R-2021-103 - 4/22/2021 RESOLUTION NO. R-2021-103
WHEREAS, the City of Round Rock ("City") has duly sought proposals for the purchase and
installation of play equipment and the demolition and removal of existing equipment at Frontier Park
through the Community Development Block Grant Program; and
WHEREAS, Fun Abounds, Inc. has submitted the proposal determined to provide the best
value to the City considering the price and other evaluation factors included in the request for
proposals; and
WHEREAS, the City Council desires to enter into an agreement with Fun Abounds, Inc.,Now
Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase and Installation of Play Equipment at Frontier Park with Fun Abounds, Inc., a
copy of said Agreement being attached hereto as Exhibit"A"and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 22nd day of April, 2021.
CRAIG4nd
RGA ayor
City of R , Texas
ATTEST:
Im
AGAN SP KS,4Dety"City Cle
0112.20212;00469113
E X F,"I- T
CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE AND INSTALLATION OF PLAY EQUIPMENT
AT FRONTIER PARK
WITH
FUN ABOUNDS, INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for the purchase and installation of play equipment and the
demolition and removal of existing equipment at Frontier Park through the Community
Development Block Grant (CDBG) Program (referred to herein as the "Agreement"), is made
and entered into on this the day of the month of , 2021 by and
between the CITY OF ROUND ROCK, a Texas home-rule municipality, whose offices are
located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the
"City"), and FUN ABOUNDS, INC., whose offices are located at 114 Venice Street, Sugarland,
Texas 77478 (referred to herein as "Vendor").
RECITALS:
WHEREAS, City desires to purchase certain deliverables, installation and demolition
services for play equipment at Frontier Park through the CDBG Program; and
WHEREAS, City has issued a "Request for Proposal" for the provisions of said goods
and services; and
WHEREAS, City has determined that the Proposal submitted by Vendor provides the
best value for the City; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
00467993/ss2
-'ZOZI- (0,5
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified goods and services and Vendor is obligated to sell same. The
Agreement includes the Vendor's Proposal, attached as Exhibit "A," and incorporated herein by
reference and all additional exhibits described herein and attached hereto.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods mean the specified supplies, materials, commodities, or equipment.
F. Services mean work performed to meet a demand or effort by Vendor to comply
with promised delivery dates, specifications, and technical assistance specified.
2.01 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. This Agreement shall terminate upon the demolition of the existing play
equipment and the purchase and installation of all play equipment as described in Exhibit"A."
C. City reserves the right to review the relationship with Vendor at any time, and
may elect to terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS
The Contract Documents shall consist of. 1) this Agreement; 2) the Vendor's Proposal
("Exhibit"A'); and 3) any additional exhibits described herein and attached hereto.
4.01 SCOPE OF WORK
Vendor shall satisfactorily provide all goods and complete all services described in
Vendor's Proposal, Exhibit "A." This Agreement shall evidence the entire understanding and
2
agreement between the parties and shall supersede any prior proposals, correspondence or
discussions.
Vendor shall satisfactorily provide all deliverables and services described in Exhibit "A"
within the contract term specified. A change in the Scope of Services must be negotiated and
agreed to in all relevant details, and must be embodied in a valid written Supplemental
Agreement executed by both parties.
5.01 CONTRACT AMOUNT
In consideration for the deliverables and services related to the deliverables, the City
agrees to pay Vendor One Hundred Fifty-Two Thousand Five Hundred Twenty-Four and
No/100 Dollars ($152,524.00) for the goods and services set forth in Exhibit"A."
6.01 INVOICES
All invoices shall include, at a minimum,the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
3
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
12.01 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Katie Baker
Park Development Manager
301 W. Bagdad Avenue, Suite 250
Round Rock, Texas 78664
(512) 341-3355
kbaker(a,roundrocktexas.gov
4
Elizabeth Alvarado
CDBG Coordinator
221 East Main Street
Round Rock, Texas 78664
(512) 341-3328
ealvaradoAroundrocktexas.gov
13.01 INSURANCE
Vendor shall meet all City of Round Rock Insurance Requirements set forth at insurance
requirements as required by the City's Purchasing Department as set forth at:
hqp://www.roundrocktexas. og v/wp-content/uploads/2014/12/corr insurance 07.20112.pdf
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
B. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
16.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
5
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause,upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
18.01 COMPLIANCE WITH FEDERAL REQUIREMENTS
The project described herein is being assisted by the United States of America. Vendor
acknowledges and agrees that this is a federally assisted project, and as such, Vendor shall
comply with all requirements set forth in Exhibit `B," incorporated herein by reference for all
purposes. Said requirements include, but are not limited to, Federal Labor Standards Provisions
(HUD4010) and David-Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards,bureaus and agencies.
B. Vendor acknowledges and understands that City has adopted a Storm Water
Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14-
152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal
6
Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas
Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination
System (TPDES). The Vendor agrees to perform all operations on City-owned facilities in
compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into
the MS4. The Vendor agrees to comply with of the City's stormwater control measures, good
housekeeping practices and any facility specific stormwater management operating procedures
specific to a certain City facility. In addition, the Vendor agrees to comply with any applicable
TCEQ Total Maximum Daily Load(TMDL)Requirements and/or I-Plan requirements.
C. In accordance with Chapter 2270,Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) and will not
boycott Israel during the term of the contract. The signatory executing this Agreement on behalf
of Vendor verifies that Vendor does not boycott Israel and will not boycott Israel during the term
of this Agreement.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Fun Abounds, Inc.
114 Venice Street
Sugarland, Texas 77478
Notice to City:
City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock, TX 78664
7
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing,duly authorized by action of the City Manager or City Council.
24.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time i f the essence and
g ees e s o a
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
8
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
00467993/ss2
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas Fun Abounds,;Inc.
BY BY /'`qc:Cam _ U-' �
Printed Na e: (d Printed Name: �--U Lk Q-,(denn
Title: Title: �Pesi
Date Signed: -4 22 ,2 Date Signed: 3/ 31 t 2a2-(
Attest:
By: S
, ity erk-
For City,A p oved as to
By: N For� J
Stephan L Sheets, City Attorney
00467993/ss2
1
Exhibit "A"
creating PtaYground memories filled with fun
A Presentation for...
R�U N D ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
Frontier Park
RFP 21-010
Contact: Mike Giehl
Exhibit "A"
b;kPd*S
Playground ':.'.{v_d whh
i
Executive Summary
fun abounds is pleased to present our proposal for the City of Round Rock's Frontier
Park Project. Within our presentation you will find information about our company on
the About Us page in Tab 1 as well as organization structure and personnel in Tab 4, 6
and 7. We have included two different playground designs that both have capacity for
over 130 patrons and over 31 events that are sure to excel in meeting your desire to
accommodate the developmental and recreational needs of children of all abilities.
These can be found in Tab 2 and 3. In addition, you will find information that
demonstrates our knowledge of the scope of work (Tab 8) and our proposel(Tab 9) as
well as prior experience (Tab 5) indicating our strong ability to provide the City with a
project that they will be proud of and the patrons will enjoy for many years to come.
We would love to take this time to call out Our Generations Warranty. It's the longest
and strongest in the industry. 100 year warranty on posts and second to none 15 year
NON PRORATED warranty on plastics!! We also provide a 5 year warranty on moving
parts. Our full warranty can be found in your proposal.
We look forward to the opportunity of "creating playground memories filled with fun"
for the City of Round Rock.
Thank you again.
Take are,
Leigh Wa den, CPSI
114 Venice, Sugar Land, TX. 77478 512-636-8260 Fax 281-265-0043 mike@fabplaygrounds.com
Exhibit "A"
- Tb 1 �D i neSS Ircvn i Z c)f ic)q
(CD"ocl
C Uo 1 s���P �- n` -�Ilc, ���
Rbraw-
Ly
qb(� ���nnQ.( ■
.ZkA- lqmof 4 -r
Tabs -� �t-�ach���--�;ddencl.�r� ■
� T
■
■
-- _ - --- - _ -Al
i
■
Exhibit "A"
A - Tab 1
Business Organization
Exhibit "A"
About •
Your local Burke Representative
fun abounds, inc, established in 2007 (as a TX corp, 114 Venice, Sugar
Land, TX 77478) to serve the park and recreation needs of Southeast,
Central, Coastal Bend and Rio Grande Valley, is passionate about bringing
a higher level of play to the communities we serve. We proudly represent
some of the industry's top manufacturers that are known for quality and
innovation, including BCI Burke Playgrounds, Berliner, USA Shade, ID • ;-
Sculptures, and MyTCoat Site Amenities. For site planning, general
contracting and installation, we've partnered with the area's best crew
led by Tom Driscoll at Premier Outdoor Installation. Tom and his team
match the passion that we have for play and together we focus on
customer satisfaction.
fun abounds is here every step of the way to make certain that your may-
playspace is everything you dreamed. From site analysis to design and -
installation to maintenance, Mike Giehl is located in the Austin, TX area sM
and will assist on your project.We are passionate about play and look
forward to "creating playground memories filled with fun" for your 4
community.
S� ;,playground rnefnorie5 filled with fun"
F
h
= I
www.fabplaygrounds.com 855.226.8637
Exhibit "A"
6 - Tab 2
Playground Design Concept
Click links below for 3D Virtual Tours
125-135762-1—Option 1
125-135768-1—Option 2
Exhibit "A"
DESIGN SUMMARY
fun abounds is very pleased to present this proposal for consideration for the Frontier Park-Option 1 located in
Round Rock. BCI Burke Company,LLC has been providing recreational playground equipment for over 90 years
and has developed the right mix of world-class capabilities to meet the initial and continuing needs of City of
Round Rock.We believe our proposal will meet or exceed your project's requirements and will deliver the greatest
value to you.
The following is a summary of some of the key elements of our proposal:
• Project Name: Frontier Park-Option 1
• Project Number: 125-135762-1
• User Capacity: 130
• Age Groups: Ages 2-5 years,5-12 years
• Dimensions: 64'8"x 107'0"
• Designer Name: Tyler Hess
fun abounds has developed a custom playground configuration based on the requirements as they have been
presented for the Frontier Park-Option 1 playground project. Our custom design will provide a safe and affordable
playground environment that is aesthetically pleasing,full of fun for all users and uniquely satisfies your specific
requirements. In addition,proposal# 125-135762-1 has been designed with a focus on safety,and is fully
compliant with ASTM F 1487 and CPSC playground safety standards.
We invite you to review this proposal for the Frontier Park-Option 1 playground project and to contact us with
any questions that you may have.
Thank you in advance for giving us the opportunity to make this project a success.
BOB"VE.COM BurKe 800.266.1250
INFORMATION
CA MINIMUM FALL ZONE
O Cn M SURFACED WITH
M X RESILIENT MATERIAL
V Al AREA
�
Z W 107' - 2817 SOFT.
N. PERIMETER
�i ---- - - - - -
- --- - r- - -- /. - 403 FT.
cD
SCALE IN_ sFEET
STRUCTURE SIZE
CD
--64'8"x 107'9'—
�j STRUCTURE IS DESIGNED
Z / FOR CHILDREN AGES:
6-23 MONTH OLDS
3 C - X 2-5 YEAR OLDS
a X 5-12 YEAR OLDS
— 13+YEAR OLDS
CD
w — -- -
to
5-12 only
TT � GlptpMb
N T Z-.r!DnIY .i509C01 '.-
7 C 0" 3
CL
o i
O
n 0
2' CE IED
\ J
8 X "O m p
00 J b w/y .eAKAOR
The play components identified
' I in this plan are IPEMA
certified The use and layout of
these components Conform to the
-_
2 requirements d ASTM F1487.
vel s+�v ipCms ofication,
� 9
O
CD The space requirements shown
here are to ASTM standards Requirements for other standards
co N may be different.
N
o i The use and layout of play
components identified in this plan
conform to the CPSC guidelines.
U.S CPSC recommends the
C— playground
of age groups in
ty
playground layouts.
7
�i ADA ACCESSIBILITY GUIDELINE (ADAAG CONFORMANCE)
3 � AUABFR OF PI AV' WARNINGI
VENTS: D' -
W
01 NUMBER OF ELEVATED PLAY EVENTS 14� � ACCESSIBLE SAFETY SURFACING MATERIAL IS REQUIRED BENEATH
t NUMBER OF ELEVATED PLAY EVENTS ACCESSIBLE BY RAMP: PROVOED.0 FWD,0
AND AROUND THIS EQUIPMENT.
NC N WWER OF ELEVATED PLAY EVENTS ACCESSIBLE BY TRAFER SYSTEROVKXD".9
NS N�t -"7 N NUMBER OF ELEVATED MAY EVENTS ACCESSIBLE BY RAW OR rRANSrER SYSTEM: RECD a FOR SUDE FALL ZONE SURFACING AREA SEE CPSCs Handbook for
NNUMBER OF GROUND L FVEL PLAN EVENTS: PROVIDFT 19 REOD a Public Playground Safety.
NUMBER OF TYPES OF GR(XA10 LEVEL RAY EVENTS oROWDED 8 READ 3 \ PLATFORM HEIGHTS ARE IN INCHES ABOVE RESILIENT MATERIAL. -
•••• • • • • • Bur
i
4 PLAY' o HAT MOVES YOU
B
.r
4�
• 1250
REDWOOD
.r,•'w i.ri~ -�f- TAN
c-..u •r�gx^ ouvE
SLIDING k Et TAN/GREEN
Kids love to slide but a's not just
funl Sliding provides a vaiery of
deelopmertal benefits,including \ -
balance,coordination,cooperation .
and propnocepton. � -
r
fi
s �• s� r
J'
COGNITIVE
So marry life skills are learned fli
I -
through play)Skills such as _
cognatve planning,mastering ievv
concepts,problem soMng and
expression are developed nat.,raly
through play everns like climb ng
and sliding. -T ....
CLIMBING s
Climbing brings adianureand IMAGINATIVE PLAT
PLAT VARIETY SWINGING
challenge to the playground while
providing necessary developmental • ImaImagination is animportant Pat
benefits such as balance,agtlny, of child development Oftal This design offers the perfect solutro 7hx joy o`swinging k
t
upper ad lower bob,strength and in play,children learn important fore great playspeCe and ensures that childhood staple and kids
decision-making skills,When children life skills that transcend me the necessary and age-appropnate play LOVE iN Best of all,rt has
climb,they develop co+fiderce `• e. pla+growd.Skills such as components ate included.With vinous so many tlaedo nental +.
and take age appropriate asks that • understanding,empathy and slides,play panels,and climbers,kids benefits,including n—
help build skills that wil I help them working toward a common wil be able to enhance p"cal Frtrtes ea development,spatia'
thvough+oa their lives a• goal are all practiced in and cmatrvmty while having fun peter ng erK$and sensory
• imagrtative play. ntegrat"
PROPOSAL #: 125-135762-1 FRONTIER PDXY. - OPTION 1
NJ =am
r.
�r
I
3 ,>i
7 {
•
Burke
PLAY THAT MOVES YOU.
sueuarc.COM•$00264.1250
P•DSTEP CLIMBE
SHASTA CLIMBER
COBRA SLIDE •rURVED
BELT SEAT TRAIGHT OVERHEA EVOLUTION CLIMBER
`Yk :TOT SEAT
{ TRANG• CLIMBER '
•
- APEX ELLIPSE CLIMBER
`A 3-IN-A'-ROW PANEL
COLLISION RING PANEL
CLIMBER,
2
CO ..,A L D"
BR S I E
FUSION Iffri CPIRAL
DYNAMIC DISC � � - _ ** CONT•UR SLIDE
R •
fk VERTO CLIMBERS
I . «
a>,
TREE BRANCH CLIMBER
PLA EM L E C° UE D +M EN IR• RU S S B Q
MANIT•U CLIMBE
LOGE SLIDE
ETAL STEP CLIMBER TOP: GEAR PANEL
BOTT•M: CAR ACCESSI LE REACH PANEL ��WV" dS
Exhibit "A"
DESIGN SUMMARY____
fun abounds is very pleased to present this proposal for consideration for the Frontier Park-Option 2 located in
Round Rock. BCI Burke Company,LLC has been providing recreational playground equipment for over 90 years
and has developed the right mix of world-class capabilities to meet the initial and continuing needs of City of
Round Rock. We believe our proposal will meet or exceed your project's requirements and will deliver the greatest
value to you.
The following is a summary of some of the key elements of our proposal:
• Project Name: Frontier Park-Option 2
• Project Number: 125-135768-1
• User Capacity: 133
• Age Groups: Ages 2-5 years, 5-12 years
• Dimensions: 59'9"x 107'6"
• Designer Name: Tyler Hess
fun abounds has developed a custom playground configuration based on the requirements as they have been
presented for the Frontier Park-Option 2 playground project.Our custom design will provide a safe and affordable
playground environment that is aesthetically pleasing,full of fun for all users and uniquely satisfies your specific
requirements. In addition,proposal# 125-135768-1 has been designed with a focus on safety,and is fully
compliant with ASTM F1487 and CPSC playground safety standards.
We invite you to review this proposal for the Frontier Park-Option 2 playground project and to contact us with
any questions that you may have.
Thank you in advance for giving us the opportunity to make this project a success.
9C18URK6.COM B��I"� 800.2GG.1250
INFORMATION
MINIMUM FALL ZONE
;0 � m SURFACED WITH
m 29 RESILIENT MATERIAL
0 M AREA
ca Z W 2951 SO FT.
y. PERIMETER
�i
394 FT.
2 CD
6 SCALE S FEET ,u ` STRUCTURE SIZE
y % , I ` \ 59 9"x 107'S' -
�j STRUCTURE IS DESIGNED
c -- 1 FOR CHILDREN AGES:
` 6-23 MONTH OLDS
D
N �( 2-5 YEAR OLDS
d X 5-12 YEAR OLDS
:3 I l� 13+YEAR OLDS
rn00
--
a��
Cc
tD 1 bl
T 0 ;
� � I
C.
O Qp O= l� �'r i �'S.
(D � 2-5 Gnly\ \
a i I
P ED o -
0
8 x ; o5 T. 0 C e„'� �,
I
CD
The play components identified
in this plan are IPEMA certified The use and layout of
- these components STIMconform to the
requirements of ASTM F1487.
To verily w duct www.ipeffm.org
visit__ 10T-5 1/7' - -
CD The space requirements shown
here are to ASTM standards
Requirements for other standards
N may be different.
N
o The use and layout of play
components identified in this plan
conform to the CPSC guidelines.
U.S.CPSC recommends the
separation of age groups in
playground layouts.
_
J�i ADA ACCESSIBILITY GUIDELINE (ADAAG CONFORMANCE)
` NUMSFR OF PLAY MVFNTS: 36 WARNING!
W7 "UMBER OF ELEVATED PLAY EVENTS a ACCFSSIRLF SAFFTY SURFACING MATERIAL IS REQUIRED BENEATH
CT
ch E - NUMER OF ELEVATED PLAY EVENTS ACCESSIBLE eY RMAP. PROViDEJ.0 REOD.a AND AROUND THIS EQUIPMENT.
C N NUMBER OF ELEVATED PLAY EVENTSAOCESSIBLE BY TRANSFER SYSTEM 'RWOE},11
= O NUMBER OF ELEVATED'LAY EVENTS ACCESSF3L.E BY RAM'OR TRANSFER SYSTEM: Rl 7 FOR SUDE FALL ZONE SURFACING AREA SEE CPSCs Handbook for
NNUMBER OF GROU NTS:NDLEVELPLAYEVE PROVt7ED:7l REOD.5 Public PlaygroundSafHy.
NIIIABER OF HYPES OF GROUND LEVEL PIA"EVENTS PROVIDED 7 REM 3 PLATFORM HEIGHTS ARE IN INCHES ABOVE RESILIENT MATERIAL.
.,., . 0 •
Burke
Y PLAY THAT MOVES YOU
xnauRec.coat•eoo.zce.tzeo
" ' + owRconk.
i
,
r
TAN
ouvE
oRPM f
SLIDING
&ds love to slide but it's not just ,-
ftml Siding provides a variety of
a ,-
devebpmental benefits,mcludrg
balance,coordination,cooperation
r!
and Mpnoception.
COGNITIVE
So marry life skills are learned
through playl Skills such
cognaMePlanning,ma-ing'ew • - - e°-;; � n -
concepts,problem solving and
expression are developed rat.n1ty
through play events like climb n9 "'" =.-'.ar,=•" - -,..a.
and siding. .
' d3
CLIMBING
<limbirg brings adeermireand IMAGINATIVE PLAT Kw SWINGING
challenge tothe playgroundwhtle PLAY VARIETY
provnding necessary developmental Imagination*art important part
benefits such as balance,agility, _ of child developrnertt Often This design offers the perky solution the joy o`swirgmg is a -
upper and louver body strength and in play,children Mart important for a great plarspace and ensures that childhood staple and kids
decision-making skills!When children life skills that transcend the the necessary and age-appropriate play LOW iH&st of all,a has
climb,they develop confidence playground.Skills such as cornporwnts are included.With various so many developmental _
and take age apprc(xate asks that unders:andirg,empathy and slides,play panels,and climbers,kids benefits,including inner
help akebui a e apills that will help them working toward a common will be able to enhance physical fiatess \ ear develbpnl,spatial
Hvoughart rthei lives. .'r r- goal are all practiced in �! and Creativitywhile having kin playing
awareness and sensory
imaginative play. ^tgr
Y. -
PROPOSAL #: 125-135768-1 FRONTIER P V-4 - OPTION 2
an
-� la Oki
tN
_, ► 1, �,��
'���`w;y''y. � •. fly�►�9 � �1 I a ,.
+ 1 ' v
BurKe
PLAY THAT MOVES YOU.
SCISURCf.Com•600.266.1250
DOUBLE LEAF EAT
3-IN-A-ROW RING ANEL
V LO�L SLI E
BELT SEAT NATURE PLAY STUM S JUNGLE VINE
AND R•CKS -LIMBER
F', 7 DOTSEAT �i TAKTIK'S BOLT
CLIMBER
Y
.� � � TREE BRANCH CLIMBER
j low
r ..0 .
ROCKIT'
n `y.
�� � •VIPE S SLIDE
TRANGO CLIMBER
` - � "`" SL'iSPENSI•N R•PE LINK
TREE BRANCH CLIMBER F',.4 ';,� PO $TEP CLIMBER
Y "t
ROCK*i7 OF SET ANE
JUNGLE VINE CLIMBER
ROCK'N ROLL SLIDE
LOGE SLIDE ���_�•n�
Exhibit "A"
C - Tab 3
Playground Equipment and Installation
- Playground equipment would take approx. 4-5 weeks to
manufacture from the time order is placed. Transit of
equipment would take 3-5 days depending on final design and
size of the shipment.
- Our plan for this project would be to remove and install the
playground in approx. 14 days, weather permitting.
o This would include the surfacing work.
- Obstacles we would anticipate include (would incur add'I cost):
o Drilling through rock
o Non-disclosed utility lines
■ We will call in a public dig test but a Private Locate
Service might be something the city considers
- We will not require any payment until the project is completed.
- By signing this RFP, we agree to all rules and regulations of
Federal, State and local authorities that pertain to this project.
- Warranty is provided — Highlights:
o Plastics covered for 15 years with UV-16 (UV-20 coming
Spring 2021)
■ HDPE Panels are covered for 15 years
o Moving Parts covered for 5 years
Exhibit "A"
MOVESPLAY T14AT •
Frontier Park-Option 1
City of Round Rock
January 06,2021
Cheryl Kaufman
City of Round Rock
221 E Main St
Round Rock,TX 78664
Dear Cheryl Kaufman:
fun abounds is delighted to provide City of Round Rock with this playground equipment proposal.
This design was developed with your specific needs in mind,and we look forward to discussing this project further
with you to ensure your complete satisfaction. fun abounds is confident that this proposal will satisfy City of
Round Rock's functional,environmental,and safety requirements-and most importantly,bring joy and excitement
to the children and families directly benefiting from your new playground.
You have our personal commitment to support this project and your organization in every manner possible.We
look forward to continuing to develop a long-standing relationship with City of Round Rock. We appreciate your
consideration and value this opportunity to earn your business.
Sincerely,
Mike Giehl
fun abounds
114 Venice Street
Sugar Land,TX 77478
BCIBURKE.COM Burke 800.266.1250
Exhibit "A"
PLAY T14AT MOVES YOU,.)
At Burke,movement is our mantra.It drives our purpose and ignites our passion to bring the best in playground design and the most
innovative,developmentally rich play,outdoor fitness and recreation products.Our research and testing push us to create new and unique
ways to challenge children,families,schools,communities,teams and individuals to move,to grow and to play.Play fosters opportunities for
connection between generations and with our peers,provides growth and togetherness and moves us in so many ways.Join Our Movement®
and experience the many ways play can move you.
PLAY FOR 14EALT14
Movement is life and is one of the most important aspects in overall health and wellness for people of all ages and abilities.Burke has
playground and fitness offerings that engage everyone in all stages of life to move.Our Nucleus®and Intensity®playgrounds feature a fusion
of play that helps children engage in active play throughout the day for enhanced growth and developmental opportunities.ELEVATE®Fitness
Course brings obstacle course fitness to a whole new level and is poised to engage children 5-12,teenagers and adults.ACTIVATE®Fitness
Circuit and INVIGORATET^^Dynamic Fitness are a great way to add events to a fitness trail or create a space for outdoor exercise.Our variety of
fitness equipment will meet you where you are in your fitness journey and challenge you to be more.
PLAY FOR YOUR MIND
Playful experiences are learning experiences and children at play are developing a wide-variety of skills that range from problem solving
and cognitive planning to memory and self-regulation.Each and every time a child plays they are contributing positively to their cognitive
development and setting themselves up for future success.
PLAY FOR CONNECTION
Play provides us with common experiences,shared laughter and true connection.It brings communities together and helps us return to
the simplicity of basic human connection and kindness.Parks and recreation spaces are critical because they lay the groundwork for the
intergenerational engagement,interaction and development we all seek.Products such as Novo®Playful Furniture,with interesting pieces that
can be used in a variety of ways,foster those opportunities by creating a space where everyone can interact and play together in their own
way.The Konnection®Swing revolutionizes connection by promoting face-to-face connections and playing together.Every person of every
age and ability brings their own unique experiences that enhance the collective and moves us all through play.
PLAY FOR MOTION
Motion play creates a childhood experience like no other by creating movement for children of all abilities and providing developmental
benefits,including increased spatial awareness,inner ear stimulation and balance.Motion can be a source of calm for children with sensory
processing differences while providing delight and excitement for children of all ages.
PLAY FOR DEVELOPMENT
Play is the work of childhood and helps children express themselves,monitor their emotions and develop a sense of identity that fuels their
self-esteem and shapes their world view.Creating environments that foster this growth is at the heart of what we do at Burke and helps to
teach resiliency and perseverance,all skills that transcend the playground and help children to develop into successful and healthy adults.
BCIBURICE.COM Burke 800.266.1250
Exhibit "A"
W0124 T14AT MOVES US
Our mission is simple—to bring Play That Moves You®to communities around the world.This mission drives us each and every day to innovate
the best in play,playgrounds,recreation and outdoor fitness equipment that help everyone find the best of themselves through play.We are
passionate about our legacy of customer service and craftsmanship while looking to the future and always striving to be better.
At Burke,play inspires us to create a community of people that are invested in growth,aren't afraid to commit to positive change and seek to
enrich and enhance the lives of the people in communities where we serve and live.Researching,innovating and creating products that help
communities and people grow and thrive is the core of our purpose.In our own community,we partner with organizations such as the YMCA
and Boys and Girls Club of Fond du Lac and we support,on a larger scale,organizations,municipalities,schools,churches and associations to
Join Our Movement®and help let play lead the way for change.This is work that moves us and we hope the results move you.
14ANDCRAFTED IN AMERICA'S HEARTLAND
Walk through our Fond du Lac,WI manufacturing facility and you will see playgrounds coming to life through the hands of our people.In the
age of assembly lines,we work to combine efficiency with a personal touch that makes every playground special.Bringing quality playgrounds
to communities like yours is Work That Moves Us,and we hope the playgrounds we make move you too.
SUPERIOR SERVICE
Customer Service is a hallmark of Burke and we take pride in the fact that when you call,we answer.We have factory-direct customer service
representatives that are available to answer questions,help with replacement parts or field inquiries about installations.
YOUR BURKE REPRESENTATIVE
We as Burke Representatives are passionate about bringing play to your community and helping you design your perfect play environment!We
are knowledgeable and experienced about the entire playground process from site evaluation to design to maintenance and will work with
you beyond installation to make sure your playground is,and remains,all you dreamed!
,.a y
4.
a
BCIBURKE.COM Burke 800.266.1250
Exhibit "A"
SUQ4E'S HISTORY
lid
J, 4'A _.
100 YEARS OF PLAY
We are celebrating 100 years and to us that means making the very best and most innovative /BurKe
playground,fitness and recreation equipment in our history.We're guided by our legacy of innovation,
customer service and creativity while continuing to challenge ourselves through research,analysis and ZO
continuous improvement.But being better means more-it means investing in the communities we live
and work and continuing our story by giving back with acts of kindness and supporting organizations
that help kids and families.Our goal is simple-to harness the power of play to make the world a
happier,kinder,more playful place.Join Our Movement and share in the story by giving back in your rEA RS OF Q
community,posting a picture and using#play40.We're excited to share in this year together.
1
BCIBURKE.COM gurKe 800.2rr..1290
Exhibit "A"
BU24E BUILT QUALITY
Discover the value of investing in a Burke Playground:
KOREKONNECT® DIRECT-BOLT CLAMP SYSTEM:
Nucleus®and Voltage®feature our Industry-leading KoreKonnect direct-bolt clamp system resulting in the
strongest and most accurate connection system ever.Factory located connection points make for easy,
precise installation and an error-free fit.Best of all,KoreKonnect is covered for 100 years under our
non-prorated Generations Warranty®.
DIRECT-BOLT CONNECTION SYSTEM:
Intensity®,ELEVATE®Fitness Course,ACTIVATE®Fitness Circuit,Synergy®and Little Buddies®feature Burke's
trusted direct-bolt connection that uses a durable,straightforward direct-bolt system to ensure a trouble-
free installation and provide the necessary strength to accommodate the demands of playing children.Like
our KoreKonnect system,Direct-Bolt connections are covered for 100 years under our Generations Warranty.
EZKONNECT® DECK MOUNTING SYSTEM:
Our exclusive self-leveling deck attachment and factory CNC construction allows for faster and more
precise location of decks during installation.The 2-bolt per corner deck attachment increases overall
structure strength and stability.
PLATFORMS:
Burke's oversized non-slip platforms are constructed of heavy-duty punched steel that can support more
than 2 tons.Our vinyl coating is California compliant,free of lead and other hazardous heavy metals.
TAMPER-RESISTANT STAINLESS STEEL HARDWARE:
All hardware is covered for 100 years under our Generations Warranty.
PREMIUM POWDER COATINGS%
Our industry-leading powder coatings and finishes prevent fading,last longer and deter rust.We also
offer a"coastal package"powder coat system.This special powder coat system for metal components
and upright posts will provide additional corrosion and chemical protection along with added longevity
to the color and gloss retention of the powder coated parts.Contact your Burke Representative for more
information on colors,price and warranty.
COMPOUND PLASTICS WITH UV-16:
You'll get long wear and bright,vibrant colors that hold up for years thanks to our thick,durable
rotomolded plastics with UV-16 protection.This is why we can cover them for 15 years under our
non-prorated Generations Warranty.
CLIMBING CABLES:
Our climbing cables are flexible enough to provide movement,yet strong enough to last.Our ropes are
made from 6 polyester cords with steel reinforcement wrapped around a synthetic fiber core.Each cord
contains 8 galvanized steel strands tightly covered with polyester multi-fibers.Our RopeVenture®cables
consist of 6 strands,each containing 24 stainless steel reinforcing strands within a nylon sleeve,wrapped
around a solid nylon core.
ALUMINUM CONNECTORS:
Swivel connectors at the end of our ropes allow assembly at any angle with no unwanted twists in the net.
The aluminum fittings used to secure the joints are swaged in place to prevent any movement between the
rope and fittings that could cause wear.
BCIBURKE.COM BurKe 800.266.1250
Exhibit "A"
FREE RESOURCES
NPPS SAFETY KIT
Burke truly gives you the most value for your money As part of our Total Cost of Ownership Package,we offer value-added resources FREE with
every playground structure purchase.The National Program for Playground Safety(NPPS) Playground Supervision Safety Kit helps supervisors
and educators be prepared on the playground.Learn more at bciburke.com/safety.
CUSTOM MAINTENANCE KIT
To help maintain a safe,functioning playground we include a custom maintenance schedule,touch-up paint,graffiti remover and carrying case
FREE with every playground structure purchase.
PLANNING & FUNDING TOOLS
We provide you with FREE tools to plan your playground from fundraising and design to installing a community build playground.At Burke,
we understand the dedication and hard work it takes to raise the funds for playground equipment.That's why we created Funds for Fun,a
direct donation fundraising program to help your organization raise the funds it needs for your new playground.We've also partnered with The
School Funding Center to provide up-to-date grant information along with expert grant writing services.Learn more at bciburke.com/funding.
r•
a
'► -- f
�J
FREE WITH EVERY BURKE FREE FUNDRAISING TOOLS!
PLAY STRUCTURE PURCHASE
BCIBURKE.COM 13urKe S00.2GG-1250
Exhibit "A"
FEATURED PLAY EVENTS
COBRA SLIDE® CURVED Nucleus® Evolution® Arch Climber
Excitement can't be contained when it comes to COBRA Climbing up ropes to view the world from a different
SLIDES! They are twisting,turning,in and out of light angle.Inspiring new panoramas,creating new vistas.
and SO MUCH FUN! Fun aside,sliding has a variety of You're protected but it looks open and new.A
developmental benefits ranging from core strength and perspective like nothing you've ever experienced before.
balance to taking turns and imagination.
COLLISION RING PANEL
Interact with Burke's Collision Panel to encourage
exploration,interaction and develop fine-motor skills for
children with all abilities.
BCI8URKE.00M gurKe 800.266.1250
Exhibit "A"
FEATUIZED PLAY EVENTS
EVOLUTION HEX ROOF Arch Swings
Intricate climbers.Fast slides.The Next Evolution in Play Swings help children develop coordination and balance
is here. The Nucleus Evolution collection will move while providing an engaging sensory experience.
children to experience adventure,develop narratives and
create experiences like no one has seen on the playground
before.
P1ayEnsemble Cirque Drums
As a universal experience that inspires everyone to
create,music brings a sense of wonder to the play
environment. Musical experiences aren't just play;they
accelerate child development intellectually,socially and
emotionally.
