Loading...
HomeMy WebLinkAboutResolution - 2021-R0069 - Contract 15683 with Tommy Klein Construction 2.23.2021Resolution No. 2021-R0069 Item No. 7.21 February 23, 2021 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 15683 for site preparation, site work for landscaping and installation of utilities, restroom, parking area, irrigation system, flatwork, park amenities, vegetation and trees, and fencing for McAlister Dog Park, by and between the City of Lubbock and Tommy Klein Construction, Inc., of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on February 23, 2021 DANIEL M. POPE, MAYOR ATTEST: ARcec Garza, City Sec •etat APPROVED AS TO CONTENT: Brooke Witcher, Assistant City Manager APPROVED AS TO FORM: Attorney ccdocsMES.Contract 15683 — McAlister Dog Park February 2, 2021 PROPOSAL SUBMITTAL FORM TOTAL LUMP SUM PROPOSAL CONTRACT DATE: Ol-a7-Zc)p-I PROJECT NUMBER: RFP 21-15383-JM McAlister Dog Park Proposal of I am vn � Vie-l'n t 0y)5J ' u Cf i D , T L . (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the McAlister Dog Park having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION TOTAL LUMP SUM Site preparation, Site work for landscaping and in installation of utilities, Restroom, Parking area, Irrigation system, Flatwork, Park amenities, Vegetation and trees, Fencing for v� 1 McAlister Dog Park. $ �� V Base bid consists of the materials and labor for r the above referenced prqJect, asspecified herein. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: Ig V (to Substantial Completion) (not to exceed 180 consecutive calendar days to Substantial Completion). f, Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice o Proceed" of the Owner and to substantially complete the project within 180 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $100 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond fiom a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 10'14, Offeror's Initials IL - L-� , Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of 57, Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: �re Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date l - Zi Zo-z l Addenda No. Date- o !-,12 �-z 1 Addenda No. Date i Addenda No. Date:�-I" M/WBE Firm: I V I W c American Date: 01- 27 - 2na r - klo,4,9 4az AVJ, Authorized Signature J a r to jn k//&j l (Printed or Typed Name) �vr►rn ,� r� n CZ ni 4 r(/ 4jr) Id Company/ iiPiesaia Address Lr4 e/ LPL, �t j,,—, City, M2x-�`3 , k County State � -*a4- Zip Code Telephone: g!�( - _ _ 4 3 g - 3 11 Fax: 2 - Email: ✓ el' s , co rn FEDERAL TAX M or SOCIAL SECURIT' No. l 75-;092V73 Black American I I Native American Asian Pacific American I I Other (Soecifv) CERTIFICATE 4F INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1 - 4 and 6 if there are interested parties_ OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2021-7210$8 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Tommy Klein Construction, Inc. Lubbock, TX United States Date Filed: 02/26/2021 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Contract 15683 McAlister Dog Park 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Klein, Tommy Lubbock, TX United States X Klein, Karen Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION v i My name is &�r e�(-, and my date of birth is.. () My address is M o 1 CJ j, 4�'ce- A oeyiL c QC. 1 \L 9 4-7-4- USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. -�h Executed in CK. County, State of J P X. E�S , on the 2�0 day of Feb_, 20 j (month) (year) Signature of authorized agent of contracting business entity (Declarant) rUrms proviaea oy i exas Emics Commission www.etnics.state.tx.us Version V1.1.ceffd98a CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2021-721088 Tommy Klein Construction, Inc. Lubbock, TX United States Date Filed: 02/26/2021 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 03/02/2021 g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Contract 15683 McAlister Dog Park 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Klein, Tommy Lubbock, TX United States X Klein, Karen Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: February 23, 2021 CITY OF LUBBOCK SPECIFICATIONS FOR McAlister Dog Park RFP 21-15683-JM CONTRACT: 15683 PROJECT NUMBER: 92615.8304 Plans & Specifications may be obtained from Bidsync.com City of Iul)l o C1,11r, TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank ADDENDUM Page Intentionallv Left Blank ADDENDUM 1 ibbock ' TEXAS RFP 21-15683-JM McAlister Dog Park Date Issued: January 21, 2021 NEW Close Date: January 27, 2021 The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following: New close Date is January 27, 2021 @ 3:00 p.m. Documents Attached: Q and A provided Lubbock Park Rules Precast Product Plan Sewer Line Plan All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez&mylubbock.us THANK YOU, Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. Questions and Answers: Q: Light fixture is specified on sheet and detailed on Sheet 5-501 but no light fixture locations or quantity are indicated on the plans. A. All electrical procurement and work will be performed by City of Lubbock personnel. Q. Is the Restroom Building part of this Contract or is it by Others? If it is part of this Contract please specify the manufacture of the facility and where we get Manufacturer Engineered Drawings.. Sheets 5-102 note 10. A. Restroom will be provided by other Vendor, City personnel will set restroom. City personnel will install sewer service to the restroom. Plumbing, water and sewer connections will be performed by Contractor. Electrical connection will be made by City personnel. Engineered drawings for the restroom are attached. 