on plans: I. �andy sails, flat sur�aces -�ninimum 1,SOO lbs./acre. 2. Sandy soils, sloping surFaces - minimum 1,8001bs./acre. 3. Clay soils, flat surfaces - minimum 2,5041bs.lacre. 4. Clay sails, sloping surfaces - minimum 3,000 lbs./acre. 5. "Flat" and "slaping" suriaces wilI be shown on the pians if not visually obvious. sECTTorr oa9�o - s���rNG -5- C. App1y within 3p minutes after placerr�ent in equipment. Keep mulch moist, by daily water application, if necessary: l. For approximate3y twenty-ane days, or 2. Until seeds have germinated and have rootad in soil, (see 3.04, B) and praject has • been accepted by the Proj�ct Manager. 3.0� MAINTENANCE AND MA�'+�AGEMENT A. Includes protection, replanting, rnaintaining grades and irnmediate repair vf erosion damage until the project receiv�s final acceptance. B. Reglanting `� 1. Replant areas where a stand of grass c�r wildflowers are not present in a reasonable ,. length of time, as deternlined by the Project Manager. � 2. A"stand" shall be defined as: `� a. BermudalRye grasses: Fourteen grawing plazats per square inch ; established witlun two weeks of seeding date on a smooth bed free of ; I �oreign material and racks or clads larger than one inch diameter. b. Native grass and wildflowers: SO% percent coverage of growing plar�ts I within seeded aa-ea within twenty-one d�ys of seeding date on a smooth bed free af fareign material and rocks ox clods larger than one inch diameter. , c. Having no bare spots greater than six inch square. END OF SECTION � ,� � �; SECTION 02930 - SEEDING -G- SE�TIUN 03300 — CAST-YN-PLAC� COrNCRETE PART 1- GENERAL 1 Al SCOPE ClF WQR�. A. +Cancrete Sidewalk S. Cc�ncrete Handicap Ramps C. Picnic Table Slahs D. Playground Edging E. Gc�ncrete Walls and Footings F. Related work elsewhere; Sectian 07920 — Caulk.%ng and Sealants 1.02 QUALITF ASSIJRANCE Reference Specificataans: The wark und�r this divisian 4f the Speci�'icatians shali conform generally to the requirements of Item 314 -"Concrete Pavement", �tem 40�5 - "Concr.ete far Structures", and Item 41 d—"Concrete Stnzctures" af the City of Far� Worth's Standard St�eci�ications for Streei and Storm Drain Consiruction, PART 2 - MATERIALS �.(l1 FC}R11�S Fox�rn.s sha11 be of ample strength, adequately braced, joined neatly and tightly and set exactly tc� establishe� lin� and grade, 2.�2 R�T1�I�'ORCIl�G MATE�ZTALS Rei�f`orcing Ba�rs: Reinf4rcing hars shall be round de�armed bars meetx�.g the requirements of the current standard Specificatians fo� Interna�diate Grade Billet Steel Cancrete Rein�c�rcing Bars a�` the A.S.T.M. Designation A-615. Reinforcing bars at th� tiune th� cc�ncrete is placad shall be free from rust, scale or ather coatings fhat will destroy or reduce the bond. General rein�c�rcing bars sha11 be number three ba�s spaced 1 S inches an center in walks and 12 inches in slabs as sh�vvn on Plans. 2.03 C�NCRETE MA.TERIALS A. Cement: Partland cement shall meet the requirements c�f A.�.�',M. �pecifications D�signatian C-150 and shall be Type 1. B. Aggregates: Concrete aggre�ates shall cansist of gravel �r crushed ston�e and shall be free from any excess amount o� salt, alkali, vegetative matter or ather objectionable mat�ials. The aggregate shall be well graded from fine to c4urse and the maximum size shall be c�ne inch . Fine �ggregaie shall cansist of sand C. Water: Water used in mixing concrete shall be clean and free frflm deleterious amounts o� acids, alkaiies, vegetative mat�er or organic material, The cancrete shall be mixed i�a an approved batch mixer. The mi�ing time shall nat be less than cane minute after all the batch materials are in tl�e mixer. Cernent cc�nteni GAST-IN-PLdICE C4NCRETE 0330a -l- shall be n.ot less than five sacks per cubi� yard of concrete and shall have a rninimuYn 28 day compressive strength of 3,OL1+D psi. D. Mixing: Transit mixed concrete sha11 meet all the requirements €or concrate as spe�if ed above. Sufficien� transit mix equipmeni shall be assigned exclu�ively ta the pr�}ect as required for conti�uous p4u�s at regular intervals without stopping or intem�pting. Cancrete shal� not be placed on ihe job after a period of 1 1/2 hours after the cem�n� has been placed in the mixer. 