BCIBURKE.COM Burke 800.2rr. 1250
ITEM COMP. DESCRIPTK)N
0 C) ch 1 270-0001 OFFSET ENCLOSURE
TO m 2 270-OD50 8"CLOSURE PLATE
C K 3 270-0112 UNITARY ENCLOSURE
4 270-0129 TRIANGLE PLATFORM Z O m
z 5 270-0132 HALF HEXAGON PLATFORM
rfl 6 270-0286 NUCLEUS STANCHION
07 co
Z Cep 7 270.0300 ABSTRACT PLATFORM LADDER
C> 8 370-0016 GRAB BAR ASSEMBLY
9 370-W29 DYNAMIC DISCS 2-5
((DD 10 370-0472 40"TRANSITION STAIR WIHANDI
= Z (D 11 370-0842 APEX HOLE CLIMBER 2-5
(D 12 3704)854 VERTO CLIMBER 1
N
m 13 370-0867 TREE BRANCH CLIMBER-3
�j 14 370-1591 PODSTEP CLIMBER 48-56"
co Z 15 370-16W OVISTEP LAUNCH PAD
On 16 370-1612 APEX ELLIPSE CLIMBER
0 17 370-1843 MANITOU CLIMBER 32"
0 C
A 181 370-1649 EVOLUTION DECK TO ROOF C
3 `+ 19 370-1 ON SHASTA CUMBER POST TO PO
Bi (JI 20 370-1671 PETAL STEP CLIMBER 4("-48"
7 21 370.1675 STRAIGHT OVERHEAD,NUCLEU
(D a 22 470.0075 HILLSIDE SLIDE ENTRANCE PLA
n cQ ' - 23 470-0117 COBRA SLIDE CURVED 144"
e 24 470-0755 LUGE SLIDE 48'-58"
25 470-0792 COBRA SLIDE FUSION SPIRAL 1
27 47O-0O08 EVOLUTION OOF BOTTOM EDC
28 470-0811 EVOLUTION ROOF END PLATE
1l " 29 470-0613 EVOLUTION HEX ROOF
T
0
0 30 550-0102 TOT SEAT T&9 PAIR PVC CH
C j C) 31 550-0114 BELT SEAT 9 PAIR,PVC CHAIN
C O- � (1) 32 5%0135 5"OD ARCH SWING
ZJ TI 33 550.0136 5"OD ARCH SWING ADD-ON
01 N 341 560MM PLAYENSEMBLE CIRQUE DRUM
7r �. 7 35 560-0056 PLAYENSEMBLE CIRQUE DRUM
ID 36 5W-W67 PLAYENSEMBLE CIRQUE DRUM
' x Q 37 500-OD58 PLAYENSEMBLE CIRQUE DRUM
38 500-OD59 PLAYENSEMBLE CIRQUE DRUM
Co 4) p' , , 39 500-2603 FS TRANGO CUMBER5 TO 12
pp — :3 _ 40 570-0100 EVOLUTION BARRIER
— 41 570-1544 EVOLUTION SHORT CURVED T
j Z 42 570-1557 EVOLUTION TALL CURVED TOP
i e a 43 570-15M EVOLUTION TALL CURVED TOP
io , a 44 570.1858 31N-A-ROW PANEL,ABOVE PLA
45 570.1854 GEAR PANEL
m e o 46 570-2868 CAR ACCESSIBLE REACH PANE
x 47 570.2714 EVOLUTION 2.S OPENING BARR
48 580-1364 LIL NOVO BEAN STEP
49 590-0106 COLLISION RING PANEL
�p 50 670-0423 POST FOOTER EXTENSION 5"
51 670-0425 5"OD STUBBY POST CAP
m
N_
L
7
� C
_ 7 aZo
C, a) G
U1 a -N
v O N C
a N
U
it
Exhibit "A"
X-X
44610H xey4
I lejan0
i
L
IT
m
L
l0
wpp
U
fzl,
m
_ L
m
w
M
E
f0
r
N
7
E
C
rn
w
C
�U
f0
-- O
_ a
m
L
fy61aH IleJ
Qur wnwlxew January 06, 2021
SERIES: Basics, Intensity, Nucleus, Synergy Frontier Park-Option 1 fun abounds
ELEVATION PLAN 1804 Frontier Trail 125-135762-1
DRAWN BY: Tyler Hess Round Rock, TX 78681
BCI Burke Company,LLC PO Box 549 Fond du Lac, Wisconsin 54936-0549 Telephone 920-921-9220
Exhibit "A"
a
S
Burge, January 06, 2021
SERIES: Basics, Intensity, Nucleus, Synergy Frontier Park-Option 1 fun abounds
ISOMETRIC PLAN 1804 Frontier Trail 125-135762 1
DRAWN BY: Tyler Hess Round Rock, TX 78681
BCI Burke Company,LLC PO Box 549 Fond du Lac, Wisconsin 54936-0549 Telephone 920-921-9220
Exhibit "A"
Proposal # 125-135762-1
Burice., January 06, 2021
2021 Pricing
Proposal Prepared for: Project Location: Proposal Prepared by:
Cheryl Kaufman Frontier Park-Option 1 fun abounds
City of Round Rock 1804 Frontier Trail 114 Venice Street
221 E Main St Round Rock, TX 78681 Sugar Land, TX 77478
Round Rock, TX 78664 Phone: 281-793-8002
Phone: (512) 218-5417 Fax: 281-265-0043
Mike Giehl
Phone: 512-636-8260
Fax: 281-265-0043
mike@fabplaygrounds.com
Component No. Description Qty User Cap Ext. User Cap Weight Ext.Weight
Burke Basics
550-0102 TOT SEAT, 7' & 8' PAIR, PVC ... 1 2 2 27 27
550-0114 BELT SEAT, 8' PAIR, PVC CHAIN 1 2 2 26 26
550-0135 5"OD ARCH SWING 1 0 0 366 366
550-0136 5" OD ARCH SWING ADD-ON 1 0 0 223 223
560-2603 FS TRANGO CLIMBER, 5 TO 12 1 5 5 32 32
Intensity
370-0016 GRAB BAR ASSEMBLY 2 0 0 6 12
370-0029 DYNAMIC DISCS 2-5 1 6 6 121 121
370-0842 APEX HOLE CLIMBER 2-5 1 2 2 55 55
370-0867 TREE BRANCH CLIMBER-3 1 2 2 24 24
370-1608 OVISTEP LAUNCH PAD 3 1 3 10 30
370-1612 APEX ELLIPSE CLIMBER 1 8 8 184 184
Nucleus
072-0500-104C 5" OD X 104"CAPPED POST 2 0 0 55 110
072-0500-108C 5" OD X 108"CAPPED POST 3 0 0 57 171
072-0500-132C 5" OD X 132" CAPPED POST 3 0 0 69 207
072-0500-160C 5" OD X 160" CAPPED POST 2 0 0 84 168
072-0500-184C 5" OD X 184" CAPPED POST 4 0 0 96 384
072-0500-196C 5" OD X 196" CAPPED POST 2 0 0 103 206
072-0502-172S 5" OD X 172" SWAGED POST 7 0 0 90 630
072-0504-10B 5"OD X 10"STUBBY POST 1 0 0 6 6
072-5503-104T 5" OD X 104"TOP ALUMINUM CAP... 2 0 0 20 40
072-5503-92T 5" OD X 92"TOP ALUMINUM CAPP... 4 0 0 18 72
270-0001 OFFSET ENCLOSURE 1 0 0 30 30
270-0050 8" CLOSURE PLATE 7 0 0 10 70
270-0112 UNITARY ENCLOSURE 1 0 0 34 34
270-0129 TRIANGLE PLATFORM 9 2 18 48 432
270-0132 HALF HEXAGON PLATFORM 3 6 18 144 432
270-0286 NUCLEUS STANCHION 1 0 0 37 37
270-0300 ABSTRACT PLATFORM LADDER 16" 2 1 2 17 34
370-0472 40"TRANSITION STAIR W/HANDRA... 1 4 4 229 229
370-0854 VERTO CLIMBER 1 1 1 1 35 35
370-1591 PODSTEP CLIMBER 48-56" 1 8 8 90 90
370-1643 MANITOU CLIMBER 32" 1 4 4 87 87
370-1649 EVOLUTION, DECK TO ROOF CLIMB... 1 7 7 472 472
Exhibit "A"
Proposal # 125-135762-1
Burke., January 06, 2021
2021 Pricing
370-1669 SHASTA CLIMBER, POST TO POST 2 2 4 16 32
370-1671 PETAL STEP CLIMBER 40"-48" 1 3 3 48 48
370-1675 STRAIGHT OVERHEAD, NUCLEUS 1 0 0 100,000 100,000
470-0075 HILLSIDE SLIDE ENTRANCE PLATF... 2 1 2 52 104
470-0117 COBRA SLIDE CURVED 144" 1 3 3 463 463
470-0755 LUGE SLIDE, 48"-56" 1 4 4 198 198
470-0792 COBRA SLIDE FUSION SPIRAL 144" 1 2 2 443 443
470-0803 CONTOUR SLIDE, 64"-72" 1 4 4 232 232
470-0808 EVOLUTION ROOF BOTTOM EDGE 3 0 0 13 39
470-0811 EVOLUTION ROOF END PLATE 1 0 0 12 12
470-0813 EVOLUTION HEX ROOF 2 0 0 211 422
560-0055 PLAYENSEMBLE CIRQUE DRUM V 1 2 2 48 48
560-0056 PLAYENSEMBLE CIRQUE DRUM IV 1 1 1 32 32
560-0057 PLAYENSEMBLE CIRQUE DRUM III 1 1 1 25 25
560-0058 PLAYENSEMBLE CIRQUE DRUM II 1 1 1 19 19
560-0059 PLAYENSEMBLE CIRQUE DRUM 1 1 1 1 17 17
570-0100 EVOLUTION BARRIER 1 0 0 70 70
570-1544 EVOLUTION SHORT CURVED TOP BA... 1 0 0 50 50
570-1557 EVOLUTION TALL CURVED TOP BAR... 1 0 0 114 114
570-1558 EVOLUTION TALL CURVED TOP BAR... 2 0 0 114 228
570-1858 3-IN-A-ROW PANEL,ABOVE PLATF... 1 2 2 45 45
570-1864 GEAR PANEL 1 4 4 50 50
570-2668 CAR ACCESSIBLE REACH PANEL 1 2 2 23 23
570-2714 EVOLUTION 2.5' OPENING BARRIER 1 0 0 70 70
600-0104 NPPS SUPERVISION SAFETY KIT 1 0 0 3 3
660-0103 MAINTENANCE KIT, STRUCTURE 1 0 0 7 7
660-0104 INSTALLATION KIT, STRUCTURE 1 0 0 5 5
670-0423 POST, FOOTER EXTENSION 5" OD ... 7 0 0 11 77
670-0425 5" OD STUBBY POST CAP 1 0 0 1 1
Synergy
580-1364 LIL NOVO BEAN STEP 1 1 1 28 28
590-0106 COLLISION RING PANEL 1 1 1 48 48
Total User Capacity: 130
Total Weight: 108,029 lbs.
Total Price: $110,168
Information is relative to the Jan 6 2021 4:35AM database.
Special Notes:
Prices do not include freight, unloading, material storage, site excavation/preparation, removal of existing equipment,
removal of excess soil from footing holes, site security, safety surfacing, installation, or sales tax (if applicable). Prices
are based on standard colors per CURRENT YEAR BCI Burke Catalog. Custom colors, where available, would be an
extra charge. Pricing is valid for 45 days from the date of this proposal.
Exhibit "A"
SURICE GENERATIONS WARRANTY@
The Longest and Strongest warranty in the industry
BCI Burke Company,LLC("Burke')warrants that all standard products are warranted to be free from defects in materials and workmanship,under normal use and service,
for a period of one(1)year from the date of shipment.
We stand behind our products. In addition, the following products are warranted,
under normal use and service from the date of shipment as follows:
• One Hundred(100)Year Limited Warranty on aluminum and steel upright posts(including Intensity®,Synergy-,Nucleus®,Voltage®,Little Buddies®,ELEVATE®,ACT VATE®,
INVIGORATETM)against structural failure due to corrosion,deterioration or workmanship.
• One Hundred(100)Year Limited Warranty on KoreKonnect®clamps against structural failure due to corrosion,deterioration or workmanship.
• One Hundred(100)Year Limited Warranty on Hardware(nuts,bolts,washers)
• One Hundred(100)Year Limited Warranty on bolt-through fastening and clamp systems(SynergyTM,Intensity®,Nucleus®,Voltage®,Little Buddies®,ELEVATE®).
• Twenty-Five(25)Year Limited Warranty on spring assemblies and aluminum cast animals.
• Fifteen(15)Year Limited Warranty on structure platforms and decks,metal roofs,table tops,bench tops,railings and barriers against structural failure due to materials or
workmanship.
• Fifteen(15)Year Limited Warranty on all plastic components including StoneBorders against structural failure due to materials or workmanship.
• Ten(10)Year Limited Warranty on ShadePlay Canopies fabric,threads,and cables against degradation,cracking or material breakdown resulting from ultra-violet exposure,natural
deterioration or manufacturing defects.This warranty is limited to the design loads as stated in the specifications.
• Ten(10)Year Limited Warranty on NaturePlay®Boulders and GFRC products against structural failure due to natural deterioration or workmanship.Natural wear,which may occur with
any concrete product with age,is excluded from this warranty
• Ten(10)Year Limited Warranty on Full Color Custom Signage against manufacturing defects that cause delamination or degradation of the sign.Full Color Custom Signs also carry a
two(2)year warranty against premature fading of the print and graphics on the signs.
• Five(5)Year Limited Warranty on Intensity®and RopeVenture®cables and LEVEL X®flex bridge against premature wear due to natural deterioration or manufacturing defects.
Determination of premature wear will be at the manufacturers discretion.
• Five(5)Year Limited Warranty on moving parts,including swing components,against structural failure due to materials or workmanship.
• Five(5)Year Limited Warranty on PlayEnsemble®cables and mallets against defects in materials and workmanship.
• Three(3)Year Limited Warranty on electronic panel speakers,sound chips and circuit boards against electronic failure caused by manufacturing defects.
The warranty stated above is valid only if the equipment is erected in conformity with the layout plan and/or installation instructions fumished by BCI Burke Company,LLC using
approved parts;have been maintained and inspected in accordance with BCI Burke Company,LLC instructions.Burke's liability and your exclusive remedy hereunder will be limited
to repair or replacement of those parts found in Burke's reasonable judgment to be defective.Any claim made within the above stated warranty periods must be made promptly after
discovery of the defect.A part is covered only for the original warranty period of the applicable part.Replacement parts carry the applicable warranty from the date of shipment of the
replacement from Burke.After the expiration of the warranty period,you must pay for all parts,transportation and service charges.
Burke reserves the right to accept or reject any claim in whole or in part.Burke will not accept the return of any product without its prior written approval.Burke will assume
transportation charges for shipment of the returned product if it is returned in strict compliance with Burke's written instructions
THE FOREGOING WARRANTIES ARE EXCLUSIVE AND IN LIEU OF ANY OTHER WARRANTY,EXPRESS OR IMPLIED,INCLUDING BUT NOT LIMITED
TO ANY IMPLIED WARRANTY OR MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE.IF THE FOREGOING DISCLAIMER OF ADDITIONAL WARRANTIES IS NOT GIVEN
FULL FORCE AND EFFECT,ANY RESULTING ADDITIONAL WARRANTY SHALL BE LIMITED IN DURATION TO THE EXPRESS WARRANTIES AND BE OTHERWISE SUBJECT TO AND
LIMITED BY THE TERMS OF BURKE'S PRODUCT WARRANTY.SOME STATES DO NOT ALLOW THE EXCLUSION OF CERTAIN IMPLIED WARRANTIES,SO THE ABOVE LIMITATION
MAY NOT APPLY TO YOU.
Warranty Exclusions:The above stated warranties do not cover:"cosmetic"defects,such as scratches,dents,marring,or fading;damage due to incorrect Installation,vandalism,
misuse,accident,wear and tear from normal use,exposure to extreme weather;immersion in salt or chlorine water,unauthorized repair or modification,abnormal use,lack of
maintenance,or other cause not within Burke's control;and
Limitation of Remedies:Burke is not liable for consequential or incidental damages,including but not limited to labor costs or lost profits resulting from the use of or inability to use
the products or from the products being incorporated in or becoming a component of any other product.If,after a reasonable number of repeated efforts,Burke is unable to repair
or replace a defective or nonconforming product,Burke shall have the option to accept return of the product,or part thereof,if such does not substantially impair its value,and return
the purchase price as the buyer's entire and exclusive remedy.Without limiting the generality of the foregoing,Burke will not be responsible for labor costs involved in the removal of
products or the installation of replacement products.Some states do not allow the exclusion of incidental damages,so the above exclusion may not apply to you.
The environment near a saltwater coast can be extremely corrosive.Some corrosion and/or deterioration is considered"normal wear"in this environment.Product installed within
500 yards of a saltwater shoreline will only be covered for half the period of the standard product warranty,up to a maximum of five years,for defects caused by corrosion.Products
installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion.
Contact your local Burke Representative for warranty information regarding Burke TuO and Burke Tile products.
Terms of Sale
Pricing:Prices published in this catalog are in USD,are approximate and do not include shipping&handling,surfacing,installation nor applicable taxes.All prices are subject to
change without notice.Contact your Burke representative for current pricing.Payments are to be made in USD.
Weights:Weights are approximate and may vary with actual orders.
Installation:All equipment is shipped unassembled.For a list of factory-certified installers in your area,please contact your Burke representative.
Specifications:Product specifications in this catalog were correct at the time of publication.However,product improvements are ongoing at Burke,and we reserve the right to
change or discontinue specifications without notice.
Loss or Damage in Transit:A signed bill of lading is our receipt from a carrier that our shipment to you was complete and in good condition upon arrival.Before you sign,please
check the Bill of Lading carefully when the shipment arrives to make sure nothing is missing and there are no damages.Once the shipment leaves our plant,we are no longer
responsible for any damage,loss or shortage.
For more information regarding the warranty,call Customer Service at 920-921-9220 or 1-800-356-2070. 01/2020
BCIBURKE.COM BurKe 800.26G.1290
Exhibit "A"
Proposal # 125-135762-1
Burke. January 13, 2021
Burice.
SPECIFICATIONS FOR BCI BURKE PLAY STRUCTURES
SECTION I1 68 00
Play Field Equipment and Structures
These specifications were current at the time of publication but are subject to change at any time
without notice. Please confirm the accuracy of these specifications with the manufacturer and/or
distributor prior to installation.
PART 1 GENERAL
1.01 Section Includes
A. Installation of a playground structure model [125-135762-1] as shown on the plans and herein
specified.
1.02 Related Sections
A. 31 10 00— Site Preparation.
B. 31 00 00- Earthwork.
C. 32 18 00—Athletic and Recreational Surfacing.
1.03 Quality Assurance
A. Installer Qualifications-An experienced installer familiar with local building codes and with the latest
safety guidelines, who has completed installation of playground structures similar in material, design, and
extent to that indicated for this project, and whose work has resulted in construction with a record of
successful in-service performance.
B. Acceptable Manufacturers - Provide play structure/components as manufactured by BCI Burke
Company, LLC, P.O. Box 549, 600 Van Dyne Road, Fond du Lac, Wisconsin 54936-0549, Tel: (920) 921-
9220, Fax: (920) 921-9566,Toll Free: 1-800-266-1250, www.bciburke.com.
C. Product Options- Drawing indicates size, components and dimensional requirements of playground
structure and is based on the specific system indicated.
1.04 Submittals
A. Product Data: Include physical characteristics such as materials, dimensions and finish.
B. Shop Drawings: Show assembly and installation details.
C. Samples for Verification: Color selections for [upright posts], [steel accessories], [freestanding panels
& signs], [swings], [Kid KoastersTM], [plastic components], [other].
Exhibit "A"
Proposal # 125-135762-1
Burke. January 13, 2021
D. Warranty: Include manufacturer's standard warranty.
1.05 References
A. ASTM F 1487 Standard Consumer Safety Performance Specification for Playground Equipment for
Public use CAN/CSA-Z614 Children's Playspaces and Equipment.
B. ASTM F 1292 Standard Specification for Impact Attenuation of Surface Systems Under and Around
Playground Equipment.
C. U.S. Consumer Products Safety Commission Handbook for Public Playground Safety.
D. Americans with Disabilities Act(ADA)Accessibility Guidelines for Buildings and Facilities; Play
Areas, amended November 20, 2000.
1.06 Delivery, Storage and Handling
A. Inspect all components on delivery to ensure that no damage occurred during shipping or handling.
Materials shall be stored in original undamaged packaging in such a manner to ensure proper ventilation
and drainage, and to protect against damage, weather, vandalism, and theft until ready for installation.
Inspect components prior to installation.
PART 2 MATERIALS
2.01 General product material specifications
A. Clamps
1. KoreKonnect TM clamp castings [Nucleus, Voltage] shall be cast aluminum heat-treated alloy
A356-T6 with a tensile strength of at least 34,000 psi,yield strength of at least 24,000 psi, shear
of 20,700 psi, and elongation of 3.50%minimum. Each casting shall clamp to the post with two ,
connection bolts. Clamp casting shall encapsulate the component attached to support surge loads,
preventing surge loads being supported by only the hardware. Clamp shall be finished with a
baked on powder coating.
2. Clamp Castings [Little Buddies] shall be cast aluminum heat-treated alloy A356-T6 with a tensile
strength of at least 34,000 psi,yield strength of at least 24,000 psi, shear of 20,700 psi, and
elongation of 3.50%minimum. Each casting shall clamp to the post with one connection bolt.
Clamp shall be finished with a baked on powder coating.
B. Platforms
1. Hillside Fusion Slide Entrance Platform: Platform mount shall be one piece all welded
construction consisting of 2.375" 12ga and 1.315" 14ga formed galvanized tubing, 7ga stainless
steel and 8ga galvanized steel plates, finished with a baked-on powder coating.3/4" co-extruded
HDPE platform, stainless steel assembly hardware.
Exhibit "A"
Proposal # 125-135762-1
Burke. January 13, 2021
2. Platforms [Nucleus,Voltage, Little Buddies] One piece all welded construction consisting of 12
GA HRPO steel shell and gussets, PVC coated after fabrication. Platforms shall connect to posts
with EZKonnect(patent pending) self-leveling fastening system, with two attachment points per
corner, one of those being an open ended slot for easy assembly. Platform fasteners shall attach to
threaded inserts which are CNC precision factory installed into the posts.
3. Recycled Platforms [Nucleus] One piece all welded construction consisting of 12 GA HRPO steel
shell and gussets, PVC coated after fabrication. Platforms shall connect to posts with EZKonnect
(patent pending) self-leveling fastening system,with two attachment points per corner, one of
those being an open ended slot for easy assembly. Platform fasteners shall attach to threaded
inserts which are CNC precision factory installed into the posts. Boards are a one piece solid, non-
hollow foamed recycled HDPE(ReHDPE)
4. 90 Degree Platform [Nucleus, Voltage] One piece all welded construction consisting of 12 GA
HRPO steel shell and gussets, PVC coated after fabrication. Platforms shall connect to posts with
EZKonnect(patent pending) self-leveling fastening system, with two attachment points per
corner, one of those being an open ended slot for easy assembly. Platform fasteners shall attach to
threaded inserts which are CNC precision factory installed into the posts. Barriers shall be one
piece all welded construction consisting of 1.315" OD x 12 GA & 1.029" OD x 14 GA galvanized
steel tubing, and 10 GA galvanized steel plate. Finished with a baked on powder coating.
C. Fasteners
1. Button head cap screws and socket head cap screws shall be 302HQ corrosion resistant,
passivated, stainless steel,tamper resistant, and pre-treated with a locking/sealing adhesive.
2. Other stainless steel hardware shall be 302HQ corrosion resistant stainless steel.
3. Non stainless steel hardware shall be zinc plated grade 5 steel.
4. Threaded Post Nut Inserts [Nucleus, Voltage, Little Buddies] shall be a corrosion resistant
threaded insert crimped into post. Inserts shall be precision CNC located and factory installed for
all attachment points.
D. Rotationally Molded Plastic Parts, shall be manufactured from color compounded, linear, low-density
polyethylene with an average of.250" wall thickness and textured non-sliding surfaces. Plastic parts shall
be UV stabilized to UV-16 and shall have a density of 0.935 per ASTM D-1505. Plastic parts shall have a
tensile strength at yield no less than 2500 psi with flexural modulus of 87,200 psi.
E. HDPE plastic panel parts shall be precision cut from a single solid sheet of either .50"or .75"thick
UV-stabilized extruded high-density polyethylene with colors molded in, with a durable matte finish. The
material will have a density of 59.6 lbs/cu.ft. and a tensile strength of 4000psi. All edges shall be rounded
or chamfered for safe play.
Exhibit "A"
Proposal # 125-135762-1
Burke. January 13, 2021
F. Posts, steel [Nucleus, Voltage, Little Buddies] shall be cold-formed steel tubing with a yield test of at
least 50,000 psi and a tensile strength of at least 55,000 psi. Tube members shall comply with ASTM A-
135 and ASTM A-500 Grade B minimum and shall be tested according to ASTM E-8.
1. Tubing Exteriors shall be triple coated for maximum exterior protection: galvanized,then coated
with a chromate conversion coating and finished with a baked-on powder-coat.
2. Tubing interiors shall be coated with a corrosion resistant zinc-rich coating.
3. Tubing and cap finished with a baked on powder coating.
4. Standard posts shall be an assembly consisting of the galvanized steel tubing with a cast
aluminum cap factory installed in the post with 1/8"x 15/32"stainless steel pinned aluminum
drive rivets.
5. Posts [Nucleus, Intensity] shall be 5"OD x 11 GA galvanized steel tubing.
6. Posts [Little Buddies] shall be 2 3/8" OD x 12 GA galvanized steel tubing.
7. Posts [Voltage] Post shall be 3 1/2" OD x 11 GA galvanized steel tubing.
G. Posts, aluminum [Nucleus, Voltage, Intensity] shall be extruded aluminum tubing with a yield test of at
least 35,000 psi and a tensile strength of at least 38,000 psi. Tube members shall comply with and shall be
tested according to ASTM B-221. Standard posts shall be an assembly consisting of the extruded aluminum
tubing with a cast aluminum cap factory installed in the post with 1/8"x 15/32" stainless steel pinned
aluminum drive rivets.
1. Posts [Nucleus, Intensity] shall be 5"OD x 1/8"wall thickness aluminum tubing.
2. Posts [Voltage] Post shall be 3 1/2" OD x 1/8"wall thickness aluminum tubing.
2.02 Descriptions of Coatings
A. PVC Coating (Poly-Vinyl Chloride): Prior to coating, each part shall be chemically washed, submerged
in a heat-activated primer and dried. After drying, each part shall be pre-heated to a temperature no less
than 350' F and immersed in liquid PVC. Play/usage surfaces shall have coating thickness of.085-.150 in.
Park and site surfaces (i.e. benches,picnic tables) shall have coating thickness of.050-.080 in. PVC shall
comply with California Assembly Bill#1108 by having a concentration that does not exceed 0.1% of the
following phthalates; DINP, DIDP, DnOP, DEHP, or BBP. This formulation is also free of heavy metals
such as Lead and Cadmium. The PVC shall have:
1. Tensile strength of no less than 1830 psi per ASTM 412.
2. Elongation of no less than 350%per ASTM 412.
3. Tear strength of no less than 250 lb./in. per ASTM 624.
4. Hardness of 75 +/- 3 (Durometer, Shore A)per ASTM 2240.
Exhibit ''A''
Proposal # 125-135762-1
Bwke January 13, 2021
5. UV stabilizer shall be added to PVC to withstand one year in a QUV panel tester without any
significant color drift.
6. Burn Rate will meet or exceed Federal Safety Standard MVSS 302. This is the same as a UL 94
HB rating.
B. Powder Coating—Standard and Super Durable colors: All metal parts will be coated with a two-part
powder coat system that consists of a primer and a top coat. Powder coating is electrostatically applied at a
thickness of 3 to 6 mils (.003 - .006). Prior to powder coating, all parts shall be cleaned and pretreated with
a 5 stage non-phosphate and non-chromic process. The primer is cured before applying the top coat which
is a polyester/TGIC powder coating with superior color-,gloss-, and UV-16 additive. Note: Top coat may
be Standard or Super Durable powder coating depending on specific color availability. Finish quality
conforms to ASTM Specifications and will have the following properties:
1. Adhesion: No less than 5B [The edges of the cuts are completely smooth; none of the squares of
the lattice is detached.] (cross hatch/tape adhesion test per ASTM D3359 Method B).
2. Hardness: No less than 2H(pencil hardness test per ASTM B3363).
3. Resistance to Impact: Cracking at the perimeter of the concave area,but no cracking pick off from
80 in/lb direct or reverse impact(ASTM D2794).
4. Resistance to Bending: No visible cracking(1/8"bending test per ASTM 522).
5. Degree of Gloss: No less than 80% reflected(specular gloss test at 60'per ASTM D523).
6. Resistance to Salt Spray(Standard colors): No more than 1/8"undercutting and no blistering in
1000 hours (salt spray test per ASTM B 117)
7. Resistance to Humidity(Standard colors): No more than 1/8"undercutting and no blistering in
1000 hours (humidity test per ASTM D2247)
Further properties for specific Super Durable colors:
8. Resistance to Acid Salt Spray(Super Durable colors): No more than 1/32"undercutting and no
blistering in 3000 hours(salt spray test per ASTM G85 Annex 5).
9. Resistance to Humidity(Super Durable colors): No more than 1/32"undercutting and no
blistering in 3000 hours(humidity test per ASTM D2247)
10. Weathering(Super Durable colors): No less than 4(tested per EN 20105-A02)
11. Light fastness (Super Durable colors): No less than Grade 7 (tested per EC ISO 105-1302)
C. Corrosion protection: All metal parts will either have inherent corrosion protection such as stainless
steel, aluminum or galvanized steel, or they will be pre-treated prior to powder coating with either an a-coat
or zinc clear chromate coating for superior corrosion protection.
2.03 Barriers& Enclosures
Exhibit "A"
Proposal # 125-135762-1
Burice. January 13, 2021
A. Center Mount Enclosure [Nucleus, Voltage] One piece all welded construction consisting of 3 1/2"OD
X 11 GA, 1.315" OD X 12 GA & 1.029"x 14 GA galvanized steel tubing and 10 GA galvanized sheet.
Finished with a baked on powder coating.
B. Clubhouse Enclosures [Nucleus]
1. Clubhouse Full Board Panel and Clubhouse Half Board Panel consists of 3/4" recycled HDPE
with wood grain texture, 1.315"OD x 14 GA galvanized steel tubing and zinc plated steel nut
inserts. Finished with a baked on powder coating, and castings made of A356-T6 aluminum,heat-
treated. Finished with baked on powder coating. The hardware package contains stainless steel
button head cap screws, nuts, and washers; and aluminum rivets with 302 stainless steel pin.
2. Clubhouse Upper Board Panel consists of 3/4"recycled HDPE with wood grain texture,bracket
that is one piece all welded construction consisting of 10 GA galvanized sheet steel and a formed
3/16" stainless steel plate, finished with baked on powder coating. The hardware package contains
stainless steel button head cap screws, washers and barrel nuts.
C. Enclosures [Little Buddies] 3/4" co-extruded H.D.P.E.
D. Enclosures and Stanchions [Nucleus,Voltage] One piece all welded construction consisting of 1.315"
OD x 14 GA, 1.315" OD x 12 GA, and 1.029" OD x 14 GA galvanized steel tubing, and HDPE threaded
inserts. Finished with a baked-on powder coating.
E. Enclosure, Offset [Nucleus, Voltage] One piece all welded construction consisting of 1.315" OD x 14
GA and 1.029" OD x 14 GA galvanized steel tubing, 10 GA galvanized sheet and HDPE threaded inserts.
Finished with a baked-on powder coating.
F. Evolution Barriers [Nucleus] Shall consist of a weldment that is one piece all welded construction
consisting of 1.315"OD X 12 GA galvanized steel tubing, 1.315"OD X 14 GA galvanized steel tubing,
13/16"OD X 15 GA galvanized steel tubing, and 8 GA and 10 GA galvanized steel plating,which is
finished with a baked on powder coating. The barriers shall have panel that are made of either 3/4"extruded
HDPE or 3/4"co-extruded HDPE. There shall be castings that are A356-T6 aluminum, heat-treated, which
are finished with a baked on powder coating. All hardware shall be stainless steel nuts, screws, and washer.
G. Internal Barrier [Voltage] Shall consist of four separate parts each being all welded construction
consisting of 1.660"OD x 12 GA and 1.315"OD x 14 GA galvanized steel tube and 10 GA galvanized
steel plate finished with a baked on powder coating.
H. Pipe Walls,Nature Play Pipe Wall [Nucleus, Voltage, Little Buddies] One piece, all welded
construction consisting of 1.315" OD x 14 GA and 1.029" OD x 14 GA galvanized steel tubing, and 1 1/2"
x 1/2" x 10 GA formed galvanized steel plate. Finished with a baked-on powder coating.
1. Pipe Wall [Little Buddies] One piece all welded construction consisting of 1.315" OD x 14 GA wall
and 1.029" OD x 14 GA wall galvanized tubing, 1 1/2" x 1/2" x 1/8" HR steel channel and zinc coated
grade 32510 malleable iron mounting lugs. Finished with a baked on powder coating.
I Slotted Barrier[Nucleus, Voltage, Little Buddies] 3/4" co-extruded H.D.P.E.
Exhibit "A''
Proposal # 125-135762-1
i January 13, 2021
Bur1w.
K. Stanchion [Little Buddies] One piece all welded construction consisting of 1.315" OD x 14 GA, 1.315"
OD x 12 GA, and 1.029" OD x 14 GA galvanized steel tubing, and zinc coated grade 32510 malleable iron
mounting lugs. Finished with a baked on powder coating.
2.04 Brackets
A. Panel Brackets [Voltage] for accessible reach panels,upper board panels and battlement panels shall be
one piece all welded construction consisting of 7 GA stainless steel formed plate and 10 GA galvanized
sheet steel finished with a baked on powder coating.
B. Mounting Brackets [Voltage] Bracket shall be one piece all welded construction consisting of 3/16"
stainless steel plate and 1.029"OD x 14 GA or 1.315"OD x 12 GA galvanized steel tubing. Finished with
a baked on powder coating.
C. Mounting Tubes [Little Buddies] Tube shall be one piece all welded construction consisting of 1.315"
OD x 14 GA galvanized steel tubing and a stainless steel threaded insert. Finished with a baked on powder
coating.
D. Mounting Tubes [Voltage,Nucleus] Tube shall be one piece all welded construction consisting of a
1.315 OD x .083" wall galvanized tube and a 12L 14 steel threaded insert. Finished with a baked on powder
coating.
E. Panel Mounting Tubes [Voltage] Tube shall be one piece all welded construction consisting of 3/16"
stainless steel plates and 1.315" OD x 12 GA galvanized steel tubing. Finished with a baked on powder
coating.
F. Slide Entrance Brackets [Voltage,Nucleus] Bracket shall be 14 GA galvanized steel plate finished with
a baked on powder coating.
G. Steering Wheel Mount Bracket [Voltage, Little Buddies] and Post-Mounted Ship's Wheel Bracket
[Nucleus] Bracket shall be one piece all welded construction consisting of a 3/16" stainless steel plate and a
stainless steel threaded shaft. Finished with a baked on powder coating.
2.05 3-IN-A-ROW PANEL,ABOVE PLATFORM
A. CASTING, FLAT PANEL: A356-T6 Aluminum, Heat- Treated. Finished with baked on powder
coating.
B. 3-IN-A-ROW ASSY, 39 1/4 X 43 ABSTRACT: Assembly consisting of 1/2 and 3/4" extruded HDPE
panels and stainless steel hardware fasteners.
2.06 40" TRANSITION STAIR W/HANDRAILS
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
Exhibit "A"
Proposal # 125-135762-1
Burke. January 13, 2021
B. TOP STAIR BARRIER: One piece all welded construction consisting of 1.315" OD x 12 GA &
1.029" OD x 12 GA galvanized steel tubing and 10 GA galvanized steel plate. Finished with a baked on
powder coating.
C. 40" TRANSITION GUARDRAILS: One piece all welded construction consisting of 1.315" OD x 12
GA galvanized steel tubing, malleable iron plug and 10 GA galvanized steel plate. Finished with a baked
on powder coating.
D. BOTTOM STAIR TRANSITION GUARDRAIL: One piece all welded construction consisting of
1.315" OD x 12 GA&am • 1.029" OD x 12 GA galvanized steel tubing and 10 GA galvanized steel late.
p, g g g p
Finished i s ed with a baked on .powder coating.
g
E. 40" ACCESSIBLE STAIRS: One piece all welded construction consisting of 12 GA HRPO steel
surfaces, sides, and gussets. PVC coated after fabrication.
2.07 5" OD ARCH SWING
A. PENDULUM CASTING: Galvanize plated, grade 32510, malleable iron
B. BRONZE BEARING .377 X .75 X .75: Oil impregnated,bronze.
C. SWING BEAM, 5" OD X 130": One piece all welded construction consisting of 5" OD x 11 GA
galvanized steel tubing and 8 GA galvanized steel plate. Finished with a baked on powder coating.
D. ARCH POST END, 5" OD SWING: One piece all welded construction consisting of 5" OD x 11 GA
& I I/16" OD low carbon steel bar and 4 1/2" OD x 11 GA steel tubing w/cadmium and yellow
chromate plating, and an assembly of 3/8" nut inserts. Finished with a baked on powder coating.
E. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate,polyglycol oleate propylene clycol, titanium dioxide, and cumene
hydroperoxide.
2.08 5" OD ARCH SWING ADD-ON
A. PENDULUM CASTING: Galvanize plated, grade 32510, malleable iron
B. BRONZE BEARING .377 X .75 X .75: Oil impregnated, bronze.
C. SWING BEAM, 5" OD X 130": One piece all welded construction consisting of 5" OD x 11 GA
galvanized steel tubing and 8 GA galvanized steel plate. Finished with a baked on powder coating.
D. ARCH POST, ADD-ON 5" OD SWING: One piece all welded construction consisting of 5" OD x 11
GA galvanized steel tubing, 11/16 OD steel and 4 1/2" OD x 11 GA steel tubing w/zinc chromate plating,
and an assembly of 3/8" nut inserts. Finished with a baked on powder coating.
Exhibit "A"
Proposal # 125-135762-1
ke January 13, 2021
E. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate,polyglycol oleate propylene clycol, titanium dioxide, and cumene
hydroperoxide.
2.09 8" CLOSURE PLATE
A. S5 8" CLOSURE PLATE: 14 GA galvanized steel plate finished with a baked on powder coating.
2.10 8" CLOSURE PLATE
A. S5 8" CLOSURE PLATE: 14 GA galvanized steel plate finished with a baked on powder coating.
2.11 ABSTRACT PLATFORM LADDER 16"
A. 16" ABSTRACT TRANSITION LADDER: 3/4" Co-extruded HDPE.
2.12 ABSTRACT PLATFORM LADDER 16"
A. 16" ABSTRACT TRANSITION LADDER: 3/4" Co-extruded HDPE.
2.13 APEX ELLIPSE CLIMBER
A. PANEL#1: 3/4" extruded HDPE.
B. PANEL#2: 3/4" extruded HDPE.
C. PANEL #3: 3/4" extruded HDPE.
D. PANEL #4: 3/4" extruded HDPE.
E. INTENSITY ARCH#1: One piece all welded construction consisting of formed 3 1/2" OD x 11 GA,
formed 2 3/8" OD x 10 GA& 1.315 OD x 12 GA galvanized steel tubing, formed 7 GA stainless steel
sheet and 10 GA galvanized steel plates. Finished with a baked on powder coating.
F. INTENSITY ARCH#2: One piece all welded construction consisting of formed 2 3/8" OD x 10 GA
& 1.315 OD x 12 GA galvanized steel tubing, formed 7 GA stainless steel plates, and 10 GA
galvanized steel plate. Finished with a baked on powder coating.
2.14 APEX HOLE CLIMBER 2-5
A. ARCHED HOLE PANEL: 3/4" extruded HDPE.
B. BRACKET, ROPE CONNECTION: One piece all welded construction consisting of a formed 3/16"
stainless steel plate and a 8 GA galvanized steel sheet. Finished with a baked on powder coating.
C. INTENSITY ARCH#4: One piece all welded construction consisting of formed 2 3/8" OD x 10 GA
galvanized steel tubing, formed 7 GA stainless steel plate, and 10 GA galvanized steel plates. Finished
with a baked on powder coating.
Exhibit "A''
Proposal # 125-135762-1
��• January 13, 2021
2.15 BELT SEAT, 8' PAIR, PVC CHAIN
A. PVC COATED,4/0 CHAIN 86 1/2": Galvanized 4/0 straight coil chain with PVC coating.
B. MOLDED RUBBER SEAT: Molded rubber, reinforced with a steel insert. Riveted galvanized
attachment hardware.
C. SPACER 1.13 OD X .25: 1/4"Nylatron GS.
D. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate, polyglycol oleate propylene clycol, titanium dioxide, and cumene
hydroperoxide.
E. CLEVIS SHACKLE W/BOLT: 5/16" Shackle with a 3/8" X 1 1/2"bolt.
2.16 CAR ACCESSIBLE REACH PANEL
A. KNOB: 3/4" extruded HDPE.
B. CAR PANEL LEVER: 3/4" Extruded HDPE.
C. CAR PANEL,ACCESSIBLE REACH: 3/4" co-extruded HDPE.
D. PANEL MOUNT BRACKET: One piece all welded construction consisting of 10 GA galvanized sheet
steel and a formed 3/16" stainless steel plate, finished with a baked on powder coating.
E. STANDOFF: 1/2" OD threaded stainless steel
F. KING PIN, 7/8" DIA. X 2 1/4" : 304 Stainless Steel
G. STANDOFF, 13/16": 1/2" OD threaded stainless steel tubing.
H. STEERING WHEEL ASSEMBLY: Assembly Consisting of a one piece all welded steering wheel
made of 14 GA spun steel and 1 3/8" OD Steel Tube and a bronze bearing. Steering wheel is PVC coated
after fabrication.
2.17 COBRA SLIDE CURVED 144"
2.18 ELLIPTICAL CASTING, BARRIERS: A356-T6 Aluminum,Heat-Treated. Finished with baked
on powder coating.);
A.
B. PLATE,41 11/16" X 3 3/8" X 14 GA: 14 GA galvanized sheet steel, finished with a baked on powder
coating.
C. TWO LEG, TUBE SLIDE BARRIER SUPPORT: 1.900" OD X 11 GA galvanized steeltubing.
Exhibit "A"
Proposal # 125-135762-1
Burice. January 13, 2021
D. EXIT SLIDE SECTION: 1/4" thick, linear, low density, rotationally molded, U.V. stabilized
polyethylene with double wall construction, molded in 3/8" T-nut inserts, and a textured surface.
E. TUBE SLIDE ENTRANCE: 1/4" thick, linear, low density, rotationally molded, U.V. stabilized
polyethylene with double wall construction,and a textured surface.
F. TUBE SLIDE, WIDE TURN: 1/4" thick, linear, low density,rotationally molded, U.V. stabilized
polyethylene with double wall construction, and a textured surface.
G. TUBE SLIDE,VIPER TRANSITION: 1/4" thick, linear, low density,rotationally molded,U.V.
stabilized polyethylene with double wall construction, molded in 3/8" T-nutinserts, and a textured surface.
H. TUBE SLIDE BARRIER PANEL FULL: 3/4" co-extruded HDPE.
I. SUPPORT,SLIDE EXIT: One piece all welded construction consisting of 2 3/8" OD x 12 GA
galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked on powder coating.