12'x12' Gable Roof Shade structure, sheet S102 note 2 and detailed on Sheet L-503 Detail number 2 does not indicate the a manufacture, model number or other pertinent information[Ronny Gallagher] ICON Shelter Systems Inc. Model RG12X12M-P4, Poligon, Model SQR-12 or approved equal. B. Agility Equipment, Sheet 102 note 4 is manufacture or equipment is not specified.[Ronny Gallagher] Agility equipment has been removed. Contractors not responsible. C. Mutt Mutt Dog Station Sheet 102 note 5 and detailed on detailed on sheet L-502 detail 4, model number is not specified. I forgot the Mutt Mitt station. Mutt Mitt Dog Bag Dispenser, Model #2400/2401 or equal. D. E. Bike Rack on Sheet 102 note 6, manufacture and model not specified.[Ronny Gallagher] Landscape Structures, Inc. Model #100102A, or approved equal F. Dog Friendly Drinking Fountain on Sheet 5-102, detailed on sheet L-503 detail 1, model number is not specified.[Ronny Gallagher] MDF, Inc.;440SM or SMSS w/optional pet fountain, or equal. G. Are the Owner supplied benches fastened to the ground or movable? If fastened are they embedded in concrete or bolted?[Ronny Gallagher] Fastened to concrete. City TEXAS ADDENDUM 2 Clarifications RFP 21-15683-JM McAlister Dog Park DATE ISSUED: February 23, 2021 NEW CLOSE DATE: January 27, 2021 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Revised Proposal Submittal Form. Clarifications Zoom Information REVISION INFORMATION: DELETE: Meeting ID 584 003 5702 Passcode 1314 Start Time 3:00 P.M. January 27, 2021 REPLACE WITH: Meeting ID 829 7715 8939 Passcode 1314 Start Time 3:00 P.M. January 27, 2021 All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer III City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMontes(c),mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, pae w4a&j CITY OF LUBBOCK Jessie Montes Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if an} language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 2 City of Lubbock iExa ADDENDUM 3 Clarifications/ Bid Extension REP 21-15683-JM McAlister Dog Park DATE ISSUED: February 23, 2021 NEW CLOSE DATE: January 28, 2021 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Revised Proposal Submittal Form. Clarifications 1. Zoom Information REVISION INFORMATION: DELETE: Meeting ID 584 003 5702 Passcode 1314 Start Time 3:00 P.M. January 27, 2021 REPLACE WITH: Meeting ID 829 7715 8939 Passcode 1314 Start Time 3:00 P.M. January 28, 2021 Bid Extension 1. Extension REVISION INFORMATION: DELETE: Opening 3:00 P.M. January 27, 2021 REPLACE WITH: Opening 3:00 P.M. January 28, 2021 All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer III City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMontes@'mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, Pale ? noted CITY OF LUBBOCK Jessie Montes Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 2 City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 21-15683-JM McAlister Dog Park ✓ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. ✓ Complete CITY OF LUBBOCK REFERENCE FORM. 4. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original_ 5. ,/ Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS 6. ✓ Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 7. ✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 8. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 9. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITYnumber. 10. ✓ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 11. ✓ Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 12. ✓ Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS _RE' _ _UIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 13. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 14. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. -lornrnv 1P i an4cll (J is l _, -tor" I (Type or Print Company Name) Pate Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. TOTAL LUMP SUM PROPOSAL SUBMITTAL FORM 4-2. CITY OF LUBBOCK REFERENCE FORM 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-4. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-5. SAFETY RECORD QUESTIONNAIRE 4-6. SUSPENSION AND DEBARMENT CERTIFICATION 4-7. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-8. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 12. GENERAL CONDITIONS OF THE AGREEMENT 13. CITY OF LUBBOCK WAGE DETERMINATIONS 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors RFP 21-15683-JM Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, until 3:00 PM on January 21, 2021, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: McAlister Dog Park After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 PM on January 21, 2021, and the City of Lubbock City Council will consider the proposals on February 23, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on January 13, 2021, at 11:00AM. The Zoom meeting information is as follows: Website: https:Hus02web.zoom.us/I/5840035702?pwd=QzZLTUJJdVhQVHIOdFRxZOlobmRGdzO9 Meeting ID: 584 003 5702 Passcode: 1314 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish McAlister Dog Park per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 PM, January 21, 2021, at the office listed below. Proposals will be opened via teleconference if date/time stamped on or before 3:00 p.m. CST at the office listed below. The Zoom meeting information is as follows: Website: https://us02web.zoom.us/I/5840035702?pwd=QzZLTUJJdVhQVHIOdFRxZOlobmRGdzO9 Meeting ID: 584 003 5702 Passcode: 1314 Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 21-15683-JM McAlister Dog Park" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1314 Avenue K, Floor 9 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerors will be considered responsive and evaluated for award of a Contract. 1.3 Please submit one original and one electronic copy of the response, including all required forms and applicable supporting documentation, as required. Failure to submit the required number of copies may result in the proposal being declared unresponsive. The original must be clearly marked "ORIGINAL". • Electronic responses must be submitted not later than 3:00 p.m. CST on January 21, 2021, through BidSync.com or via email submission to: JMontesAmylubbock.us before the deadline. Please allow time to upload. Any submissions received after the date and hour specified will be rejected. • Original documents require submission by January 28, 2021, at 5:00 p.m. The response must be inside a sealed envelope or container when submitted. The response material must be addressed and delivered to: City of Lubbock Marta Alvarez, Director of Purchasing and Contract Management Office 1314 Avenue E, Floor 9 Lubbock, TX 79401 The outside of the envelope or container must state: RFP 21-15683-JM, McAlister Dog Park Submittals received later than the above date and time may be rejected and returned unopened. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 11:00AM, January 21, 2021, via teleconference. The Zoom meeting information is as follows: Website: https://us02web.zoom.us/I/5840035702?pwd=QzZLTUJJdVhQVHIOdFRxZOlobmRGdzO9 Meeting ID: 584 003 5702 Passcode:1314 All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsyLc.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 6.4 Pursuant to Section 552.234(c) of the Texas Government Code, the City of Lubbock has designated the following email address for which public information requests may be made by an emailed request: orr a,mylubbock.us. Please send this request to this email address for it to be processed. 6.5 For more information, please see the City of Lubbock Public Information Act website at: https:Hci.lubbock.tx.us/pages/Tublic-inforination-act 7 LICENSES. PERMITS. TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: 4 Jessie Montes, Buyer III City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: JMontes&mylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 180 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. 6 (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in 8 the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal "RFP 21-15683-JM McAlister Dog Park" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: 31 (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (1) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs 10 with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, 5 points for Safety Record Questionnaire, and 5 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 32.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.4 5 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal 11 being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $1,024,333.77 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 12 34 ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PROTEST 35.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 36 PREVAILING WAGE RATES 36.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 13 Page Intentionally Left Blank TEXAS GOVERNMENT CODE 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank r� PROPOSAL SUBMITTAL FORM TOTAL LUMP SUM PROPOSAL CONTRACT DATE: 7 - Z PROJECT NUMBER: RFP 21-15383-3M McAlister Dog Park Proposal of I l C (V l 20s+r b'0 , T om • (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the McAlister Dog Park having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION TOTAL LUMP SUM Site preparation, Site work for landscaping and in installation of utilities, Restroom, Parking area, Irrigation system, Flatwork, Park amenities, Vegetation and trees, Fencing for 1 McAlister Dog Park. V V Base bid consists of the materials and labor for the above referenced proj 1, asspecified herein. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: ( TOTAL CONSECUTIVE CALENDAR DAYS: (d (to Substantial Completion) (not to exceed 180 consecutive calendar days to Substantial Completion_). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice ^o Proceed" of the Owner and to substantially complete the project within 1.80 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum. of $100 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he Rirther agrees to commence work. on the date specified .in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (S%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials ,1- Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ } or a Proposal Bond in the sum of Dollars (S }, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bold shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: , :J�r K ,,- (!!,r)ery Offeror acknowledges receipt of the following addenda: Addenda No. t Date I - Zl - Zoz i Addenda No. Date o late = �a.1 Addenda No. _ Date i Addenda No. Date M/WBE Firm: Date: Authorized Signature r (Printed or Typed Name) Company Address - L,LLD r LL V%Y-) ue�- City, County State Zip Code Telephone: Rol, - 3 d - 911 Fax: 9 O(9 - Email: FEDERAL TAX M or SOCIAL SECURIT` No. f -7 5-a09217. -3 Woman _ L _ �_ Black American j Native American j hispanic American Asian Pacific American Other (Specify) Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS, That we, Tommy Klein Construction Inc. as Principal hereinafter called the Principal, and U.S. Specialty Insurance, Company a corporation created and existing under the laws of the State of TX whose principal office is in Houston, TX as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the surnof Five Percent of the Greatest Amount Bid Dollars (5% GAB) for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents Whereas, the Principal has submitted a bid for McAlister Doe Park NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 21st day of January, 2021 Tommy. Klein Construction, Inc. (-Princpal) By - _ (SEAL) (Surety) By (SEAT.) Jeremy Barnett, Attorney -in -fact I glgi III III Ilbni TOK10MARINE — — — - HCC POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a M aryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Johnny Moss, Jay Jordan, Tony Ferro, Jeremy Barnett, Jade Porter, Mistie Beck, Robert G. Kanuth or Jarrett Willson of Rockwall, TX its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Ten Million""• Dollars ( " $10,000 000.00— ). This Power of Attorney shall expire withoutfurther action on April 23m, 2022. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney--in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 151 day of June, 2018. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING OMPANY UNITED S A7,TfS SURET`aG �Cr J PANYa,Wa �ECIAk;,W URANCE COMPANY — r ...., AO' State of California iV County of Los Angeles ... :� �3 of ���F '0'•4.,...... :3 z •,....A Y= - '�y;,F,;,•� Daniel P. Aguilar, Vice President LA Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document =- On this 151 day of June, 2018, before me, Sonia O. Carrejo, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal.. U0,URRE" UAA tcmmlyyiwR iI391N � Signature (seal) rayconm.oyu.�.w�s,m» i, Kio Lo, Assistant Secretary American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this day of �_• OE ,nW„,v�ly,H Y,.t„i„G„"i �p5frtf,1,,, ,r� rtg11„tS�gnHr --Corporate Seals -- - Bond No. .�EG, =�sp{p9�r Al ZA _=": a KioLo, Assi t Secretar y AgencyNo. 17042 ,,,rY,rtHA.. rrrlll,t„P4,5 HCCSAIANP0A06=16 visit tmhcc.comisurety for more Information Page Intentionallv Left Blank City of Lubbock, TX RFP 21-15683-JM McAlister Dog Park Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers users of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Government/ Company Name: 1 eC Address: bu 6c, �=Abock, Contact Person and Title: I Sc' Phone: e DLo - g -�)4 - 1 z4 Fax: REFERENCE TWO Government/ Company Name: -5 S I eC� TeC Address: 3Lo Dj Contact Person and Title: r vv) a Phone: gulp - c;),g 3 - 2 7 / Fax: gu, - �L REFERENCE THREE Government/ Company Name: ..Ln 6�»c Address: Lo Contact Person and Title: U I n r 1 C31 ect Oy- (` 6,g6pc Phone: 2 Cato - q _- b o Fax: 6 - 7a,2 -1 + 57 Page Intentionallv Left Blank Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Busimess As Tommy Klein Construction, Inc. Business Address of Principle Office 7312 Upland Avenue Lubbock, Texas 79424 Telephone Numbers Main Number 806438-8777 Fax Number 806-797-2959 Web Site Address www.tkleinconst.com Form of Business (Check One) If a Corporation Date of Incorporation x LA Corporation A Partnership An Individual November t998 State of Incorporation Texas Chief Executive Officer's Name President's Name Karen Klein Vice President's Name(s) Tommy Klein Jonathan Klein Secretary's Name Tommy Klein Treasurer's Name If a artnerihip Date of Organization Karen Klein State whether partnership is general or limited Name Business Address Identifi all individuals not previously organization named -*,*hich exert a