2.0� RELATBD MATERIAL A.. Expansion .Taint Filler: Expansi+�n joint material shall be o�e inch clear heart redwoad with cap and paved cross section as shown on the plans B. Dowels: Dowels far expansion joints shall be nuxxy.ber four �manth round s�eel bars with ex�ansian tubes as shown. an Plans. Aowels shall be placed eighteen inches on center or as sh�wn vn I��ans. C. Curing Cc�mpound: The membranous curing compound shatl carnply with the requzrements af A.S.T.M., De�ignation C-309, Type 2, white p�gmented. b. P� C Sleeves: The Contraciox shall furnish and i�stall four inc� c�ass 240 PVC pipe sleeves under cancrete walk as shown on plans and details. E. Caulking and Sealants — See Sectian 0'�920 2.05 CUNCRETE MIX DESIGN AND GONTROL A. Mi� Design: Tbe concrete sha11 cc�ntain nat less than five saeks of cement per cubic yard. Tota� water shall not �xceed seven gallons per sack of cement. The mix shall be unifc�rm and warkable. The amount of course a�gregate (dry-lovse volume} shall nat be mare than SS per�ent per cubic yard af concrete. The net amc�unt af �ater will be the amvunt added at the mixer plus the �ree water in the aggregate or minus the amounC c�f water ne�ded t� compensate for absorption by the aggrregates. Free water ar absarption determinatians will be based on th� conditioxt of the aggregates at the time used. The alasorption test wi11 be based an a thirty minute absarptic�n period, No water allawanc� will be made far evapvratiQn af�er batchxng. B. Slump: When gauged by the standard slump test, the settl�ment of t�e concrete shall not be Iess than 3 inches nc�r more than S inches, unle�s atherwise indicated. C. Quality: The cvner�te shall be designed for a m'rnimum comp�essiv� strength af 3,000 pou�zds per square inch at the age of twEnty-eight days using a 5 sack mix. CAST-IN-�'LACE CONCRETB 03304 -2- D. Cc�ntrol-Submittal: VVithin a period of not less than ten days priar t4 the start of concrete operations, the Cantractar shall submit to the Engineer a design of the concrete mix praposed to be used togetiher with samples of all materials to be incorpc�rated inta the rnix and a full descriptit�n of the source of supply of each material compc�nent. The design of the concrete xnix s�hall conforna wiih the �ravisians ant� lXmitation requ�rements of thess specificatiflr�s. A.11 material samples submitted ta the Engineer shall be sufficien�ly �axge to perr.�it laboratc�ry batclung far the eonstruction of test beams to check the adequacy of the design. When the design mix has been a�sproved by the Engineer, there shall be no chaz�ge a�r deviatian from ihe proportions thereof or sources flf supply� except as hereinafter �rovided. No concrete mav be ulaced can the ioh si�e until th� mi� desi�n has been apt�roved bv the En�ixleer in writin� to the Contractor. PART 3 - EXECUTI4N 3.01 REINFORCING Metal reinfor�ing sha�l t�e accu�ately placed in accardance wit�i the Plans and shall be adequately secur�d in position by concrete, meial, or �lastic chaizs and spacers. Bar splices shall ov�rlap ati least iwel�ve inches. The re-bars shall be bent cold. 3.�� 3�INTS A. Expansion Soants: Expansian joint materials shall be installed perpendicular to the surface. The battc�m edge of the material sl�all extend tc� or slightly below the bc�ttQn2 edge a� tk�e slab and the tap edge shall be h$ld ap�roximately 1/2 inch belaw the sur�'ace of the slab, The edge c�f joints shall be tooled with an edging tc�ol having a 1I2 inch radius. B. Cantraction 3oints: Confraction jaints shall be 11� inel� wide tay 314 inch deep, �toc�led joints placed on six faat centers, uniess otl�erwise indicated. Contraction � jaints.will not be required to be sealed. Sawed joints maybe allowed only if ti specifically approved by the Engineer. Joints will be savved as saon as sawing can be performed without stripping aggregate from the concrete, generally within �twelve ta tweuty-foux haurs aft�r plac�ment, and they sl�all be completed befc�ze , uncantrolleci cracking of the pavement takes place. C. Cc�nsiruction 3aints: Canstzuction join�s shall be installed u� all cancrete work at the lo�ations shown on the Plans. Canstiuctian joints formed at the close afea�h day's work shall be located at an� of the �ontrol j oints designated on the Plan�s. Jaircts may be canstructed by use of woad ar pre�o�ned metal hulkheads set true to the se�tit�n of the �'inished concret� and cleaned and ailed. Surplus cancrete on the subgrade shall he remaved before resuming cancreting operatians. 