J. TUBE SLIDE STRAIGHT SUPPORT 76 1/8": One piece all welded construction consisting of 1.900"
OD x 11 GA galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked-on powder
coating.
K. BRACKET, SLIDE OFFSET: One piece all welded construction consisting of 8 GA galvanized steel.
Finished with a baked on powder coating.
L. TUBE SLIDE STRAIGHT SUPPORT 105 5/8": One piece all welded construction consisting of 1.900"
OD x 11 GA galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked-on powder
coating.
M. TUBE SLIDE STRAIGHT SUPPORT 142 11/16": One piece all welded construction consisting of
1.900" OD x 11 GA galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked-on
powder coating.
2.19 COBRA SLIDE FUSION SPIRAL 144"
2.20 ELLIPTICAL CASTING,BARRIERS: A356-T6 Aluminum,Heat-Treated. Finished with baked
on powder coating.&MD;
A.
B. PLATE, 41 11/16" X 3 3/8" X 14 GA: 14 GA galvanized sheet steel, finished with a baked on powder
coating.
C. COBRA FULL BARRIER PLATE: 8 GA galvanized sheet steel, finished with a baked on powder
coating.
D. EXIT SLIDE SECTION: 1/4" thick, linear, low density, rotationally molded, U.V. stabilized
polyethylene with double wall construction, molded in 3/8" T-nut inserts, and a textured surface.
Exhibit "A"
Proposal # 125-135762-1
ke January 13, 2021
E. SPIRAL 90 DEG SLIDE SECTION: 1/4" thick, linear, low density, rotationally molded,U.V.
stabilized polyethylene with double wall construction, and a textured surface.
F. TUBE SLIDE ENTRANCE: 1/4" thick, linear, low density,rotationally molded, U.V. stabilized
polyethylene with double wall construction, and a textured surface.
G. TUBE SLIDE, SHORT STRAIGHT: 1/4" thick, linear, low density,rotationally molded,U.V.
stabilized polyethylene with double wall construction, and a textured surace.
H. TUBE SLIDE, TIGHT TURN: 1/4" thick, linear, low density,rotationally molded,U.V. stabilized
polyethylene with double wall construction, and a textured surface.
I. TUBE SLIDE, VIPER TRANSITION: 1/4" thick, linear, low density, rotationally molded,U.V.
stabilized polyethylene with double wall construction, molded in 3/8" T-nutinserts, and a textured surface.
J. FULL NO CLIMB, FUSION BARRIER: 3/4" Co-extruded HDPE.
K. SUPPORT,SLIDE EXIT: One piece all welded construction consisting of 2 3/8" OD x 12 GA
galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked on powder coating.
L. SLIDE SUPPORT 3J: 8 gage formed plate welded to 1.660" OD tubing. Finished with baked on
powder coat.
M. SLIDE SUPPORT 2J: 8 gage formed plate welded to 1.660" OD tubing. Finished with baked on
powder coat.
N. VIPER SPIRAL SUPPORT 96: 8 gage formed plate welded to formed 1.660" OD galvanized tubing.
Finished with baked on powder coat.
O. SLIDE SUPPORT 1 J: 8 gage formed plate welded to 1.660" OD tubing. Finished with baked on
powder coat.
P. BRACKET, SLIDE OFFSET: One piece all welded construction consisting of 8 GA galvanized steel.
Finished with a baked on powder coating.
Q. TUBE SLIDE STRAIGHT SUPPORT 126 3/16": One piece all welded construction consisting of
1.900" OD x 11 GA galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked-on
powder coating.
2.21 COLLISION RING PANEL
A. COLLISION RING ASSEMBLY: Assembly consisting of 1/4" clear polycarbonate window, 1/4", 1/2"
and 3/4" extruded HDPE, co-extruded HDPE all assembled together with stainless steel hardware.
2.22 CONTOUR SLIDE,64"-72"
Exhibit "A"
Proposal # 125-135762-1
Burke. January 13, 2021
A. CASTING, 90 DEGREE BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. TUBE 1.315" OD X 48 3/4": 1.315" OD X 12 GA galvanized tubing. Finished with a baked on
powder coating.
C. DOUBLE SLIDE HOOD: Double wall, linear low density,rotationally molded, U.V. stabilized
polyethylene with double wall construction, molded in 3/8" T-nut inserts, and a textured surface.
D. SLIDE, CONTOUR: 1/4" thick, linear, low density,rotationally molded, U.V. stabilized polyethylene
with double wall construction,molded in 3/8" T-nut inserts, and a textured surface.
E. SUPPORT,SLIDE EXIT: One piece all welded construction consisting of 2 3/8" OD x 12 GA
galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked on powder coating.
F. HOOD MOUNT BRACKET 1.315" X 4 3/8": 10 gage mounting plate welded to 1.315" OD tubing.
Finished with baked on powder coat.
G. LUGE SLIDE MID SUPPORT: One piece all welded construction consisting of 2 3/8" OD x 10 GA
galvanized steel tubing and 2 1/2" x 1 1/2" x 3/16" HRS angle. Finished with a baked on powder coating
after fabrication.
2.23 DYNAMIC DISCS 2-5
A. HANGING ROPE POD BOTTOM: 1/2" Extruded HDPE
B. HANGING ROPE POD TOP: 1/2" Extruded HDPE
C. ROPE ASSEMBLY, SINGLE, 62 1/4": Rope consists of 6 right hand, regular lay strands, closed
around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel screws.
ARCHED BEAM: n i D. ARC One piece all welded construction consisting of formed 2 3/8 OD x 10 GA
P g
galvanized steel tubing, 7 GA stainless steel sheet and 8 GA galvanized steel plate. Finished with a baked
on powder coating.
E. PLATE WELDMENT: One piece all welded construction consisting of 1.029" OD x 14 GA and 2 3/8"
OD x 12 GA galvanized steel tubing and 8 GA galvanized steel plate. Finished with a baked on powder
coating.
F. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate,polyglycol oleate propylene clycol, titanium dioxide, and cumene
hydroperoxide.
G. BRASS SPACER 7/16" OD X 1 1/4": Brass Tube 7/16" OD X .028"Wall
2.24 EVOLUTION 2.5' OPENING BARRIER
Exhibit "A"
Proposal # 125-135762-1
BWke- January 13, 2021
2.25 ELLIPTICAL CASTING, BARRIERS: A356-T6 Aluminum, Heat- Treated. Finished with baked
on powder coating.);
A.
B. SMALL LOWER PANEL, SHORT BARRIER: 3/4" Extruded HDPE
C. LARGE LOWER PANEL, SHORT BARRIER: 3/4" Extruded HDPE
D. BARRIER, 2.5'OPENING: One piece all welded construction consisting of 1.315" OD X 12 GA
galvanized tubing, 1.315" OD X 14 GA galvanized tubing, 13/16" OD X 15 GA galvanized tubing, and 8
GA and 10 GA galvanized plating. Finished with a baked on powder coating.
2.26 EVOLUTION BARRIER
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat- Treated. Finished with baked on
powder coating.
B. PANEL, EVOLUTION BARRIER: 3/4" Extruded HDPE
C. EVOLUTION BARRIER 41 1/16" H: One piece all welded construction consisting of 1.315" od x 12
GA and 1.029" OD x 14 GA galvanized steel tubing, and 10 GA galvanized steel sheeting. Finished with
baked on powder coating.
2.27 EVOLUTION HEX ROOF
A. EVOLUTION ROOF PLATE, HALF HEX: 14 GA galvanized sheet. Finished with a baked on powder
coating.
B. HEX ROOF CENTER BEAM: One piece all welded construction consisting of 7 GA stainless steel
sheet, 8 GA galvanized plating, and 2.375" OD x 10 GA galvanized tubing. Finished with a baked on
powder coating.
C. ROOF SUPPORT, RIGHT: One piece all welded construction consisting of 7 GA stainless steel sheet,
8 GA galvanized plating, and 2.375" OD x 10 GA galvanized tubing. Finished with a baked on powder
coating.
D. TOWER ROOF SIDE, LEFT: One piece all welded construction consisting of 7 GA stainless steel
sheet, 8 GA galvanized plating, and 2.375" OD x 10 GA galvanized tubing. Finished with a baked on
powder coating.
2.28 EVOLUTION HEX ROOF
A. EVOLUTION ROOF PLATE, HALF HEX: 14 GA galvanized sheet. Finished with a baked on powder
coating.
Exhibit "A"
Proposal # 125-135762-1
Burke. January 13, 2021
B. HEX ROOF CENTER BEAM: One piece all welded construction consisting of 7 GA stainless steel
sheet, 8 GA galvanized plating, and 2.375" OD x 10 GA galvanized tubing. Finished with a baked on
powder coating.
C. ROOF SUPPORT, RIGHT: One piece all welded construction consisting of 7 GA stainless steel sheet,
8 GA galvanized plating, and 2.375" OD x 10 GA galvanized tubing. Finished with a baked on powder
coating.
D. TOWER ROOF SIDE, LEFT: One piece all welded construction consisting of 7 GA stainless steel
sheet, 8 GA galvanized plating, and 2.375" OD x 10 GA galvanized tubing. Finished with a baked on
powder coating.
2.29 EVOLUTION ROOF BOTTOM EDGE
A. CROSSBAR, ONE-SIDED PLATE: One piece all welded constructions consisting of 7 GA stainless
steel sheet, 8 GA galvanized plating, and 1.315" OD x 12 GA galvanized tubing. Finished with a baked on
powder coating.
2.30 EVOLUTION ROOF BOTTOM EDGE
A. CROSSBAR, ONE-SIDED PLATE: One piece all welded constructions consisting of 7 GA stainless
steel sheet, 8 GA galvanized plating, and 1.315" OD x 12 GA galvanized tubing. Finished with a baked on
powder coating.
2.31 EVOLUTION ROOF END PLATE
A. ROOF END PLATE, EVOLUTION: 8 GA galvanized steel sheeting. Finished with a baked on powder
coating.
2.32 EVOLUTION SHORT CURVED TOP BARRIER
2.33 ELLIPTICAL CASTING,BARRIERS: A356-T6 Aluminum, Heat- Treated. Finished Frith baked
on powder coating.&#xOD;
A.
B. SMALL LOWER PANEL, SHORT BARRIER: 3/4" Extruded HDPE
C. LARGE LOWER PANEL, SHORT BARRIER: 3/4" Extruded HDPE
D. TOP PANEL, SHORT BARRIER: 3/4" Extruded HDPE
E. BARRIER, CURVED TOP 44 1/16" H: One piece all welded construction consisting of 1.315" OD X
12 GA galvanized tubing, 1.315" OD X 14 GA galvanized tubing, 13/16" OD X 15 GA galvanized tubing,
and 8 GA and 10 GA galvanized plating. Finished with a baked on powder coating.
2.34 EVOLUTION TALL CURVED TOP BARRIER,LEFT
Exhibit "A"
Proposal # 125-135762-1
ke. January 13, 2021
2.35 ELLIPTICAL CASTING, BARRIERS: A356-T6 Aluminum,Heat-Treated. Finished with baked
on powder coating.);
A.
B. BARRIER PANEL, LEFT: 3/4" Co-extruded HDPE
C. TOP TALL CURVED BARRIER PANEL, LEFT: 3/4" Co-extruded HDPE
D. BARRIER, CURVED TOP 84 9/16" H: One piece all welded construction consisting of 1.315" OD X
14 GA galvanized tubing, 13/16" OD X 15 GA galvanized tubing, and 8 GA and 10 GA galvanized plating.
Finished with a baked on powder coating.
2.36 EVOLUTION TALL CURVED TOP BARRIER, RIGHT
2.37 ELLIPTICAL CASTING,BARRIERS: A356-T6 Aluminum,Heat-Treated. Finished with baked
on powder coating.);
A.
B. BOTTOM BARRIER PANEL, RIGHT: 3/4" Co-extruded HDPE
C. TOP TALL CURVED BARRIER PANEL, RIGHT: 3/4" Co-extruded HDPE
D. BARRIER, CURVED TOP 84 9/16" H: One piece all welded construction consisting of 1.315" OD X
14 GA galvanized tubing, 13/16" OD X 15 GA galvanized tubing, and 8 GA and 10 GA galvanized plating.
Finished with a baked on powder coating.
2.38 EVOLUTION,DECK TO ROOF CLIMBER
A. FORMED PLATE,42 3/4" X 5 9/16" X 8 GA: 8 GA galvanized steel sheeting. Finished with a baked
on powder coating.
B. PLATE,4 15/16" X 5 1/8" X 16 GA: 16 GA galvanized steel sheeting. Finished with a baked on
powder coating.
C. PLATE,45 1/2" X 5 15/16" X 12 GA: 12 GA galvanized steel sheeting. Finished with a baked on
powder coating.
D. LARGE PANEL, TOWER: 3/4" Co-extruded HDPE
E. SMALL TOP PANEL, TOWER: 3/4" Co-extruded HDPE
F. SMALL BOTTOM PANEL, TOWER: 3/4" Co-extruded HDPE
G. ROPE ASSEMBLY, TOWER#1: 20mm rope consists of 6 right hand, regular lay strands, closed
around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum end connectors and ferrules.
Exhibit "A"
Proposal # 125-135762-1
Burke. January 13, 2021
H. ROPE ASSEMBLY, TOWER#2: 20mm rope consists of 6 right hand, regular lay strands, closed
around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum end connectors and ferrules.
I. ROPE ASSEMBLY, TOWER#3: 20mm rope consists of 6 right hand, regular lay strands, closed
around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum end connectors and ferrules.
J. ROPE ASSEMBLY, TOWER#4: 20mm rope consists of 6 right hand, regular lay strands, closed
around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum end connectors and ferrules.
K. LIFTING BAR, EVOLUTION: 1.029" OD x 14 GA galvnized steel tubing.
L. BRACKET, YOKE CONNECTION: One piece all welded construction consisting of 7 GA stainless
steel sheeting and 3/8" thick stainless steel tab. Finished with a baked on powder coating.
M. ARCH CLIMBER, EVOLUTION: One piece all welded construction consisting of 2 3/8" OD X 10 GA
and 1.315" OD X 12 GA galvanized steel tubing, 7 GA stainless steel sheeting, 8 GA and 10 GA
galvanized steel sheeting, 3/8" thick stainless steel tab, and 1.315" OD zinc-chromated steel round.
Finished with a baked on powder coating.
N. CLIMBER ARCH CROSSBAR, EVOLUTION: One piece all welded construction consisting of 1.315"
OD X 12 GA galvanized tubing and 8 GA galvanized plating. Finished with a baked on powder coating.
O. CROSSBAR, TWO-SIDED PLATE: One piece all welded constructions consisting of 7 GA stainless
steel sheet, 8 GA galvanized plating, and 1.315" OD x 12 GA galvanized tubing. Finished with a baked on
powder coating.
P. BRACKET, HDPE OFFSET MOUNT: One piece all welded constructions consisting of 7 GA stainless
steel sheeting and 10 GA galvanized plating. Finished with a baked on powder coating.
Q. BRACKET,20 MM ROPE TO DECK: One piece all welded construction consisting of 8 GA
galvanized sheeting and 3/8" thick stainless steel tab. Finished with a baked on powder coating.
R. NO CLIMB MESH BARRIER,45 3/16" X 82 11/16": One piece all welded construction consisting of
9 GA galvanized steel wire. Finished with a baked on powder coating.
2.39 FS TRANGO CLIMBER,5 TO 12
A. ROPE ASSEMBLY, TAB TO TAB 84 11/16": Rope consists of 6 right hand, regular lay strands,
closed around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires
tightly covered with polyester fibers. Aluminum end connectors and ferrules.
B. BRACKET, VINE CLIMBER CONNECTION: One piece all welded construction consisting of 7 GA
stainless steel formed plate and 8 GA galvanized sheet. Finished with a baked on powder coating.
Exhibit "A"
Proposal # 125-135762-1
Bwks January 13, 2021
C. WELDMENT, VINE CLIMBER: One piece all welded construction consisting of 1.660" OD X 12 GA
& 1.315" OD X 12 GA galvanized steel tubing. Finished with a baked on powder coating.
D. BRACKET, YOKE CONNECTION 1 3/4" X 7 1/4": One piece all welded construction consisting of
3/8" thick stainless steel and formed 7 GA stainless steel sheet. Finished with a baked on powder coating.
2.40 GEAR PANEL
A. CASTING, FLAT PANEL: A356-T6 Aluminum, Heat-Treated. Finished with baked on powder
coating.
B. 39 1/4 X 43 GEAR PANEL ASSEMBLY: Assembly consisting of 3/4" extruded H.D.P.E. panel
& knob, 1/2" extruded H.D.P.E. gears, 1/4" clear polycarbonate window, nylon washers, 5/8" OD
nylon tube, stainless steel screws, T-nuts, and flat washers.
2.41 GRAB BAR ASSEMBLY
A. GRAB BAR: One piece all welded construction consisting of 1.029" OD x 14 GA galvanized steel
tubing and formed 3/16" stainless steel plates. Finished with a baked on powder coating.
2.42 GRAB BAR ASSEMBLY
A. GRAB BAR: One piece all welded construction consisting of 1.029" OD x 14 GA galvanized steel
tubing and formed 3/16" stainless steel plates. Finished with a baked on powder coating.
2.43 HALF HEXAGON PLATFORM
A. HALF HEX PLATFORM S5P: 12 GA HRPO sheet, finished with a PVC Coating
2.44 HILLSIDE SLIDE ENTRANCE PLATFORM
A. HILLSIDE SLIDE DECK: 3/4" Co-extruded HPDE
B. HILLSIDE SLIDE ENTRANCE PLATFORM: -
2.45 HILLSIDE SLIDE ENTRANCE PLATFORM
A. HILLSIDE SLIDE DECK: 3/4" Co-extruded HPDE
B. HILLSIDE SLIDE ENTRANCE PLATFORM: -
2.46 LIL NOVO BEAN STEP
A. LIL NOVO SEAT PANEL: 3/4" Co-extruded HDPE
B. LIL NOVO SEAT FRAME: One piece all welded construction consisting of 3.5" OD x 11 GA
galvanized steel tubing, 8 GA galvanized steel sheeting,and 1/4" zinc-chromated HR steel sheeting.
Finished with a baked on powder coating.
Exhibit "A"
Proposal # 125-135762-1
Burice. January 13, 2021
2.47 LUGE SLIDE,48"-56"
A. CASTING, 90 DEGREE BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. TUBE 1.315" OD X 48 3/4": 1.315" OD X 12 GA galvanized tubing. Finished with a baked on
powder coating.
C. DOUBLE SLIDE HOOD: Double wall, linear low density, rotationally molded,U.V. stabilized
polyethylene with double wall construction,molded in 3/8" T-nut inserts, and a textured surface.
D. SLIDE, LUGE: 1/4" thick, linear, low density, rotationally molded,U.V. stabilized polyethylene with
double wall construction,molded in 3/8" T-nut inserts, and a textured surface.
E. SUPPORT,SLIDE EXIT: One piece all welded construction consisting of 2 3/8" OD x 12 GA
galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked on powder coating.
F. HOOD MOUNT BRACKET 1.315" X 4 3/8": 10 gage mounting plate welded to 1.315" OD tubing.
Finished with baked on powder coat.
G. LUGE SLIDE MID SUPPORT: One piece all welded construction consisting of 2 3/8" OD x 10 GA
galvanized steel tubing and 2 1/2" x 1 1/2" x 3/16" HRS angle. Finished with a baked on powder coating
g g g P g
after fabrication.
2.48 MANITOU CLIMBER 32"
A. 1.90" X 8 GA U BRACKET: -
B. MANITOU CLIMBER: -
C. 32" MANITOU BRACKET: -
D. 1.9" OD X 32 1/16" FOOTING TUBE: -
2.49 NPPS SUPERVISION SAFETY KIT
A. NPPS DVD: National Program for Playground Safety Supervision safety kit including training manual,
training DVD, and supervision fanny pack with supplies.
2.50 NUCLEUS STANCHION
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat- Treated. Finished with baked on
powder coating.
B. S5 STANCHION: One piece all welded construction consisting of 1.315" OD x 14 GA, 1.315" OD x
12 GA, and 1.029" OD x 14 GA galvanized steel tubing, and HDPE threaded inserts. Finished with a baked
on powder coating.
Exhibit "A"
Proposal # 125-135762-1
Burice. January 13, 2021
2.51 OFFSET ENCLOSURE
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat- Treated. Finished with baked on
powder coating.
B. S5 OFFSET ENCLOSURE: One piece all welded construction consisting of 1.315" OD x 14 GA,
1.315" OD x 12 GA, and 1.029" OD x 14 GA galvanized steel tubing, and 10 GA sheet steel. Finished with
a baked on powder coating.
2.52 OVISTEP LAUNCH PAD
A. OVISTEP LANDING PANEL: 3/4" co-extruded HDPE.
B. BRACKET, STEP MOUNTING: One piece all welded construction consisting of 10 GA galvanized
sheet steel, 7 GA stainless steel sheet and 1.315" OD x 12 GA galvanized steel tubing. Finished with a
baked on powder coating.
2.53 PETAL STEP CLIMBER 40"48"
A. PETAL CLIMBER STEP: 3/4" Co-Extruded HDPE
B. PETAL STEP CLIMBER 40"-48": -
2.54 PLAYENSEMBLE CIRQUE DRUM I
A. PLAYENSEMBLE XS DRUM MOUNT: One piece all welded construction consisting of 11 GA x
1.900" OD galvanized tubing, 1.315" OD x 14 GA galvanized tubing and four threaded inserts. Finished
with a baked on powder coating.
B. PLAYENSEMBLE DRUM XS: ABS cap and U-PVC resonator, finished with a sprayed-on color
coating.
2.55 PLAYENSEMBLE CIRQUE DRUM II
A. PLAYENSEMBLE S DRUM MOUNT: One piece all welded construction consisting of 11 GA x
1.900" OD galvanized tubing, 1.315" OD x 14 GA galvanized tubing and four threaded inserts. Finished
with a baked on powder coating.
B. PLAYENSEMBLE DRUM S: ABS cap and U-PVC resonator, finished with a sprayed-on color
coating.
2.56 PLAYENSEMBLE CIRQUE DRUM III
A. PLAYENSEMBLE M DRUM MOUNT: One piece all welded construction consisting of 11 GA x
1.900" OD galvanized tubing, 1.315" OD x 14 GA galvanized tubing and four threaded inserts. Finished
with a baked on powder coating.
Exhibit "A"
Proposal # 125-135762-1
Burke® January 13, 2021
B. PLAYENSEMBLE DRUM M: ABS cap and U-PVC resonator, finished with a sprayed-on color
coating.
2.57 PLAYENSEMBLE CIRQUE DRUM IV
A. PLAYENSEMBLE L DRUM MOUNT: One piece all welded construction consisting of 12 GA x
2.375" OD galvanized tubing, 1.315" OD x 14 GA galvanized tubing and four threaded inserts. Finished
with a baked on powder coating.
B. PLAYENSEMBLE DRUM L: ABS cap and U-PVC resonator, finished with a sprayed-on color
coating.
2.58 PLAYENSEMBLE CIRQUE DRUM V
A. PLAYENSEMBLE XL DRUM MOUNT: One piece all welded construction consisting of 12 GA x
2.375" OD galvanized tubing, 1.315" OD x 14 GA galvanized tubing and four threaded inserts. Finished
with a baked on powder coating.
B. PLAYENSEMBLE DRUM XL: ABS cap and U-PVC resonator, finished with a sprayed-on color
coating.
2.59 PODSTEP CLIMBER 48-56"
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. CHAIN 4/0 (16 11/16") PVC COATED : 3/8" diameter,4/0 straight coil chain. PVC coated.
C. ANCHOR TUBE: 1.315" OD x 12 GA galvanized steel tubing.
D. POD: 1/4" thick, linear, low density, rotationally molded, U.V. stabilized polyethylene with double wall
construction.
E. ROPE ASSEMBLY, DISC TO DISC: Rope consists of 6 right hand,regular lay strands, closed around
a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered
with polyester fibers. End connectors and ferrules with stainless steel screws.
F. ROPE ASSEMBLY, DISC TO TAB 92 1/8": Rope consists of 6 right hand,regular lay strands, closed
around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum grip, end connectors, and ferrules with stainless steel screws.
G. ROPE ASSEMBLY, DISC TO TAB 78 1/8": Rope consists of 6 right hand, regular lay strands, closed
around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum grip, end connectors, and ferrules with stainless steel screws.
Exhibit "A"
Proposal # 125-135762-1
Bwke January 13, 2021
H. ROPE ASSEMBLY, DISC TO TAB 64 1/8": Rope consists of 6 right hand,regular lay strands, closed
around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum grip, end connectors, and ferrules with stainless steel screws.
I. ROPE ASSEMBLY, TUBE TO DISC 22 1/4": Rope consists of 6 right hand,regular lay strands,
closed around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires
tightly covered with polyester fibers. End connectors and ferrules with stainless steel screws.
J. ROPE ASSEMBLY, TUBE TO DISC 9 3/8": Rope consists of 6 right hand,regular lay strands, closed
around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. End connectors and ferrules with stainless steel screws.
K. ROPE ASSEMBLY, DISC TO DISC: Rope consists of 6 right hand,regular lay strands, closed around
a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered
with polyester fibers. Aluminum end connectors and ferrules with stainless steel threaded rods and screws.
L. ROPE ASSEMBLY, TUBE TO DISC 28 7/8": Rope consists of 6 right hand, regular lay strands,
closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires
tightly covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel threaded
rods and screws.
M. S5 CENTER MOUNT ENCLOSURE: One piece all welded construction consisting of 3 1/2" OD x 11
GA, 1.315" OD x 12 GA& 1.029" OD X 14 GA galvanized steel tubing, and 10 GA galvanized
sheet. 3 1/2" aluminum post cap and rivets. Finished with a baked on powder coating.
N. WELDMENT, DISC MOUNTING: One piece all welded construction consisting of formed 1.315" OD
x 12 GA galvanized steel tubing, 10 GA galvanized steel sheet. Finished with a baked on powder coating.
O. ROPE STEP CLIMBER UPPER BRACE: One piece all welded construction consisting of 1.900" OD x
11 GA galvanized steel tubing, 1.563" x 13 GA galvanized steel tubing, 8 GA mounting brackets and
formed plate. Finished with a baked on powder coating.
P. ROPE STEP CLIMBER CROSS BRACE: One piece all welded construction consisting of 1.900" OD
x 11 GA galvanized steel tubing and 8 GA mounting brackets. Finished with a baked on powder coating.
Q. SPACER 1.13 OD X .25: 1/4"Nylatron GS.
R. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate,polyglycol oleate propylene clycol, titanium dioxide, and cumene
hydroperoxide.
S. CLEVIS SHACKLE W/BOLT: 5/16" Shackle with a 3/8" X 1 1/2"bolt.
T. BRASS SPACER 7/16" OD X 1 1/4": Brass Tube 7/16" OD X .028" Wall
2.60 SHASTA CLIMBER,POST TO POST
Exhibit "A''
Proposal # 125-135762-1
Burke. January 13, 2021
A. SHASTA CLIMBER: One piece all welded construction consisting of 1.315" OD x 12 GA galvanized
steel tubing, and 7 GA stainless steel sheet. Finished with a baked-on powder coating.
2.61 STRAIGHT OVERHEAD,NUCLEUS
A. STRAIGHT OVERHEAD BEAM,NUCLEUS: One piece all welded construction consisting of 2 3/8"
OD x 10 GA,2 3/8" OD x 12 GA and 1.029" x 14 GA galvanized steel tubing, and 3/16" thick stainless
steel. Finished with a baked on powder coating.
2.62 TOT SEAT, 7' & 8' PAIR, PVC CHAIN
A. PVC COATED, 4/0 CHAIN 64 9/16": 3/8" diameter,4/0 straight coil chain. PVC coated after
fabrication.
B. MOLDED RUBBER TOT SEAT ONLY: -
C. SPACER 1.13 OD X .25: 1/4" Nylatron GS.
D. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate,polyglycol oleate propylene clycol, titanium dioxide, and cumene
hydroperoxide.
E. CLEVIS SHACKLE W/BOLT: 5/16" Shackle with a 3/8" X 1 1/2" bolt.
2.63 TREE BRANCH CLIMBER-3
A. METAL CLIMBER: -
2.64 TRIANGLE PLATFORM
A. TRIANGLE PLATFORM S5P: 12 GA HRPO sheet, finished with a PVC Coating
2.65 TRIANGLE PLATFORM
A. TRIANGLE PLATFORM S5P: 12 GA HRPO sheet, finished with a PVC Coating
2.66 UNITARY ENCLOSURE
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. S5 UNITARY ENCLOSURE: One piece all welded construction consisting of 1.315" OD x 14 GA,
1.315" OD x 12 GA, and 1.029" OD x 14 GA galvanized steel tubing, and HDPE threaded inserts. Finished
with a baked on powder coating.
2.67 VERTO CLIMBER 1
A. PANEL#3: 3/4" extruded HDPE.
Exhibit "A''
Proposal # 125-135762-1
Burke. January 13, 2021
B. INTENSITY ARCH#2: One piece all welded construction consisting of formed 2 3/8" OD x 10 GA
& 1.315 OD x 12 GA galvanized steel tubing, formed 7 GA stainless steel plates, and 10 GA
galvanized steel plate. Finished with a baked on powder coating.
PART 3 EXECUTION
3.01 Site Preparation
A. All new installation shall be laid out by the contractor in accordance with the construction plans.
3.02 Installation
A. Install play structure in compliance with manufacturer's written instructions.
B. Install components in sequence as recommended by manufacturer.
C. Install play structure as indicated on the drawings provided.
D. Variations from the installation indicated must be approved.
E. Variations from the installation indicated and all costs for removal and replacement will be the
responsibility of the contractor.
3.03 Cleaning
A. The contractor shall clean the jobsite of excess materials, including post hole excavations.
3.04 Demonstration
A. Instruct the owner's personnel on proper operation and maintenance of playground components.
END OF SECTION
BC1 BURKE COMPANY,LLC
660 Van Dyne Road
P.O.Box 549
Fond du Lac,Wisconsin 54936-0549
Contact: Scott Liebelt
Phone: (920) 921-9220
Fax: (920) 921-9566
Toll Free: 1-800-266-1250
Website: www.beiburke.com
E-mail: sales@bciburke.com
Revision Date: 3/18/2019
I
Exhibit "A"
PLAY THAT MOVESYOU
Frontier Park-Option 2
City of Round Rock
January 06,2021
Cheryl Kaufman
City of Round Rock
221 E Main St
Round Rock,TX 78664
Dear Cheryl Kaufman:
fun abounds is delighted to provide City of Round Rock with this playground equipment proposal.
This design was developed with your specific needs in mind,and we look forward to discussing this project further
with you to ensure your complete satisfaction.fun abounds is confident that this proposal will satisfy City of
Round Rock's functional,environmental,and safety requirements-and most importantly,bring joy and excitement
to the children and families directly benefiting from your new playground.
You have our personal commitment to support this project and your organization in every manner possible.We
look forward to continuing to develop a long-standing relationship with City of Round Rock. We appreciate your
consideration and value this opportunity to earn your business.
Sincerely,
Mike Giehl
fun abounds
114 Venice Street
Sugar Land,TX 77478
BCIBU;ZVE.COM Burke 800.266.1250
Exhibit "A"
PLAY T14AT MOVES YOU
At Burke,movement is our mantra.It drives our purpose and ignites our passion to bring the best in playground design and the most
innovative,developmentally rich play,outdoor fitness and recreation products.Our research and testing push us to create new and unique
ways to challenge children,families,schools,communities,teams and individuals to move,to grow and to play.Play fosters opportunities for
connection between generations and with our peers,provides growth and togetherness and moves us in so many ways.Join Our Movement®
and experience the many ways play can move you.
PLAY FOR HEALTH
Movement is life and is one of the most important aspects in overall health and wellness for people of all ages and abilities.Burke has
playground and fitness offerings that engage everyone in all stages of life to move.Our Nucleus®and Intensity®playgrounds feature a fusion
of play that helps children engage in active play throughout the day for enhanced growth and developmental opportunities.ELEVATE®Fitness
Course brings obstacle course fitness to a whole new level and is poised to engage children 5-12,teenagers and adults.ACTIVATE®Fitness
Circuit and INVIGORATEW Dynamic Fitness are a great way to add events to a fitness trail or create a space for outdoor exercise.Our variety of
fitness equipment will meet you where you are in your fitness journey and challenge you to be more.
PLAY FOR YOUR MIND
Playful experiences are learning experiences and children at play are developing a wide-variety of skills that range from problem solving
and cognitive planning to memory and self-regulation.Each and every time a child plays they are contributing positively to their cognitive
development and setting themselves u for future success.
P g P
yr
1
PLAY FOP. CONNECTION
Play provides us with common experiences,shared laughter and true connection.It brings communities together and helps us return to
the simplicity of basic human connection and kindness.Parks and recreation spaces are critical because they lay the groundwork for the
intergenerational engagement,interaction and development we all seek.Products such as Novo®Playful Furniture,with interesting pieces that
can be used in a variety of ways,foster those opportunities by creating a space where everyone can interact and play together in their own
way.The Konnection®Swing revolutionizes connection by promoting face-to-face connections and playing together.Every person of every
age and ability brings their own unique experiences that enhance the collective and moves us all through play.
PLAY FOR MOTION
Motion play creates a childhood experience like no other by creating movement for children of all abilities and providing developmental
benefits,including increased spatial awareness,inner ear stimulation and balance.Motion can be a source of calm for children with sensory
processing differences while providing delight and excitement for children of all ages.
PLAY FOR DEVELOPMENT
Play is the work of childhood and helps children express themselves,monitor their emotions and develop a sense of identity that fuels their
self-esteem and shapes their world view.Creating environments that foster this growth is at the heart of what we do at Burke and helps to
teach resiliency and perseverance,all skills that transcend the playground and help children to develop into successful and healthy adults.
BCIBUIZVE.COM surKe 800.2GG.1250
Exhibit "A"
WOR4 T14AT MOVE45 US
Our mission is simple—to bring Play That Moves You®to communities around the world.This mission drives us each and every day to innovate
the best in play,playgrounds,recreation and outdoor fitness equipment that help everyone find the best of themselves through play.We are
passionate about our legacy of customer service and craftsmanship while looking to the future and always striving to be better.
At Burke,play inspires us to create a community of people that are invested in growth,aren't afraid to commit to positive change and seek to
enrich and enhance the lives of the people in communities where we serve and live.Researching,innovating and creating products that help
communities and people grow and thrive is the core of our purpose.In our own community,we partner with organizations such as the YMCA
and Boys and Girls Club of Fond du Lac and we support,on a larger scale,organizations,municipalities,schools,churches and associations to
Join Our Movement®and help let play lead the way for change.This is work that moves us and we hope the results move you.
HANDCRAFTED IN AMERICA'S HEARTLAND
Walk through our Fond du Lac,WI manufacturing facility and you will see playgrounds coming to life through the hands of our people.In the
age of assembly lines,we work to combine efficiency with a personal touch that makes every playground special.Bringing quality playgrounds
to communities like yours is Work That Moves Us,and we hope the playgrounds we make move you too.
SUPERIOR SERVICE
Customer Service is a hallmark of Burke and we take pride in the fact that when you call,we answer.We have factory-direct customer service
representatives that are available to answer questions,help with replacement parts or field inquiries about installations.
YOUR SURKE REPRESENTATIVE
We as Burke Representatives are passionate about bringing play to your community and helping you design your perfect play environment!We
are knowledgeable and experienced about the entire playground process from site evaluation to design to maintenance and will work with
you beyond installation to make sure your playground is,and remains,all you dreamed!
BCBURKE.COM BurKe 900.266.1250
Exhibit "A"
ofta
-1
9 � ..
j � -
`•r `�i kfi►c�;�z
100 YEARS OF PLAY
We are celebrating 100 years and to us that means making the very best and most innovative BurKe
playground,fitness and recreation equipment in our history.We're guided by our legacy of innovation,
customer service and creativity while continuing to challenge ourselves through research,analysis and ZO
continuous improvement.But being better means more-it means investing in the communities we live
and work and continuing our story by giving back with acts of kindness and supporting organizations
that help kids and families.Our goal is simple-to harness the power of play to make the world a 0\�,%�y
�PAl
happier,kinder,more playful place.Join Our Movement and share in the story by giving back in your MARS OF Q
community,posting a picture and using#play20.We're excited to share in this year together.
.y
t r c "l'
BCIBURKE.COM Burke 800.266.1250
Exhibit "A"
BURICE BUILT QUALITY
Discover the value of investing in a Burke Playground:
KOREKONNECT® DIRECT-BOLT CLAMP SYSTEM:
Nucleus®and Voltage®feature our Industry-leading KoreKonnect direct-bolt clamp system resulting in the
strongest and most accurate connection system ever.Factory located connection points make for easy,
precise installation and an error-free fit.Best of all,KoreKonnect is covered for 100 years under our
non-prorated Generations Warranty®.
DIRECT-BOLT CONNECTION SYSTEM:
Intensity®,ELEVATE®Fitness Course,ACTIVATE®Fitness Circuit,Synergy®and Little Buddies®feature Burke's
trusted direct-bolt connection that uses a durable,straightforward direct-bolt system to ensure a trouble-
free installation and provide the necessary strength to accommodate the demands of playing children.Like
our KoreKonnect system,Direct-Bolt connections are covered for 100 years under our Generations Warranty.
EZKONNECT® DECK MOUNTING SYSTEM:
Our exclusive self-leveling deck attachment and factory CNC construction allows for faster and more
precise location of decks during installation.The 2-bolt per corner deck attachment increases overall
structure strength and stability.
PLATFORMS%
Burke's oversized non-slip platforms are constructed of heavy-duty punched steel that can support more
than 2 tons.Our vinyl coating is California compliant,free of lead and other hazardous heavy metals.
TAMPER-RESISTANT STAINLESS STEEL HARDWARE:
All hardware is covered for 100 years under our Generations Warranty.
PREMIUM POWDER COATINGS:
Our industry-leading powder coatings and finishes prevent fading,last longer and deter rust.We also
offer a"coastal package"powder coat system.This special powder coat system for metal components
and upright posts will provide additional corrosion and chemical protection along with added longevity
to the color and gloss retention of the powder coated parts.Contact your Burke Representative for more
information on colors,price and warranty.
COMPOUND PLASTICS WITH UV-16:
You'II get long wear and bright,vibrant colors that hold up for years thanks to our thick,durable
rotomolded plastics with UV--16 protection.This is why we can cover them for 15 years under our
non-prorated Generations Warranty.
CLIMBING CABLES:
Our climbing cables are flexible enough to provide movement,yet strong enough to last.Our ropes are
made from 6 polyester cords with steel reinforcement wrapped around a synthetic fiber core.Each cord
contains 8 galvanized steel strands tightly covered with polyester multi-fibers.Our RopeVenture®cables
consist of 6 strands,each containing 24 stainless steel reinforcing strands within a nylon sleeve,wrapped
around a solid nylon core.
ALUMINUM CONNECTORS:
Swivel connectors at the end of our ropes allow assembly at any angle with no unwanted twists in the net.