significant amount of business control over the Indicators of Organization Size Average Number of Current Full Time 8 Average Estimate of Revenue for $ 8,500,000.00 Employees the Current Year 10 Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Regional Office 7312 Upland Avenue Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806438-8777 Fax Number 806-797-2959 Web Site Address www.tkteinconst.com Organization History List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related com anies resentl doin business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Inc. 11-16-1998 To present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Experience Years experience in projects similar to the proposed project - As a General Contractor 1 35 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five years? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. 11 Contractor's Proposed Key Personnel Organization Doing Business As Tommy Klein Construction, Inc. Proposed Pro�ject Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. I Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers. Superintendents are Eddie Klein„ Julie Fletcher and Jeremy Klein. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Tommy Klein will serve as Project Manager and alternately, Shad Hartman will serve as project manager. Shad Hartman will be our Job Superintendent on this project. Alternately, Tommy Klein will serve as Project Superintendent. Tommy Klein will serve as Project Safety Officer and alternately, Shad Hartman will take this position. Shad Hartman will serve as Quality Control Manager, and alternately, Tommy Klein will serve in this position. Experience of Key Personnel Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a mhumuzn_ technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Tommy Klein Shad Hartman Project Superintendent Shad Hartman Tommy Klein Project Safety Officer Tommy Klein Shad Hartman Quality Control Manager Shad Hartman Tommy Klein If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 12 Tommy Klein Construction, Inc General Project Manager Quality Control Safety Tommy Klein Project Manager Quality Control Safety Jonathan Klein Project Superintendent Quality Control Safety Julie Fletcher Project Superintendent Quality Control Safety Jeremy Klein Estimator/Project Manager/Safety Officer/Quality Control Shad Hartman General Office Manager Chief Financial Officer Project Superintendent Quality Control Safety Eddie Klein Assistant Project Superintendent (as needed) Karen Klein Master Carpenter Quality Control Safety Jerry Lafuente Attachment No. 1 Carpentry Laborers Zachary Soto Carpentry Laborers Connor Atkinson l Tommy Klein Construction, In lk RFP 21-1.5683-JM McAlister Dog Park City of Lubbock (Proposed) Project Manager Safety Officer Tommy Klein (Alternate) Project Manager Safety Officer Shad Hartman (Proposed) Project Superintendent Quality Control Officer Shad Hartman (Alternate) Project Superintendent Quality Control Officer Tommy Klein Attachment No. 2 Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Tommy Klein Construction, Inc. Tommy Klein Years of Experience as Project Manager 30 Years of Experience with this organization 35 Number of similar projects as Project Manager 750+ Number of similar projects in other positions 500+ Current Project Assignments TTU — CHACP2 Switchgear Replacement Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Project Manager 100% Reference Contact Information (listing names indicates ap val to contacting the names individuals as a reference) Name Darren Densford Name Jimmy Dunn Title/ Position Engineer Title/ Position Engineer Organization Texas Tech University Organization Texas A & M A rilife Telephone 806-392-3509 Telephone 978-845-2180 E-mail Ddensford m lubbock.us E-mail Jd-dunn tamu.edu Project Hulen Shower/Toilet Renovations Pro ect Texas A & M Equipment Shed Candidate role on Project Manager Project Al ternate Candidate Name of Individual Candidates role project Manager/Superintendent on Project Shad Hartman Years of Experience as Project Manager 15 Years of Experience with this organization 11 Number of similar projects as Project Manager 500+ Number of similar projects in other positions 100+ Current Project Assignments - Office Name of Assignment Percent of Time Used for this Project Estimated Project Date Project Manager 75% -Completion Estimator 25% ongoing lZeference Contact Name Information (11sting names indicates appro\ Darren Densford al to conLaCting the Name naines lindi\i'duals as a reference) Kevin Cockrell Title/Position Engineer Title/Position Project Coordinator Organization Texas Tech University Organization Labhoek Independent School District Telephone 806-8344791 Telephone 806- E-mail Darren.densford ttu.edu E-mail keockrell lubbockisd.or Project Clement Shower/Toilet Renovations Project Sm lie Wilson Restroom Repairs Candidate role on Project Project Manager Candidate role on Project Project Manager/Superintendent 13 Proposed Project Superintendent Organization Doing Business As Name of Individual Tommy Kleist