3.03 PLACI�IG C4NCRETE Placem�nt of Concrete: The concrete sha11 be rapid�y deposited an the subgrada imme�iiately after mixing is completed. Subgrade and farms shall be dam�ened p�ior ta placement of the canerete. The concrete sha�l be txansported, placed and spread in such a CAST-IN-FLACE CONCRETE 033i70 -3- 4. Thoraugbly �+ork concrete around reinforcement and embedd�d fixtures, and into corners of forms, during placing operations. 5. Campletely campaci with tarnping pol�s and by tapping forms until the concreie is thoroughly compact and withoui voids. Determine the number of taxnpers needed by the arnount and method af placing concrete. 6. Exercise care ta tamp concrete vigarously and thoroughly to obtain maximurn density. 7. Use manual tampers as well as mechanical vibrators. a. Exerczse �are to direct Yhe quick handling of vibrators fram one position to another. b. Do nat o�ver-vibrate concreie. c. Do not move concrete by use of vibratoz'. B. Fiu�ishv�g ,' 1. All �ormed sur�aces exposed to view shall have a m�dium braam finish. 2. After concrete has been properly placed and cured, sandhlast finish rf indicated on the plans and per speczficatxon Section 03350. 3.07 PROTECTYON Aftar concrete is placed, finished and cured as required, permit no traffic thereon far three days thereafter and fiurther pratect the surt'ace fram damage due to other causes. END OF SECTION in CAST-IN-PLACE CQNGRET� 03300 -5- � SECTrON Oi920 - CAULHING AND SEALANTS PART I - GENERAL 1.01 DEFINITIQNS : � A. The term "seala�nt" or "sealing" shall refer to exterior joints Exposed to weather or interior joints exposed to moisture. When "sealant'" is usc;d in an outside joint in aluminum or steel frames, "sealant" shall be required on the insida joint also. B. The term "cauik" or'caulking' (calking) shall xefer to interior joi�ts not nonmally exposed to weather or moisture conclitions. 1.02 SUBMITTAL: A. Submit io Qwner's rep�resentative manufacturer's literatur�, speci�ication data, �• and. color chart far all materials proposed for this proj ect. � B. Identify their use and location. 1.03 GUARAI�TTEE: The Contractor shall provide fhe Inspector a manufacturer's written guarantee on a11 joinf sealing materials. The manufacturer shall agree to provide any replacement material free ofcharge to ttae Ciry. Aiso, the Contrac�or shall provide the Engineer a written warranty on all sealed joints. The Contrac�or shall agree to replace any fazled join�s at no cost to f,he City. Both waxranties shall be for one year after final acceptance of the completed work by the Engineer. PART �-PRODUCTS 2.Q1 SEALANTS: As rnanufacfiured by Pecoza or approved equal. A. Concrete�to-Concrete (Horizontal Jainfi): NR-201 with primer. B. Masonry-to-Masonry ar Concrete-to-Concrete (Vertical): Dynatrol II 2.02 PR�NIERS: Type as znanufactured by manufacturer of sealing ax caulking zirzaterial and can;ipletely compatible wit�i compound. 2.03 JOIlVT BACKING: Rods or tape in siz�s and types as recommended by manufacturer of ' sealing ar caulki.ng mater�al, and completely compatible with compound. CAULKING AND SBAI.A.NTS 07920 -I- PART 3 - EXECUTION 3.01 GENERAL: A. Work �hall bc p�rformed by experienced mechanics skilled in execution o�type of work required and in application of specif ad materials. B. Deliver maferials to job siie in original cantainers with manufacturer's name and brand clearly marked thereon. C. When perimeter j�oints around frames that are to be caulked do not have built-in stops or other means to prevent depth of compound frorrz exceeding 1/2 inch, pack joint with back-up materials of co�'r'ect type and to f�e dep�h as necessary to prov�ide zninimum 3/8" and maximum 112" depth of compound. D. Materials and methads sha1l be as specified herein, unless they are contrary to approved manufacturer's c�irections or to approved trade practice; or un�ess Contractar beli�ves they will nat produce a watertight job which he will guarantee as r�quired. Where any part of these conditions occur, Contractor shall notify Architect in writing. Deviation from procedure specified will he permitted only upon Architect's approval and }�roviding that wark is guaranteed by Contractor as specified. E, If, prior to beginning work, Cantractor does no� notify Architect in writing of any proposed char�ges, it will be assumed that he agrees that ma#erials and methods specified will produce �'esults desired, and that he will iurnish required guarantee. 