The aluminum fittings used to secure the joints are swaged in place to prevent any movement between the
rope and fittings that could cause wear. Iota
BCIBURICE.COM BurKe 800.266.1250
Exhibit "A"
FREE RESOURCES
NPPS SAFETY KIT
Burke truly gives you the most value for your money.As part of our Total Cost of Ownership Package,we offer value-added resources FREE with
every playground structure purchase.The National Program for Playground Safety(NPPS) Playground Supervision Safety Kit helps supervisors
and educators be prepared on the playground.Learn more at bciburke.com/safety.
CUSTOM MAINTENANCE KIT
To help maintain a safe,functioning playground we include a custom maintenance schedule,touch-up paint,graffiti remover and carrying case
FREE with every playground structure purchase.
PLANNING & FUNDING TOOLS
We provide you with FREE tools to plan your playground from fundraising and design to installing a community build playground.At Burke,
we understand the dedication and hard work it takes to raise the funds for playground equipment.That's why we created Funds for Fun,a
direct donation fundraising program to help your organization raise the funds it needs for your new playground.We've also partnered with The
School Funding Center to provide up-to-date grant information along with expert grant writing services.Learn more at bciburke.com/funding.
441111111110
JL
"fir► ,t' `�
I
M�
1
FREE WITH EVERY SURICE FREE FUNDRAISING TOOLS!
PLAY STRUCTURE PURCHASE
BCIBURKE.COM gurlKe 800.266.1250
Exhibit "A"
FEATURED PLAY EVENTS
LugeTM Slide Taktiks® Bolt
With the Luge Slide,kids can race each other Using a variety of materials and shapes,Taktiks
down while developing social skills and provides endless climbing,traversing and
increasing coordination. balancing opportunities for children ages 5-12.
0 0 0 I
u�
O\X
Suspension Rope Link 3-In-A-Row Ring Panel
It is a deck-to-deck link that challenges children Play panels offer opportunities for all children to
to move between different playground deck develop skills,have fun and spend time learning
heights while combining strength,balance and outside. 3-In-A-Row is a way to bring games to
coordination. the playground and teach cooperation.
BOBURKE COM Burke 800.266.1250
I
Exhibit "A"
- -FEATURED PLAY EVENTS
Leaf Seat Clubhouse Retreat Roof
Events and accessories improve children's The C1ubHouse design offers kids and families
balance and coordination,help them build body the opportunity to reconnect and rediscover the
strength and provide extra sensory experiences. wonders of nature within a safe and durable
environment.A full collection of C1ubHouse
components,including climbers,panels,
enclosures and roofs,cultivate imaginations and
nurture the need for play.
Arch Swings NaturePlay Stump - Large
Swings help children develop coordination and Blend the wonder of nature into your playground
balance while providing an engaging sensory by adding fun and adventure with Burke's Glass
experience. Fiber Reinforced Concrete(GFRC)Play Events!
BCIBURKE.COM gyrKe 800.266.1250
ITEM COMP. DESCRIPTION
C) n � 1 270-OD01 OFFSET ENCLOSURE
C O M 2 270-0050 8"CLOSURE PLATE
gm 3 270-0123 EVOLUTION ARCHED CATWALK
O m 4 270-0129 TRIANGLE PLATFORM
Z 5 270.0130 SQUARE PLATFORM
M 8 270-0136 SPLIT SQUARE PLATFORM
I!
Z f�A 7 270-0192 CLUBHOUSE UNITARY ENCLOSt
'i 8 270-0194 CLUBHOUSE OFFSET ENCLOSU
K
9 270-0280 HALF PLATFORM
.�—► 10 370-0468 32"TRANSITION STAIR WBARRI
= Z ' 11 370-0469 40"TRANSITION STAIR WBARRI
N N 12 370-0579 SUSPENSION ROPE LINK
N 13 370-0799 JUNGLE VINE CLIMBER 96"
14 370-0805 JUNGLE VINE CLIMBER 48"
w Z 15 370-0861 TREE BRANCH CLIMBER 40"
C 16 370.0863 TREE BRANCH CLIMBER 56"
n n 0) + 17 370-1589 TAKTIKS BOLT CLIMBER
O
c s 18 370.1592 PODSTEP CUMBER 84-72'
3 19 370-1608 OVISTEP LAUNCH PAD
(A 20 370.1661 TRANGO CUMBER POST TO PC
21 470-W5 HILLSIDE SLIDE ENTRANCE PLA
F co 22 47GWM W DOUBLE LEAF SEATS
0 4 23 470-0824 CLUBHOUSE TILT ROOF
x 24 4704)625 CLUBHOUSE RETREAT ROOF
t 25 470-M% ROCK'N ROLL SLIDE,40"-48"W
mm 28 470-0755 LUGE SLIDE,48"SB"
7 27 470-0758 VELO XL SLIDE 88"-96"W/O HOC
28 470.OB04 SLIDE HOOD LOW SIDE WALL
co 71 NNYY���� 29 470-0805 SLIDE HOOD,HIGH SIDE WALL
0 0 — O
30 470-0819 VIPER S 48 58 W/O HOOD
a OD 31 550-0102 TOT SEAT, T 8 8'PAI PVC CH
c O ((D 32 550-0114 BELT SEAT g PAIR,PVC CHAIN
33 550-0135 5"OD ARCH SWING
n O p N 34 550-0136 5"OD ARCH SWING ADD-ON
§ 35 560.0540 ROCKIT END PANEL
36 660-0541 ROCKIT OFFSET PANEL
X Q 37 500-0545 ROCKIT END LADDER
J - _5� 38 560-0546 ROCKIT CURVED LADDER
iv p x 39 560-0553 NATURE PLAY STUMP-SMALL
co — 40 560-0554 NATURE PLAY STUMP-LARGE
N ° 41 560-0555 NATURE PLAY ROCK-SMALL
x 42 570-0782 CLUBHOUSE FULL BOARD PAN
43 570-0860 3-IN-A-ROW RING PANEL
c0 o s 44 570.2625 CLUBHOUSE HALF BOARD PAN
e e
45 570.286 7 BEE ACCESSIBLE REACH PANEI 0 46 570-2884 CLUBHOUSE FULL BOARD PAN
47 W-1364 UL NOVO BEAN STEP
0 48 880.0137 ROCKTT ATTACHMENT POST 55
0 49 660-0138 ROCKIT ATTACHMENT POST 79
co
°o
N
L
C
C 0)
7
W 0) 8 0
v O
C
D0° a N
m
Exhibit "A"
„s-2 t.
}y6iaH xeVY
I I eJan0
i ;
I
r
rn
m
�pp
U
,U
m
L
_ m
f0
M
N
7
E
a
0
V
N
t L
w
C
U
M
7
-- - - N
O
a
m
L
�g ~
►146iaH Iles
Burke uanullxen January 06, 2021
SERIES: Basics, Intensity, Nucleus, Synergy Frontier Park-Option 2 fun abounds
ELEVATION PLAN 1804 Frontier Trail 125-135768-1
DRAWN BY: Tyler Hess Round Rock, TX 78681
BCI Burke Company,LLC PO Box 549 Fond du Lac, Wisconsin 54936-0549 Telephone 920-921-9220
Exhibit "A"
*14
J
Fw
i
y 1 1
_.a
Burice• January 06, 2021
SERIES: Basics, Intensity, Nucleus, Synergy Frontier Park-Option 2 fun abounds
ISOMETRIC PLAN 1804 Frontier Trail 125-135768-1
DRAWN BY: Tyler Hess Round Rock, TX 78681
BCI Burke Company,LLC PC Box 549 Fond du Lac, Wisconsin 54936-0549 Telephone 920-921-9220
Exhibit "A"
Proposal # 125-135768-1
Burice.,
January 06, 2021
2021 Pricing
Proposal Prepared for. Project Location: Proposal Prepared by:
Cheryl Kaufman Frontier Park-Option 2 fun abounds
City of Round Rock 1804 Frontier Trail 114 Venice Street
221 E Main St Round Rock, TX 78681 Sugar Land, TX 77478
Round Rock, TX 78664 Phone: 281-793-8002
Phone: (512)218-5417 Fax: 281-265-0043
Mike Giehl
Phone: 512-636-8260
Fax: 281-265-0043
mike@fabplaygrounds.com
Component No. Description Qty User Cap Ext. User Cap Weight Ext.Weight
Burke Basics
550-0102 TOT SEAT, 7' & 8' PAIR, PVC ... 1 2 2 27 27
550-0114 BELT SEAT, 8' PAIR, PVC CHAIN 1 2 2 26 26
550-0135 5" OD ARCH SWING 1 0 0 366 366
550-0136 5" OD ARCH SWING ADD-ON 1 0 0 223 223
560-0553 NATURE PLAY STUMP -SMALL 3 1 3 66 198
560-0554 NATURE PLAY STUMP - LARGE 1 1 1 113 113
560-0555 NATURE PLAY ROCK- SMALL 3 1 3 116 348
660-0101 INSTALL KIT, BURKE BASICS - P... 1 0 0 2 2
Intensity
370-1589 TAKTIKS BOLT CLIMBER 1 8 8 233 233
370-1608 OVISTEP LAUNCH PAD 2 1 2 10 20
570-0860 3-IN-A-ROW RING PANEL 1 4 4 54 54
Nucleus
072-0500-100C 5"OD X 100"CAPPED POST 1 0 0 53 53
072-0500-116C 5" OD X 116" CAPPED POST 1 0 0 61 61
072-0500-136C 5" OD X 136" CAPPED POST 4 0 0 71 284
072-0500-176C 5" OD X 176" CAPPED POST 2 0 0 92 184
072-0502-156S 5" OD X 156" SWAGED POST 6 0 0 82 492
072-0502-164S 5" OD X 164" SWAGED POST 2 0 0 86 172
072-0502-172S 5" OD X 172" SWAGED POST 4 0 0 90 360
072-0502-188S 5" OD X 188" SWAGED POST 6 0 0 99 594
072-0502-196S 5" OD X 196"SWAGED POST 2 0 0 103 206
072-0502-220S 5" OD X 220"SWAGED POST 4 0 0 115 460
270-0001 OFFSET ENCLOSURE 1 0 0 30 30
270-0050 8" CLOSURE PLATE 4 0 0 10 40
270-0123 EVOLUTION ARCHED CATWALK BRID... 1 0 0 450 450
270-0129 TRIANGLE PLATFORM 1 2 2 48 48
270-0130 SQUARE PLATFORM 5 6 30 106 530
270-0136 SPLIT SQUARE PLATFORM 1 4 4 103 103
270-0192 CLUBHOUSE UNITARY ENCLOSURE 5 0 0 34 170
270-0194 CLUBHOUSE OFFSET ENCLOSURE, L... 1 0 0 35 35
270-0290 HALF PLATFORM 1 3 3 57 57
370-0468 32"TRANSITION STAIR W/BARRIE... 1 3 3 215 215
370-0469 40"TRANSITION STAIR W/BARRIE... 1 4 4 279 279
370-0579 SUSPENSION ROPE LINK 1 7 7 121 121
Exhibit "A"
Proposal # 125-135768-1
Burke., January 06, 2021
2021 Pricing
370-0799 JUNGLE VINE CLIMBER 96" 1 2 2 161 161
370-0805 JUNGLE VINE CLIMBER 48" 1 2 2 85 85
370-0861 TREE BRANCH CLIMBER 40" 1 2 2 17 17
370-0863 TREE BRANCH CLIMBER 56" 1 2 2 25 25
370-1592 PODSTEP CLIMBER 64-72" 1 10 10 125 125
370-1651 TRANGO CLIMBER, POST TO POST 1 5 5 32 32
470-0075 HILLSIDE SLIDE ENTRANCE PLATF... 2 1 2 52 104
470-0386 48" DOUBLE LEAF SEATS 2 2 4 16 32
470-0624 CLUBHOUSE TILT ROOF 4 0 0 168 672
470-0625 CLUBHOUSE RETREAT ROOF 2 0 0 182 364
470-0659 ROCK'N ROLL SLIDE, 40" -48" ... 1 1 1 71 71
470-0755 LUGE SLIDE, 48"-56" 1 4 4 198 198
470-0758 VELO XL SLIDE, 88"-96"W/O HO... 1 2 2 134 134
470-0804 SLIDE HOOD, LOW SIDE WALL 2 0 0 32 64
470-0805 SLIDE HOOD, HIGH SIDE WALL 1 0 0 32 32
470-0819 VIPER S 48-56 W/O HOOD 1 2 2 127 127
570-0782 CLUBHOUSE FULL BOARD PANEL 3 0 0 35 105
570-2625 CLUBHOUSE HALF BOARD PANEL 2 0 0 19 38
570-2667 BEE ACCESSIBLE REACH PANEL 1 2 2 16 16
570-2684 CLUBHOUSE FULL BOARD PANEL, B... 1 0 0 66 66
600-0104 NPPS SUPERVISION SAFETY KIT 1 0 0 3 3
660-0103 MAINTENANCE KIT, STRUCTURE 1 0 0 7 7
660-0104 INSTALLATION KIT, STRUCTURE 1 0 0 5 5
Rocklt
560-0540 ROCKIT END PANEL 1 2 2 48 48
560-0541 ROCKIT OFFSET PANEL 2 4 8 83 166
560-0545 ROCKIT END LADDER 1 2 2 35 35
560-0546 ROCKIT CURVED LADDER 1 2 2 59 59
660-0137 ROCKIT ATTACHMENT POST 55 1/2" 1 0 0 13 13
660-0138 ROCKIT ATTACHMENT POST 79 1/2" 1 0 0 18 18
Synergy
580-1364 LIL NOVO BEAN STEP 1 1 1 28 28
Total User Capacity: 133
Total Weight: 9,404 lbs.
Total Price: $109,946
Information is relative to the Jan 6 2021 4:35AM database.
Special Notes:
Prices do not include freight, unloading, material storage, site excavation/preparation, removal of existing equipment,
removal of excess soil from footing holes, site security, safety surfacing, installation, or sales tax (if applicable). Prices
are based on standard colors per CURRENT YEAR BCI Burke Catalog. Custom colors, where available, would be an
extra charge. Pricing is valid for 45 days from the date of this proposal.
Exhibit "A"
SURICE GENERATIONS WARRANTY@
The Longest and Strongest warranty in the industry
BCI Burke Company,LLC("Burke")warrants that all standard products are warranted to be free from defects in materials and workmanship,under normal use and service,
for a period of one(1)year from the date of shipment.
We stand behind our products. In addition, the following products are warranted,
under normal use and service from the date of shipment as follows:
• One Hundred(100)Year Limited Warranty on aluminum and steel upright posts(including Intensity®,SynergyTM,Nucleus®,Voltage®,Little Buddies®,ELEVATE®,ACTIVATE®,
INVIGORATETm)against structural failure due to corrosion,deterioration or workmanship.
• One Hundred(100)Year Limited Warranty on KoreKonnect`•clamps against structural failure due to corrosion,deterioration or workmanship.
• One Hundred(100)Year Limited Warranty on Hardware(nuts,bolts,washers)
• One Hundred(100)Year Limited Warranty on bolt-through fastening and clamp systems(Synergy—,Intensity°,Nucleus®,Voltage®,Little Buddies®,ELEVATE®).
• Twenty-Five(25)Year Limited Warranty on spring assemblies and aluminum cast animals.
• Fifteen(15)Year Limited Warranty on structure platforms and decks,metal roofs,table tops,bench tops,railings and barriers against structural failure due to materials or
workmanship.
• Fifteen(15)Year Limited Warranty on all plastic components including StoneBorders against structural failure due to materials or workmanship.
• Ten(10)Year Limited Warranty on ShadePlay Canopies fabric,threads,and cables against degradation,cracking or material breakdown resulting from ultra-violet exposure,natural
deterioration or manufacturing defects.This warranty is limited to the design loads as stated in the specifications.
• Ten(10)Year Limited Warranty on NaturePlay®Boulders and GFRC products against structural failure due to natural deterioration or workmanship.Natural wear,which may occur with
any concrete product with age,is excluded from this warranty
• Ten(10)Year Limited Warranty on Full Color Custom Signage against manufacturing defects that cause delamination or degradation of the sign.Full Color Custom Signs also carry a
two(2)year warranty against premature fading of the print and graphics on the signs.
• Five(5)Year Limited Warranty on Intensity®and RopeVenture®cables and LEVEL X®flex bridge against premature wear due to natural deterioration or manufacturing defects.
Determination of premature wear will be at the manufacturers discretion.
• Five(5)Year Limited Warranty on moving parts,including swing components,against structural failure due to materials or workmanship.
• Five(5)Year Limited Warranty on PlayEnsemble®cables and mallets against defects in materials and workmanship.
• Three(3)Year Limited Warranty on electronic panel speakers,sound chips and circuit boards against electronic failure caused by manufacturing defects.
The warranty stated above is valid only if the equipment is erected in conformity with the layout plan and/or installation instructions furnished by BCI Burke Company,LLC using
approved parts;have been maintained and inspected in accordance with BCI Burke Company,LLC instructions.Burke's liability and your exclusive remedy hereunderwill be limited
to repair or replacement of those parts found in Burke's reasonable judgment to be defective.Any claim made within the above stated warranty periods must be made promptly after
discovery of the defect.A part is covered only for the original warranty period of the applicable part.Replacement parts carry the applicable warranty from the date of shipment of the
replacement from Burke.After the expiration of the warranty period,you must pay for all parts,transportation and service charges.
Burke reserves the right to accept or reject any claim in whole or in part.Burke will not accept the return of any product without its prior written approval.Burke will assume
transportation charges for shipment of the returned product if it is returned in strict compliance with Burke's written Instructions.
THE FOREGOING WARRANTIES ARE EXCLUSIVE AND IN LIEU OF ANY OTHER WARRANTY,EXPRESS OR IMPLIED,INCLUDING BUT NOT LIMITED
TO ANY IMPLIED WARRANTY OR MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE.IF THE FOREGOING DISCLAIMER OF ADDITIONAL WARRANTIES IS NOT GIVEN
FULL FORCE AND EFFECT,ANY RESULTING ADDITIONAL WARRANTY SHALL BE LIMITED IN DURATION TO THE EXPRESS WARRANTIES AND BE OTHERWISE SUBJECT TO AND
LIMITED BY THE TERMS OF BURKE'S PRODUCT WARRANTY.SOME STATES DO NOT ALLOW THE EXCLUSION OF CERTAIN IMPLIED WARRANTIES,SO THE ABOVE LIMITATION
MAY NOT APPLY TO YOU.
Warranty Exclusions:The above stated warranties do not cover:"cosmetic"defects,such as scratches,dents,marring,or fading;damage due to incorrect installation,vandalism,
misuse,accident,wear and tear from normal use,exposure to extreme weather;immersion in salt or chlorine water,unauthorized repair or modification,abnormal use,lack of
maintenance,or other cause not within Burke's control;and
Limitation of Remedies:Burke is not liable for consequential or incidental damages,including but not limited to labor costs or lost profits resulting from the use of or inability to use
the products or from the products being incorporated in or becoming a component of any other product.If,after a reasonable number of repeated efforts,Burke is unable to repair
or replace a defective or nonconforming product,Burke shall have the option to accept return of the product,or part thereof,if such does not substantially impair its value,and return
the purchase price as the buyers entire and exclusive remedy.Without limiting the generality of the foregoing,Burke will not be responsible for labor costs involved in the removal of
products or the installation of replacement products.Some states do not allow the exclusion of incidental damages,so the above exclusion may not apply to you.
The environment near a saltwater coast can be extremely corrosive.Some corrosion and/or deterioration is considered"normal wear"in this environment.Product installed within
500 yards of a saltwater shoreline will only be covered for half the period of the standard product warranty,up to a maximum of five years,for defects caused by corrosion.Products
installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion.
Contact your local Burke Representative for warranty information regarding Burke TurfJ°and Burke Tile products.
Terms of Sale
Pricing:Prices published in this catalog are in USD,are approximate and do not include shipping&handling,surfacing,installation nor applicable taxes.All prices are subject to
change without notice.Contact your Burke representative for current pricing.Payments are to be made in USD.
Weights:Weights are approximate and may vary with actual orders.
Installation:All equipment is shipped unassembled.For a list of factory-certified installers in your area,please contact your Burke representative.
Specifications:Product specifications in this catalog were correct at the time of publication.However,product improvements are ongoing at Burke,and we reserve the right to
change or discontinue specifications without notice.
Loss or Damage in Transit:A signed bill of lading is our receipt from a carrier that our shipment to you was complete and in good condition upon arrival.Before you sign,please
check the Bill of Lading carefully when the shipment arrives to make sure nothing is missing and there are no damages.Once the shipment leaves our plant,we are no longer
responsible for any damage,loss or shortage.
For more information regarding the warranty,call Customer Service at 920-921-9220 or 1-800.356-2070. 01/2020
BCIBURKE.COM 8urKe 800.266.1250
Exhibit "A"
Proposal # 125-135768-1
Burke® January 13, 2021
Burke.
SPECIFICATIONS FOR BCI BURKE PLAY STRUCTURES
SECTION 1168 00
Play Field Equipment and Structures
These specifications were current at the time of publication but are subject to change at any time
without notice. Please confirm the accuracy of these specifications with the manufacturer and/or
distributor prior to installation.
PART 1 GENERAL
1.01 Section Includes
A. Installation of a playground structure model [125-135768-1] as shown on the plans and herein
specified.
1.02 Related Sections
A. 31 10 00—Site Preparation.
B. 3100 00 -Earthwork.
C. 32 18 00—Athletic and Recreational Surfacing.
1.03 Quality Assurance
A. Installer Qualifications-An experienced installer familiar with local building codes and with the latest
safety guidelines,who has completed installation of playground structures similar in material, design, and
extent to that indicated for this project, and whose work has resulted in construction with a record of
successful in-service performance.
B. Acceptable Manufacturers - Provide play structure/components as manufactured by BCI Burke
Company, LLC, P.O. Box 549, 600 Van Dyne Road, Fond du Lac,Wisconsin 54936-0549, Tel: (920) 921-
9220, Fax: (920) 921-9566, Toll Free: 1-800-266-1250, www.bciburke.com.
C. Product Options - Drawing indicates size, components and dimensional requirements of playground
structure and is based on the specific system indicated.
1.04 Submittals
A. Product Data: Include physical characteristics such as materials, dimensions and finish.
B. Shop Drawings: Show assembly and installation details.
C. Samples for Verification: Color selections for [upright posts], [steel accessories], [freestanding panels
& signs], [swings], [Kid KoastersTM], [plastic components], [other].
Exhibit "A"
Proposal # 125-135768-1
Burice. January 13, 2021
D. Warranty: Include manufacturer's standard warranty.
1.05 References
A. ASTM F 1487 Standard Consumer Safety Performance Specification for Playground Equipment for
Public use CAN/CSA-Z614 Children's Playspaces and Equipment.
B. ASTM F1292 Standard Specification for Impact Attenuation of Surface Systems Under and Around
Playground Equipment.
C. U.S. Consumer Products Safety Commission Handbook for Public Playground Safety.
D. Americans with Disabilities Act(ADA)Accessibility Guidelines for Buildings and Facilities; Play
Areas, amended November 20, 2000.
1.06 Delivery, Storage and Handling
A. Inspect all components on delivery to ensure that no damage occurred during shipping or handling.
Materials shall be stored in original undamaged packaging in such a manner to ensure proper ventilation
and drainage, and to protect against damage, weather, vandalism, and theft until ready for installation.
Inspect components prior to installation.
PART 2 MATERIALS
2.01 General product material specifications
A. Clamps
1. KoreKonnect TM clamp castings [Nucleus, Voltage] shall be cast aluminum heat-treated alloy
A356-T6 with a tensile strength of at least 34,000 psi,yield strength of at least 24,000 psi, shear
of 20,700 psi, and elongation of 3.50%minimum. Each casting shall clamp to the post with two
connection bolts. Clamp casting shall encapsulate the component attached to support surge loads,
preventing surge loads being supported by only the hardware. Clamp shall be finished with a
baked on powder coating.
2. Clamp Castings [Little Buddies] shall be cast aluminum heat-treated alloy A356-T6 with a tensile
strength of at least 34,000 psi,yield strength of at least 24,000 psi, shear of 20,700 psi,and
elongation of 3.50%minimum. Each casting shall clamp to the post with one connection bolt.
Clamp shall be finished with a baked on powder coating.
B. Platforms
1. Hillside Fusion Slide Entrance Platform: Platform mount shall be one piece all welded
construction consisting of 2.375" 12ga and 1.315" 14ga formed galvanized tubing, 7ga stainless
steel and 8ga galvanized steel plates, finished with a baked-on powder coating.3/4" co-extruded
HDPE platform, stainless steel assembly hardware.
Exhibit "A"
Proposal # 125-135768-1
Burlw. January 13, 2021
2. Platforms [Nucleus, Voltage, Little Buddies] One piece all welded construction consisting of 12
GA HRPO steel shell and gussets, PVC coated after fabrication. Platforms shall connect to posts
with EZKonnect(patent pending) self-leveling fastening system, with two attachment points per
corner, one of those being an open ended slot for easy assembly. Platform fasteners shall attach to
threaded inserts which are CNC precision factory installed into the posts.
3. Recycled Platforms [Nucleus] One piece all welded construction consisting of 12 GA HRPO steel
shell and gussets, PVC coated after fabrication. Platforms shall connect to posts with EZKonnect
(patent pending) self-leveling fastening system, with two attachment points per corner, one of
those being an open ended slot for easy assembly. Platform fasteners shall attach to threaded
inserts which are CNC precision factory installed into the posts. Boards are a one piece solid, non-
hollow foamed recycled HDPE(ReHDPE)
4. 90 Degree Platform [Nucleus, Voltage] One piece all welded construction consisting of 12 GA
HRPO steel shell and gussets, PVC coated after fabrication. Platforms shall connect to posts with
EZKonnect(patent pending) self-leveling fastening system, with two attachment points per
corner, one of those being an open ended slot for easy assembly. Platform fasteners shall attach to
threaded inserts which are CNC precision factory installed into the posts. Barriers shall be one
piece all welded construction consisting of 1.315" OD x 12 GA & 1.029" OD x 14 GA galvanized
steel tubing, and 10 GA galvanized steel plate. Finished with a baked on powder coating.
C. Fasteners
1. Button head cap screws and socket head cap screws shall be 302HQ corrosion resistant,
passivated, stainless steel, tamper resistant, and pre-treated with a locking/sealing adhesive.
2. Other stainless steel hardware shall be 302HQ corrosion resistant stainless steel.
3. Non stainless steel hardware shall be zinc plated grade 5 steel.
4. Threaded Post Nut Inserts [Nucleus, Voltage, Little Buddies] shall be a corrosion resistant
threaded insert crimped into post. Inserts shall be precision CNC located and factory installed for
all attachment points.
D. Rotationally Molded Plastic Parts, shall be manufactured from color compounded, linear, low-density
polyethylene with an average of.250" wall thickness and textured non-sliding surfaces. Plastic parts shall
be UV stabilized to UV-16 and shall have a density of 0.935 per ASTM D-1505. Plastic parts shall have a
tensile strength at yield no less than 2500 psi with flexural modulus of 87,200 psi.
E. HDPE plastic panel parts shall be precision cut from a single solid sheet of either.50"or .75"thick
UV-stabilized extruded high-density polyethylene with colors molded in, with a durable matte finish. The
material will have a density of 59.6 lbs/cu.ft. and a tensile strength of 4000psi. All edges shall be rounded
or chamfered for safe play.
Exhibit "A''
Proposal # 125-135768-1
ke. January 13, 2021
F. Posts, steel [Nucleus, Voltage, Little Buddies] shall be cold-formed steel tubing with a yield test of at
least 50,000 psi and a tensile strength of at least 55,000 psi. Tube members shall comply with ASTM A-
135 and ASTM A-500 Grade B minimum and shall be tested according to ASTM E-8.
1. Tubing Exteriors shall be triple coated for maximum exterior protection: galvanized,then coated
with a chromate conversion coating and finished with a baked-on powder-coat.
2. Tubing interiors shall be coated with a corrosion resistant zinc-rich coating.
3. Tubing and cap finished with a baked on powder coating.
4. Standard posts shall be an assembly consisting of the galvanized steel tubing with a cast
aluminum cap factory installed in the post with 1/8"x 15/32"stainless steel pinned aluminum
drive rivets.
5. Posts [Nucleus, Intensity] shall be 5"OD x 11 GA galvanized steel tubing.
6. Posts [Little Buddies] shall be 2 3/8" OD x 12 GA galvanized steel tubing.
7. Posts [Voltage] Post shall be 3 1/2" OD x 11 GA galvanized steel tubing.
G. Posts, aluminum [Nucleus, Voltage, Intensity] shall be extruded aluminum tubing with a yield test of at
least 35,000 psi and a tensile strength of at least 38,000 psi. Tube members shall comply with and shall be
tested according to ASTM B-221. Standard posts shall be an assembly consisting of the extruded aluminum
tubing with a cast aluminum cap factory installed in the post with 1/8"x 15/32"stainless steel pinned
aluminum drive rivets.
1. Posts [Nucleus, Intensity] shall be 5"OD x 1/8"wall thickness aluminum tubing.
2. Posts [Voltage] Post shall be 3 1/2" OD x 1/8"wall thickness aluminum tubing.
2.02 Descriptions of Coatings
A. PVC Coating (Poly-Vinyl Chloride): Prior to coating, each art shall be chemically washed, submerged
g P Y g
in a heat-activated primer and dried. After drying, each part shall be pre-heated to a temperature no less
than 350' F and immersed in liquid PVC. Play/usage surfaces shall have coating thickness of.085-.150 in.
Park and site surfaces (i.e.benches,picnic tables) shall have coating thickness of.050-.080 in. PVC shall
comply with California Assembly Bill#1108 by having a concentration that does not exceed 0.1%of the
following phthalates; DINP, DIDP, DnOP, DEHP, or BBP. This formulation is also free of heavy metals
such as Lead and Cadmium. The PVC shall have:
1. Tensile strength of no less than 1830 psi per ASTM 412.
2. Elongation of no less than 350%per ASTM 412.
3. Tear strength of no less than 250 lb./in. per ASTM 624.
4. Hardness of 75 +/- 3 (Durometer, Shore A)per ASTM 2240.
Exhibit "A"
Proposal # 125-135768-1
ke January 13, 2021
5. UV stabilizer shall be added to PVC to withstand one year in a QUV panel tester without any
significant color drift.
6. Burn Rate will meet or exceed Federal Safety Standard MVSS 302. This is the same as a UL 94
HB rating.
B. Powder Coating—Standard and Super Durable colors: All metal parts will be coated with a two-part
powder coat system that consists of a primer and a top coat. Powder coating is electrostatically applied at a
thickness of 3 to 6 mils (.003 - .006). Prior to powder coating, all parts shall be cleaned and pretreated with
a 5 stage non-phosphate and non-chromic process. The primer is cured before applying the top coat which
is a polyester/TGIC powder coating with superior color-, gloss-, and UV-16 additive. Note: Top coat may
be Standard or Super Durable powder coating depending on specific color availability. Finish quality
conforms to ASTM Specifications and will have the following properties:
l. Adhesion: No less than 5B [The edges of the cuts are completely smooth; none of the squares of
the lattice is detached.] (cross hatch/tape adhesion test per ASTM D3359 Method B).
2. Hardness:No less than 2H(pencil hardness test per ASTM B3363).
3. Resistance to Impact: Cracking at the perimeter of the concave area,but no cracking pick off from
80 in/lb direct or reverse impact(ASTM D2794).
4. Resistance to Bending: No visible cracking(1/8"bending test per ASTM 522).
5. Degree of Gloss: No less than 80%reflected(specular gloss test at 60' per ASTM D523).
6. Resistance to Salt Spray(Standard colors): No more than 1/8"undercutting and no blistering in
1000 hours (salt spray test per ASTM B 117)
7. Resistance to Humidity(Standard colors): No more than 1/8"undercutting and no blistering in
1000 hours (humidity test per ASTM D2247)
Further properties for specific Super Durable colors:
8. Resistance to Acid Salt Spray(Super Durable colors): No more than 1/32"undercutting and no
blistering in 3000 hours(salt spray test per ASTM G85 Annex 5).
9. Resistance to Humidity(Super Durable colors): No more than 1/32"undercutting and no
blistering in 3000 hours(humidity test per ASTM D2247)
10. Weathering(Super Durable colors): No less than 4(tested per EN 20105-A02)
11. Light fastness (Super Durable colors): No less than Grade 7 (tested per EC ISO 105-1302)
C. Corrosion protection: All metal parts will either have inherent corrosion protection such as stainless
steel, aluminum or galvanized steel, or they will be pre-treated prior to powder coating with either an a-coat
or zinc clear chromate coating for superior corrosion protection.
2.03 Barriers& Enclosures
Exhibit "A"
Proposal # 125-135768-1
Burke. January 13, 2021
A. Center Mount Enclosure [Nucleus,Voltage] One piece all welded construction consisting of 3 1/2"OD
X 11 GA, 1.315"OD X 12 GA & 1.029"x 14 GA galvanized steel tubing and 10 GA galvanized sheet.
Finished with a baked on powder coating.
B. Clubhouse Enclosures [Nucleus]
1. Clubhouse Full Board Panel and Clubhouse Half Board Panel consists of 3/4" recycled HDPE
with wood grain texture, 1.315"OD x 14 GA galvanized steel tubing and zinc plated steel nut
inserts. Finished with a baked on powder coating, and castings made of A356-T6 aluminum,heat-
treated. Finished with baked on powder coating. The hardware package contains stainless steel
button head cap screws, nuts, and washers; and aluminum rivets with 302 stainless steel pin.
2. Clubhouse Upper Board Panel consists of 3/4"recycled HDPE with wood grain texture,bracket
that is one piece all welded construction consisting of 10 GA galvanized sheet steel and a formed
3/16" stainless steel plate, finished with baked on powder coating. The hardware package contains
stainless steel button head cap screws,washers and barrel nuts.
C. Enclosures [Little Buddies] 3/4" co-extruded H.D.P.E.
D. Enclosures and Stanchions [Nucleus,Voltage] One piece all welded construction consisting of 1.315"
OD x 14 GA, 1.315" OD x 12 GA, and 1.029" OD x 14 GA galvanized steel tubing, and HDPE threaded
inserts. Finished with a baked-on powder coating.
E. Enclosure,Offset [Nucleus,Voltage] One piece all welded construction consisting of 1.315" OD x 14
GA and 1.029" OD x 14 GA galvanized steel tubing, 10 GA galvanized sheet and HDPE threaded inserts.
Finished with a baked-on powder coating.
F. Evolution Barriers [Nucleus] Shall consist of a weldment that is one piece all welded construction
consisting of 1.315"OD X 12 GA galvanized steel tubing, 1.315"OD X 14 GA galvanized steel tubing,
13/16"OD X 15 GA galvanized steel tubing, and 8 GA and 10 GA galvanized steel plating, which is
finished with a baked on powder coating. The barriers shall have panel that are made of either 3/4"extruded
HDPE or 3/4"co-extruded HDPE. There shall be castings that are A356-T6 aluminum, heat-treated,which
are finished with a baked on powder coating. All hardware shall be stainless steel nuts, screws, and washer.
G. Internal Barrier [Voltage] Shall consist of four separate parts each being all welded construction
consisting of 1.660"OD x 12 GA and 1.315"OD x 14 GA galvanized steel tube and 10 GA galvanized
steel plate finished with a baked on powder coating.
H. Pipe Walls,Nature Play Pipe Wall [Nucleus,Voltage, Little Buddies] One piece, all welded
construction consisting of 1.315" OD x 14 GA and 1.029" OD x 14 GA galvanized steel tubing, and 1 1/2"
x 1/2"x 10 GA formed galvanized steel plate. Finished with a baked-on powder coating.
I. Pipe Wall [Little Buddies] One piece all welded construction consisting of 1.315" OD x 14 GA wall
and 1.029" OD x 14 GA wall galvanized tubing, 1 1/2" x 1/2" x 1/8" HR steel channel and zinc coated
grade 32510 malleable iron mounting lugs. Finished with a baked on powder coating.
I Slotted Barrier [Nucleus, Voltage, Little Buddies] 3/4" co-extruded H.D.P.E.
Exhibit "A"
Proposal # 125-135768-1
Burke January 13, 2021
K. Stanchion [Little Buddies] One piece all welded construction consisting of 1.315" OD x 14 GA, 1.315"
OD x 12 GA, and 1.029" OD x 14 GA galvanized steel tubing, and zinc coated grade 32510 malleable iron
mounting lugs. Finished with a baked on powder coating.
2.04 Brackets
A. Panel Brackets [Voltage] for accessible reach panels, upper board panels and battlement panels shall be
one piece all welded construction consisting of 7 GA stainless steel formed plate and 10 GA galvanized
sheet steel finished with a baked on powder coating.
B. Mounting Brackets [Voltage] Bracket shall be one piece all welded construction consisting of 3/16"
stainless steel plate and 1.029"OD x 14 GA or 1.315"OD x 12 GA galvanized steel tubing. Finished with
a baked on powder coating.
C. Mounting Tubes [Little Buddies] Tube shall be one piece all welded construction consisting of 1.315"
OD x 14 GA galvanized steel tubing and a stainless steel threaded insert. Finished with a baked on powder
coating.
D. Mounting Tubes [Voltage,Nucleus] Tube shall be one piece all welded construction consisting of a
1.315 OD x .083" wall galvanized tube and a 121,14 steel threaded insert. Finished with a baked on powder
coating.
E. Panel Mounting Tubes [Voltage] Tube shall be one piece all welded construction consisting of 3/16"
stainless steel plates and 1.315" OD x 12 GA galvanized steel tubing. Finished with a baked on powder
coating.
F. Slide Entrance Brackets [Voltage,Nucleus] Bracket shall be 14 GA galvanized steel plate finished with
a baked on powder coating.
G. Steering Wheel Mount Bracket [Voltage, Little Buddies] and Post-Mounted Ship's Wheel Bracket
[Nucleus] Bracket shall be one piece all welded construction consisting of a 3/16" stainless steel plate and a
stainless steel threaded shaft. Finished with a baked on powder coating.
2.05 3-IN-A-ROW RING PANEL
A. 3-IN-A-ROW RING PANEL ASSEMBLY: Assembly consisting of a ring attachment weldment
finished with powdercoat, 1/2" and 3/4" extruded HDPE and stainless steel hardware fasteners.
2.06 32" TRANSITION STAIR WBARRIERS
A. CASTING STRAIGHT BRACKET: A356-T6 Aluminum Heat-Treated. Finished with baked on
powder coating.
B. TOP STAIR BARRIER: One piece all welded construction consisting of 1.315" OD x 12 GA&
1.029" OD x 12 GA galvanized steel tubing and 10 GA galvanized steel plate. Finished with a baked on
powder coating.
Exhibit "A"
Proposal # 125-135768-1
Burke. January 13, 2021
C. 32" TRANSITION BARRIER: One piece all welded construction consisting of 1.315" OD x 12 GA
& 1.029" OD x 12 GA galvanized steel tubing, malleable iron plug and 10 GA galvanized steel plate.
Finished with a baked on powder coating.
D. BOTTOM STAIR TRANSITION BARRIER: One piece all welded construction consisting of 1.315"
OD x 12 GA& 1.029" OD x 12 GA galvanized steel tubing and 10 GA galvanized steel plate.