Construction, Inc. Shad Hartman (See Project Manager Alternate) Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments City of Lubbock Water & Street Dept. Renovations Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Project Superintendent Reference Contact Information (listing names indicates approval to contactingthe names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Tommy Klein (See Project Manager) Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Project Manager Marketing Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 14 Proposed Project Safety Officer Organization Doing Business As Primar), Candidate Name of Individual Tommy Klein (See Project Manager) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date Reference Contact Information (listing names indicates ap roval to contacting e names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Proj ect Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Shad Hartman (See Project Manager Alternate) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 15 Proposed Project Quality Control Manager Organization Doing Business As Tommy Rein Construction, Inc. Name of Individual Shad Hartman (See Project Manager Alternate) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information listin names indicates ap val to contactingthe names individuals as a reference) Name Name Title/ Position Title/ Position Organization ..Organization Telephone Telephone E-mail $-mall Project Manager) Project Project _ Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project TommylGein (See Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 16 Contractor's Project Experience and Resources Organization Doing Business As Tommy Klein Construction, Inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which s ecificall illustrate the organizations capabilily to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel - Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2_ Management of subcontractor and suppliers 3. Time management 4_ Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Provide a list of major equipment ro osed for use on this roject_ Attach Additional Information if necessary Equipment Item Primary Use on Project Own Buy Lease 1)ivi�lon Work between Organi/ationand of Subcontractor What work whorganization complete using its own resources? Project Management Project Supervision What work does the organization propose to subcontract on thisproject? Landscaping, Irrigation, Concrete/Paving, Plumbing, Structure Install and SWPP 17 r`1 Contractor's Subcontractors and Vendors Organization Doing Business As Tommy Klein Construction, Inc. Provide a list of subcontractors that will provide more than 16 percent of the work based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm '7 Provide information on the proposed key personnel, project experience and a description of past relationship and work e erience for each subcontractor listed above using the Pro'ect Information Forms. Provide a list of major e ui meat proposed for use on this project, Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Finn i 18 1. Contract Administration Upon being awarded a contract, we meet with subcontractors to go over their portion of the work, sign subcontracts and verify their required paperwork is on file, such as w-Ts, certificates of insurances, etc. Once the notice to proceed is issued, we begin ordering materials and compiling any submittals, safety and material data required. A list of all subcontractors' contact numbers are distributed to all parties involved in the project. Based on subcontractor's bids, a schedule of values is compiled and given to the owner. The office manager generates pay requests on AIA Documents, according to specifications. All required Davis -Bacon reports are kept on file at our office. Attention is given to respond quickly to any requests from owners. We strive to have no punch list items, even on large projects. Once the owner and contractor have inspected and accepted the project, all close-out documents are completed in a timely manner. 2. Management of Subcontractors and Suppliers We expect and demand high quality workmanship from our subcontractors. In fact, we are driven to excel because of our high expectations. Quality is achieved by working with subcontractors who share our high standards of excellence. Our project manager meets with subcontractors to go over the construction schedule. Work begins upon our notice to proceed. Required paperwork, shop drawings and submittals are checked and delivered. Materials are ordered, subcontractors are scheduled and supervised. We believe that our experience and ability to communicate our expectations, along with using the best subcontractors in the area, accounts for the successful completion of all our projects. Subcontractors continue to work with us because our projects run smoothly. We all work well together and share the same high expectations. Subcontractors are paid promptly within 5 days of receipt of payment from the owner. Another characteristic important to the smooth flow of any project is the quality of supervision. Quality supervision equals quality workmanship. Our supervision is done by individuals that know construction and know it well. Superintendents insure that subcontractors are scheduled properly, materials are ordered in the right quantity, work is done according to plans and specifications and the finished product is of the highest quality. Please see the following page for subcontractor prequalification. 