3.02 PREPARATORY WORK: A. Where weather rnolds, staffbeads, etc., da not form integral part of frames ta be caulked, but are removable, r�move same prior to caul�ing, execute caulking, replace molds, aic., and point. B. Clean all jaints, etc., that are to be caulked or sealed, prior to executing wark. 3.03 PRIMING: When conditions of joinfis so require, or when types of materials used adjacent to joints so require, aar w�.en campound manufacturer's recommendations so requir�, clean and prime jaints before start�g caulking. Execute priming operatians in strict accordance with manufacturer's directions. 3.04 �QINT BACK,�NG: Joint backing shall be installed in all joints io receive sealants. Backing shalI be sized to require 20% ta 54% compression upon insertion, and shall be GAULKiNG AND SEALANTS 07924 -z- 3. LIST SURETY BONDS IN FORCE ON ABOVE INCOMPLETE WORK (LIST 2): DATE OF TYPE OF AMOUNT OF NAME �AND TELEPHONE NiJNIBER OF CONTRACT BOND BOND SURETY 4. LTST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: ,� ,� I �! :� f �� . � BIDDER'S STATEM�NT OF QLTALIPICATIONS j . -Z- I � �� . CONiR�►C'iOR COAdYPLIAFlCE 1,}V�IiH WIORK�R�' CONYPEId5ATI0iV �.,AV4! Pursuant to V.T.C.A. �abor Code §406.98 (2000), as amended, Contractar certifies that it � pro�ides workers' compensation insurance coverage for ali ofi its employees employed on City of Fart WVorth D��artment of Engineering No.373� and City of Fort Worth Praject No. GR�G- � � 0052061'i�9A�nIG�7B-OO��OG1327�q. � STATE OF T�XAS COUNTY OF TARRANT CQNTRACTOR AC'S fl��iRO �UI�.�ERS. IWC. By: � f�' �- - Name: �`�� �`E'� ���1�� Q� Title: �'�f C S � �� Date: � � a� I � . �f B ar?� �me, the uncfersigned authority, an this day personally appeared 0 �._ e��-(TCF��.LL�'C� , known to me to be the person whose name is subscribed to the for�goi gTins nt; cf �jknowl gecf to me that he executed the sama as the act and deed of �`� ��'�� �,Z1��7�,� for th� purposes and consideration therein exp�essed and in the capacity tY�er�in stated. Given U�der �� `•�� + �i5 Jf O/ SET' ���t � �y of _ ��f�J'�L�20 � Z TOMkA L. BARiON '� Notary Rublic, State of Texas f�� '�j�,L-���r,�� My Comm. �xpires i12l03 u� y,�[�� /�� Public in and for the Staie of Texas .�� ��� s���� vF -r�� COUNTY O�' TARRANT' P�RFO�LMANC� BDl*7J § § § Bond Nv. AEJ491780 �NOW ALL BY THESE P1ZE5�NT5: Thst t�re, (I) AG'S METRO �TJ��,bERS, I[�1C-, �s I��`L�c1p� 1 h�reis�, �,d (�1 �ul f 1 nsurance Company , a cq���a�iQri org�ns'zed under tit� laws of the 5tat� of (3) Connecti cut , atid whn i� a+�tk�oCi��d te issuo surety bflnds in the State oF T�xaS, 5urety htreir�, a�e held ahi� firm2y ba�d u�to the City oF Fort Wartt►, a rnu�#c�pal car�oratian Iacated in Tar�ant ar�d Dentan Coutsties, Te„as, �hlipee 1�erein, in rhe sum of �IGHTY- ��Ct�T THt3USAND SE'V1�N F,�UNDRED STXTX-'I'WD AND �fflEOQ ......................... Dol�ars ($88,762.50) �or th� paymenG o� which sum rve hipd curselv�s, our heirs, e�ec�tors, adrrxinistraEors, succ6ssors and as�i,gns, jointly and severaIly, firm[y by fhese presents. �� V►+��R�A5, Princip�l h.as anteted into a cert{afz►1�ritten co� i�act wlt}t the �bli�ee date� t}�c ZOTH day Qf �#iJGUST, �OA2 a �opy p� which is attached her�to and made a Pa� ��ereaEfar �11 putpdses, fbr t3ze constrvctiaa af P�A�GROUPTD IMPRp'�'1�1►'IENTS AT AAGGETT PA RK NO'�, THERE�`ORE, r_he conditiar� af ti�is obEigatian is �uch, if the said PrimcipaI shaFl faichfully �erfarm tke wa�k in aacor�arice wirh i�e plans, SpBcIFICB.C�D�SY �nd contra�t �loau�rnents axd �hall fitlly indemnify and hald hsrmles� t�e �bl'tgee from alI c�sts a�d dama;es whic� Obligee rrLty auFfer b�+ reason of Princ�p��'s dcf�r.ulr, and xcimbur'se 3ad. repay Qbl��ee far $11 autlay and expesse that Oblig�a may iacur in making goad such defauI� tY�nn this abli��tion sh�l be void; athc:rwise, to retr�ain in full farc� and �f%;ct, PADVIDED, �O'W�VEA, that this bonc# is ex�cuta� pprs�.l,t�,t to Chapte� �253 vf ShE Taxas Gover[tssnant Code, as amended, snd al! liabilieies on this bond sh�ll be determ'sr.ed in aceordaace witk� the provisians af such s�xute, ko the ssraa sxtanY as if it yverr capied at iengt� %erein. �[+I Wi�'NE55 WH.�R;ED�, Che duly authorized re�resent�tives oF th� Prindpal and #�e 5ur�ty h�ve executed this insxrr�.iment. .