Finished with a baked on powder coating.
E. 32" ACCESSIBLE STAIR: One piece all welded construction consisting of 12 GA HRPO steel
surfaces, sides, and gussets. PVC coated after fabrication.
2.07 40" TRANSITION STAIR WBARRIERS
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat- Treated. Finished with baked on
powder coating.
B TOP STAIR BARRIER:O S IE . One piece all welded construction consisting of 1.315 OD x 12 GA &,
1.029" OD x 12 GA galvanized steel tubing and 10 GA galvanized steel plate. Finished with a baked on
powder coating.
C. 40" TRANSITION BARRIER: One piece all welded construction consisting of 1.315" OD x 12 GA
& 1.029" OD x 12 GA galvanized steel tubing, malleable iron plug and 10 GA galvanized steel plate.
Finished with a baked on powder coating.
D. BOTTOM STAIR TRANSITION BARRIER: One piece all welded construction consisting of 1.315"
OD x 12 GA& 1.029" OD x 12 GA galvanized steel tubing and 10 GA galvanized steel plate.
Finished with a baked on powder coating.
E. 40" ACCESSIBLE STAIRS: One piece all welded construction consisting of 12 GA HRPO steel
surfaces, sides, and gussets. PVC coated after fabrication.
2.08 48" DOUBLE LEAF SEATS
A. 48" DOUBLE LEAF SEAT FRAME: One piece all welded construction consisting of 1.315" OD x 14
GA galvanized steel tubing and formed 3/16" stainless steel plates. Finished with a baked on powder
coating.
B. LEAF STEP: Cast aluminum alloy finished with a baked on powder coating.
2.09 5" OD ARCH SWING
A. PENDULUM CASTING: Galvanize plated, grade 32510, malleable iron
B. BRONZE BEARING .377 X .75 X .75: Oil impregnated,bronze.
C. SWING BEAM, 5" OD X 130": One piece all welded construction consisting of 5" OD x 11 GA
galvanized steel tubing and 8 GA galvanized steel plate. Finished with a baked on powder coating.
Exhibit ''A"
Proposal # 125-135768-1
Ekwks January 13, 2021
D. ARCH POST END, 5" OD SWING: One piece all welded construction consisting of 5" OD x 11 GA
& 11/16" OD low carbon steel bar and 4 1/2" OD x 11 GA steel tubing w/cadmium and yellow
chromate plating, and an assembly of 3/8" nut inserts. Finished with a baked on powder coating.
E. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate,polyglycol oleate propylene clycol, titanium dioxide, and cumene
hydroperoxide.
2.10 5" OD ARCH SWING ADD-ON
A. PENDULUM CASTING: Galvanize plated, grade 32510,malleable iron
B. BRONZE BEARING .377 X .75 X .75: Oil impregnated,bronze.
C. SWING BEAM, 5" OD X 130": One piece all welded construction consisting of 5" OD x 11 GA
galvanized steel tubing and 8 GA galvanized steel plate. Finished with a baked on powder coating.
D. ARCH POST,ADD-ON 5" OD SWING: One piece all welded construction consisting of 5" OD x 11
GA galvanized steel tubing, 11/16 OD steel and 4 1/2" OD x 11 GA steel tubing w/zinc chromate plating,
and an assembly of 3/8" nut inserts. Finished with a baked on powder coating.
E. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate,polyglycol oleate propylene clycol,titanium dioxide, and cumene
hydroperoxide.
2.11 8" CLOSURE PLATE
A. S5 8" CLOSURE PLATE: 14 GA galvanized steel plate finished with a baked on powder coating.
2.12 8" CLOSURE PLATE
A. S5 8" CLOSURE PLATE: 14 GA galvanized steel plate finished with a baked on powder coating.
2.13 BEE ACCESSIBLE REACH PANEL
A. BUMBLE BEE: 3/4" co-extruded HDPE.
B. BEE PANEL, ACCESSIBLE REACH: 3/4" co-extruded HDPE.
C. PANEL MOUNT BRACKET: One piece all welded construction consisting of 10 GA galvanized sheet
steel and a formed 3/16" stainless steel plate, finished with a baked on powder coating.
D. STANDOFF: 1/2" OD threaded stainless steel
2.14 BELT SEAT,8' PAIR, PVC CHAIN
A. PVC COATED, 4/0 CHAIN 86 1/2": Galvanized 4/0 straight coil chain with PVC coating.
Exhibit "A"
Proposal # 125-135768-1
ke. January 13, 2021
B. MOLDED RUBBER SEAT: Molded rubber, reinforced with a steel insert. Riveted galvanized
attachment hardware.
C. SPACER 1.13 OD X .25: 1/4" Nylatron GS.
D. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate,polyglycol oleate propylene clycol, titanium dioxide, and cumene
hydroperoxide.
E. CLEVIS SHACKLE W/BOLT: 5/16" Shackle with a 3/8" X 1 1/2"bolt.
2.15 CLUBHOUSE FULL BOARD PANEL
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. TUBE 1.315" OD X 42 1/2": 1.315" OD x 14 GA galvanized steel tubing and zinc plated steel nut
inserts. Finished with a baked on powder coating.
C. WOOD PLANK C: -
D. WOOD PLANK E: -
E. WOOD PLANK B: -
F. WOOD PLANK R -
G. WOOD PLANK H: -
H. WOOD PLANK A: -
I. WOOD PLANK D: -
J. WOOD PLANK G: -
2.16 CLUBHOUSE FULL BOARD PANEL
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat- Treated. Finished with baked on
powder coating.
B. TUBE 1.315" OD X 42 1/2": 1.315" OD x 14 GA galvanized steel tubing and zinc plated steel nut
inserts. Finished with a baked on powder coating.
C. WOOD PLANK C: -
D. WOOD PLANK E: -
E. WOOD PLANK B: -
Exhibit "A"
Proposal # 125-135768-1
keJanuary 13, 2021
F. WOOD PLANK F: -
G. WOOD PLANK H: -
H. WOOD PLANK A: -
I. WOOD PLANK D: -
J. WOOD PLANK G: -
2.17 CLUBHOUSE FULL BOARD PANEL,BELOW DECK
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. TUBE 1.315" OD X 42 1/2": 1.315" OD x 14 GA galvanized steel tubing and zinc plated steel nut
inserts. Finished with a baked on powder coating.
C. BOTTOM TUBE 1.315" OD X 42 1/2": 1.315" OD x 14 GA galvanized steel tubing and zinc plated
steel nut inserts. Finished with a baked on powder coating.
D. WOOD PLANK C: -
E. WOOD PLANK E: -
F. WOOD PLANK B: -
G. WOOD PLANK F: -
H. WOOD PLANK H: -
I. WOOD PLANK A: -
J. WOOD PLANK D: -
K. WOOD PLANK G: -
2.18 CLUBHOUSE HALF BOARD PANEL
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. TUBE 1.315" OD: 1.315" OD x 14 GA galvanized steel tubing and zinc plated steel nut inserts.
Finished with a baked on powder coating
C. WOOD PLANK HC: -
D. WOOD PLANK HA: -
Exhibit "A"
Proposal # 125-135768-1
Bwke January 13, 2021
E. WOOD PLANK HD: -
F. WOOD PLANK HB: -
G. WOOD PLANK HE: -
2.19 CLUBHOUSE OFFSET ENCLOSURE,LEFT
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum,Heat-Treated. Finished with baked on
powder coating.
B. WOOD PLANK C: -
C. WOOD PLANK B: -
D. WOOD PLANK CC: -
E. WOOD PLANK A: -
F. WOOD PLANK AA: -
G. WOOD PLANK BB: -
H. OFFSET ADAPTER: -
I. CLUBHOUSE OFFSET ENCLOSURE, LEFT: One piece all welded construction consisting of 1.315"
OD x 12 GA galvanized steel tubing, 10 GA galvanized sheet steel, and zinc-plated steel nut inserts.
Finished with a baked on powder coating.
2.20 CLUBHOUSE RETREAT ROOF
A. WOOD PLANK U: 3/4" extruded HDPE
B. ROOF SUPPORT: One piece all welded construction consisting of 5" OD X 11 GA galvanized steel
tubing, 8 GA galvanized steel plate, and 7 GA HRPO steel plate. Finished with a baked on powder coating.
C. CLUBHOUSE RETREAT ROOF ASSEMBLY: Assembly consisting of. 10 GA galvanized steel
formed supports and 14 GA galvanized steel channel support; all finished with a baked on powder coat,
3/4" extruded HDPE wood planks, zinc plated steel screws and 18-8 stainless steel flat and split lock
washers.
D. CLUBHOUSE RETREAT ROOF ASSEMBLY WITH ROOF RIDGE: Assembly consisting of. 10 GA
galvanized steel formed supports and ridge and 14 GA galvanized steel channel support; all finished with a
baked on powder coat, 3/4" EXTRUDED HDPE wood planks, zinc plated steel screws and 18-8 stainless
steel flat and split lock washers.
2.21 CLUBHOUSE RETREAT ROOF
Exhibit "A"
Proposal # 125-135768-1
swks January 13, 2021
A. WOOD PLANK U: 3/4" extruded HDPE
B. ROOF SUPPORT: One piece all welded construction consisting of 5" OD X 11 GA galvanized steel
tubing, 8 GA galvanized steel plate, and 7 GA HRPO steel plate. Finished with a baked on powder coating.
C. CLUBHOUSE RETREAT ROOF ASSEMBLY: Assembly consisting of. 10 GA galvanized steel
formed supports and 14 GA galvanized steel channel support; all finished with a baked on powder coat,
3/4" extruded HDPE wood planks,zinc plated steel screws and 18-8 stainless steel flat and split lock
washers.
D. CLUBHOUSE RETREAT ROOF ASSEMBLY WITH ROOF RIDGE: Assembly consisting of. 10 GA
galvanized steel formed supports and ridge and 14 GA galvanized steel channel support; all finished with a
baked on powder coat, 3/4" EXTRUDED HDPE wood planks, zinc plated steel screws and 18-8 stainless
steel flat and split lock washers.
2.22 CLUBHOUSE TILT ROOF
A. ROOF SUPPORT: One piece all welded construction consisting of 5" OD X 11 GA galvanized steel
tubing, 8 GA galvanized steel plate, and 7 GA HRPO steel plate. Finished with a baked on powder coating.
B. ROOF SUPPORT: On
C.
D. a piece all welded n p e ded construction consisting of 5 OD X 11 GA galvanized steel tubing, 8 GA galvanized
steel plate, 7 GA HRPO steel plate. Finished with a baked on powder coating.
E. CLUBHOUSE TILT ROOF ASSEMBLY: Assembly consisting of. one piece all welded roof frame
consisting of 10 GA galvanized steel formed supports finished with a baked on powder coat, 3/4"
EXTRUDED HDPE wood planks,zinc plated steel screws and 18-8 stainless steel flat and split lock
washers.
2.23 CLUBHOUSE TILT ROOF
A. ROOF SUPPORT: One piece all welded construction consisting of 5" OD X 11 GA galvanized steel
tubing, 8 GA galvanized steel plate, and 7 GA HRPO steel plate. Finished with a baked on powder coating.
B. ROOF SUPPORT: On
C.
D. a piece all welded construction consisting of 5" OD X 11 GA galvanized steel tubing, 8 GA galvanized
steel plate, 7 GA HRPO steel plate. Finished with a baked on powder coating.
E. CLUBHOUSE TILT ROOF ASSEMBLY: Assembly consisting of. one piece all welded roof frame
consisting of 10 GA galvanized steel formed supports finished with a baked on powder coat, 3/4"
Exhibit ''A''
Proposal # 125-135768-1
Burke January 13, 2021
EXTRUDED HDPE wood planks, zinc plated steel screws and 18-8 stainless steel flat and split lock
washers.
2.24 CLUBHOUSE UNITARY ENCLOSURE
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. WOOD PLANK K: -
C. WOOD PLANK L: -
D. CLUBHOUSE UNITARY ENCLOSURE: One piece all welded construction consisting of 1.315" OD
x 12 GA galvanized steel tubing, zinc plated steel nut inserts, and HDPE threaded inserts. Finished with a
baked on powder coating.
2.25 CLUBHOUSE UNITARY ENCLOSURE
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. WOOD PLANK K: -
C. WOOD PLANK L: -
D. CLUBHOUSE UNITARY ENCLOSURE: One piece all welded construction consisting of 1.315" OD
x 12 GA galvanized steel tubing, zinc plated steel nut inserts, and HDPE threaded inserts. Finished with a
baked on powder coating.
2.26 EVOLUTION ARCHED CATWALK BRIDGE
A. CASTING, 90 DEGREE BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. CASTING, SPACER(ONE HOLE): 356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
C. PANEL, EVOLUTION CATWALK BARRIER, LEFT: 3/4" Extruded HDPE
D. PANEL, EVOLUTION CATWALK BARRIER,RIGHT: 3/4" Extruded HDPE
E. PANEL, EVOLUTION CATWALK BARRIER, CENTER: 3/4" Extruded HDPE
F. EVOLUTION CATWALK BRIDGE BARRIER: One piece all welded construction consisting of
1.315" od x 12 GA and 1.029" OD x 14 GA galvanized steel tubing, and 10 GA galvanized steel sheeting.
Finished with baked on powder coating.
Exhibit "A"
Proposal # 125-135768-1
January 13, 2021
G. ARCHED CATWALK BRIDGE 96": One piece all welded construction consisting of 12 GA surfaces
and 7 GA sides and gussets. PVC coated after fabrication.
2.27 HALF PLATFORM
A. HALF PLATFORM: 12 GA HRPO sheet, finished with a PVC Coating
2.28 HILLSIDE SLIDE ENTRANCE PLATFORM
A. HILLSIDE SLIDE DECK: 3/4" Co-extruded HPDE
B. HILLSIDE SLIDE ENTRANCE PLATFORM: -
2.29 HILLSIDE SLIDE ENTRANCE PLATFORM
A. HILLSIDE SLIDE DECK: 3/4" Co-extruded HPDE
B. HILLSIDE SLIDE ENTRANCE PLATFORM: -
2.30 JUNGLE VINE CLIMBER 48"
A. STONE SLOPE ATTACHMENT PLATE: 10 GA. Galv. Sheet
B. RUNG 1.029"ODX14gaX29 1/2: Formed from galvanized steel tubing of at least 1.029" OD x 14 GA
wall. Finished with a baked on powder coating.
C. 48"-56" STONE SLOPE/STEEP PEAK SUPPORT: One piece all welded 1.315" OD tubing w/ 10
GA sheet steel. Finished with a baked on powder coating.&#xOD;
D.
E. PANEL ASSEMBLY, JUNGLE VINE 48" : Assembly consisting of. 3/4" extruded and co-extruded
HDPE, zinc plated steel screws and 18-8 stainless steel flat and split lock washers.
2.31 JUNGLE VINE CLIMBER 96"
A. STONE SLOPE ATTACHMENT PLATE: 10 GA. Galv. Sheet
B. RUNG 1.029"ODX14gaX29 1/2: Formed from galvanized steel tubing of at least 1.029" OD x 14 GA
wall. Finished with a baked on powder coating.
C. 96" STONE SLOPE/STEEP PEAK SUPPORT: One piece all welded 1.315" OD tubing w/ 10 GA
sheet steel. Finished with a baked on powder coating.&#xOD;
D.
E. PANEL ASSEMBLY,JUNGLE VINE 96": Assembly consisting of. 3/4" extruded and co-extruded
HDPE,zinc plated steel screws and 18-8 stainless steel flat and split lock washers.
Exhibit "A''
Proposal # 125-135768-1
8AWWO., January 13, 2021
2.32 LIL NOVO BEAN STEP
A. LIL NOVO SEAT PANEL: 3/4" Co-extruded HDPE
B. LIL NOVO SEAT FRAME: One piece all welded construction consisting of 3.5" OD x 11 GA
galvanized steel tubing, 8 GA galvanized steel sheeting,and 1/4" zinc-chromated HR steel sheeting.
Finished with a baked on powder coating.
2.33 LUGE SLIDE,48"-56"
A. CASTING, 90 DEGREE BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. TUBE 1.315" OD X 48 3/4": 1.315" OD X 12 GA galvanized tubing. Finished with a baked on
powder coating.
C. DOUBLE SLIDE HOOD: Double wall, linear low density,rotationally molded,U.V. stabilized
polyethylene with double wall construction, molded in 3/8" T-nut inserts, and a textured surface.
D. SLIDE, LUGE: 1/4" thick, linear, low density,rotationally molded,U.V. stabilized polyethylene with
double wall construction,molded in 3/8" T-nut inserts, and a textured surface.
E. SUPPORT,SLIDE EXIT: One piece all welded construction consisting of 2 3/8" OD x 12 GA
galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked on powder coating.
F. HOOD MOUNT BRACKET 1.315" X 4 3/8": 10 gage mounting plate welded to 1.315" OD tubing.
Finished with baked on powder coat.
G. LUGE SLIDE MID SUPPORT: One piece all welded construction consisting of 2 3/8" OD x 10 GA
galvanized steel tubing and 2 1/2" x 1 1/2" x 3/16" HRS angle. Finished with a baked on powder coating
after fabrication.
2.34 NATURE PLAY ROCK,MEDIUM
A. TUBE 1.315 OD X 32 5/8: 1.315" OD x 12 GA galvanized steel tubing finished with a baked on
powder coating.
B. NATURE PLAY ROCK,15", DRILLED: GFRC
2.35 NATURE PLAY ROCK, MEDIUM
A. TUBE 1.315 OD X 32 5/8: 1.315" OD x 12 GA galvanized steel tubing finished with a baked on
powder coating.
B. NATURE PLAY ROCK,15", DRILLED: GFRC
2.36 NATURE PLAY STUMP- LARGE
Exhibit "A"
Proposal # 125-135768-1
keJanuary 13, 2021
A. TUBE 1.315 OD X 32 5/8: 1.315" OD x 12 GA galvanized steel tubing finished with a baked on
powder coating.
B. NATURE PLAY STUMP -LARGE: GFRC
2.37 NATURE PLAY STUMP-SMALL
A. TUBE 1.315 OD X 32 5/8: 1.315" OD x 12 GA galvanized steel tubing finished with a baked on
powder coating.
B. NATURE PLAY STUMP - SMALL: GFRC
2.38 NATURE PLAY STUMP-SMALL
A. TUBE 1.315 OD X 32 5/8: 1.315" OD x 12 GA galvanized steel tubing finished with a baked on
powder coating.
B. NATURE PLAY STUMP- SMALL: GFRC
2.39 NPPS SUPERVISION SAFETY KIT
A. NPPS DVD: National Program for Playground Safety Supervision safety kit including training manual,
training DVD, and supervision fanny pack with supplies.
2.40 OFFSET ENCLOSURE
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. S5 OFFSET ENCLOSURE: One piece all welded construction consisting of 1.315" OD x 14 GA,
1.315" OD x 12 GA, and 1.029" OD x 14 GA galvanized steel tubing, and 10 GA sheet steel. Finished with
a baked on powder coating.
2.41 OVISTEP LAUNCH PAD
A. OVISTEP LANDING PANEL: 3/4" co-extruded HDPE.
B. BRACKET STEP MOUNTING: One piece all welded construction consisting of 10 GA galvanized
P g
sheet steel, 7 GA stainless steel sheet and 1.315" OD x 12 GA galvanized steel tubing. Finished with a
g
baked on powder coating.
2.42 PODSTEP CLIMBER 64-72"
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. CHAIN 4/0 (16 11/16") PVC COATED : 3/8" diameter, 4/0 straight coil chain. PVC coated.
Exhibit "A"
Proposal # 125-135768-1
Bwke January 13, 2021
C. ANCHOR TUBE: 1.315" OD x 12 GA galvanized steel tubing.
D. POD: 1/4" thick, linear, low density, rotationally molded, U.V. stabilized polyethylene with double wall
construction.
E. ROPE ASSEMBLY, TUBE TO DISC 11 3/8": Rope consists of 6 right hand,regular lay strands,
closed around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires
tightly covered with polyester fibers. End connectors and ferrules with stainless steel screws.
F. ROPE ASSEMBLY, DISC TO DISC: Rope consists of 6 right hand,regular lay strands, closed around
a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered
with polyester fibers. End connectors and ferrules with stainless steel screws.
G. ROPE ASSEMBLY, DISC TO TAB 92 1/8": Rope consists of 6 right hand, regular lay strands, closed
around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum grip, end connectors, and ferrules with stainless steel screws.
H. ROPE ASSEMBLY, TUBE TO DISC 25 3/8": Rope consists of 6 right hand,regular lay strands,
closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires
tightly covered with polyester fibers. End connectors and ferrules with stainless steel screws.
I. ROPE ASSEMBLY, DISC TO TAB 78 1/8": Rope consists of 6 right hand,regular lay strands, closed
around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum grip, end connectors, and ferrules with stainless steel screws.
J. ROPE ASSEMBLY, DISC TO TAB 64 1/8": Rope consists of 6 right hand,regular lay strands, closed
around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum grip, end connectors, and ferrules with stainless steel screws.
K. ROPE ASSEMBLY, DISC TO DISC: Rope consists of 6 right hand, regular lay strands,closed around
a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered
with polyester fibers. Aluminum end connectors and ferrules with stainless steel threaded rods and screws.
L. ROPE ASSEMBLY, TUBE TO DISC 44 5/16": Rope consists of 6 right hand, regular lay strands,
closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires
tightly covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel threaded
rods and screws.
M. S5 CENTER MOUNT ENCLOSURE: One piece all welded construction consisting of 3 1/2" OD x 11
GA, 1.315" OD x 12 GA& 1.029" OD X 14 GA galvanized steel tubing, and 10 GA galvanized
sheet. 3 1/2" aluminum post cap and rivets. Finished with a baked on powder coating.
N. WELDMENT, DISC MOUNTING: One piece all welded construction consisting of formed 1.315" OD
x 12 GA galvanized steel tubing, 10 GA galvanized steel sheet. Finished with a baked on powder coating.
Exhibit "A"
Proposal # 125-135768-1
Burke. January 13, 2021
O. ROPE STEP CLIMBER UPPER BRACE: One piece all welded construction consisting of 1.900" OD x
11 GA galvanized steel tubing, 1.563" x 13 GA galvanized steel tubing, 8 GA mounting brackets and
formed plate. Finished with a baked on powder coating.
P. ROPE STEP CLIMBER CROSS BRACE: One piece all welded construction consisting of 1.900" OD
x 11 GA galvanized steel tubing and 8 GA mounting brackets. Finished with a baked on powder coating.
Q. SPACER 1.13 OD X .25: 1/4"Nylatron GS.
R. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate,polyglycol oleate propylene clycol,titanium dioxide,and cumene
hydroperoxide.
S. CLEVIS SHACKLE W/BOLT: 5/16" Shackle with a 3/8" X 1 1/2"bolt.
T. BRASS SPACER 7/16" OD X 1 1/4": Brass Tube 7/16" OD X .028" Wall
2.43 ROCK'N ROLL SLIDE,40" -48" W/O HOOD
A. NARROW SLIDE, 40"-48": 1/4" thick, linear, low density, rotationally molded, U.V. stabilized
polyethylene with double wall construction, molded in 3/8" T-nut inserts, and a textured surface.
B. SUPPORT,SLIDE EXIT: One piece all welded construction consisting of 2 3/8" OD x 12 GA
galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked on powder coating.
2.44 ROCKIT ATTACHMENT POST 55 1/2"
A. U CHANNEL 55 1/2": Formed channel, 10 gage galvanized steel. Finished with a baked on
powdercoat finish.
2.45 ROCKIT ATTACHMENT POST 79 1/2"
A. U CHANNEL 79 1/2": Formed channel, 10 gage galvanized steel. Finished with a baked on
powdercoat finish.
2.46 ROCKIT CURVED LADDER
A. 3/8" X 8" ANCHOR ROD : 3/8" Diameter steel rod.
B. CURVED LADDER: Weldment consisting of 2 formed channels, 10 gage galvanized steel, and formed
rungs, 1.029" OD tubing. Finished with a baked on powdercoat.
2.47 ROCKIT END LADDER
A. 3/8" X 8" ANCHOR ROD : 3/8" Diameter steel rod.
B. END LADDER: Weldment consisting of formed channels, 10 gage galvanized steel, formed rungs,
1.029" OD tubing. Finished with a baked on powdercoat.
Exhibit "A"
Proposal # 125-135768-1
Burlice. January 13, 2021
2.48 ROCKIT END PANEL
A. END SUPPORT: Weldment consisting of 10 gage galvanized plate welded to 2.375" OD galvanized
tube. Finished with a baked on powder coat.
B. END PANEL ASSEMBLY: 1/4" thick, linear, low density, rotationally molded, U.V. stabilized
polyethylene with double wall construction, molded in 3/8" T-nut inserts, and a textured surface. Molded
professional grade rock climbing hold with stainless steel washers attached with stainless steel bolts.
2.49 ROCKIT OFFSET PANEL
A. OFFSET PANEL ASSEMBLY: 1/4" thick, linear, low density,rotationally molded, U.V. stabilized
polyethylene with double wall construction, molded in 3/8" T-nut inserts,and a textured surface. Molded
professional grade rock climbing hold with stainless steel washers attached with stainless steel bolts.
2.50 SLIDE HOOD,HIGH SIDE WALL
A. CASTING, FLAT PANEL: A356-T6 Aluminum, Heat- Treated. Finished with baked on powder
coating.
B. SLIDE HOOD: Linear, low density rotationally molded,U.V. stabilized,polyethylene, .250" thick,
double wall construction. Textured outside surface.
C. SLIDE HOOD WELDMENT, HIGH SIDE WALL, LEFT: -
D. SLIDE HOOD WELDMENT, HIGH SIDE WALL, RIGHT: -
2.51 SLIDE HOOD,LOW SIDE WALL
A. CASTING, FLAT PANEL: A356-T6 Aluminum, Heat- Treated. Finished with baked on powder
coating.
B. SLIDE HOOD: Linear, low density rotationally molded,U.V. stabilized,polyethylene, .250" thick,
double wall construction. Textured outside surface.
C. SLIDE HOOD WELDMENT, LOW SIDE WALL, LEFT: -
D. SLIDE HOOD WELDMENT, LOW SIDE WALL, RIGHT: -
2.52 SLIDE HOOD,LOW SIDE WALL
A. CASTING, FLAT PANEL: A356-T6 Aluminum, Heat- Treated. Finished with baked on powder
coating.
B. SLIDE HOOD: Linear, low density rotationally molded,U.V. stabilized,polyethylene, .250" thick,
double wall construction. Textured outside surface.
C. SLIDE HOOD WELDMENT, LOW SIDE WALL, LEFT: -
Exhibit "A"
Proposal # 125-135768-1
Burke. January 13, 2021
D. SLIDE HOOD WELDMENT, LOW SIDE WALL, RIGHT: -
2.53 SPLIT SQUARE PLATFORM
A. S5, 8" CLOSURE PLATE, SPLIT SQUARE: 14 GA galvanized steel plate finished with a baked on
powder coating.
B. SPLIT SQUARE PLATFORM: 12 GA HRPO sheet, finished with a PVC Coating
2.54 SQUARE PLATFORM
A. SQUARE PLATFORM S5P: 12 GA HRPO sheet, finished with a PVC Coating
2.55 SQUARE PLATFORM
A. SQUARE PLATFORM S5P: 12 GA HRPO sheet, finished with a PVC Coating
2.56 SUSPENSION ROPE LINK
A. CASTING, STRAIGHT BRACKET: A356-T6 Aluminum, Heat-Treated. Finished with baked on
powder coating.
B. GALVANIZED 4/0 CHAIN 44": 4/0 straight coil chain, 3/8" diameter.
C. ANCHOR TUBE: 1.315" OD x 12 GA galvanized steel tubing.
D. ROPE ASSEMBLY,48"-72"/56"-64": Rope consists of 6 right hand,regular lay strands,closed
around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel screws.
E. BRACKET, RH DECK SUPPORT: One piece all welded construction consisting of 7 GA HRPO steel
and 10 GA galvanized steel. Finished with a baked on powder coating.
F. BRACKET, LH DECK SUPPORT: One piece all welded construction consisting of 7 GA HRPO steel
and 10 GA galvanized steel. Finished with a baked on powder coating.
G. S5 UNITARY ENCLOSURE: One piece all welded construction consisting of 1.315" OD x 14 GA,
1.315" OD x 12 GA, and 1.029" OD x 14 GA galvanized steel tubing, and HDPE threaded inserts. Finished
with a baked on powder coating.
H. BRACKET, ROPE CLIMBER SUPPORT: One piece all welded construction consisting of 8 GA
galvanized steel. Finished with a baked on powder coating.
I. BRASS SPACER 7/16" OD X 1 1/4": Brass Tube 7/16" OD X .028" Wall
2.57 TAKTIKS BOLT CLIMBER
A. GALVANIZED 4/0 CHAIN 12": 4/0 straight coil chain.
Exhibit "A"
Proposal # 125-135768-1
KOJanuary 13, 2021
0
B. ANCHOR TUBE: 1.315" OD x 12 GA galvanized steel tubing.
C. POD: 1/4" thick, linear, low density, rotationally molded, U.V. stabilized polyethylene with double wall
construction.
D. HOVER POD: 1/4" thick, linear, low density, rotationally molded,U.V. stabilized polyethylene with
double wall construction.
E. ROPE ASSEMBLY, DISC CLIMBER 71 3/4": Rope consists of 6 right hand, regular lay strands,
closed around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires
tightly covered with polyester fibers. Aluminum grip, end connectors, and ferrules with stainless steel
screws.
F. ROPE ASSEMBLY, TAB TO TUBE 9": Rope consists of 6 right hand, regular lay strands, closed
around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel screws.
G. ROPE ASSEMBLY WITH GRIP 61": Rope consists of 6 right hand, regular lay strands, closed around
a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered
with polyester fibers. Aluminum grip, end connectors, and ferrules with stainless steel screws.
H. ROPE ASSEMBLY, TUBE TO DISC 22 1/4": Rope consists of 6 right hand,regular lay strands,
closed around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires
tightly covered with polyester fibers. End connectors and ferrules with stainless steel screws.
I. ROPE ASSEMBLY, TAB TO TUBE 29 11/16": Rope consists of 6 right hand, regular lay strands,
closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires
tightly covered with polyester fibers. Aluminum end.connectors and ferrules with stainless steel screws.
J. ROPE ASSEMBLY, TAB TO TUBE 35 5/8": Rope consists of 6 right hand, regular lay strands, closed
around a synthetic fiber core,with each preformed strand consisting of 8 galvanized steel wires tightly
covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel screws.
K. WELDMENT, DISC MOUNTING: One piece all welded construction consisting of formed 1.315" OD
x 12 GA galvanized steel tubing, 10 GA galvanized steel sheet. Finished with a baked on powder coating.
L. WELDMENT, ROPE PLATFORM: One piece all welded construction consisting of formed 1.315" OD
x 12 GA galvanized steel tubing. Finished with a baked on powder coating.
M. WELDMENT, TUBE CLIMBER: One piece all welded construction consisting of formed 1.315" OD x
12 GA galvanized steel tubing. Finished with a baked on powder coating.
N. ARCHED BEAM 02 3/8 X 48": One piece all welded construction consisting of formed 2 3/8" OD x
10 GA galvanized steel tubing, 7 GA stainless steel sheet. Finished with a baked on powder coating.
Exhibit "A"
Proposal # 125-135768-1
Burke. January 13, 2021
O. BEAM, ARCHED ROPE UPPER: One piece all welded construction consisting of formed 2 3/8" OD x
10 GA galvanized steel tubing, 7 GA stainless steel sheet and 8 GA galvanized steel plate. Finished with a
baked on powder coating.
P. BEAM, ARCHED ROPE LOWER: One piece all welded construction consisting of formed 2 3/8" OD
x 10 GA galvanized steel tubing, 7 GA stainless steel sheet and 8 GA galvanized steel plate. Finished with
a baked on powder coating.
Q. BRASS SPACER 7/16" OD X 1 1/4": Brass Tube 7/16" OD X .028" Wall
2.58 TOT SEAT, 7' & 8' PAIR,PVC CHAIN
A. PVC COATED,4/0 CHAIN 64 9/16": 3/8" diameter, 4/0 straight coil chain. PVC coated after
fabrication.
B. MOLDED RUBBER TOT SEAT ONLY: -
C. SPACER 1.13 OD X .25: 1/4" Nylatron GS.
D. LOCKTITE: Thread Locker; CAUTION: May irritate eyes, skin and respiratory system. Contains:
polyglycol dimethacrylate, polyglycol oleate propylene clycol,titanium dioxide, and cumene
hydroperoxide.
E. CLEVIS SHACKLE W/BOLT: 5/16" Shackle with a 3/8" X 1 1/2" bolt.
2.59 TRANGO CLIMBER,POST TO POST
A. ROPE ASSEMBLY, TAB TO TAB 84 11/16": Rope consists of 6 right hand,regular lay strands,
closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires
tightly covered with polyester fibers. Aluminum end connectors and ferrules.
B. BRACKET, VINE CLIMBER CONNECTION: One piece all welded construction consisting of 7 GA
stainless steel formed plate and 8 GA galvanized sheet. Finished with a baked on powder coating.
C. WELDMENT, VINE CLIMBER: One piece all welded construction consisting of 1.660" OD X 12 GA
& 1.315" OD X 12 GA galvanized steel tubing. Finished with a baked on powder coating.
D. BRACKET,YOKE CONNECTION 1 3/4" X 7 1/4": One piece all welded construction consisting of
3/8" thick stainless steel and formed 7 GA stainless steel sheet. Finished with a baked on powder coating.
2.60 TREE BRANCH CLIMBER 40"
A. METAL CLIMBER: -
2.61 TREE BRANCH CLIMBER 56"
A. METAL CLIMBER: -
Exhibit "A"
Proposal # 125-135768-1
Burke January 13, 2021
2.62 TRIANGLE PLATFORM
A. TRIANGLE PLATFORM S5P: 12 GA HRPO sheet, finished with a PVC Coating
2.63 VELO XL SLIDE,88"-96" W/O HOOD
A. VELO SLIDE 88"-96", SINGLE BEDWAY: 1/4" thick, linear, low density, rotationally molded,U.V.
stabilized polyethylene with double wall construction, molded in 3/8" T-nut inserts, and a textured surface.
B. SUPPORT,SLIDE EXIT: One piece all welded construction consisting of 2 3/8" OD x 12 GA
galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked on powder coating.
C. SUPPORT, VELO SLIDE 88"-96" MID: One piece all welded construction consisting of 10 GA
galvanized steel plate and 2 3/8" OD x 12 GA galvanized steel tubing. Finished with a baked on powder
coating.
2.64 VIPER S 48-56 W/O HOOD
A. ENTRANCE SLIDE SECTION: 1/4" thick, linear, low density,rotationally molded, U.V. stabilized
polyethylene with double wall construction, molded in 3/8" T-nut inserts, and a textured surface.
B. EXIT SLIDE SECTION: 1/4" thick, linear, low density, rotationally molded, U.V. stabilized
polyethylene with double wall construction, molded in 3/8" T-nut inserts, and a textured surface.
C. 45 DEG LEFT SLIDE SECTION: 1/4" thick, linear, low density, rotationally molded,U.V. stabilized
polyethylene with double wall construction, and a textured surface.
D. 45 DEG RIGHT SLIDE SECTION: 1/4" thick, linear, low density, rotationally molded, U.V. stabilized
polyethylene with double wall construction, and a textured surface.
E. SUPPORT,SLIDE EXIT: One piece all welded construction consisting of 2 3/8" OD x 12 GA
galvanized steel tubing and 8 GA galvanized sheet steel. Finished with a baked on powder coating.
F. SLIDE SUPPORT 2J: 8 gage formed plate welded to 1.660" OD tubing. Finished with baked on
powder coat.
PART 3 EXECUTION
3.01 Site Preparation
A. All new installation shall be laid out by the contractor in accordance with the construction plans.
3.02 Installation
A. Install play structure in compliance with manufacturer's written instructions.
B. Install components in sequence as recommended by manufacturer.
Exhibit "A"
Proposal # 125-135768-1
Burke. January 13, 2021
C. Install play structure as indicated on the drawings provided.
D. Variations from the installation indicated must be approved.
E. Variations from the installation indicated and all costs for removal and replacement will be the
responsibility of the contractor.
3.03 Cleaning
A. The contractor shall clean the jobsite of excess materials, including post hole excavations.
3.04 Demonstration
A. Instruct the owner's personnel on proper operation and maintenance of playground components.
END OF SECTION
BCI BURKE COMPANY,LLC
660 Van Dyne Road
P.O.Box 549
Fond du Lac,Wisconsin 54936-0549
Contact: Scott Liebelt
Phone: (920) 921-9220
Fax: (920) 921-9566
Toll Free: 1-800-266-1250
Website: www.bciburke.com
E-mail: sales@bciburke.com
Revision Date: 3/18/2019
Exhibit "A"
D - Tab 4
Project Management Structure
- Mike Giehl would be main contact for this project
o mike@fabplaygrounds.com
o (512) 636-8260
- Tom Driscoll at Premier Outdoor Installation is main contact for
our installation company
o tom@premieroutdoors.com
o (281) 924-0271
- Benjamin McCarthy would be the Project Manager for this
project and would converse with the crews at site on daily basis
o benjamin@premieroutdoors.com
o (832) 993-4740
Exhibit "A"
E - Tab 5
Prior Experience
Exhibit "A"
Projects (Short list of large projects over the years)
2016 - Various Projects - Approx. $9 million
2017- City of Marble Falls - Johnson Park $75,000 - Feb 2017
2017- River Place MUD - Sun Tree Park $110,000 - March 2017
2017 - South San Antonio ISO - 9 Shade Structures over playgrounds $162,000 - April 2017
2017 - Hays WCID No.2 - Belterra Community $160,000 - June 2017
2017 - Kendall County - Comfort Park - $78,000 - Move With Us Grant - Dec 2017
2018 - Meadows at Chandler Creek- Fitness Equipment and Surfacing - $50,000 - Jan 2018
2018 - Artisan Creekside - Playground - $68,000 - March 2018
2018 - City of Lago Vista - Shade - $32,000- May 2018
2018 - Cameron County- Custom Amphitheater Shade - $400,000- Summer 2018
2018 - Respite Care - San Antonio - Playground - $211,000 - Summer 2018
2018 - DR Horton, Georgetown,TX - Fairhaven Amenity Center - Playground/Surfacing $80,000 - July 2018
2018 - IDEA School - 9 Playgrounds - $750,000 - July 2018
2018 - Rise School of Corpus Christi - Playground/Surfacing - $170,000 - Aug
2018 - Harlandale ISD - Vestal/Carroll Bell ES - Playground/Shade/Surfacing - $320,000 - Dec 2018
2018 - Manor ISD - Decker E5 - Playground - $130,000 - End of 2018
2019 - Woodlawn Baptist - Playgrounds/Surfacing $160,000 - Jan 2019
2019 - City of Llano - Robinson Park - Playground/Surfacing, $160,000 - Jan 2019
2019- Travis County Parks - Arkansas Bend- Nature Trail - $220,000 - April/May 2019
2019 - Round Rock ISD - Playgrounds, Shade, Surfacing - $850,000 - Summer 2019
2019 - IDEA Schools - Playgrounds, Shade, Surf - $900,000- Summer 2019
Y9 9
2019 - Manor ISD Early Learning - Playgrounds, Shade, Surfacing - $320,000- Nov 2019
2019 - Belterra - Playground and Surfacing - $150,000 - June 2019
2019 - San Antonio Academyof Texas - Playground - 50,000 - August 2019
$
Y9 9
2019- La Cima Amenity Center - Berliner Playground - $90,000 - March 2019
2020 - Arrowhead Amenity Center- Playground, Fitness and Surfacing - $120,000 - Jan 2020
2020 - Manchaca Elementary - Playground and Surfacing - $170,000- Jan 2020
2020 - IDEA Schools - Playgrounds, Shade, Surfacing - $1.2 million - Summer 2020
2020- Round Rock ISD - Playgrounds, Shade, Surfacing - $900,000 - Summer 2020
114 Venice Sugar Land, TX. 77478 512-636-8260 Fax 281-265-0043
mike@fabplaygrounds.com
Exhibit "A"
F - Tab 6
Personnel
Exhibit "A"
1�
5 M
playground rnernorie5 filled with fun"
Contacts:
President VP of Sales (Austin/5an Antonio)
Leigh Walden Mike Giehl
Iwalden@fabplay_grounds.com mike@fabplay_grounds.com
281.793.8002 512.636.8260
Houston Area - Landscape Architects Southwest TX & Surrounding Areas
Brian Kaul Sarah McClure
brian@fablplaygrounds.com sarah@fabplaygrounds.com
832.808.2507 832.808.9600
I-45 West/Coastal Bend Region Rio Grande Valley/West TX
Payton Newton Ruben Cardenas
payton@fabplay_grounds.com ruben@fabplay_grounds.com
805.914.4918 956.778.9210
Office Manager/Accounting Inside Project Management
Ashley Russell Chase Morris
ashley@fabplaygrounds.com chase@fabplay_grounds.com
281.744.8983 281.733.0516
114 Venice, Sugar Land, TX. 77478
Main 855-226-8637 / Fax 281-265-0043
Exhibit "A"
G - Tab 7
Authorized Negotiator
Exhibit "A"
-- ' Gn 311v
p1av4'��nd flpedwAhfs:n..