3. Time Management Scheduling is one of the most important aspects in delivering a project in a timely manner. It is one of our greatest strengths. Having been in business here in Lubbock for 29 years, we have worked with and know many subcontractors of all trades in the area. In order to maintain our schedule, we have weekly progress meetings with owners and subcontractors. Because our company continually delivers high quality projects, on time, owners are pleased with the final product. Another characteristic important to the smooth flow of any project is the quality of supervision. Quality supervision equals quality workmanship. Our supervision is done by individuals that know construction and know it well. Superintendents insure that subcontractors are scheduled properly, materials are ordered in the right quantity, work is done according to plans and specifications and the finished product is of the highest quality. 4. Cost Control Over forty years of experience gives us an edge in knowing the cost involved in a project. Should the project involve owner enhancements, unforeseen conditions or design issues, we work with the owner to find the best solution at the lowest cost to the owner. Tommy is ingenious with coming up with solutions to construction problems, which is of great benefit to owners. rN 5. Quality Assurance/Quality Control Program Quality control is the focus of our company. Defects or failures in constructed facilities can result in very large costs. Even with minor defects, re -construction may be required and facility operations impaired. Increased costs and delays are the result. We believe that good project managers ensure the job is done right the first time. The most important decisions regarding the quality of a completed facility begins during the design and planning stages. It is important that we conform to the original design and planning decisions, unless unforeseen circumstances, incorrect design decisions or changes desired by an owner in the facility function may require re-evaluation of design decisions during the course of construction. Quality control is a primary objective for all the members of our team. Managers take responsibility for maintaining and improving quality control. Most important of all, quality improvement means improved productivity and cost efficiency. Day to day surveillance of work and documentation of deficiencies result in corrective actions in order to avoid serious problems. As we are working cooperatively with subcontractors, their compliance to quality control is essential. All parties involved have the responsibility to be diligent in delivering the highest quality product possible. Compliance issues are dealt with immediately, circumventing delays on projects. If clients see a problem with quality, subcontractors will remedy the problem, to the satisfaction of the client. In working with clients previously, we have been able to avert potential problems in making detailed planning decisions with owners before work begins. For example, in the summer of 2011, our company completed the remodel of fourteen laundry rooms for Texas Tech University Housing. In the planning phase, we were given an incomplete design to replace millwork and sinks. Together, the owner's representative and our company designed a project that covered exposed plumbing pipes by incorporating access panels to the plumbing. The project was designed to give better access and functionality to students, while also providing a pleasant environment for them. The owners were pleased with the finished Iaundry rooms. Partnering with the client before work even began, resulted in the delivery of a project that met the high standards we expect on all our projects. 6. Project Site Safety Tommy Klein Construction, Inc. SAFETY AND HEALTH PROGRAM Tommy Klein Construction, Inc. commits the necessary resources of staff, money, and time to ensure that all persons on the worksite are protected from injury and illness hazards. In addition, the company visibly leads in the design, implementation, and continuous improvement of the site's safety and health activities. Specifically, the highest Ievel management establishes and reviews annually the site's safety and health policy and ensures that all employees know, understand, and support that policy. The company ensures that all visitors to the site, including contract and temporary labor, vendors, and sales people, have knowledge of site hazards applicable to them and how to protect themselves against those hazards, including emergency alarms and procedures. Management also ensures that these