� T1�� SiAiE O� TI��C.AS GOLiNTY OF TARRANT PAYMENT BOND § § � Bond No. AE949118Q KN��7V AL�, �3Y 'Z'I�iESE PRES�NTS: Th�t We� (1) AC'S !V,[ETRO SUILDER$.�LNC., as �rin�lp��! her�in, arld (2) . �if Cn��yrance Company I, , a corporation ar;anixed and eXI5Clitg uYldtr ttj� laws of the ,�tate o� (3) Connec�i cut . as susety, ara i�e��l az�d ��mly baund �nto the Ciry ofFort Wonh, a rriunicipal cotp��ratiari 1nc�ied in Tarrant a�d Darrto� Counties, ' Texas, Oblipee hereia, in zbe at�out�t af EiGHTY-�iGH'X' "X'�OtJSA,NI� SE�EN HLTNDR�� S�XTY�TWC? , AND ��I1.4U...._._..-•-,--.--_,,,.•--- �oilars ($8B.7�Z.501 for the �raymet�� whereoY. tha said Princip�l and SureCy bind , themseIvas and their heirs, eKecuEolrs, adCt�ir�istr�tars, successors a�r�. �5Sig1�s, jdintly and severally, fitRtxly by these � � � f� presenCs: �Eki.E,AS, the princ1pal hQs etl�ered inta a certain wlCitte�i cop#�'mct �rith the �hligee datec! the �t1'�H day of ¢IJCUST, �QOZ. which caY�tract is here6y re�erxad to and mado a p�rt hcraof �s if fitiky and to the ssrne extant as �' Go�ied at 1err,�Eh, for tha follorving proj ect: PLAYGRDUi�II] ilvipl�QVE1V�NT5 AT DAC,rr.+��,TT �,A ie�fiC NOW, TH���'�ORE, THE CONDITION O� THiS OBL: GATTON IS SLTC�i, tktat ff the shid Princ��al s���l ��itF�fully make payment to ec�h Qnd ev�ry claimant (a5 de�t�ecl izi Cht�pter �25�, TexaS Gavetxu7r[enk Code, �s �ended) stipplying lsbnr or materials � the prosea�ttidn oPthe work under ti►e contXavt, t[��n this Qbli�a�iort shatl be Voi,3; otherwis�, tb ramain ua full #'orc� �� e(�ert. �AOYFDED, HOWEVER, that this bo�,d is executcd pursLant to C}xapter 2253 of ths T�xas dov�rnrnant Codr, �s amsnded, and a�l 13a,bi�ltieS on this bond shall ba detetmined in a��ardance with thB �rovisians af said statute, ta the sarne txter�t es if it were �apied at iength herein. I 1 1 � ; � IN WITNE55 W�iEREQ�, rha duly authvri�ed represen�:atives af the Principa! and tk�e Suz'ety �.�ve executed this instarum�nt_ ' SIGNED snd SE,A,LED this 20T1iday a�' AUCUST, �OU�. � AIyT 5T' � ��� (Pci��cipal) S � retary {S�AL) �R1R� Wi �s s to Principal ATT�ST: .�._,, _ �x.�,(�r �ec�et�ry {S��L� A�'S �A�if�Q �UI1���k�S, 1AEC. I�I�I f�lCf PAL By: � �-� _ . i�arn�: � �Y�P�I ����_ ��y� � Title: � �� �`L�JL �� A�drass: �50� �P�Ii�3GaA�E ���ll�Gi�i�! , iX 7���� rt�l# �^SIR'anrw Pnm�naSty, ����� /q/ ■ ! 9�. 1�L�f'Lrs� a .r I Name� ��.�, F�ip� Ai�or�ey �� ��ct q����$�. �200 Research Forest Dr., 5te. 20fi The k+oadlands, TX 77387 ��"�T/�+�, �#C. o _D �1 - - � � -_ �. Witn��s �� ta S�fy � �'�lephon� Num�er, 972-331-3'717 i�OT�: (i) Cnrrect n�m� �f Prin�ipal (Contractor), (4) Correct nam� t�f Surety. (�) State af �naorpor�tion of �urety Telephoqe r��be�r of'sur�ty must 6e stated. In addizion, �.n ori4 n2�1 copy ofPawsr af Att�rTkey sha31 60 a�a�hed Eo $v�d by tk►e At�orn�yin-Fac�_ The date of bond shall nat be p�iat ta d�te af Cor�tract. �9�iiVT�Wd�1C� ��[d9_ TH� STATE UF T�XAS � § C�U�`fY U� �'ARRAN� � i�NOW A��. BY ib�5� PR�S�NiS. 8ond No. AE949'1180 Ti�at ,�1C'S 4����Q �U1Ll��l��. IN�,("Co�tractor'}, �� pr�h�ip�l, and ��nf in�►��a���r__�; a�4 ,� eor�aration cr���niged�u�d�r the laws �f the St�te ofi c�+�� �r; fr ,("'S�r�ty"), do hereby acfcr�awl��g� th�r�s�lves t❑ be held and bound ta p�yy unto tf�� City o� Fort Warth, � Muhlci��] C�r�arafion c}�artered b�l virtue af Gq�stitt�tion at�d l��ws �f tE�e Sta#� of Texas, ("City"} in iarrant C�unty, Texas, th� �um of �IGHi�f-�t�sb�' THC3U���N1� ��1�F�W aL�f��REB� St�CT1r-T1Gi�� �Fdp ��I904---,,,,...,,.»,,..,.,..,.. Dollars ����.7�2.�A , la►nt�ul rt�aney �f the Ursited States, fr�r payr-�eht �� which sum w�l( and truly be m�de ur�to said Gity and its successors, �aid Co�tractor ar�d Su �ety dd here6y 1�ind thems�f�es, theEr h�Ers, �x�cutars, admini�trators, a55ig[t� $nd 51dCCGSs��S, jolhtl±r and 5ev��afly. �F1iS O�H�3tlOfi 1S COftC�ItECr7C'�, how�vera th�t: WHER�AS, said Cantrac��r has this day ent�r�� in�o � wrt`tte� Contract with �he City o# Far# , War�h, dat�d th� ��'iH �f L�UCUST, �CI��, a capy a� which is hereto attached ar�d m��e a pa� ��r�4f, for fih� pergortt�arice of the follc�wir�g t�escr�bed puE�lic impi�ov�em�nts: , PLAYGR�l1N� IMPRQV�'M�NTS AT DAGG�IT PARI� ' t�� same �ei�g r���r�ed ka herein and in s�id car�trac�i as t�e Wark �r�� ��it�g designat�d as �r�j�ct number(s) CFt'T�-00���691��4�IG��6-�Q����93�i�� �r�� ��id car�tract, i�cluding �ll �f Xhe •• � �p�cific�tians, ca�diiions, ae�d�nc�a, change orders