I am the authorized negotiator for any contract-related matters regarding this project:
RFP No. 21-010.
Thank you again.
Take are,
Leigh Wa den, CPSI
114 Venice, Sugar Land, TX. 77478 281-793-8002 Fax 281-265-0043 Iwalden@fabplaygrounds.com
Exhibit "A"
H - Tab 8
Attachments and Addendum
City of Round Rock
Community Development Block Grant(CDBG) Frontier Park Playground
RFP No. 21-010
Class/Item: 650-00/650-38/988-73
December 2020
ATTACHMENT A
PROPOSAL SUBMITTAL FORM AND EXECUTION
NOTE: RESPONDENTS SHALL COMPLETE AND RETURN THIS ATTACHMENT WITH THEIR
PROPOSAL. FAILURE TO DO SO WILL RESULT/N DISQUALIFICATION OF THE PROPOSAL.
By signature hereon,the Respondent certifies that:
All statements and information prepared and submitted in the response to this RFP are current, complete
and accurate.
He/she has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity,
future employment, gift, loan gratuity, special discount, trip, favor, or service to a City employee in
connection with the submitted response. Failure to sign the Execution of Proposal or signing it with a
false statement shall void the submitted offer or any resulting contracts.
Respondent represents and warrants that the individual signing this Execution of Proposal is authorized
to sign this document on behalf of the Respondent and to bind the Respondent under any contract
resulting from this request for proposals.
RESPONDENT(COMPANY): fun abounds'
SIGNATURE (IN INK): /V/`/
NAME (TYPED/PRINTED) Mike Giehl
TITLE: VP Sales DATE: 1/13/2021
STREET: 114 Venice
CITY/STATE/ZIP: Sugar Land, TX 77478
TELEPHONE AND FACSIMILE NO.: (512)636-8260, Fax: (281) 265-0043
E-MAIL ADDRESS: mike@fabplaygrounds.com
FEDERAL TAX IDENTIFICATION NUMBER(FIN): 36-4766562
By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions,
Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically
provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions, Terms and
Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of
changes. In addition to the above General Terms and Conditions listed in Section IV, the City's Definitions,
Terms and Conditions shall be enforced and part of the contract and can be obtained from the City's website
at: https://www.roundrocktexas.gov/departments/purchasing/
Page 18 of 20
„d„ I!q!gx3
City of Round Rock Exhibit "A"
Community Development Block Grant (CDBG) Frontier Park Playground
RFP No. 21-010
Class/Item: 650-00/650-38/988-73
December 2020
ATTACHMENT B
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: RFP No. 21-010
RESPONDENT'S NAME: fun abounds DATE: 1/13/2021
Provide the name, address, telephone number and E-MAIL of at least three(3) valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within the
last two(2)years. City of Round Rock references are not applicable. References may be checked prior to
award. If references cannot be confirmed or if any negative responses are received it may result in the
disqualification of submittal.
1. Company's Name Round Rock ISD
Name of Contact Frank Morris
Title of Contact Project Manager
E-Mail Address frank_morris@roundrockisd.org
Present Address 16255 Great Oaks Dr
City, State, Zip Code Round Rock, TX 78681
Telephone Number ( 512 ) 517-2437 Fax Number: ( )
2. Company's Name Manor ISD
Name of Contact Armando Tinoco
Title of Contact Director of Construction
E-Mail Address armando.jaimestinoco@manorisd.net
Present Address 12716 Gregg Manor Rd
City, State, Zip Code Manor, TX 78653
Telephone Number ( 512 ) 468-8785 Fax Number: ( )
3. Company's Name City of Cedar Park
Name of Contact Mike DeVito
Title of Contact Asst Director, PARD
E-Mail Address mike.devito@cedarparktexas.gov
Present Address 1435 Main St
City, State, Zip Code Cedar Park, TX 78613
Telephone Number ( 512 ) 626-5853 Fax Number: ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 19 of 20
City of Round Rock Exhibit "A"
Community Development Block Grant (CDBG) Frontier Park Playground
RFP No. 21-010
Class/Item: 650-00/650-38/988-73
December 2020
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: RFP No. 21-010
RESPONDENT'S NAME: fun abounds DATE: 1/13/2021
• CIRCLE ONE - NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO
YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES
If yes complete the information below
1. Subcontractor Name Premier Outdoor Installation
Name of Contact Tom Driscoll
E-Mail Address tom@premieroutdoors.com
Address 2630 Cemetary Rd
City, State, Zip Code Santa Fe, TX 77517
Telephone Number ( 281 ) 924-0271 Fax Number: ( )
Describe work to be
performed All construction work and installation services
Percentage of contract 100 %
work to be performed
2. Subcontractor Name
Name of Contact
Title of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Number ( ) Fax Number: ( )
Describe work to be
performed
Percentage of contract
work to be performed
• Add additional pages as needed
Page 20 of 20
Exhibit "A"
ROUND ROCK TEXAS
PURCHMING OMSION
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: RFP 21-010 Addendum No: 1 Date of Addendum: 12/17/20
This addendum is to incorporate the following changes to the above referenced solicitation:
I. Questions:
Q1. Can the City provide us with the estimated budget for this project?
Al. The City estimates the budget for this project to be in the realm of$150,000.
Q2. Does the City have any bonding requirements?
A2. No, this project is not interpreted as a public works contract by the City's legal department, so
bonding is not required.
Q3. What kind of installation schedule is the City anticipating?
A3. The City expects this playground will be completed by August 2021.
Q4. Who will provide and install the Community Development Block Grant(CDBG)signage at the playground?
A4. The City will provide and install the appropriate signage.
Q5. May we please have a CAD file of Attachment F- Measurement Drawing?
A5. Yes, the City has included this drawing on the solicitation website with this addendum.
Q6. What is the current surfacing on the playground, and will you accept different materials?
A6. The current surfacing is Engineered Wood Fiber(EWF), but the City will accept a different material so
long as it is not a form of tile. Any material proposed by bidders other than EWF is subject to City
approval.
Q7. Does the Contractor need to provide drainage for this playground?
A7. No, the existing drainage is sufficient for this location.
Q8. Can tree limbs be cut back and who is responsible for providing that service?
A8. The tree in the center of the playground will remain but tree limbs may be cut back as needed. The
City will provide that service in-house.
Q9. Will the City require tree protection and fencing? If so, who is responsible for it?
A9. The City does not anticipate requiring tree protection. Fencing type and material is at the
Contractor's discretion. Typically, the City sees orange construction fencing on most of their
playground installations.
Q10. How will the Contractor access the site?
A10. The City will need to approve the Contractor's proposed entrance and exit to the site.
Q11. Can you please define the level of accessibility in the design solution? Is it the common approach of the
design has the appropriate number of elevated and ground level components and an ADA accessible
surface to be considered accessible so that meets our requirement or is it going beyond that to really include
more inclusive elements?
Al 1. The City expects to see the standard level of accessibility with appropriate number of elevated and
ground components.
Exhibit "A"
Q12 Regarding the target design ages, are you really looking for specific 2-5 equipment and 5-12 equipment or
leaving it up to the proposers to determine what we think is best for the space to get the most value in the
space while creating an appealing design?
Al Design for the most value for the space. The City would like to provide children with a variety of
elements for the range of ages listed but -g g t do not need separate, stand-alone units.
II. Additional Information: The City has included Attachment F- Measurement Drawing in CAD format.
III. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: C'f/xi I/1QLl4yt.CLyL 12/17/2020
Cheryl Kaman, Pur asing Supervisor
Purchasing Office, 512-218-5417
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY: ' /�
Mike Giehl /211/ /V 1/13/2021
Name Authorized Signature Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
Exhibit "A"
ROUND ROCK TEXAS
VURCH"NG�MSION
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: RFP 21-010 Addendum No: 2 Date of Addendum: 12/29/20
This addendum is to incorporate the following changes to the above referenced solicitation:
I. Questions:
Cost Proposal Sheet Questions:
Q1. On the Cost Proposal Sheet, Item#1 is to design and provide the layout for Qty 1 playground, but Item#2
asks for 2 additional design requests. Are you requesting 3 designs total for the bid package?
Al. No, three designs are not required to be submitted with the offer. Item 1 on the cost proposal sheet
represents the original design provided by the Respondent while item 2 is intended to accommodate
a flat rate for modification of the original design if the City requests changes.
Q2. If we wanted to provide additional designs for the City to choose from with our original offer how would we do
that.
A2. The City will accept different playground design options from the same Respondent for the intended
space. If this is something your company would like to provide, please fill out multiple versions of the
cost proposal sheet listing them as corresponding to Option 1, 2, etc. of your design. It is important
to the City that the total turn-key cost for any option be listed on the cost proposal sheet under
"Project Total" with the lines broken out appropriately.
Attachment G-Federal Requirements Questions:
Q3. The Compliance Affidavit was not attached. Will it be provided? (page 40)
A3: This will only need to be completed by the awarded contractor.
Q4. The Affidavit and Waiver of Lien by Contractor was not attached. Will it be provided? (page 40)
A4: This will only need to be completed by the awarded contractor.
Document "1.1 21-010 CDBG Frontier Park Playground" Questions:
Q5. How many reference projects are required? (page 16, Tab 5-Prior Experience)
A5: The City requires three prior references where the size and scope of the work completed was similar
to that of this project.
Q6. Are samples required? If so, what is needed? (page 4, Section 8, Letter F)
A6: No. Samples will not be required for this solicitation.
Q7. Should shade be included in the design?
A7: Shade of some sort(integral or standalone) is encouraged, but not required.
Q8. Will we be required to obtain permits on free-standing shade structures? (page 8, Section 9: Pricing)
A8: Standalone shade structures will need to be designed in accordance with the current City of Round
Rock(CORR) building standards. The City will obtain the appropriate permits for the standalone
shade structure(s).
Exhibit "A"
Q9. Do spoils need to be hauled off or is there an area to spread? (page 13, Section 6, Letter 1)
A9: The spoils need to be hauled off.
Q10. If the city removes concrete, will they back fill to bring subgrade up (if needed)to have 12" depth for
Engineered Wood Fiber(EWF)?
A10: The Contractor will backfill the area, if necessary, to have subgrade at 12" below finished elevation.
Q11. Can you please define Back Works? (page 13, Section 6, Letter F)
A11: Back Works refers to any damage to other parts of the park that will need to be repaired as a result
of the installation on the playground.
Q12. Will existing EWF and concrete between the play areas need to be removed?
Al2: The Contractor will need to remove the existing EWF. The concrete will be removed by another
Contractor.
Q13. Will the existing concrete border remain?
A13: The border will remain the same.
ll. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: 12/29/20
Adam Ga4hon, chaser
Purchasing Office, 512-218-5456
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
Mike Giehl 1/13/2021
Name Authorized Signature Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
Exhibit "A"
- Tab9
Cost Proposal
Exhibit "A"
Attachment I -Cost Proposal Sheet
Community Development Block Grant (CDBG) Frontier Park Playground
RFP 21-010 -fun abounds (Option 1)
The Respondent represents they are submitting a binding offer and are authorized to bind the respondent to fully comply with the solicitation documents
contained in RFP 21-010 Community Development Block Grant(CDBG) Frontier Park Playground.The Respondent acknowledges that they have received
and read the entire solicitation packet,attachments,addendums,and all documents incorporated by reference,and agrees to be bound by the terms
therein.
Special Instructions: The City reserves the right to purchase more or less than the quantities indicated below.
No. Description Estimated Unit Unit Cost Extended Total
Quantity
Design and provide a layout of the new playground in accordance EA $0.00
with the scope of work requirements
2 Additional design requests made by the City 2 EA $0.00
3 Manufacture all playground equipment included in the proposed 1 EA $90,245.00 $90,245.00
design
Remove and dispose of existing playground equipment(backfill
4 1 EA $11,000.00 $11,000.00
costs TBD once existing EWF is removed)
5 Delivery of new playground equipment 1 EA $5,275.00 $5,275.00
6 Installation of new playground equipment(includes surfacing) EA $45,253.00 $45,253.00
Personnel Hourly Rates
No. Job Descriptionff Me Estimated Unit Rate Extended Total
Quantity
7 General Laborer-$12.50/hr; Foreman/Project Manager-$19/hr
(these rates included in install/demo costs above) Hour
8
Hour
9
Hour
10
Hour
Project Total: $151,773.00
1oft
Exhibit "A"
Estimate
fun abounds, inc. Date Estimate#
114 Venice
Sugar Land, TX, 77478 1 1,i2021 6407
sm 855-226-8637 phone
} ds 281-265-0043 Fax Mike Giehl, VP of Sales
0&P
Leigh Walden, President Austin, San Antonio, Laredo
Iwalden@fabplaygrounds.com and surrounding areas
r�7ti. playground mar�rl2sfiHedwthf4n" www.fabplaygrounds.com mike@fabplaygrounds.com
512-636-8260
We are pleased to provide this estimate for Ship to:
City of Round Rock Frontier Park
Purchasing Division 1804 Frontier Trail
221 East Main Street Round Rock,TX 78681
Round Rock,TX 78664 RFP No.21-010
Option I
Rep Terms Project
MG Due upon compl... Frontier Park
Item Description Qty Rate Total
Playground Equipment
Burke BCI Burke Custom Playground;see drawing 1 110,168.00 110,168.00
125-135762-1
580-1026 FS-Novo Sign,Age 5-12 1 509.00 509.00
580-1025 FS-Novo Sign,Ages 2-5 1 509.00 509.00
NPPS Safety Kit NPPS Supervision Safety Kit-FREE 1 0.00 0.00
BCIMAINT BCI Burke Maintenance Kit-FREE 1 0.00 0.00
Discount Discount -20,941.00 -20,941.00
Installation Installation of Playground Equipment 1 29,650.00 29,650.00
Freight Freight 5,275.00 5,275.00
Subtotal of Playground Equipment 125,170.00
Playground Surfacing
I WF-Material... EWF-Material Only 215 20.15349 4,333.00
EWF-Freight Freight(Truck Load 85 yds) 3 1,190.00 3,570.00
EWF-Installati... Installation only of EWF and Geotextile;includes 215 30.00 6,450.00
compaction in 6"lifts
Subtotal of Playground Surfacing 14,353.00
Construction Work
_TFan }uu or allowing us to Submit t is proposal.
Subtotal
PLEASE NOTE: Order will be placed upon receipt of signed quote or Sales Tax.
purchase order, color selections, and down payment.
Thank you! We appreciate the opportunity to earn your business!
Total
------------------------------------
City of Houston WBE
(Women's Business Enterprise) Signature
Certificate#20-2-11596 i
We are proud of a job well done and may spotlight your project on our
'•-- ------------------------ webaite or FaceBook. If we do not have your perndosion to do no,
please not*us. Thank you!
Pagel
Exhibit "A"
Estimate
fun abounds, inc. Date Estimate#
114 Venice
Sugar Land, TX. 77478 1/13/2021 6407
SM 855-226-8637 phone
S 281-265-0043 Fax Mike Giehl, VP of Sales
Leigh Walden, President Austin, San Antonio, Laredo
IwaldenCfabplaygrounds.com and surrounding areas
Pi°ygr°,ra.nem�rz'f+Nedwhh fun" www.fabplaygrounds.com mike@fabplaygrounds.eom
512-636-8260
We are pleased to provide this estimate for Ship to:
City of Round Rock Frontier Park
Purchasing Division 1804 Frontier Trail
221 East Main Street Round Rock,"FX 78681
Round Rock,TX 78664 RFP No.21-010
Option I
Rep Terms Project
MG Due upon compl... Frontier Park
Item Description Qty Rate Total
Dcmo Demo of existing equipment and removal of 11,000.00 11.000.00
existing EWF: includes disposal
Landscaping Repairs of torn up grass and till Nvith sand.Icvcling 1.250.00 1.250.00
of any tire ruts
Dirt Work **Back Fill costs TBD based on amount of EWF 0.00 0.00
removed and resulting depths discovered during
removal of EWF**
Subtotal of Construction Work 12.250.00
Note Pricing is for the above listed equipment only,and 0.00 0.00
does not include additional insured addendum,
additional insurance,storage,security,or am
applicable taxes,bonds.additional insurance or
permits.Orders canceled after 5 days will be
subject to a restocking fee and freight charges as
applicable.Price valid for 30 days.
ran )ou for a ova ing us to submit this proposal.
Subtotal
PLEASE NOTE: Order will be placed upon receipt of signed quote or Sales Tax.
purchase order, color selections, and down payment.
Thank you! We appreciate the opportunity to earn your business!
Total
---------------------------------------
City of Houston WBE
Signature
(Women's Business Enterprise)
Certificate#20-2-11596
We are proud of a job well done and may spotlight your project on our
•------------------------------------ webeute or FaceBook. If we do not have your permisauon to do so,
please naft ua. Thank you!
Page 2
Exhibit "A"
Estimate
fun abounds, inc. Date Estimate#
114 Venice
Sugar Land, TX, 77478 1/13/2021 6407
"^ 855-226-8637 phone
281-265-0043 Fax Mike Giehl, VP of Sales
Leigh Walden, President Austin, San Antonio, Laredo
Iwalden@fabplaygrounds.com and surrounding areas
ploygrowd memories filled with f4n" www fabplaygrounds.corn mike@fabplaygrounds.com
512-636-8260
We are pleased to provide this estimate for Ship to:
City of Round Rock Frontier Park
Purchasing Division 1804 Frontier Trail
221 East Main Street Round Rock,TX 78681
Round Rock,TX 78664 RFP No.21-010
Option 1
Rep Terms Project
MG Due upon compl... Frontier Park
Item Description Qty Rate Total
Force Majeure No Party to this Agreement shall be responsible for 0.00 0.00
any delays or failure to perform any obligation
under this Agreement due to acts of God,
outbreaks,epidemic/pandemic or the spreading of
disease,contagion,strikes,or other disturbances,
including,without limitation,war,insurrection,
embargoes,governmental restrictions,acts of
governments or governmental authorities,and any
other cause beyond the control of such party.
During an event of force majeure,the Parties'duty
to perform obligations shall be re-assessed.
Rock Chuse In the event,we run into excessive rock,we will 0.00 0.00
partner with you as to how to best handle the
situation. There may be an additional charge.
Nondisclosed u... We make every effort to ensure that we are 0.00 0.00
working in areas free of utilities.In the event an
object is disturbed or damaged and the client has
failed to make us aware of their utilities it will be
the Client's responsibility.
-71-55-R—yo-5-ro—rallowing us to Submit t is proposal.
Subtotal
PLEASE NOTE: Order will be placed upon receipt of signed quote or Sales Tax.,
purchase order,color selections,and down payment.
Thank you! We appreciate the opportunity to earn your business!
Total
------------------------------------
City of Houston WBE
Signature
(Women's Business Enterprise)
Certificate#20-2-11596 i
We are proud of a job well done and may spotlight your project on our
'------------------------ -- ----------- websiite or FaoeBook. If we do not have your permission to do so,
please notify us. Thank you!
Page 3
Exhibit "A''
Estimate
fun abounds, inc. Date Estimate#
114 Venice
Sugar Land, TX. 77478 1/13/2021 6407
--- 5h 855-226-8637 phone
ds 281-265-0043 Fax Mike Giehl, VP of Sales
J%
71111;11111�- we Leigh Walden, President Austin, San Antonio, Laredo
Iwalden@fabplaygrounds.com and surrounding areas
ploygrow�dme+»ori2sfiledwithfun' www.fabplaygrounds.com mike@fabplaygrounds.com
512-636-8260
We are pleased to provide this estimate for Ship to:
City of Round Rock Frontier Park
Purchasing Division 1804 Frontier Trail
221 East Main Street Round Rock,TX 78681
Round Rock,TX 78664 RFP No.21-010
Option 1
Rep Terms Project
MG Due upon compl... Frontier Park
Item Description Qty Rate Total
Schedule There are times due to weather or unforeseen 0.00 0.00
circumstances that we might have to reschedule. In
an effort to provide excellent customer service we
will notify you should rescheduling be necessary.
We appreciate your understanding as we pride
ourselves on providing attention and detail to every
project.
Site Access If site access is restricted in any way there could be 0.00 0.00
an additional charge.
Credit Cards Payments made with credit cards will require an 0.00 0.00
additional 3.10%service fee.
Finance Charge Accounts not paid within 30 days of the date of the 0.00 0.00
invoice are subject to a 1.5%finance charge.
HUB Certificate CertificateNlD Number: 1364766562200 0.00 0.00
FileNendor Number:496631
Approval Date:25-MAR-2020
Scheduled Expiration Date:25-MAR-2024
[FEFou
or a owing us to submit t is proposa.
Subtotal $151.773.00
PLEASE NOTE: Order will be placed upon receipt of signed quote or Sales Tax., U.00
purchase order, color selections, and down payment.
Thank you! We appreciate the opportunity to earn your business!
Total $151,773.00
---------------------------------------
City of Houston WBE �!
Signature
(Women's Business Enterprise)
Certificate#20-2-11596 i We are proud of a job well done and may spotlight your project on our
' ------------------------------------ webeite or FaoeBook. If we do not have your permission to do so,
please not*us. Thank yowl
Page 4
Exhibit "A"
Attachment I -Cost Proposal Sheet
Community Development Block Grant (CDBG) Frontier Park Playground
RFP 21-010 -fun abounds (Option 2)
The Respondent represents they are submitting a binding offer and are authorized to bind the respondent to fully comply with the solicitation documents
contained in RFP 21-010 Community Development Block Grant(CDBG) Frontier Park Playground.The Respondent acknowledges that they have received
and read the entire solicitation packet,attachments,addendums,and all documents incorporated by reference,and agrees to be bound by the terms
therein.
Special Instructions: The City reserves the right to purchase more or less than the quantities indicated below.
No. Description Estimated Unit Unit Cost Extended Total
Quantity
1 Design and provide a layout of the new playground in accordance I EA 50.00
with the scope of work requirements
2 Additional design requests made by the City 2 EA $0.00
3 Manufacture all playground equipment included in the proposed 1 EA $91,046.00 $91,046.00
design
4 Remove and dispose of existing playground equipment(backfill 1 EA $11,000.00 $11,000.00
costs TBD once existing EWF is removed)
5 Delivery of new playground equipment 1 EA $5,275.00 $5,275.00
6 Installation of new playground equipment(includes surfacing) EA $45,203.00 $45,203.00
Personnel Hourly Rates
No. Job Description/Title Estimated Unit Rate Extended Total
Quantity
7 General Laborer-$12.50/hr; Foreman/Project Manager-$19/hr
(these rates included in install/demo costs above) Hour
8
Hour
9
Hour
10
Hour
Project Total:1 $152,524.00
1of1
Exhibit "A"
Estimate
fun abounds, inc. Date Estimate#
114 Venice
Sugar Land, TX. 77478 1/13/2021 6408
_ sm 855-226-8637 phone
a Mike Giehl, VP of Sales
O 281-265-0043 Fax
Leigh Walden, President Austin, San Antonio, Laredo
Iwalden@fabplaygrounds.com and surrounding areas
playgro4ndrn2r �ri?sfi112dwRhfun" www fabplaygrounds.com mike@fabplaygrounds.com
512-636-8260
We are pleased to provide this estimate for Ship to:
I
City of Round Rock Frontier Park
Purchasing Division 1804 Frontier TrailRound Rock,TX 78681
221 East Main Street o.21-010
NN
Round Rock,TX 78664 Option RFP 2
Rep Terms Project
MG Due on receipt Frontier Park
Item Description Qty Rate Total
Playground Equipment
Burke BCI Burke Custom Playground;see drawing 1 109,946.00 109,946.00
125-135768-1
580-1026 FS-Novo Sign,Age 5-12 1 509.00 509.00
580-1025 FS-Novo Sign,Ages 2-5 1 509.00 509.00
NPPS Safety Kit NPPS Supervision Safety Kit-FREE 1 0.00 0.00
BCIMAINT BCI Burke Maintenance Kit-FREE 1 0.00 0.00
Discount Discount -19,918.00 -19,918.00
Installation Installation of Playground Equipment 1 29,600.00 29,600.00
Freight Freight 5,275.00 5,275.00
Subtotal of Playground Equipment 125,921.00
Playground Surfacing
EWE-Material... EWF-Material Only 215 20.15349 4,333.00
EWF-Freight Freight(Truck Load 85 yds) 3 1,190.00 3,570.00
EWF-Installati... Installation only of EWF and Geotextile;includes 215 30.00 6,450.00
compaction in 6"lifts
Subtotal of Playground Surfacing 14,353.00
Construction Work
ian you or allowing us to submit this proposal.
Subtotal
PLEASE NOTE: Order will be placed upon receipt of signed quote or Sales Tax.,
purchase order, color selections, and down payment.
Thank you! We appreciate the opportunity to earn your business!
Tots
---------------------------------------
City of Houston WBE
Signature
(Women's Business Enterprise)
Certificate#20-2-11596
We are proud of a job well done and may spotlight your project on our
'•-----------------------------------'- website or FaceBook. If we do not have your permission to do so,
please not*us. Thank youl
Page 1
Exhibit ''A"
Estimate
fun abounds, inc. Date Estimate#
114 Venice
Sugar Land, TX. 77478 1/13/2021 6408
5M 855-226-8637 phone
® � S 281-265-0043 Fax Mike Giehl, VP of Sales
Leigh Walden, President Austin, San Antonio, Laredo
Iwalden@fabplaygrounds.com and surrounding areas
m rWcai,gploygrowdeenoriesfilledwithfun" mike0fab la rounds.com
- www.fabplaygrounds.com P Y9
12- - 2 0
We are pleased to provide this estimate for Ship to:
City of Round Rock Frontier Park
Purchasing Division 1804 Frontier Trail
221 East Main Street Round Rock,TX 78681
Round Rock,TX 78664 RFP No.21-010
Option 2
Rep Terms Project
MG Due on receipt Frontier Park
Item Description Qty Rate Total
DCmU Demo of existing equipment and removal of 11.000.00 11,000.00
existing EWF;includes disposal
Landscaping Repairs of torn up grass and fill with sand,leveling 1,250.00 1,250.00
of any tire ruts
Dirt Work **Back Fill costs TBD based on amount of EWF 0.00 0.00
removed and resulting depths discovered during
removal of EWF**
Subtotal of Construction Work 12,250.00
olc Pricing is for the above listed equipment only,and 0.00 0.00
does not include additional insured addendum.
additional insurance,storage,security,or any
applicable taxes,bonds,additional insurance or
permits.Orders canceled after 5 days will be
subject to a restocking fee and freight charges as
applicable.Price valid for 30 days.
hank you for a o\\ing us to submit t is proposal.
Subtotal
PLEASE NOTE: Order will be placed upon receipt of signed quote or Sales Tax.
purchase order, color selections, and down payment.
Thank you! We appreciate the opportunity to earn your business!
Total
--------------------------------------
City of Houston WBE `
Signature
(Women's Business Enterprise)
Certificate#20-2-11596
We are proud of a job well done and may spotlight your project on our
•------------------------------------ website or FaceBook. If we do not have your permission to do so,
please notify us. Thank you!
Page 2
Exhibit "A''
Estimate
fun abounds, inc. Date Estimate#
114 Venice
Sugar Land, TX. 77478 1 1; 2021 6408
5M 855-226-8637 phone
!
or' r� S 281-265-0043 Fax Mike Giehl, VP of Sales� O Austin, San Antonio, Laredo
Leigh Walden, President
Iwalden@fabplaygrounds.corn and surrounding areas
playgro4ndr„�,:,. r, >ffuedw]tnf4n www fabplaygrounds.com mike@fabplaygrounds.corn
512-636-8260
We are pleased to provide this estimate for Ship to:
Frontier Park
City of Round Rock 1804 Frontier Trail
Purchasing Division Round Rock,TX 78681
221 East Main Street o.21-010
NN
Round Rock,TX 78664 Option KFP 2
Rep Terms Project
%1(J' Due on receipt Frontier Park
Item Description aty Rate Total
Force Majeure No Party to this Agreement shall be responsible for 0.00 0.00
any delays or failure to perform any obligation
under this Agreement due to acts of God,
outbreaks,epidemic/pandemic or the spreading of
disease,contagion,strikes,or other disturbances,
including,without limitation,war,insurrection,
embargoes,governmental restrictions,acts of
governments or governmental authorities,and any
other cause beyond the control of such party.
During an event of force majeure,the Parties'duty
to perform obligations shall be re-assessed.
Rock Clause In the event,we run into excessive rock,we will n.n0 0.00
partner with you as to how to best handle the
situation. There may be an additional charge.
Nondisclosed u... We make every effort to ensure that we are 0,00 0.00
working in areas free of utilities.In the event an
object is disturbed or damaged and the client has
failed to make us aware of their utilities it will be
the Client's responsibility.
an you or a owing us to submit t is proposal.
Subtotal
r7
PLEASE NOTE: Order will be placed upon receipt of signed quote or Sales Tax.,
purchase order, color selections, and down payment.
Thank you! We appreciate the opportunity to earn your business!
Total
-------------------------------------
City of Houston WIRE `
Signature
(Women's Business Enterprise)
Certificate#20-2-11596 i
We are proud of a job well done and may spotlight your project on our
------------------------------------- webaite or FaceBook. If we do not have your permission to do so,
please noftfy us. Thank youl
Page 3
Exhibit "A"
Estimate
fun abounds, inc. Date Estimate#
114 Venice
-% Sugar Land, TX. 77478 1/13/2021 6408
SM 855-226-8637 phone
-' S 281-265-0043 Fax Mike 6iehl, VP of Sales
=� Leigh Walden, President Austin, San Antonio, Laredo
Iwalden@fabplaygrounds.com and surrounding areas
>,f++e�wtnf4h www fabplaygrounds.com mike@fabplaygrounds.com
512-636-8260
We are pleased to provide this estimate for Ship to:
City of Round Rock Frontier Park
1804 Frontier Trail
Purchasing Division Round Rock,TX 78681
221 East Main Street
Round Rock,TX 78664 RFP No.21-010
Option 2
Rep Terms Project
MG Due on receipt Frontier Park
Item Description Qty Rate Total
Schedule There are times due to weather or unforeseen 0.00 0.00
circumstances that we might have to reschedule. In
an effort to provide excellent customer service we
will notify you should rescheduling be necessary.
We appreciate your understanding as we pride
ourselves on providing attention and detail to every
project.
Site Access If site access is restricted in any way there could be 0.00 0.00
an additional charge.
Credit Cards Payments made with credit cards will require an 0.00 0.00
additional 3.10%service fee.
Finance Charge Accounts not paid within 30 days of the date of the 0.00 0.00
invoice are subject to a 1.5%finance charge.
HUB Certificate CertificateNID Number: 1364766562200 0.00 0.00
FileNendor Number:496631
Approval Date:25-MAR-2020
Scheduled Expiration Date:25-MAR-2024
an you or a owmg us to sut5rmt this proposal.
Subtotal $152,524.00
PLEASE NOTE: Order will be placed upon receipt of signed quote or Sales Tax.. $0.00
purchase order,color selections,and down payment.
Thank you! We appreciate the opportunity to earn your business!
Total a152,524.00
---------------------------------------
City of Houston WOE It
Signature
(Women's Business Enterprise)
Certificate#20-2-11596
We are proud of a job well done and may spotlight your project on our
-------------------------------"-"--' website or FaceBook. Uwe do not have your permission to do so,
please not*us. Thank you!
Page 4
Exhibit "B"
Federal Labor Standards Provisions U.S. Department of Housing
and Urban Development
Office of Labor Relations
Applicability (1) The work to be performed by the classification
The Project or Program to which the construction work requested is not performed by a classification in the wage
covered by this contract pertains is being assisted by the determination; and
United States of America and the following Federal Labor (2) The classification is utilized in the area by the
Standards Provisions are included in this Contract construction industry; and
pursuant to the provisions applicable to such Federal (3) The proposed wage rate, including any bona fide
assistance. fringe benefits, bears a reasonable relationship to the
A. 1. (i) Minimum Wages. All laborers and mechanics wage rates contained in the wage determination.
employed or working upon the site of the work, will be paid (b) If the contractor and the laborers and mechanics to be
unconditionally and not less often than once a week, and employed in the classification (if known), or their
without subsequent deduction or rebate on any account representatives, and HUD or its designee agree on the
(except such payroll deductions as are permitted by classification and wage rate (including the amount
regulations issued by the Secretary of Labor under the designated for fringe benefits where appropriate), a report
Copeland Act (29 CFR Part 3), the full amount of wages of the action taken shall be sent by HUD or its designee to
and bona fide fringe benefits (or cash equivalents thereof) the Administrator of the Wage and Hour Division,
due at time of payment computed at rates not less than Employment Standards Administration, U.S. Department of
those contained in the wage determination of the Labor, Washington, D.C. 20210. The Administrator, or an
Secretary of Labor which is attached hereto and made a authorized representative, will approve, modify, or
part hereof, regardless of any contractual relationship disapprove every additional classification action within 30
which may be alleged to exist between the contractor and days of receipt and so advise HUD or its designee or will
such laborers and mechanics. Contributions made or notify HUD or its designee within the 30-day period that
costs reasonably anticipated for bona fide fringe benefits additional time is necessary. (Approved by the Office of
under Section I(b)(2) of the Davis-Bacon Act on behalf of Management and Budget under OMB control number 1215-
laborers or mechanics are considered wages paid to such 0140.)
laborers or mechanics, subject to the provisions of 29 CFR
5.5(a)(1)(iv); also, regular contributions made or costs (c) In the event the contractor, the laborers or mechanics
incurred for more than a weekly period (but not less often to be employed in the classification or their
than quarterly) under plans, funds, or programs, which representatives, and HUD or its designee do not agree on
cover the particular weekly period, are deemed to be the proposed classification and wage rate (including the
constructively made or incurred during such weekly period. amount designated for fringe benefits, where appropriate),
HUD or its designee shall refer the questions, including
Such laborers and mechanics shall be paid the appropriate the views of all interested parties and the recommendation
wage rate and fringe benefits on the wage determination of HUD or its designee, to the Administrator for
for the classification of work actually performed, without determination. The Administrator, or an authorized
regard to skill, except as provided in 29 CFR 5.5(a)(4). representative, will issue a determination within 30 days of
Laborers or mechanics performing work in more than one receipt and so advise HUD or its designee or will notify
classification may be compensated at the rate specified for HUD or its designee within the 30-day period that
each classification for the time actually worked therein: additional time is necessary. (Approved by the Office of
Provided, That the employer's payroll records accurately Management and Budget under OMB Control Number
set forth the time spent in each classification in which 1215-0140.)
work is performed. The wage determination (including any
additional classification and wage rates conformed under (d) The wage rate (including fringe benefits where
29 CFR 5.5(a)(1)(ii) and the Davis-Bacon poster (WH- appropriate) determined pursuant to subparagraphs
1321) shall be posted at all times by the contractor and its (1)(ii)(b) or (c) of this paragraph, shall be paid to all
subcontractors at the site of the work in a prominent and workers performing work in the classification under this
accessible, place where it can be easily seen by the contract from the first day on which work is performed in
the classification.
workers.
(ii) (a) Any class of laborers or mechanics which is not (iii) Whenever the minimum wage rate prescribed in the
listed in the wage determination and which is to be contract for a class of laborers or mechanics includes a
employed under the contract shall be classified in fringe benefit which is not expressed as an hourly rate, the
conformance with the wage determination. HUD shall contractor shall either pay the benefit as stated in the
approve an additional classification and wage rate and wage determination or shall pay another bona fide fringe
fringe benefits therefor only when the following criteria benefit or an hourly cash equivalent thereof.
have been met: (iv) If the contractor does not make payments to a trustee
or other third person, the contractor may consider as part
form HUD-4010(06/2009)
Previous editions are obsolete Page 1 of 5 ref. Handbook 1344.1
Exhibit "B"
of the wages of any laborer or mechanic the amount of any communicated in writing to the laborers or mechanics
costs reasonably anticipated in providing bona fide fringe affected, and records which show the costs anticipated or
benefits under a plan or program, Provided, That the the actual cost incurred in providing such benefits.