ard w�itten 1hst�'urr�ents re���7'ed ta therein as � I Gontract D�cuments being fncor�orat�� her�in and beinci made a pa�t herevf; and, � WI�EREqS, in said Confr�ct, Car�#ractor bin�is it:self to use s�ch mai�ri�ls �nd te sa �nns3ruct t�� ►�vork t�sat �# wil� remai� "tn �a�d rep�ir 2�nd candition ��or and durirtg a period o# ��eP th� dat� �f t�� final acoeptanc� of th� work by the City; and WM�R�AS, said Cor��r�etor �inds �tself to m�.int�En said wo�k in gaod r�pair and condition for said t�rm of orre (� ) vear; an� l; � Wl��R�AS, said Co�tractar binds itsel� to re��i� ar ��can�tru� the W4rk in whc�le or ir� part at any tirfle v,ri�I�in s�id �eriod, if it� th� +opie�io� af the Dir�etrsr of fhe City of �o� Worth Department of ��git�eering, it b� neeessary; an�9, WK�.R�.AS, ��id C��t�actor k�inds [ts�lf, upo� ��c�iving not9ce rsf the� ��ad theref�re ta repair or r��Qnstr�ct sai� Wgrk as herein �rovider�, Pl�W ii��R�FD�E, if said Contra�ctor �t��ll ke,�� �r�d perforrn its s�id agr��m�n# ta t�sfnt�in, repair or r�eansiruct said Wor� in �ccordance �uitH all fE�� terr�� a�d c��tditio�s of �aid Contra�ct, these presents ��all b� nuii and void, and ��ive I�a fo�C� or effeci. Othenrvise, t�is �and sh�ll be and remain in full f�rcE ��d rff�ct, �nd the City shali Ha�e �nd reco�er fram Co�tract�r at�� 5urety �amages in th� premis�s as prescribed by sai� Canfr�ct_ �'his a1�11gatlor� sl�ail b� � continuing ot�� ar�d suc�e�siv� r�CoveCieS I�ay be had h�revn for successi�e breaches until #he full amount �ere6f is exlzaus4�c�. iN WTTNESS WHEREQF, thia fnstrume�Yt is Cxecuted in (s r ounterparts, �Ac1t o�v�hich sha116e d.eetTred $n original, this 2oTi� day of Y�GU � P►,D. �0�2,. 1 ATi�ST: � {S � f� �) � Secret�ry � . A'I`f � 5T' (����: � �l . __ �C.t./li l`.3'1ri � ' �ec�atary ti A�'� I��T�� �UIl�C]FRS. I�1C. Ca�raGtor By: .� Name�: �1� i E�c ��i � ��v�� �L Ti#!e' �'�e a'L�. �'i.t Gulf lnsurance Campany . ... - - S�rety � �y:_ . id�iflE:; Cindy Fowl r Titye: at orne�-1�n ,�n-Fart _ I;, �2Q0 Research Fores� Dr., Ste. 200 _The__Wo�j,..ands_ T% 77�Rt Ac�dre;ss � � i ( r ' �� — ���i=��� ..�:— (_ ll` � _ . ►-�4RTFORD, C�WNE4 - POW�R OF e�TPOtur�; � � VlP THL4 lOrW�� Q�' A11��Y Aiiit litINT�D ON liLi]F� rA�:R yFTi'�I 't�AI. R'�. DUrL.ICA'i'�S 3HALI. H11V� �' - �ZC� A�ID IIrFL+(T AS 1►P143ZI(IINAL 4PRL.Y WHF.rf 18d[!I!-_ '1'iOAT'i'TT�'Cli� Q�itG]1VAL. N ALL MgN dY THESB P�8�7'S: T�t th� Qulf lysura� CceL � un dul� organized u�rder th� larovs of thr S�atc �f Cat�cticuG hav �fiiee in �e ¢ity of irvina, �tasns, pursuant to thB foliowi;►c --1- 1�e �'�naebeC & Facecw�ve Coinmittee ef Mte �u�rA nf Direc ., e the 18th �ay of A�gt�� 1!§3. 90 writ: _.__ 7I.1'�I3, thu ths Piesideatt, �mecutiva �tcs Ptesideat or ar= F t� Company sha�i heve auchetiiiy tn n�si�e, e�cscuute artd u , constltuting as Att�c�y-ia-Fa�, sueh pte�s, firms, ar c�-r------- -� �ctsd &om tir�t t� ti�; and any sach At�-ia-Pact � tae r�morrmd uhoritp �tad hita reweit�l h� the Pra�ieient. vr say Ezseutivc Vis� �r �ty 5Et•r�idoa 1Rex Preaident, or by the �oAcd af DiFector� or bK the d�xe¢atir- C. _;.--"__ -� rtr- �.�d of Dis�+ctaas. LYED, tfi !�II bo e�sa�ued As a grsnt y Bp � �nowled�a, delivu or cath- IE a] t. ' :iCltl�vC W�CU �CGS1�( f �h � � Vifa �,ay be sftz�d to any such Aue� ,.._�e�e :,.S�ein� ch���w try Eaesireile, aAd rr�y s►�ch sxa� ,md by fsc�irsulC sit�u�e r+e�d faenimite, smal stisl! be oindin� �P,,,. tE,_ �ompaay �n the flttura wlth r�s�et to tr►y bund e�� rel��isg to such bppda �a w�ich they are attaeh+ed. fVUM�ER A� Q 4� i�� l` PqlM��P'� - NA.,ME.;ADG ; AC's Fletro Suilders, Inc. 650T Springdale Arlington, TX 76016 — --� 4 August 20, 20U2 88,762.50 88,762.54 v �.. _ �VNNM ��am D. Saldwin, Rager Bales, Cindy Fowler, IV.�ichael B. Hill, Todd Jackson, David Mor�an NMti'N ���� ._ .__ � - �ret�. �, J- ana �i�i�,►a� �. . i� .� a«,�, :u� �,a� �►c� �- � . I � rirt-�act. i -t4�n nf tll; -------- � -- ---- - - � _.. .: � -- _ .-�'PNiF�Ri �E�F. �Lt _ '"_ _ - _ ���" "'- �L� �..s,v F,.,_ _ ..r • ' . 1 E� - ,��. . _. ; � ���� I � �� � , _-----� -- -_ �� . �� � `Y- Y�ityC 1 � �s lai �� af Odof�er, 3�O1 A.I]!., beture me csme Lawreaca P. Miai�e�, keswra tr �" " �eidet Iw U� C�Er +t Ba�sr, Sl�te �f lWew dr�►; tAqE ke is the 1�cap�evsrf �+ e,. �� ,rrE.:..i. . m. a tF . .i s, �,,,. .�r. r- a F . �S i�' .d • �ir I Gi��A'6 � 61t G ���- , � W V��' . ,�.. � �� � _ ")�" Y�W Y'aiE�C } - Q� � , �.- ..— , �� oF �w vo�c ) � rn�eel�, Saioivr Vlc�t �"r�ridert . i . �1`]�W� 0�+` A�'I'39DRlYEY ro+� ; � ._ ._ � ��� ll��� �ll�l S�I�I ll1�l Ill�l 111�1 ��l I1 I AE949i180 *1375150* , ....,. _'� ��, '. , �__ , I . � '_ _ �� � , „ G[rl,r iri��JRAPiCi� CO ' P��... P� . �....r�ruoe � n�.iln I+',�uwtlr� V'x� �t � t , w�e b�ia1[ g �na �ri� sw�r�'r, �i depace � �sy; ' pf t�e GaV �r�nas C�prr�, i�e ��prrstiM .. � a�ed t� t�e �aid hawweie�ts iA �ueh c�r- xrs,Rk�N h lllu �e8es . � Ai�FG AB HHGAZb l+�M�rry �'qMie, �te rf C1sw Y'drlt lNn. Q1M�lf014lt� c�.��a �r rt�� C�ir�irn �s�irr ln��rY ]Ai7 - -� E!�- .:r �� �.�. - �,-- �.� �-- : .,� , zot� n�g�s� oz i. �"��—e� % � .:.e�e 8i�anu CITY OF FORT WORTH, TEXAS CONTRACT STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: That thzs agxeement, made and entered into this the 20TH day �f AUGUST , A.D. 2002, by and between the CITY OF �ORT WORTH, a municipal corparation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted hy the qualiiied voters vvithin said City on the 11 th day of December, A.D. 192�F, under the authority of the Constitation of Texas, and in accoxdance wath a resolution duly passed at a regular me�ting of the City Council of said City, and the City of Fort Worth being hereafter termed Owner, and AC'S 1VIETRO BUILDERS, INC., hereinafter called Contractor. WITNESSETH: That said parties har+e agreed as follows: 1. That for and in consideratian of the payments and agreem�nts h�reinafter �nen�ioned ta be made and perFormed hy ihe Owner, and under the conditions expressed in the bond bearing e�en date herewith, the said Contracior hereby agrees with the said Owner to conc�mence and coffiplet� the consttuction of certain impravemants described as folIows: 2. That the work herein cantemplated shall consist of furnishing all labor, tools, �ppliances and materials necessary for the constrnction and campletion of said project in accordance �vith the Plans and Specifications heretofore prepared by the Parks anci Cornmunity Services Department of the City of Fort Worth and adopted by the City Cauncil of said City, as an independent contractor, and which plans and specifications are inco�rporatad herein by reference. The Contractor hereby agrees and binds himself to commence the construction of said wQrk within ten (10) days after being notified in vrriting to do so by the Department nf Engineering Director of the CiYy of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasoz�able diligence after the cammencement thereof and to fully camplete and finish the same ready for the inspection and approval of the Department of Engineering ➢irector pi the City oi Fort Worth and the City CounciI of the City of Fort Wprkh withim a period of 30 warlcin� da�s frvrn the time of commencing said work; that said Contractar shall be �niitled io an extension of said time far da�ng said wark fvr such time as he may necessarily Ivse oz' b� delayed by unavoidabie accidenYs caused hy unforeseen matters over which said Cantractar Y►as no control, such as inclemency in the weather, acts of Prpuidence, labor strikes a�d delit�ery af ma#erials, in a!1 of which cases the negligence or cateiessn�ss of the Contractor is not contributing to such delay. 5. Should the Contracior fail to begin the woric herein provided for within the time he�-ein fixed ar to carry on and complete the saane according to th� �rue tneaning of the intent and rerms of said specifications, then the City shall have the right to take charge of and complete the woric in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract priee or prices s�t forth in the said plans and specifications made a part hereof, the Contractor shall pay said City on demand in writing, setting forth and specifying, an itemized statement of fhe total cost thereof, said �xcess cost. + �-��'�II�� � �������''�;�il��'a�� � � ��;'.�� :�,;,.:i������� r --I;�r �5. :. �.�IY� � u TN WTT'NESS WHEAEOF, the City of Fort Worth has caused this insirument to be signed in #riplicate in 'rts name and on its behalf by the City Manager and attested by its SecreYary, with the corporate seal of tha City of Fart Vdnrth attached. The Cvntractar has executed this instrume�t th�-augh its duly authorized afficers in three counterparts with its corpqrate seaI attached. Done in Fort Worth, Texas, this the 2flTH dav of AUGUST. A.D. 20Q2 �r 1� � r.