Secretary of Labor has found, upon the written request of Contractors employing apprentices or trainees under
the contractor, that the applicable standards of the Davis- approved programs shall maintain written evidence of the
Bacon Act have been met. The Secretary of Labor may registration of apprenticeship programs and certification of
require the contractor to set aside in a separate account trainee programs, the registration of the apprentices and
assets for the meeting of obligations under the plan or trainees, and the ratios and wage rates prescribed in the
program. (Approved by the Office of Management and applicable programs. (Approved by the Office of
Budget under OMB Control Number 1215-0140.) Management and Budget under OMB Control Numbers
2. Withholding. HUD or its designee shall upon its own 1215-0140 and 1215-0017.)
action or upon written request of an authorized (ii) (a) The contractor shall submit weekly for each week
representative of the Department of Labor withhold or in which any contract work is performed a copy of all
cause to be withheld from the contractor under this payrolls to HUD or its designee if the agency is a party to
contract or any other Federal contract with the same prime the contract, but if the agency is not such a party, the
contractor, or any other Federally-assisted contract contractor will submit the payrolls to the applicant
subject to Davis-Bacon prevailing wage requirements, sponsor, or owner, as the case may be, for transmission to
which is held by the same prime contractor so much of the HUD or its designee. The payrolls submitted shall set out
accrued payments or advances as may be considered accurately and completely all of the information required
necessary to pay laborers and mechanics, including to be maintained under 29 CFR 5.5(a)(3)(i) except that full
apprentices, trainees and helpers, employed by the social security numbers and home addresses shall not be
contractor or any subcontractor the full amount of wages included on weekly transmittals. Instead the payrolls shall
required by the contract In the event of failure to pay any only need to include an individually identifying number for
laborer or mechanic, including any apprentice, trainee or each employee (e.g., the last four digits of the employee's
helper, employed or working on the site of the work, all or social security number). The required weekly payroll
part of the wages required by the contract, HUD or its information may be submitted in any form desired.
designee may, after written notice to the contractor, Optional Form WH-347 is available for this purpose from
sponsor, applicant, or owner, take such action as may be the Wage and Hour Division Web site at
necessary to cause the suspension of any further http://www.dol.gov/esa/whd/forms/wh347instr.htm or its
payment, advance, or guarantee of funds until such successor site. The prime contractor is responsible for
violations have ceased. HUD or its designee may, after the submission of copies of payrolls by all subcontractors.
written notice to the contractor, disburse such amounts Contractors and subcontractors shall maintain the full
withheld for and on account of the contractor or social security number and current address of each
subcontractor to the respective employees to whom they covered worker, and shall provide them upon request to
are due. The Comptroller General shall make such HUD or its designee if the agency is a party to the
disbursements in the case of direct Davis-Bacon Act contract, but if the agency is not such a party, the
contracts. contractor will submit the payrolls to the applicant
3. (i) Payrolls and basic records. Payrolls and basic sponsor, or owner, as the case may be, for transmission to
records relating thereto shall be maintained by the HUD or its designee, the contractor, or the Wage and Hour
contractor during the course of the work preserved for a Division of the Department of Labor for purposes of an
period of three years thereafter for all laborers and investigation or audit of compliance with prevailing wage
mechanics working at the site of the work. Such records requirements. It is not a violation of this subparagraph for
shall contain the name, address, and social security a prime contractor to require a subcontractor to provide
number of each such worker, his or her correct addresses and social security numbers to the prime
classification, hourly rates of wages paid (including rates contractor for its own records, without weekly submission
of contributions or costs anticipated for bona fide fringe to HUD or its designee. (Approved by the Office of
benefits or cash equivalents thereof of the types described Management and Budget under OMB Control Number
in Section I(b)(2)(B) of the Davis-bacon Act), daily and 1215-0149.)
weekly number of hours worked, deductions made and (b) Each payroll submitted shall be accompanied by a
actual wages paid. Whenever the Secretary of Labor has "Statement of Compliance," signed by the contractor or
found under 29 CFR 5.5 (a)(1)(iv) that the wages of any subcontractor or his or her agent who pays or supervises
laborer or mechanic include the amount of any costs the payment of the persons employed under the contract
reasonably anticipated in providing benefits under a plan and shall certify the following:
or program described in Section I(b)(2)(B) of the Davis- (1) That the payroll for the payroll period contains the
Bacon Act, the contractor shall maintain records which information required to be provided under 29 CFR 5.5
show that the commitment to provide such benefits is (a)(3)(ii), the appropriate information is being maintained
enforceable, that the plan or program is financially under 29 CFR 5.5(a)(3)(i), and that such information is
responsible, and that the plan or program has been correct and complete;
Previous editions are obsolete form HUD-4010(06/2009)
Page 2 of 5 ref. Handbook 1344.1
Exhibit "B"
(2) That each laborer or mechanic (including each helper, is not registered or otherwise employed as stated above,
apprentice, and trainee) employed on the contract during shall be paid not less than the applicable wage rate on the
the payroll period has been paid the full weekly wages wage determination for the classification of work actually
earned, without rebate, either directly or indirectly, and performed. In addition, any apprentice performing work on
that no deductions have been made either directly or the job site in excess of the ratio permitted under the
indirectly from the full wages earned, other than registered program shall be paid not less than the
permissible deductions as set forth in 29 CFR Part 3; applicable wage rate on the wage determination for the
(3) That each laborer or mechanic has been paid not less work actually performed. Where a contractor is performing
than the applicable wage rates and fringe benefits or cash construction on a project in a locality other than that in
equivalents for the classification of work performed, as which its program is registered, the ratios and wage rates
specified in the applicable wage determination (expressed in percentages of the journeyman's hourly
incorporated into the contract. rate) specified in the contractor's or subcontractor's
registered program shall be observed. Every apprentice
(c) The weekly submission of a properly executed must be paid at not less than the rate specified in the
certification set forth on the reverse side of Optional Form registered program for the apprentice's level of progress,
WH-347 shall satisfy the requirement for submission of the expressed as a percentage of the journeymen hourly rate
"Statement of Compliance" required by subparagraph specified in the applicable wage determination.
A.3.(ii)(b).
Apprentices shall be paid fringe benefits in accordance
(d) The falsification of any of the above certifications may with the provisions of the apprenticeship program. If the
subject the contractor or subcontractor to civil or criminal apprenticeship program does not specify fringe benefits,
prosecution under Section 1001 of Title 18 and Section apprentices must be paid the full amount of fringe benefits
231 of Title 31 of the United States Code. listed on the wage determination for the applicable
(iii) The contractor or subcontractor shall make the classification. If the Administrator determines that a
records required under subparagraph A.3.(i) available for different practice prevails for the applicable apprentice
inspection, copying, or transcription by authorized classification, fringes shall be paid in accordance with that
representatives of HUD or its designee or the Department determination. In the event the Office of Apprenticeship
of Labor, and shall permit such representatives to Training, Employer and Labor Services, or a State
interview employees during working hours on the job. If Apprenticeship Agency recognized by the Office,
the contractor or subcontractor fails to submit the required withdraws approval of an apprenticeship program, the
records or to make them available, HUD or its designee contractor will no longer be permitted to utilize
may, after written notice to the contractor, sponsor, apprentices at less than the applicable predetermined rate
applicant or owner, take such action as may be necessary for the work performed until an acceptable program is
to cause the suspension of any further payment, advance, approved.
or guarantee of funds. Furthermore, failure to submit the (ii) Trainees. Except as provided in 29 CFR 5.16,
required records upon request or to make such records trainees will not be permitted to work at less than the
available may be grounds for debarment action pursuant to predetermined rate for the work performed unless they are
29 CFR 5.12. employed pursuant ',to and individually registered in a
4. Apprentices and Trainees. program which has received prior approval, evidenced by
(i) Apprentices. Apprentices will be permitted to work at formal certification by the U.S. Department of Labor,
less than the predetermined rate for the work they Employment and Training Administration. The ratio of
performed when they are employed pursuant to and trainees to journeymen on the job site shall not be greater
individually registered in a bona fide apprenticeship than permitted under the plan approved by the
program registered with the U.S. Department of Labor, Employment and Training Administration. Every trainee
Employment and Training Administration, Office of must be paid at not less than the rate specified in the
Apprenticeship Training, Employer and Labor Services, or approved program for the trainee's level of progress,
with a State Apprenticeship Agency recognized by the expressed as a percentage of the journeyman hourly rate
Office, or if a person is employed in his or her first 90 specified in the applicable wage determination. Trainees
days of probationary employment as an apprentice in such shall be paid fringe benefits in accordance with the
an apprenticeship program, who is not individually provisions of the trainee program. If the trainee program
registered in the program, but who has been certified by does not mention fringe benefits, trainees shall be paid
the Office of Apprenticeship Training, Employer and Labor the full amount of fringe benefits listed on the wage
Services or a State Apprenticeship Agency (where determination unless the Administrator of the Wage and
appropriate) to be eligible for probationary employment as Hour Division determines that there is an apprenticeship
an apprentice. The allowable ratio of apprentices to program associated with the corresponding journeyman
journeymen on the job site in any craft classification shall wage rate on the wage determination which provides for
not be greater than the ratio permitted to the contractor as less than full fringe benefits for apprentices. Any
to the entire work force under the registered program. Any employee listed on the payroll at a trainee rate who is not
worker listed on a payroll at an apprentice wage rate, who registered and participating in a training plan approved by
Previous editions are obsolete form HUD-4010(06/2009)
Page 3 of 5 ref. Handbook 1344.1
Exhibit "B"
the Employment and Training Administration shall be paid awarded HUD contracts or participate in HUD programs
not less than the applicable wage rate on the wage pursuant to 24 CFR Part 24.
determination for the work actually performed. In addition, (ii) No part of this contract shall be subcontracted to any
any trainee performing work on the job site in excess of person or firm ineligible for award of a Government
the ratio permitted under the registered program shall be contract by virtue of Section 3(a) of the Davis-Bacon Act
paid not less than the applicable wage rate on the wage or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or
determination for the work actually performed. In the participate in HUD programs pursuant to 24 CFR Part 24.
event the Employment and Training Administration
(iii) The penalty for making false statements is prescribed
withdraws approval of a training program, the contractor
will no longer be permitted to utilize trainees at less than in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally,
U.S. Criminal Code, Section 1 ra 0, Title 18, U.S.C.,
the applicable predetermined rate for the work performed
until an acceptable program is approved. "Federal Housing Administration transactions", provides in
part: "Whoever, for the purpose of . . . influencing in any
(iii) Equal employment opportunity. The utilization of way the action of such Administration..... makes, utters or
apprentices, trainees and journeymen under 29 CFR Part 5 publishes any statement knowing the same to be false.....
shall be in conformity with the equal employment shall be fined not more than $5,000 or imprisoned not
opportunity requirements of Executive Order 11246, as more than two years, or both."
amended, and 29 CFR Part 30.
11. Complaints, Proceedings, or Testimony by
5. Compliance with Copeland Act requirements. The Employees. No laborer or mechanic to whom the wage,
contractor shall comply with the requirements of 29 CFR salary, or other labor standards provisions of this Contract
Part 3 which are incorporated by reference in this contract are applicable shall be discharged or in any other manner
6. Subcontracts. The contractor or subcontractor will discriminated against by the Contractor or any
insert in any subcontracts the clauses contained in subcontractor because such employee has filed any
subparagraphs 1 through 11 in this paragraph A and such complaint or instituted or caused to be instituted any
other clauses as HUD or its designee may by appropriate proceeding or has testified or is about to testify in any
instructions require, and a copy of the applicable proceeding under or relating to the labor standards
prevailing wage decision, and also a clause requiring the applicable under this Contract to his employer.
subcontractors to include these clauses in any lower tier B. Contract Work Hours and Safety Standards Act. The
subcontracts. The prime contractor shall be responsible provisions of this paragraph B are applicable where the amount of the
for the compliance by any subcontractor or lower tier prime contract exceeds $100,000. As used in this paragraph, the
subcontractor with all the contract clauses in this terms"laborers"and"mechanics"include watchmen and guards.
paragraph.
(1) Overtime requirements. No contractor or subcontractor
7. Contract termination; debarment. A breach of the contracting for any part of the contract work which may require or
contract clauses in 29 CFR 5.5 may be grounds for involve the employment of laborers or mechanics shall require or
termination of the contract and for debarment as a
permit any such laborer or mechanic in any workweek in which the
contractor and a subcontractor as provided in 29 CFR individual is employed on such work to work in excess of 40 hours in
5.12. such workweek unless such laborer or mechanic receives
8. Compliance with Davis-Bacon and Related Act Requirements. compensation at a rate not less than one and one-half times the basic
All rulings and interpretations of the Davis-Bacon and rate of pay for all hours worked in excess of 40 hours in such
Related Acts contained in 29 CFR Parts 1, 3, and 5 are workweek.
herein incorporated by reference in this contract (2) Violation; liability for unpaid wages; liquidated
9. Disputes concerning labor standards. Disputes damages. In the event of any violation of the clause set
arising out of the labor standards provisions of this forth in subparagraph (1) of this paragraph, the contractor
contract shall not be subject to the general disputes and any subcontractor responsible therefor shall be liable
clause of this contract. Such disputes shall be resolved in for the unpaid wages. In addition, such contractor and
accordance with the procedures of the Department of subcontractor shall be liable to the United States (in the
Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes case of work done under contract for the District of
within the meaning of this clause include disputes between Columbia or a territory, to such District or to such
the contractor (or any of its subcontractors) and HUD or territory), for liquidated damages. Such liquidated
its designee, the U.S. Department of Labor, or the damages shall be computed with respect to each individual
employees or their representatives. laborer or mechanic, including watchmen and guards,
10. (i) Certification of Eligibility. By entering into this employed in violation of the clause set forth in
contract the contractor certifies that neither it (nor he or subparagraph (1) of this paragraph, in the sum of$10 foreach
she) nor any person or firm who has an interest in the calendar day on which such individual was required or permitted to
contractor's firm is a person or firm ineligible to be work in excess of the standard workweek of 40 hours without payment
awarded Government contracts by virtue of Section 3(a) of of the overtime wages required by the clause set forth in sub
the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be paragraph (1) of this paragraph.
Previous editions are obsolete form HUD-4010(06/2009)
Page 4 of 5 ref. Handbook 1344.1
Exhibit "B"
(3) Withholding for unpaid wages and liquidated
damages. HUD or its designee shall upon its own action
or upon written request of an authorized representative of
the Department of Labor withhold or cause to be withheld,
from any moneys payable on account of work performed by
the contractor or subcontractor under any such contract or
any other Federal contract with the same prime contract,
or any other Federally-assisted contract subject to the
Contract Work Hours and Safety Standards Act which is
held by the same prime contractor such sums as may be
determined to be necessary to satisfy any liabilities of
such contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in
subparagraph (2) of this paragraph.
(4) Subcontracts. The contractor or subcontractor shall
insert in any subcontracts the clauses set forth in
subparagraph (1) through (4) of this paragraph and also a
clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime
contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with the clauses
set forth in subparagraphs (1) through (4) of this
paragraph.
C. Health and Safety. The provisions of this paragraph C are
applicable where the amount of the prime contract exceeds$100,000.
(1) No laborer or mechanic shall be required to work in
surroundings or under working conditions which are
unsanitary, hazardous, or dangerous to his health and
safety as determined under construction safety and health
standards promulgated by the Secretary of Labor by
regulation.
(2) The Contractor shall comply with all regulations
issued by the Secretary of Labor pursuant to Title 29 Part
1926 and failure to comply may result in imposition of
sanctions pursuant to the Contract Work Hours and Safety
Standards Act, (Public Law 91-54, 83 Stat 96). 40 USC
3701 et seq.
(3) The contractor shall include the provisions of this
paragraph in every subcontract so that such provisions will
be binding on each subcontractor. The contractor shall
take such action with respect to any subcontractor as the
Secretary of Housing and Urban Development or the
Secretary of Labor shall direct as a means of enforcing
such provisions.
Previous editions are obsolete form HUD-4010(06/2009)
Page 5 of 5 ref. Handbook 1344.1
Exhibit "B"
TABLE OF CONTENTS
Section No. Title
FR-01 Breach of Contract Terms
FR-02 Termination of Contract
FR-03 Equal Employment Opportunity-41 CFR Part 60-1.4(b)
FR-04 Standard Federal Equal Employment Opportunity Construction Contract
Specifications—41 CFR Part 60.4.3
FR-05 Copeland Anti-Kickback Act 29 CFR Part 5
FR-06 Davis-Bacon Labor Requirements 29 CFR part 5
FR-07 Contract Work hours and Safety Standards Act Requirements
FR-08 Regulations Pertaining to Reporting
FR-09 Rights to Inventions
FR-10 Access to Records and Record Retention
FR-11 Clean Air and Water Pollution Control
FR-12 Energy Conservation Requirements
FR-13 Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary
Exclusion
FR-14 Lobbying and Influencing Federal Employees
FR-15 Economic Opportunities for Low and Very-Low Income Persons
FR-16 Affirmative Action Regulations and Plan
FR-17 Women and Minority Owned Businesses (M/WBE)
FR-18 Accessibility Section 504 Compliance
FR-19 Texas Architectural Barriers Act
FR-20 Drug-Free Workplace Requirements
FR-21 Field Requirements
Exhibit "B"
FEDERAL REQUIREMENTS: FR-01
BREACH OF CONTRACT TERMS
Any violation or breach of terms of this contract on the part of the contractor or their
subcontractors may result in the suspension or termination of this contract or such other
action that may be necessary to enforce the rights of the parties of this agreement. The
duties and obligations imposed by the Contract Documents and the rights and remedies
available thereunder shall be in addition to and not a limitation of any duties, obligations,
rights and remedies otherwise imposed or available by law.
A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the
contract and for debarment as a contractor as provided in 29 CFR 5.12.
Exhibit "B"
FEDERAL REQUIREMENTS: FR-02
TERMINATION OF CONTRACT
a. The City may, by written notice, terminate this contract in whole or in part at any time,
either for the City's convenience or because of failure to fulfill the contract obligations. Upon
receipt of such notice services shall be immediately discontinued (unless the notice directs
otherwise) and all materials as may have been accumulated in performing this contract,
whether completed or in progress, delivered to the City.
b. If the termination is for the convenience of the City, an equitable adjustment in the contract
price shall be made, but no amount shall be allowed for anticipated profit on unperformed
services.
c. If the termination is due to failure to fulfill the contractor's obligations, the City may take
over the work and prosecute the same to completion by contract or otherwise. In such case,
the contractor shall be liable to the City for any additional cost occasioned to the City thereby.
d. If, after notice of termination for failure to fulfill contract obligations, it is determined that
the contractor had not so failed, the termination shall be deemed to have been effected for
the convenience of the City. In such event, adjustment in the contract price shall be made
as provided in this clause.
e. The rights and remedies of the City provided in this clause are in addition to any other
rights and remedies provided by law or under this contract.
Reference: 49 CFR Part 18.36(i) (2)
Exhibit "B"
FEDERAL REQUIREMENTS: FR-03
EQUAL EMPLOYMENT OPPORTUNITY - Executive Order 11246 as amended, 41 CFR
PART 60-1.4(b)
During the performance of this contract, the contractor agrees as follows:
1. The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The contractor will take affirmative
action to ensure that applicants are employed, and that employees are treated during
employment without regard to their race, color, religion, sex, or national origin. Such action
shall include, but not be limited to the following: Employment, upgrading, demotion, or
transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. The contractor
agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided setting forth the provisions of this nondiscrimination
clause.
2. The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive considerations for
employment without regard to race, color, religion, sex, or national origin.
3. The contractor will send to each labor union or representative of workers with which
he/she has a collective bargaining agreement or other contract or understanding, a notice
to be provided by the agency contracting officer, advising the labor union or workers'
representatives of the contractor's commitments under Section 202 of Executive Order
11246 of September 24, 1965, and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
4. The contractor will comply with all provisions of Executive Order 11246 of September 24,
1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of
Labor.
5. The contractor will furnish all information and reports required by Executive Order 11246
of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his/her books, records, and accounts by the
contracting agency and the Secretary of Labor for purposes of investigation to ascertain
compliance with such rules, regulations, and orders.
6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of the such rules, regulations, or orders, this contract may be cancelled,
terminated or suspended in whole or in part and the contractor may be declared ineligible
for further Government contracts or federally assisted construction contracts in accordance
with procedure authorized in Executive Order 11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of
September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as
otherwise provided by law.
7. The contractor will include the provisions of paragraphs (1) through (7) in every
subcontract or purchase order unless exempted by rules, regulations, or orders of the
Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September
24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The
contractor will take such action with respect to any subcontract or purchase order as may
be directed by the Secretary of Labor as a means of enforcing such provision, including
Exhibit "B"
sanctions for noncompliance: Provided, however, that in the event a contractor becomes
involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such
direction by the administering agency the contractor may request the United States to enter
into such litigation to protect the interests of the United States. [Sec. 202 amended by EO
11375 of Oct 13, 1967, 32 FR 14303, 3 CFR, 1966-1970 Comp., p. 684. EO 12086 of Oct
5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230]
SEC. 203.Each contractor having a contract containing the provisions prescribed in Section
202 shall file, and shalt cause each of his subcontractors to file, Compliance Reports with
the contracting agency or the Secretary of Labor as may be directed. Compliance Reports
shall be filed within such times and shall contain such information as to the practices,
policies, programs, and employment policies, programs, and employment statistics of the
contractor and each subcontractor, and shall be in such form, as the Secretary of Labor may
prescribe.
Contractors or subcontractors may be required to state whether they have participated in
an previous contract subject to the provisions of this Order, or an precedingsimilar
Yr 1 N Y
Executive order, and in that event to submit, on behalf of themselves and their proposed
subcontractors, Compliance Reports prior to or as an initial part of their bid or negotiation
of a contract.
Whenever the contractor or subcontractor has a collective bargaining agreement or other
contract or understanding with a labor union or an agency referring workers or providing
or supervising apprenticeship or training for such workers, the Compliance Report shall
include such information as to such labor union's or agency's practices and policies
affecting compliance as the Secretary of Labor may prescribe: Provided, That to the extent
such information is within the exclusive possession of a labor union or an agency referring
workers or providing or supervising apprenticeship or training and such labor union or
agency shall refuse to furnish such information to the contractor, the contractor shall so
certify to the Secretary of Labor as part of its Compliance Report and shall set forth what
efforts he has made to obtain such information.
The Secretary of Labor may direct that any contractor or subcontractor shall submit, as part
of his/her Compliance Report, a statement in writing, signed by an authorized officer or
agent on behalf of any labor union or any agency referring workers or providing or
supervising apprenticeship or other training, with which the contractor deals, with
supporting information, to the effect that the signer's practices and policies do not
discriminate on the grounds of race, color, religion, sex or national origin, and that the
signer either will affirmatively cooperate in the implementation of the policy and provisions
of this Order or that it consents and agrees that recruitment, employment, and the terms
and conditions of employment under the proposed contract shall be in accordance with the
purposes and provisions of the order. In the event that the union, or the agency shall refuse
to execute such a statement, the Compliance Report shall so certify and set forth what
efforts have been made to secure such a statement and such additional factual material as
the Secretary of Labor may require.
[Sec. 203 amended by EO 11375 of Oct. 13, 1967, 32 FR 14303, 3 CFR, 1966-1970
Comp., p. 684; EO 12086 of Oct. 5, 1978,43 FR 46501, 3 CFR, 1978 Comp., p.230
Reference: Executive Order 11246 & Title 41 CFR Part 60-1.4
Exhibit T"
FEDERAL REQUIREMENTS: FR-04
STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION
CONTRACT SPECIFICATIONS -41 CFR Part 60.4.3
1. As used in these specifications:
a. "Covered area" means the geographical area described in the solicitation from which this
contract resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP),
U.S. Department of Labor, or any person to whom the Director delegates authority;
c. "Employer identification number" means the Federal social security number used on the
Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941;
d. "Minority" includes:
(1) Black(all) persons having origins in any of the Black African racial groups not of Hispanic
origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or
other Spanish culture or origin regardless of race);
(3)Asian and Pacific Islander(all persons having origins in any of the original peoples of the
Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan native (all persons having origins in any of the original
peoples of North America and maintaining identifiable tribal affiliations through membership
and participation or community identification).
2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the
work involving any construction trade, it shall physically include in each subcontract in
excess of$10,000 the provisions of these specifications and the Notice which contains the
applicable goals for minority and female participation and which is set forth in the solicitations
from which this contract resulted.
3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved
by the U.S. Department of Labor in the covered area either individually or through an
association, its affirmative action obligations on all work in the Plan area (including goals
and timetables) shall be in accordance with that Plan for those trades which have unions
participating in the Plan. Contractors shall be able to demonstrate their participation in and
compliance with the provisions of any such Hometown Plan. Each contractor or
subcontractor participating in an approved plan is individually required to comply with its
obligations under the EEO clause and to make a good faith effort to achieve each goal under
the Plan in each trade in which it has employees. The overall good faith performance by
other contractors or subcontractors toward a goal in an approved Plan does not excuse any
covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan
goals and timetables.
4. The contractor shall implement the specific affirmative action standards provided in
paragraphs 18.7a through 18.7p of these specifications. The goals set forth in the solicitation
from which this contract resulted are expressed as percentages of the total hours of
employment and training of minority and female utilization the contractor should reasonably
be able to achieve in each construction trade in which it has employees in the covered area.
Covered construction contractors performing construction work in a geographical area
Exhibit "B"
where they do not have a Federal or federally assisted construction contract shall apply the
minorityand female goals established for thegeographical area where the work is being
9 9
performed. Goals are published periodically in the Federal Register in notice form, and such
notices may be obtained from any Office of Federal Contract Compliance Programs office
or from Federal procurement contracting officers. The contractor is expected to make
substantially uniform progress in meeting its goals in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement nor the failure by a union
with whom the contractor has a collective bargaining agreement to refer either minorities or
women shall excuse the contractor's obligations under these specifications, Executive Order
11246 or the regulations promulgated pursuant thereto.
6. In order for the non-working training hours of apprentices and trainees to be counted in
meeting the goals, such apprentices and trainees shall be employed by the contractor during
the training period and the contractor shall have made a commitment to employ the
apprentices and trainees at the completion of their training, subject to the availability of
employment opportunities. Trainees shall be trained pursuant to training programs approved
by the U.S. Department of Labor.
7. The contractor shall take specific affirmative actions to ensure equal employment
opportunity. The evaluation of the contractor's compliance with these specifications shall be
based upon its effort to achieve maximum results from its actions. The contractor shall
document these efforts fully and shall implement affirmative action steps at least as
extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and
coercion at all sites, and in all facilities at which the contractor's employees are assigned to
work. The contractor, where possible, will assign two or more women to each construction
project. The contractor shall specifically ensure that all foremen, superintendents, and other
onsite supervisory personnel are aware of and carry out the contractor's obligation to
maintain such a working environment, with specific attention to minority or female individuals
working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide
written notification to minority and female recruitment sources and to community
organizations when the contractor or its unions have employment opportunities available,
and maintain a record of the organizations' responses.
c. Maintain a current file of the names, addresses, and telephone numbers of each minority
and female off-the-street applicant and minority or female referral from a union, a recruitment
source, or community organization and of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall for referral and was not referred
back to the contractor by the union or, if referred, not employed by the contractor, this shall
be documented in the file with the reason therefore along with whatever additional actions
the contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions with which
the contractor has a collective bargaining agreement has not referred to the contractor a
minority person or female sent by the contractor, or when the contractor has other
information that the union referral process has impeded the contractor's efforts to meet its
obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the
area which expressly include minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the contractor's employment needs,
Exhibit "B"
especially those programs funded or approved by the Department of Labor. The contractor
shall provide notice of these programs to the sources compiled under 7b above.
f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and
training programs and requesting their cooperation in assisting the contractor in meeting its
EEO obligations; by including it in any policy manual and collective bargaining agreement;
by publicizing it in the company newspaper, annual report, etc.; by specific review of the
policy with all management personnel and with all minority and female employees at least
once a year; and by posting the company EEO policy on bulletin boards accessible to all
employees at each location where construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative action obligations
under these specifications with all employees having any responsibility for hiring,
assignment, layoff, termination, or other employment decisions including specific review of
these items with onsite supervisory personnel such a superintendents, general foremen,
etc., prior to the initiation of construction work at any job site. A written record shall be made
and maintained identifying the time and place of these meetings, persons attending, subject
matter discussed, and disposition of the subject matter.
h. Disseminate the contractor's EEO policy externally by including it in any advertising in the
news media, specifically including minority and female news media, and providing written
notification to and discussing the contractor's EEO policy with other contractors and
subcontractors with whom the contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written, to minority, female, and community
organizations, to schools with minority and female students; and to minority and female
recruitment and training organizations serving the contractor's recruitment area and
employment needs. Not later than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any recruitment source, the contractor
shall send written notification to organizations, such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and
women and, where reasonable provide after school, summer, and vacation employment to
minority and female youth both on the site and in other areas of a contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so
under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation at least of all minority and female
personnel, for promotional opportunities and encourage these employees to seek or to
prepare for, through appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments, and other
personnel practices do not have a discriminatory effect by continually monitoring all
personnel and employment related activities to ensure that the EEO policy and the
contractor's obligations under these specifications are being carried out.
n. Ensure that all facilities and company activities are non-segregated except that separate
or single user toilet and necessary changing facilities shall be provided to assure privacy
between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority
and female construction contractors and suppliers, including circulation of solicitations to
minority and female contractor associations and other business associations.
Exhibit B
p. Conduct a review, at least annually, of all supervisor's adherence to and performance
under the contractor's EEO policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations, which assist in
fulfilling one or more of their affirmative action obligations (18.7a through 18.7p). The efforts
of a contractor association, joint contractor union, contractor community, or other similar
groups of which the contractor is a member and participant, may be asserted as fulfilling any
one or more of its obligations under 18.7a through 18.7p of these specifications provided
that the contractor actively participates in the group, makes every effort to assure that the
group has a positive impact on the employment of minorities and women in the industry,
ensures that the concrete benefits of the program are reflected in the contractor's minority
and female workforce participation, makes a good faith effort to meet its individual goals and
timetables, and can provide access to documentation which demonstrates the effectiveness
of actions taken on behalf of the contractor. The obligation to comply, however, is the
contractor's and failure of such a group to fulfill an obligation shall not be a defense for the
contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established.
The contractor, however, is required to provide equal employment opportunity and to take
affirmative action for all minority groups, both male and female, and all women, both minority
and non-minority. Consequently, if the particular group is employed in a substantially
disparate manner (for example, even though the contractor has achieved its goals for
women generally,) the contractor may be in violation of the Executive Order if a specific
minority group of women is underutilized.
10. The contractor shall not use the goals and timetables or affirmative action standards to
discriminate against any person because of race, color, religion, sex, or national origin.
11. The contractor shall not enter into any subcontract with any person or firm debarred from
Government contracts pursuant to Executive Order 11246.
12. The contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspension, termination, and
cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive
Order 11246, as amended, and its implementing regulations, by the Office of Federal
Contract Compliance Programs. Any contractor who fails to carry out such sanctions and
penalties shall be in violation of these specifications and Executive Order 11246, as
amended.
13. The contractor, in fulfilling its obligations under these specifications, shall implement
specific affirmative action steps, at least as extensive as those standards prescribed in
paragraph 18.7 of these specifications, so as to achieve maximum results from its efforts to
ensure equal employment opportunity. If the contractor fails to comply with the requirements
of the Executive Order, the implementing regulations, or these specifications, the Director
shall proceed in accordance with 41 CFR 60-4.8.
14. The contractor shall designate a responsible official to monitor all employment related
activity to ensure that the company EEO policy is being carried out,to submit reports relating
to the provisions hereof as may be required by the Government, and to keep records.
Records shall at least include for each employee, the name, address, telephone number,
construction trade, union affiliation if any, employee identification number when assigned,
social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or
laborer), dates of changes in status, hours worked per week in the indicated trade, rate of
pay, and locations at which the work was performed. Records shall be maintained in an
easily understandable and retrievable form; however, to the degree that existing records
satisfy this requirement, contractors shall not be required to maintain separate records.
Exhibit "B"
15. Nothing herein provided shall be construed as a limitation upon the application of other
laws which establish different standards of compliance or upon the application of
requirements for the hiring of local or other area residents (e.g., those under the Public
Works Employment Act of 1977 and the Community Development Block Grant Program).
Reference: Executive Order 11246 & Title 41 CFR Part 60—4.3
Exhibit "B"
FEDERAL REQUIREMENTS: FR-05
COPELAND "ANTI-KICKBACK" ACT— 18 U.S.C. 874/40 U.S.C. 276c/ 29 CFR Part 3
Compliance with Copeland Act requirements. The Contractor shall comply with the
requirements of 29 CFR Part 3 which are incorporated by reference in this contract.
TITLE 18, U.S.C.
Sec. 874. Kickbacks from public works employees
"Whoever, by force, intimidation, or threat of procuring dismissal from employment, or by
any other manner whatsoever induces any person employed in the construction,
prosecution, completion or repair of any public building, public work, or building or work
financed in whole or in part by loans or grants from the United States, to give up any part of
the compensation to which he is entitled under his contract of employment, shall be fined
not more than $5,000 or imprisoned not more than five years, or both."
[18 U.S.C. 874 (June 25, 1948, Ch. 645, Sec. 1, 62 Stat. 740, eff. Sept. 1, 1948) replaces
the former sec. 1 of the Copeland Act of June 13, 1934 (48 Stat. 948), which was codified
as 40 U.S.C. 276b prior to its repeal by 62 Stat. 862, eff. Sept. 1, 1948.]
TITLE 40, U.S.C. (as amended)
Sec. 276c, Regulations governing contractors and subcontractors
"The Secretary of Labor shall make reasonable regulations for contractors and
subcontractors engaged in the construction, prosecution, completion or repair of public
buildings, public works or buildings or works financed in whole or in part by loans or grants
from the United States, including a provision that each contractor and subcontractor shall
furnish weekly a statement with respect to the wages paid each employee during the
preceding week. Section 1001 of Title 18 of the United States Code (Criminal Code and
Criminal Procedure) shall apply to such statements."
[40 U.S.C. 276c, as amended (48 Stat. 948 as amended by 62 Stat. 862, 63 Stat. 108, and
72 Stat. 967) constitutes the Copeland Act in its present form, which is a revision of section
2 of the original Act of June 13, 1934, section 1 of the original Act was repealed coincidentally
with its replacement by 18 U.S.C. 874, set out above.]
Reorganization Plan No. 14 of 1950 (15 F.R. 3176, 64 Stat. 1267, 5 U.S.C. 133z note):
"In order to assure coordination of administration and consistency of enforcement of the
labor standards provision of each of the [foregoing and other enumerated] Acts by the
Federal agencies responsible for the administration thereof, the Secretary of Labor shall
prescribe appropriate standards, regulations, and procedures, which shall be observed by
these agencies, and cause to be made by the Department of Labor such investigations, with
respect to compliance with and enforcement of such labor standards, as he deems
desirable, ..."
Exhibit "B"
FEDERAL REQUIREMENTS: FR-06
FEDERAL LABOR STANDARDS PROVISIONS (HUD 4010)
DAVIS - BACON REQUIREMENTS
Compliance with Davis-Bacon and Related Act Requirements: All rulings and
interpretations of the Davis-Bacon and Related Acts Contained in 29 CFR Parts 1, 3
and 5 are herein incorporated by reference.
For additional information regarding Labor Rates, please go to the following United States
Department of Labor website:
https://www.dol.gov/agencies/whd/government-contracts/construction
Applicability
The Project or Program to which the construction work covered by this contract pertains is
being assisted by the United States of America and the following Federal Labor Standards
Provisions are included in this Contract pursuant to the provisions applicable to such Federal
assistance.
1. (i) Minimum Wages All laborers and mechanics employed or working upon the site of
the work will be paid unconditionally and not less often than once a week, and without
subsequent deduction or rebate on any account (except such payroll deductions as are
permitted by the Secretary of Labor under the Copeland Act(29 CFR Part 3)),the full amount
of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment
computed at rates not less than those contained in the wage determination of the Secretary
of Labor which is attached hereto and made a part hereof, regardless of any contractual
relationship which may be alleged to exist between the contractor and such laborers and
mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits
under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are
considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR
5.5(a.)(1)(iv); also, regular contributions made or costs incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs which cover the
particular weekly period, are deemed to be constructively made or incurred during such
weekly period.
Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on
the wage determination for the classification of work actually performed, without regard to
skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work
in more than one classification may be compensated at the rate specified for each
classification for the time actually worked therein: Provided, that the employer's payroll
records accurately set forth the time spent in each classification in which work is performed.
The wage determination (including any additional classification and wage rates conformed
under 29 CFR 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) shall be posted at all
times by the contractor and its subcontractors at the site of the work in a prominent and
accessible place where it can easily be seen by the workers.
(ii) (a)Any class of laborers or mechanics, which is not listed in the wage determination and
which is to be employed under the contract shall be classified in conformance with the wage
determination. HUD shall approve an additional classification and wage rate and fringe
benefits therefore only when the following criteria have been met:
(1) The work to be performed by the classification requested is not performed by a
classification in the wage determination; and
Exhibit "B"
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(b) If the contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and HUD or its designee agree on the classification and
wage rate (including the amount designated for fringe benefits where appropriate), a report
of the action taken shall be sent by HUD or its designee to the Administrator of the Wage
and Hour Division, Employment Standards Administration, U.S. Department of Labor,
Washington, D.C. 20210. The Administrator, or an authorized representative, will approve,
modify, or disapprove every additional classification action within 30 days of receipt and so
advise HUD or its designee or will notify HUD or its designee within the 30-day period that
additional time is necessary. (Approved by the Office of Management and Budged under
OMB control number 12150140.)
(c) In the event the contractor, the laborers or mechanics to be employed in the classification
or their representatives, and HUD or its designee do not agree on the proposed classification
and wage rate (including the amount designated for fringe benefits where appropriate), HUD
or its designee shall refer the questions, including the views of all interested parties and the
recommendation of HUD or its designee, to the Administrator for determination. The
Administrator, or an authorized representative, will issue a determination within 30 days of
receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-
day period that additional time is necessary. (Approved by the Office of Management and
Budged under OMB control number 12150140.)
(d) The wage rate (including fringe benefits where appropriate) determined pursuant to
subparagraphs(1)(ii) (b) or(c) of this paragraph, shall be paid to all workers performing work
in the classification under this contract from the first day on which work is performed in the
classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination or shall pay another bona
fide fringe benefit or an hourly cash equivalent thereof.
(iv) If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the amount of any
costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,
Provided, That the Secretary of Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor
may require the contractor to set aside in a separate account assets for the meeting of
obligations under the plan or program. (Approved by the Office of Management and Budged
under OMB control number 12150140.)
2. Withholding.
HUD or its designee shall upon its own action or upon written request of an authorized
representative of the Department of Labor withhold or cause to be withheld from the
contractor under this contract or any other Federal contract with the same prime contractor,
or any other Federally-assisted contract subject to David-Bacon prevailing wage
requirements,which is held by the same prime contractor, so much of the accrued payments
or advances as may be considered necessary to pay laborers and mechanics, including
apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full
amount of wages required by the contract. In the event of failure to pay any laborer or
mechanic, including any apprentice, trainee, or helper, employed or working on the site of
Exhibit T"
work, all or part of the wages required by the contract, the HUD or its designee may, after
written notice to the contractor, sponsor, applicant, or owner, take such action as may be
necessary to cause the suspension of any further payment, advance, or guarantee of funds
until such violations have ceased. HUD or its designee may, after written notice to the
contractor, disburse such amounts withheld for and on account of the contractor or
subcontractor to the respective employees to whom they are due. The Comptroller General
shall make such disbursements in the case of direct Davis-Bacon Act contracts.
3. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be
maintained by the contractor during the course of the work and preserved for a period of
three years thereafter for all laborers and mechanics working at the site of the work. Such
records shall contain the name, address, and social security number of each such worker,
his or her correct classification, hourly rates of wages paid (including rates of contributions
or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types
described in Section 1(b) (2) (B) of the Davis-Bacon Act), daily and weekly number of hours
worked, deductions made and actual wages paid. Whenever the Secretary of Labor has
found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the
amount of any costs reasonably anticipated in providing benefits under a plan or program
described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records
which show that the commitment to provide such benefits is enforceable, that the plan or
program is financially responsible, and that the plan or program has been communicated in
writing to the laborers or mechanics affected, and records which show the costs anticipated
or the actual costs incurred in providing such benefits. Contractors employing apprentices
or trainees under approved programs shall maintain written evidence of the registration of
apprenticeship programs and certification of trainee programs, the registration of the
apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs. (Approved by the Office of Management and Budget under OMB Control
Numbers 1215-0140 and 1215-0017.)
(ii) (a) The contractor shall submit weekly, for each week in which any contract work is
performed, a copy of all payrolls to HUD or its designee if the agency is a party to the
contract, but if the agency is not such a party, the contractor will submit the payrolls to the
applicant sponsor or owner, as the case may be, for transmission to HUD or its designee.
The payrolls submitted shall set out accurately and completely all of the information required
to be maintained under 29 CFR 5.5(a) (3) (i). This information may be submitted in any form
desired. Optional Form WH-347 is available for this purpose and may be purchased from
the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S.
Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible
for the submission of copies of payrolls by all subcontractors. (Approved by the Office of
Management and Budget under OMB Control Numbers 1215-0149.)
(b) Each payroll submitted shall be accompanied by a "Statement of Compliance, "signed
by the contractor or subcontractor or his or her agent who pays or supervises the payment
of the persons employed under the contract and shall certify the following:
(1) That the payroll for the payroll period contains the information required to be maintained
under CFR 5.5(a) (3) (i) above and that such information is correct and complete;
(2) That each laborer and mechanic (including each helper, apprentice and trainee)
employed on the contract during the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and that no deductions have been made
either directly or indirectly from the full wages earned, other than permissible deductions as
set forth in Regulations 29 CFR Part 3;
Exhibit "6"
(3) That each laborer or mechanic has been paid not less than the applicable wage rates
and fringe benefits or cash equivalents for the classification of work performed, as specified
in the applicable wage determination incorporated into the contract.
(c) The weekly submission of a properly executed certification set forth on the reverse side
of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph A.3.(ii)(b).
(d) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231
of Title 31 of the United States Code.
(iii)The contractor or subcontractor shall make the records required under paragraph A.3.(i)
available for inspection, copying or transcription by authorized representatives of HUD or its
designee, or the Department of Labor, and shall permit such representatives to interview
employees during working hours on the job. If the contractor or subcontractor fails to submit
the required records or to make them available, HUD or its designee may, after written notice
to the contractor, sponsor, applicant or owner, take such action as may be necessary to
cause the suspension of any further payment, advance, or guarantee of funds. Furthermore,
failure to submit the required records upon request or to make such records available may
be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and Trainees.
(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate
for the work they performed when they are employed pursuant to and individually registered
in a bona fide apprenticeship program registered with the U.S. Department of Labor,
Employment and Training Administration, Office of Apprenticeship Training, Employer and
Labor Services or with a State Apprenticeship Agency recognized by the Office, or if a
person is employed in his or her first 90 days of probationary employment as an apprentice
in such an apprenticeship program, who is not individually registered in the program, but
who has been certified by the Office of Apprenticeship Training, Employer and Labor
Services or a State Apprenticeship Agency (where appropriate) to be eligible for
probationary employment as an apprentice. The allowable ratio of apprentices to
journeymen on the job site in any craft classification shall not be greater than the ratio
permitted to the contractor as to the entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise
employed as stated above, shall be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed. Where a contractor is performing construction on a project in a locality
other than that in which its program is registered, the ratios and wage rates (expressed in
percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's
registered program shall be observed. Every apprentice must be paid at not less than the
rate specified in the registered program for the apprentice's level of progress, expressed as
a percentage of the journeymen hourly rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with the provisions of the
apprenticeship program. If the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits listed on the wage determination
for the applicable classification. If the Administrator determines that a different practice
prevails for the applicable apprentice classification, fringes shall be paid in accordance with
that determination. In the event the Office of Apprenticeship Training, Employer and Labor
Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of
an apprenticeship program, the contractor will no longer be permitted to utilize apprentices
Exhibit "B"
at less than the applicable predetermined rate for the work performed until an acceptable
program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at
less than the predetermined rate for the work performed unless they are employed pursuant
to and individually registered in a program which has received prior approval, evidenced by
formal certification by the U.S. Department of Labor, Employment and Training
Administration. The ratio of trainees to journeymen on the job site shall not be greater than
permitted under the plan approved by the Employment and Training Administration. Every
trainee must be paid at not less than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the journeyman hourly rate
specified in the applicable wage determination. Trainees shall be paid fringe benefits in
accordance with the provisions of the trainee program. If the trainee program does not
mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and Hour Division determines that
there is an apprenticeship program associated with the corresponding journeyman wage
rate on the wage determination which provides for less than full fringe benefits for
apprentices. Any employee listed on the payroll at a trainee rate who is not registered and
participating in a training plan approved by the Employment and Training Administration
shall be paid not less than the applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any trainee performing work on the job
site in excess of the ratio permitted under the registered program shall be paid not less than
the applicable wage rate on the wage determination for the work actually performed. In the
event the Employment and Training Administration withdraws approval of a training
program, the contractor will no longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an acceptable program is
approved.
(iii) Equal Employment Opportunity. The utilization of apprentices, trainees and
journeymen under 29 CFR Part 5 shall be in conformity with the equal employment
opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30.
5. Compliance with Copeland Act Requirements.
The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated
by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the
clauses contained in subparagraphs 1 through 11 of this paragraph A and such other
clauses as HUD or its designee may by appropriate instructions require, and a copy of the
applicable prevailing wage decision, and also a clause requiring the subcontractors to
include these clauses in any lower tier subcontracts. The prime contractor shall be
responsible for the compliance b an subcontractor or lower tier subcontractor with all the
P P Y Y
contract clauses in this paragraph.
7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may
be grounds for termination of the contract, and for debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and
interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5
are herein incorporated by reference in this contract.
9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this contract.
Such disputes shall be resolved in accordance with the procedures of the Department of
Exhibit "B"
Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include
disputes between the contractor (or any of its subcontractors) and HUD, the U.S.
Department of Labor, or the employees or their representatives.
10. (i) Certification of Eligibility. By entering into this contract, the contractor certifies that
neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm
is a person or firm ineligible to be awarded. Government contracts by virtue of section 3(a)
of the Davis- Bacon Act or 29 CFR 5.12(a) (1) or to be awarded HUD contracts or participate
in HUD
rams ro pursuant to 24 CF Part 24.
programs
(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award
of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12
(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR
Part 24.
(iii)The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.
Criminal 1001. Additionally, U.S. Criminal Code Section 1 01 0, Title 18, U.S.C. 1001.
Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C, "Federal Housing
Administration transactions", provides in part: "Whoever, for the purpose of ..... influencing
in any way the action of such Administration....makes, utters or publishes any statement
knowing the same to be false.....shall be fined not more than $5,000 or imprisoned not more
than two years, or both."
11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to
whom the wage, salary, or other labor standards provision of this Contract are applicable
shall be discharged or in any other manner discrimination against by the Contractor or any
subcontractor because such employee has filed any complaint or instituted or caused to be
instituted any proceeding or has testified or is about to testify in any proceeding under or
relating to the labor standards applicable under this Contract to his employer.
Reference: Title 29 CFR Part 5.5
WAGE RATES
Exhibit "6"
FEDERAL REQUIREMENTS: FR-07
CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENTS
29 CFR PART 5
(1) Overtime requirements. No contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of laborers or
mechanics shall require or permit any such laborer or mechanic, in any workweek in
which he or she is employed on such work to work in excess of 40 hours in such
Exhibit "B"
workweek unless such laborer or mechanic receives compensation at a rate not less
than one and one-half times the basic rate of pay for all hours worked in excess of
forty hours in such workweek.
(2) Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any
violation of the clause set forth in subparagraph (1) of this paragraph, the contractor
and any subcontractor responsible therefor shall be liable for the unpaid wages. In
addition, such contractor and subcontractor shall be liable to the United States (in the
case of work done under contract for the District of Columbia or a territory, to such
District or to such territory), for liquidated damages. Such liquidated damages shall be
computed with respect to each individual laborer or mechanic, including watchmen
and guards, employed in violation of the clause set forth in subparagraph (1) of this
paragraph above, in the sum of $10 for each calendar day on which such individual
was required or permitted to work in excess of the standard workweek of 40 hours
without payment of the overtime wages required by the clause set forth in
subparagraph (1) of this paragraph.
(3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall
upon its own action or.upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any monies payable on
account of work performed by the contractor or subcontractor under any such
contract or any other Federal contract with the same prime contractor, or any other
Federally-assisted contract subject to the Contract Work Hours and Safety Standards
Act, which is held by the same prime contractor, such sums as may be determined to
be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid
wages and liquidated damages as provided in the clause set forth in paragraph (2) of
this paragraph.
(4) Subcontractors. The contractor or subcontractor shall insert in any subcontracts the
clauses set forth in paragraphs (1) through (4) of this paragraph and also a clause
requiring the subcontractor to include these clauses in any lower tier subcontracts. The
prime contractor shall be responsible for compliance by any subcontractor or lower
tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this
paragraph.
(5) Health and Safety. No laborer or mechanic shall be required to work in
surroundings or under working conditions which are unsanitary, hazardous, or
dangerous to his/her health and safety as determined under construction safety and
health standards promulgated by the Secretary of Labor by regulation.
The Contractor shall comply with all regulations issued by the Secretary of Labor
pursuant to Title 29 Part1926 and failure to comply may result in imposition of sanctions
pursuant to the Contract Work Hours and Safety Standards Act, 40 USC 3701 et seq.
The Contractor shall include the provisions of this para-graph in every subcontract so
that such provisions will be binding on each subcontractor. The Contractor shall take
such action with respect to any subcontract as the Secretary of Housing and Urban
Development or the Secretary
Exhibit "B"
Reference: 29 CFR Part 5.5 & Advisory Circular 150/5100-6d
Exhibit "B"
FEDERAL REQUIREMENTS: FR-08
REGULATIONS REGARDING REPORTING
INSTRUCTIONS HUD FORM 2516
This report is to be completed by grantees, developers, sponsors, builders, agencies,
and/or project owners for reporting contract and subcontract activities of $10,000 or
more under the following programs: Community Development Block Grants
(entitlement and small cities); Urban Development Action Grants; Housing
Development Grants; Multifamily Insured and Noninsured; Public and Indian Housing
Authorities; and contracts entered into by recipients of CDBG rehabilitation assistance.
Contracts/subcontracts of less than $10,000 need be reported only if such contracts
represent a significant portion of your total contracting activity. Include only contracts
executed during this reporting period.
Section 3
This form has been modified to capture Section 3 contract data in columns 7g and 7i.
Section 3 requires that the employment and other economic opportunities generated
by HUD financial assistance for housing and community development programs shall,
to the greatest extent feasible, be directed toward low- and very low-income persons,
particularly those who are recipients of government assistance for housing. Recipients
using this form to report Section 3 contract data must also use Part I of form HUD- 60002
to report employment and training opportunities data. Form HUD-2516 is to be may
establish income ceilings higher or lower than 80 per centum of the median for the
area on the basis of the Secretary's findings that such variations are necessary
because of prevailing levels of construction costs or unusually high or low-income
families. Very low-income persons means low-income families (including single
persons) whose incomes do not exceed 50 per centum of the median family income
for the area, as determined by the Secretary with adjustments for smaller and larger
families, except that the Secretary may establish income ceilings higher or lower than
50 per centum of the median for the area on the basis of the Secretary's findings that
such variations are necessary because of unusually high or low family incomes.
Submit two (2) copies of this report to your local HUD Office within ten (10) days after
the end of the reporting period you checked in item 4 on the front.
Community Development Programs
1. Grantee: Enter the name of the unit of government submitting this report.
2. Contact Person: Enter name and phone of person responsible for maintaining and
submitting contract/subcontract data.
3. Contact Person: Enter name and phone of person responsible for maintaining and
submitting contract/subcontract data.
7a. Grant Number: Enter the HUD Community Development Block Grant Identification
Number (with dashes). For example: B-32-MC-25-0034. For Entitlement Programs and
Small City multi-year comprehensive programs, enter the latest approved grant
number.
Exhibit "B"
7b. Amount of Contract/Subcontract: Enter the dollar amount rounded to the nearest
dollar. If subcontractor ID number is provided in 7f, the dollar figure would be for the
subcontract only and not for the prime contract.
7c. Type of Trade: Enter the numeric codes which best indicates the
contractor's/subcontractor's service. If subcontractor ID number is provided in 7f, the
type of trade code would be for the subcontractor only and not for the prime
contractor. The "other" category includes supply, professional services and all other
activities except construction and education/training activities.
7d. Business Racial/Ethnic/Gender Code: Enter the numeric code which indicates the
racial/ethnic /gender character of the owner(s) and controller(s) of 51% of the
business. When 51% or more is not owned and controlled by any single racial/ethnic/
gender category, enter the code which seems most appropriate. If the subcontractor
ID number is provided, the code would apply to the subcontractor and not to the
prime contractor.
7e. Woman Owned Business: Enter Yes or No.
7f. Contractor Identification (ID) Number: Enter the Employer (IRS) Number of the
unique identifier for prime recipient of HUD funds. Note that the Employer (IRS) Number
must be provided for each contract/subcontract awarded.
7g. Section 3 Contractor: Enter Yes or No.
7h. Subcontractor Identification (ID) Number: Enter the Employer (IRS) Number of the
subcontractor as the unique identifier for each subcontract awarded from HUD funds.
When the subcontractor ID Number is provided, the respective Prime
Contractor ID Number must also be provided.
7i. Section 3 Contractor: Enter Yes or No.
7j. Contractor/Subcontractor Name and Address: Enter this information for each A
Section 3 contractor/subcontractor is a business concern that provides economic
opportunities to low-and very low-income residents of the metropolitan area
(non metropolitan county), including a business concern that is 51 percent or more
owned by low- or very low-income residents; employs a substantial number of low- or
very low-income residents; or provides subcontracting or business development
opportunities to businesses owned by low- or very low-income residents. Low- and very
low-income residents include participants in Youth build programs established under
Subtitle D of Title IV of the Cranston-Gonzalez National Affordable Housing Act. The
terms "low-income persons" and "very low-income persons" have the same meanings
given the terms in section 3(b) (2) of the United States Housing Act of 1937.
Low-income persons mean families (including single persons) whose incomes do not
exceed 80 per centum of the median income for the area, as determined by the
Secretary, with adjustments for smaller and larger families, except that the Secretary
may establish Income ceilings higher or lower than 80 percent of the median for the
area on the basis of the Secretary's findings such that variations are necessary
because of prevailing levels of construction costs or unusually high or low-income
families. Very low-income persons mean low-Income families (including single persons)
whose incomes do not exceed 50 percent of the median family Income area, as
determined by the Secretary with adjustments or similar and larger families, except
that the Secretary may establish income ceilings higher or lower than 50 percent of
the median for the area on the basis of the Secretary's findings that such variations are
necessary because of unusually high or low family incomes.
Exhibit "B"
Instructions for: Form HUD-60002, Section 3 Summary Report, Economic Opportunities
for Low- and Very Low-Income Persons.
Instructions: This form is to be used to report annual accomplishments regarding
employment and other economic opportunities provided to low- and very low-income
persons under Section 3 of the Housing and Urban Development Act of 1968. The
Section 3 regulations apply to any public and Indian housing programs that receive:
(1) development assistance pursuant to
Section 5 of the U.S. Housing Act of 1937; (2) operating assistance pursuant to Section
9 of the U.S. Housing Act of 1937; or (3) modernization grants pursuant to Section 14 of
the U.S. Housing Act of 1937 and to recipients of housing and community
development assistance in excess of $200,000 expended for: (1) housing rehabilitation
(including reduction and abatement of lead-based paint hazards); (2) housing
construction; or (3) other public construction projects; and to contracts and
subcontracts in excess of $100,000 awarded in connection with the Section-3-covered
activity.
Form HUD-60002 has three parts, which are to be completed for all programs covered
by Section 3. Part I relates to employment and training. The recipient has the option to
determine numerical employment/training goals either on the basis of the number of
hours worked by new hires (columns B, D, E and F). Part II of the form relates to
contracting, and Part III summarizes recipients' efforts to comply with Section 3.
Recipients or contractors subject to Section 3 requirements must maintain appropriate
documentation to establish that HUD financial assistance for housing and community
development programs were directed toward low- and very low-income persons.* A
recipient of Section 3 covered assistance shall submit one copy of this report to HUD
Headquarters, Office of Fair Housing and Equal Opportunity. Where the program
providing assistance requires an annual performance report, this Section 3 report is to
be submitted at the same time the program performance report is submitted. Where
an annual performance report is not required, this Section 3 report is to be submitted
by January 10 and, if the project ends before December 31, within 10 days of project
completion. Only Prime Recipients are required to report to HUD. The report must
include accomplishments of all recipients and their Section 3 covered contractors and
subcontractors.
HUD Field Office: Enter the Field Office name.
1. Recipient: Enter the name and address of the recipient submitting this report.
2. Federal Identification: Enter the number that appears on the award form (with
dashes). The award may be a grant, cooperative agreement or contract.
3. Dollar Amount of Award: Enter the dollar amount, rounded to the nearest dollar,
received by the recipient.
4 & 5. Contact Person/Phone: Enter the name and telephone number of the person
with knowledge of the award and the recipient's implementation of Section 3.
6. Reporting Period: Indicate the time period (months and year) this report covers.
7. Date Report Submitted: Enter the appropriate date.
Exhibit "B"
8. Program Code: Enter the appropriate program code as listed at the bottom of the
page.
9. Program Name: Enter the name of HUD Program corresponding with the "Program
Code" in number 8.
Part I: Employment and Training Opportunities
Column A: Contains various job categories. Professionals are defined as people who
have special knowledge of an occupation (i.e. supervisors, architects, surveyors,
planners, and computer programmers). For construction positions, list each trade and
provide data in columns B through F for each trade where persons were employed.
The category of "Other" includes occupations such as service workers.
Column B: (Mandatory Field) Enter the number of new hires for each category of
workers identified in Column A in connection with this award. New hire refers to a
person who is not on the contractor's or recipient's payroll for employment at the time
of selection for the Section 3 covered award or at the time of receipt of Section 3
covered assistance.
Column C: (Mandatory Field) Enter the number of Section 3 new hires for each
category of workers identified in Column A in connection with this award. Section 3
new hire refers to a Section 3 resident who is not on the contractor's or recipient's
payroll for employment at the time of selection for the Section 3 covered award or at
the time of receipt of Section 3 covered assistance.
Column D: Enter the percentage of all the staff hours of new hires (Section 3 residents)
in connection with this award.
Column E: Enter the percentage of the total staff hours worked for Section 3
employees and trainees (including new hires) connected with this award. Include staff
hours for part-time and full-time positions.
Column F: (Mandatory Field) Enter the number of Section 3 residents that were trained
in connection with this award.
Part ll: Contract Opportunities
Block 1: Construction Contracts
Item A: Enter the total dollar amount of all contracts awarded on the
project/program.
Item B: Enter the total dollar amount of contracts connected with this project/program
that were awarded to Section 3 businesses.
Item C: Enter the percentage of the total dollar amount of contracts connected with
this project/program awarded to Section 3 businesses.
Item D: Enter the number of Section 3 businesses receiving awards.
Block 2: Non-Construction Contracts
Item A: Enter the total dollar amount of all contracts awarded on the
project/program.
Item B: Enter the total dollar amount of contracts connected with this project awarded
to Section 3 businesses.
Item C: Enter the percentage of the total dollar amount of contracts connected with
this project/program awarded to Section 3 businesses.
Item D: Enter the number of Section 3 businesses receiving awards.
Part III: Summary of Efforts - Self -explanatory
n n
Exhibit B
Submit one (1) copy of this report to the HUD Headquarters Office of Fair Housing and
Equal Opportunity, at the same time the performance report is submitted to the
program office. The Section 3 report is submitted by January 10. Include only contracts
executed during the period specified in item 8. PHAs/IHAs are to report all
contracts/subcontracts.
* The terms "low-income persons" and very low-income persons" have the same
meanings given the terms in section 3 (b) (2) of the United States Housing Act of 1937.
Low-income persons mean families (including single persons) whose incomes do not
exceed 80 percent of the median income for the area, as determined by the
Secretary, with adjustments for smaller and larger families, except that The Secretary
may establish income ceilings higher or lower than 80 percent of the median for the
area on the basis of the Secretary's findings such that variations are necessary
because of prevailing levels of construction costs or unusually high- or low-income
families. Very low-income persons mean low-income families (including single persons)
whose incomes do not exceed 50 percent of the median family income area, as
determined by the Secretary with adjustments or smaller and larger families, except
that the
Secretary may establish income ceilings higher or lower than 50 percent of the median
for the area on the basis of the Secretary's findings that such variations are necessary
because of unusually high or low family incomes.
Exhibit "B"
FEDERAL REQUIREMENTS: FR-9
RIGHTS TO INVENTIONS
All rights to inventions and materials generated under this contract are subject to
regulations issued by HUD or its designee and the Sponsor of the Federal grant under
which this contract is executed.
Reference: Title 49 CFR Part 18.36(i) (8)
Exhibit "B"
FEDERAL REQUIREMENTS: FR-10
ACCESS TO RECORDS AND RECORD RETENTION
The Contractor shall maintain an acceptable cost accounting system. The Contractor
agrees to provide the Sponsor, HUD and the Comptroller General of the United States
or any of their duly authorized representative's access to any books, documents,
papers, and records of the contractor which are directly pertinent to the specific
contract for the purpose of making audit, examination, excerpts and transcriptions.
The Contractor agrees to maintain all books, records and reports required under this
contract for a period of not less than three years after final payment is made and all
pending matters are closed.
Reference: Title 49 CFR Part 18.36(i)
Exhibit "B"
FEDERAL REQUIREMENTS: FR-1 1
CLEAN AIR AND WATER POLLUTION CONTROL
Contractors and subcontractors agree:
a. That any facility to be used in the performance of the contract or subcontract or to
benefit from the contract is not listed on the Environmental Protection Agency (EPA)
List of Violating Facilities;
b. To comply with all the requirements of Section 114 of the Clean Air Act, as
amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution
Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring,
entry, reports, and information, as well as all other requirements specified in Section
114 and Section 308 of the Acts, respectively, and all other regulations and guidelines
issued thereunder;
c. That, as a condition for the award of this contract, the contractor or subcontractor
will notify the awarding official of the receipt of any communication from the EPA
indicating that a facility to be used for the performance of or benefit from the
contract is under consideration to be listed on the EPA List of Violating Facilities;
d. To include or cause to be included in any construction contract or subcontract
which exceeds $ 100,000 the aforementioned criteria and requirements.
Reference: Clean Air Act (42 U.S.C. 7401 et seq.), Federal Water Pollution Control Act
(33 U.S.C. 1251 et seq.) as amended, (49 CFR Part 18.36(i) (12) & Section 306 of the
Clean Air Act & Section 508 of the Clean Water Act
Exhibit "B"
FEDERAL REQUIREMENTS: FR-12
ENERGY CONSERVATION REQUIREMENTS
The contractor agrees to comply with mandatory standards and policies relating to
energy efficiency that are contained in the state energy conservation plan issued in
compliance with the Energy Policy and Conservation Act (Public Law 94-163).
Reference: Title 49 CFR Part 18.36 & Public Law 94-163
Exhibit "B"
FEDERAL REQUIREMENTS: FR-13
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION
The Contractor certifies, by acceptance of this contract, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal
department or agency. It further agrees that it will include this clause without
modification in all lower tier transactions, solicitations, proposals, contracts, and
subcontracts.
Reference: 49 CFR Part 29 & FAA Order 5100.38C
Exhibit "B"
FEDERAL REQUIREMENTS: FR-14
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
(1) No Federal appropriated funds shall be paid, by or on behalf of the contractor, to
any person for influencing or attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with the making of any Federal grant and the
amendment or modification of any Federal grant.
(2) If any funds other than Federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with any Federal grant, the contractor shall
complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in
accordance with its instructions.
Reference: Title 49 CFR Part 20, Appendix A
Exhibit "B"
FEDERAL REQUIREMENTS: FR-14
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION
The Contractor certifies, by acceptance of this contract, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal
department or agency. It further agrees that it will include this clause without
modification in all lower tier transactions, solicitations, proposals, contracts, and
subcontracts.
Reference: 49 CFR Part 29 & FAA Order 5100.38C
Exhibit "B"
FEDERAL REQUIREMENTS: FR-15
ECONOMIC OPPORTUNITIES FOR LOW AND VERY-LOW INCOME PERSONS
Section 3 Clause.
Housing and Urban Development Act of 1968
All section 3 covered contracts shall include the following clause (referred to as the
section 3 clause):
The work to be performed under this contract is subject to the requirements of section
3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u
(section 3). The purpose of section 3 is to ensure that employment and other
economic opportunities generated by HUD assistance or HUD-assisted projects
covered by section 3, shall, to the greatest extent feasible, be directed to low- and
very low-income persons, particularly persons who are recipients of HUD assistance for
housing.
The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135,
which implement section 3. As evidenced by their execution of this contract, the
parties to this contract certify that they are under no contractual or other impediment
that would prevent them from complying with the part 135 regulations.
The contractor agrees to send to each labor organization or representative of workers
with which the contractor has a collective bargaining agreement or other
understanding, if any, a notice advising the labor organization or workers'
representative of the contractor's commitments under this section 3 clause, and will
post copies of the notice in conspicuous places at the work site where both
employees and applicants for training and employment positions can see the notice.
The notice shall describe the section 3 preference, shall set forth minimum number and
job titles subject to hire, availability of apprenticeship and training positions, the
qualifications for each; and the name and location of the person(s) taking
applications for each of the positions; and the anticipated date the work shall begin.
The contractor agrees to include this section 3 clause in every subcontract subject to
compliance with regulations in 24 CFR part 135, and agrees to take appropriate
action, as provided in an applicable provision of the subcontract or in this section 3
clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR
part 135. The contractor will not subcontract with any subcontractor where the
contractor has notice or knowledge that the subcontractor has been found in
violation of the regulations in 24 CFR part 135.
The contractor will certify that any vacant employment positions, including training
positions, that are filled (1) after the contractor is selected but before the contract is
executed, and (2) with persons other than those to whom the regulations of 24 CFR
part 135 require employment opportunities to be directed, were not filled to
circumvent the contractor's obligations under 24 CFR part 135.
Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions,
termination of this contract for default, and debarment or suspension from future HUD
assisted contracts.
Exhibit "B"
With respect to work performed in connection with section 3 covered Indian housing
assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act
(25 U.S.C. 450e) also applies to the work to be performed under this contract. Section
7(b) requires that to the greatest extent feasible (i) preference and opportunities for
training and employment shall be given to Indians, and (ii) preference in the award of
contracts and subcontracts shall be given to Indian organizations and Indian-owned
Economic Enterprises. Parties to this contract that are subject to the provisions of
section 3 and section 7(b) agree to comply with section 3 to the maximum extent
feasible, but not in derogation of compliance with section 7(b).
§ 135.40 Providing other economic opportunities.
(a) General. In accordance with the findings of the Congress, as stated in section 3,
that other economic opportunities offer an effective means of empowering low-
income persons, a recipient is encouraged to undertake efforts to provide to low-
income persons economic opportunities other than training, employment, and
contract awards, in connection with section 3 covered assistance.
(b) Other training and employment related opportunities. Other economic
opportunities to train and employ section 3 residents include, but need not be limited
to, use of "upward mobility", "bridge" and trainee positions to fill vacancies; hiring
section 3 residents in management and maintenance positions within other housing
developments; and hiring section 3 residents in part-time positions.
(c) Other business related economic opportunities.
(1) A recipient or contractor may provide economic opportunities to establish, stabilize
or expand section 3 business concerns, including micro-enterprises. Such opportunities
include, but are not limited to the formation of section 3 joint ventures, financial
support for affiliating with franchise development, use of labor only contracts for
building trades, purchase of supplies and materials from housing authority resident-
owned businesses, purchase of materials and supplies from PHA resident-owned
businesses and use of procedures under 24 CFR part 963 regarding HA contracts to HA
resident-owned businesses. A recipient or contractor may employ these methods
directly or may provide incentives to non-section 3 businesses to utilize such methods
to provide other economic opportunities to low-income persons.
(2) A section 3 joint venture means an association of business concerns, one of which
qualifies as a section 3 business concern, formed by written joint venture agreement to
engage in and carry out a specific business venture for which purpose the business
concerns combine their efforts, resources, and skills for joint profit, but not necessarily
on a continuing or permanent basis for conducting business generally, and for which
the section 3 business concern:
(i) Is responsible for a clearly defined portion of the work to be performed and holds
management responsibilities in the joint venture; and
(ii) Performs at least 25 percent of the work and is contractually entitled to
compensation proportionate to its work.
Subpart C [Reserved]
FEDERAL REQUIREMENTS: FR-16
Exhibit "B"
AFFIRMATIVE ACTION REGULATIONS AND PLAN
An Affirmative Action Plan (AAP) must be submitted by the prime contractor and all
subcontractors who have subcontracts of $10,000 or more on the project. These must
be displayed on the project bulletin board or posted on site for employee view and
must include the percentage of AAP goals.
Exhibit "B"
FEDERAL REQUIREMENTS: FR-17
WOMEN AND MINORITY OWNED BUSINESSES (M/WBE)
The Contractor will do the best efforts to afford small business (Section 3 (a) of the
Small Business Act), minority businesses enterprises and women business enterprises
(51% + owned or controlled by minority group members or women) the maximum
practicable opportunity to participate in the performance of this project.
Exhibit "B"
FEDERAL REQUIREMENTS: FR-18
ACCESSIBILITY SECTION 504 COMPLIANCE
CDBG regulations require adherence to the following regulations: Americans with
Disabilities Act (ADA) removal of architectural and communications barriers. Section
504 of the Rehabilitation Act of 1973 prohibits discrimination in Federally assisted
programs on the basis of disability.
Exhibit "B"
FEDERAL REQUIREMENTS: FR-19
TEXAS ARCHITECTURAL BARRIERS ACT
Elimination of Architectural Barriers , Government Code Chapter 469.- The intent of this
chapter is to ensure that each building and facility subject to this chapter is accessible
to and functional for persons with disabilities without causing the loss of function,
space, or facilities. A State compliance certificate will be required at completion of
project construction for contracts $50,000 and above; the contractor shall strictly
adhere to the construction approved drawings and specifications to accomplish final
Certification from the Texas Department of Licensing and Regulations (TDLR.)
I
Exhibit "B"
FEDERAL REQUIREMENTS: FR-20
DRUG-FREE WORKPLACE REQUIREMENTS
The Drug-Free Workplace Act of 1988 (42 U.S.C. 701) requires grantees (including individuals) of
federal agencies, as a prior condition of being awarded a grant, to certify that they will provide drug-free
workplaces. Each potential recipient must certify that it will comply with drug-free workplace
requirements in accordance with the Act and with HUD's rules at 24 CFR part 24, subpart F.
Exhibit T"
FEDERAL REQUIREMENTS: FR-21
FIELD REQUIREMENTS
TO BE POSTED:
All posting documents must be placed in a visible location at the job site on a notice board:
Davis-Bacon Poster: The WH Publication 1321 must be placed in a visible location at the
job site on a notice board with the Contractor's and sub-contractors'Affirmative Action Plans
when applicable.
Davis-Bacon Prevailing Wage Rates: The Contractor shall display in a visible location at
the job site on a notice board for employee viewing the Federal Wage Rates that apply to
each Individual type of project.
HUD Form 4010 Federal Labor Standards Provisions: The Contractor must be place in
a visible location at the job site on a notice board the requirements of Davis- Bacon,
Copeland, and Contract Work Hours and Safety Standards Acts.
Section 3 Notice: The Contractor must inform workers of Economic Opportunities for Low
and Very-Low Income Persons. Information pertaining to this notice must be placed in a
visible location at the job site on a notice board.
Executive Order 112461: The Contractor must place in a visible location at the job site on
a notice board requirements that set forth the anti-discrimination policy for this project. Parts
11 & III of this Executive Order are applicable along with Executive Order 11375 concerning
employment discrimination on the basis of race, color, sex, religion and national origin.
CDBG Project Siqn: Project Sign: Contractors responsible to install in a visible location
as selected by the City, a CDBG Project Sign prior to commencement of construction.
Dimensions and design is attached. The field location will be determined prior to work
start.
Compliance Affidavit: The Contractor must sign and return the attached affidavit to the
City prior to beginning work on the project.
Affirmative Action Plan: The Contractor must submit and post this plan at the jobsite.
Affidavit and Waiver of Lien by Contractor: The Contractor must complete, sign and
return this waiver with each request for payment.
Exhibit "B"
CDBG
PROJECT SIGN
8
Red
PROJECT Background
Project Address White Letters
CITY OF
White Background
Community Development Block Grant (CDBG)
Black Letters
U. S. DEPARTMENT OF HOUSING AND URBAN
DEVELOPMENT (HUD)
CDBG FUNDS: $ Total Project Cost:
Blue Background
• •
White Letters
Address:• - Number:4'
36
Contractor to locate sign where it is most visible to the public and as approved by City
Sign is made from a 4 feet x 8 feet sheet of%" plywood.
Sign should be posted at a minimum of than 3' 6" high from round level.
9 p a a
"General Decision Number: TX20200007 01/03/2020
Superseded General Decision Number: TX20190007
State: Texas
Construction Types: Heavy and Highway
Counties: Atascosa, Bandera, Bastrop, Bell, Bexar, Brazos,
Burleson, Caldwell, Comal, Coryell, Guadalupe, Hays, Kendall,
Lampasas, McLennan, Medina, Robertson, Travis, Williamson and
Wilson Counties in Texas.
HEAVY (excluding tunnels and dams, not to be used for work on
Sewage or Water Treatment Plants or Lift / Pump Stations in
Bell, Coryell, McClennon and Williamson Counties) and HIGHWAY
Construction Projects
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.80 for calendar year 2020 applies to all contracts
subject to the Davis-Bacon Act for which the contract is awarded
(and any solicitation was issued) on or after January 1, 2015.
If this contract is covered by the EO, the contractor must pay
all workers in any classification listed on this wage
determination at least $10.80 per hour (or the applicable
wage rate listed on this wage determination, if it is higher)
for all hours spent performing on the contract in calendar
year 2020. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least
the wage rate determined through the conformance process set
forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,
if it is higher than the conformed wage rate) . The EO minimum
wage rate will be adjusted annually. Please note that
this EO applies to the above-mentioned types of contracts
entered into by the federal government that are subject
to the Davis-Bacon Act itself, but it does not apply
to contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60) . Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/03/2020
* SUTX2011-006 08/03/2011
Rates Fringes
CEMENT MASON/CONCRETE
FINISHER (Paving and
Structures) . . . . . . . . . . . . . . . . . . . . . .$ 12.56
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 26.35
FORM BUILDER/FORM SETTER
Paving & Curb. . . . . . . . . . . . . . .$ 12.94
Structures. . . . . . . . . . . . . . . . . .$ 12.87
LABORER
Asphalt Raker. . . . . . . . . . . . . . .$ 12.12
Flagger. . . . . . . . . . . . . . . . . . . . .$ 9.45
Laborer, Common. . . . . . . . . . . . .$ 10.50
Laborer, Utility. . . . . . . . . . . .$ 12.27
Pipelayer. . . . . . . . . . . . . . . . . . .$ 12.79
Work Zone Barricade
Servicer. . . . . . . . . . . . . . . . . . . .$ 11.85
PAINTER (Structures) . . . . . . . . . . . . .$ 18.34
POWER EQUIPMENT OPERATOR:
Agricultural Tractor. . . . . . . .$ 12.69
Asphalt Distributor. . . . . . . . .$ 15.55
Asphalt Paving Machine. . . . . .$ 14.36
Boom Truck. . . . . . . . . . . . . . . . . .$ 18.36
Broom or Sweeper. . . . . . . . . . . .$ 11.04
Concrete Pavement
Finishing Machine. . . . . . . . . . .$ 15.48
Crane, Hydraulic 80 tons
or less. . . . . . . . . . . . . . . . . . . . .$ 18.36
Crane, Lattice Boom 80
tons or less. . . . . . . . . . . . . . . .$ 15.87
Crane, Lattice Boom over
80 tons. . . . . . . . . . . . . . . . . . . . .$ 19.38
Crawler Tractor. . . . . . . . . . . . .$ 15.67
Directional Drilling
Locator. . . . . . . . . . . . . . . . . . . . .$ 11.67
Directional Drilling
Operator. . . . . . . . . . . . . . . . . . . .$ 17.24
Excavator 50,000 lbs or
Less. . . . . . . . . . . . . . . . . . . . . . . .$ 12.88
Excavator over 50,000 lbs. . .$ 17.71
Foundation Drill, Truck
Mounted. . . . . . . . . . . . . . . . . . . . .$ 16.93
Front End Loader, 3 CY or
Less. . . . . . . . . . . . . . . . . . . . . . . .$ 13.04
Front End Loader, Over 3 CY.$ 13.21
Loader/Backhoe. . . . . . . . . . . . . .$ 14.12
Mechanic. . . . . . . . . . . . . . . . . . . .$ 17.10
Milling Machine. . . . . . . . . . . . .$ 14.18
Motor Grader, Fine Grade. . . .$ 18.51
Motor Grader, Rough. . . . . . . . .$ 14.63
Pavement Marking Machine. . . .$ 19.17
Reclaimer/Pulverizer. . . . . . . .$ 12.88
Roller, Asphalt. . . . . . . . . . . . .$ 12.78
Roller, Other. . . . . . . . . . . . . . .$ 10.50
Scraper. . . . . . . . . . . . . . . . . . . . .$ 12.27
Spreader Box. . . . . . . . . . . . . . . .$ 14.04
Trenching Machine, Heavy. . . .$ 18.48
Servicer. . . . . . . . . . . . . . . . . . . . . . . . .$ 14.51
Steel Worker
Reinforcing. . . . . . . . . . . . . . . . .$ 14.00
Structural. . . . . . . . . . . . . . . . . .$ 19.29
TRAFFIC SIGNAL INSTALLER
Traffic Signal/Light Pole
Worker. . . . . . . . . . . . . . . . . . . . . .$ 16.00
TRUCK DRIVER
Lowboy-Float. . . . . . . . . . . . . . . .$ 15.66
Off Road Hauler. . . . . . . . . . . . .$ 11.88
Single Axle. . . . . . . . . . . . . . . . .$ 11.79
Single or Tandem Axle Dump
Truck. . . . . . . . . . . . . . . . . . . . . . .$ 11.68
Tandem Axle Tractor w/Semi
Trailer. . . . . . . . . . . . . . . . . . . . .$ 12.81
WELDER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 15.97
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
----------------------------------------------------------------
----------------------------------------------------------------
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)) .
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate) .
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAW'" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is 7uly 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1. ) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2. )
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1. ) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc. ) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board) . Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
----------------------------------------------------------------
END OF GENERAL DECISION