� � � ..i RECOMII�NDED BY: ��� DEPARTMENT OF ENGINEERING CITY O. / � AGER AC'S METR� BUILDERS, INC. corr�cTox ��' By:_ ^`� � �ir�- S � c� ��� TITLE 6547 ��R.�i�DAL� DRIVE ARi,I GT1) TX i6016 ADDRESS November 196� Revised November 1982 Revised May 1986 Revised Oetober 19$9 APPROV�D�..�'.•� - - - - ,+ � ��� � : �RKS AND COMMi7NITY SERVICES IIIRECTOR ATTEST: - i � - �, Ci`I'Y SECRETARY i � l��� � ��i����c� Authar3za��on 8����� Date SEAL .�PPROVED A O FO AND LEGALITY SSIS NT CI'I`1F�'I'TORNEY II4. i I i�� �`�, �' �[ ' � ik��t���'' `- k�1 ul?4b i ik a ��I��I� �. .`��.� li I,'7! . . r,� � � C'i�y of 1�'or� T�orthq T'exas M��or ��d Cour�cil C�mr�u�i��tio� ❑AT� REF�R�NCE NUMBER LOG NAME s�2a�a2 **��1 ��01 SUBJEC7 AWARD OF CONTRACT TO A�'� iM�TE�� IMPROVEMENTS AT DAGGETT PAR RECOMMENDATION: 8QAC PAG� 'I of 2 ��!!L�ER�, INC. �OR PLAYGROUND 1t is recommended that the City Cauncil authorize the Gity Manager ia ex�cute a contracf with AC's Metro Builders, 1nc, in the amour�t of $88,762.50 for the� construction of playground improvements at Daggett Park, including the Base Bid and Alfernate �los. 1 and 2. 7�Y�i��Y+y[�7►A The Fairmount Neighbflrhood AsSaciation is a Madel Blacks Award recipient. As part of the Madel Block $1.2 mil[ion award, $122,936.00 was allocated far parE� improvements. On January 22, 20D2, the Parks and Community Services Departmer�t siaff inet with members of the Fairmount Neighborhood Associatior� for input rsgarding playground impro�ements at Daggett Park. Upon receip# of t�e input, City staff proceeded with the design and preparation of construction documents. BID ADVERTISEMENT - This praj�c# was adu�ertised far bid on May 3Q and Ju�e 13, 2Q02. On June 27, 2QQ2, the fallawing bids were received: Bidd�r AC's Metro Builders, ln�. C. Greer� Scaping, L.P. M.A. Vins�n GonstructEon Campany, Inc. Century Services Company Innovative Services Linder Constructio�, Inc. Mark North Erosion System E� A. Wilsan, Inc. Base Bid � 87,319.50 $ 87,312.40 $ 97,39� .50 $101, 972.00 $1 � a,617.95 $114,640.00 $926,833.00 $160,583.00 Bid Alternate No. 1 $ 734.00 �a,Qao.oa $9 ,950.00 -0- $1,478.00 $1,410.�0 $1,56Q.00 ��,2aa.oa Bid Alternate No. 2 $ 709AQ �� ,000.00 $1,700.00 _fl.. $1,2�8.83 $ 650.D0 $1,02Q.00 $1,200.0� Tota! $ 88.762.50 $ 90,312.4� $10�,041.50 $101,972.a0 $113,314.78 $� 16,7�Q.OD $129,413.00 $162,983.00 The Base B�d wor�t consists of i�stallatian of a s�ecified piay structure, World Fii fiitn�ss area, safety surfacing/sub drain, concrete mow strip and concrete walk. The bid alternates are: � Alternate No. �(add three each, 3#�ot X 3 foot concrete flatwork with trash can); and � Alte�nate No. 2(add 5 fooi X 12 foot concrete slab with 6 foot par�C bench}. In additian to the contract cost, associated contingency funding #�r cor�struction inspectionl administratian and passib{e change ardars are $3,�07.00 (3.5%), and $4,438.�0 (5%), resp�ctively. It is recommended #hat the Base Bid in the amount of $87,319.5�, and Bid Alternate No�. 1 and 2 ir� the amou�t of $1,443.00, totaling $88,762.�Q, as submitted by AG's Metro Builders, Inc., be appro�ed fior award of cantracf. Contract time is thirty working days. � �'ity of �ort �V'orth, Texas ��yor �r�� Cour�cil Comm�ni���io� DATE REFERENCE NUMB�R LDG NAME PAGE s1201a2 **��� gZ�� SOAc 2 of 2 SUBJ�CT AWARD OF CONTRACT O ACS METRO BUILDERS, INC. FOR PLAYGROUND IMPROVEMENTS AT DAGGETT PARK � M/WBE - AC's Metro Builders, Inc. is in compliance with the Ci�y's MIWBE Ordinance by committing to 4�°/4 M/VIIBE participation. The City's goal on this project 9s 19%. The an�ual budget impact for playground maintenance on the General Fund heginning in FY2002-2003 will be $2,379.Q0. Construction is anticipated to commence in November 2002, and fo be completed in January 20�3. Daggett Park is located in COUNCIL D15TR[CT 9, and is a joint CEtylFort Worth Indep�ndenf Schoo! District school site. F15CAL INFORMATIONICERTIFlCATION: TF�e Finance Director certifies that funds are avaiEable in the current op�rating budget, as appropriated, of the Granfs �und. JP:n 5ubmitted fnr City Manager's Office by: Joe Paniagua Origingting Department Head: Richard Zavala Additianal Infor�nation Contact: 614(f 5704 I FUND I ACCOUNT I CENTER � AMOUNT � (to) � I � � {frorraj GR7fi 54'12�p 0802�6132750 $13,762.50 GR76 541 �Ob Q8Q20611294D $75,OQ0.00 G'I'I'Y SECRETARY APPROVED 08/20/02 � Mi1ce Ficke 5746 I