visitors do not introduce to the site hazards that can be prevented or that are not properly controlled. Shad Hartman, Safety Manager, is OSHA certified. The company complies with all OSHA Standards for the Construction Industry (29 CFR 1926) Subcontractors will be held to the same standards of OSHA compliance. Safety depends largely on education, vigilance and cooperation during the construction process. All workers should be constantly alert to the possibility of accidents and avoid taking unnecessary risks. Superintendents, as well as Project Managers are responsible for site management. Each week, at the beginning of work on Monday morning, the entire worksite shall be inspected. All hazards found, will be documented in writin& including their location. The superintendent assigns appropriate persons responsible for seeing that the hazard is corrected and documenting the date of the correction. Any near miss, first aid incident, or accident is investigated. All investigations have as a goal the identification of the root cause of the accident, rather than assigning blame. After the investigation, management will assign responsibility to appropriate employees for correcting any hazards found and for assigning a date by which the correction must be completed. Management and employees work together to analyze safety and health hazards inherent in each job site and to find means to eliminate those hazards whenever possible, and otherwise to protect persons against those hazards. These Job hazard analyses (JHAs) are revised as appropriate, for example, following a change in the job, the reappearance of a hazard, or an accident at this job. All employees at this site are trained to recognize hazards and to report any hazard they find to the appropriate person so that the hazard can be corrected as soon as possible. In addition to taking immediate action to report a hazard orally and to provide interim protection, if necessary, including stopping the work causing the hazard, employees may submit a safety work order to the management, or they may submit a safety suggestion form. Safety work orders take priority over any other work order. Safety suggestions will be considered each week during the site inspection by the site inspection team. All employee reports of hazards must be eventually written, with the correction date recorded. As part of the annual safety and health program evaluation, management and employees will review all near misses, first aid incidents, and entries on the OSHA 300 Log, as well as employee reports of hazards, to determine if any pattern exists that can be addressed. The results of this analysis are considered in setting the goal, objectives, and action plans for the next year. Hazard Prevention and Control Management ensures that the this priority is followed to protect persons at this site: (1) Hazards will be eliminated when economically feasible, such as replacing a more hazardous chemical with a less hazardous one, (2) Barriers will protect persons from the hazard, such as machine guards and personal protective equipment (PPE); (3) Exposure to hazards will be controlled through administrative procedures, such as more frequent breaks and Job rotation. Management ensures that the worksite and all machinery is cared for properly so that the environment remains safe and healthy. If maintenance needs exceed the capability of the worksite employees, contract employees are hired to do the work and are screened and supervised to ensure they work according to the site's safety and health procedures All employees, including all levels of management, are held accountable for obeying site safety and health rules. The following four step disciplinary policy will be applied to everyone by the appropriate level of supervisor: 1) oral warning 2) written reprimand 3) three day's away from work 4) dismissal. Visitors, including contractors who violate safety and health rules and procedures, will be escorted from the site. Should the disciplined person request a review of the disciplinary action, an ad hoc committee of three people, one project manager and two salaried workers, chosen by their respective colleagues, will review the situation and make a recommendation to the owner, who reserves the right for final decision. if his decision differs from the committee, he may, within confidentially strictures, make public his reasons. Persons needing emergency care are transported by company vehicle or community ambulance to the hospital, located five miles from the site. Usually that trip can be made in less than ten minutes. Onsite during all shifts designated persons fully trained in cardiac pulmonary resuscitation (CPR), first aid, and the requirements of OSHA's Bloodbome Pathogen Standard, are the first responders to any emergency. These persons are trained by qualified Red Cross instructors. One of these designated persons' safety and health responsibilities is to ensure that first aid kits are stocked and readily accessible in the marked locations on the jobsite and at the office/warehouse. Appropriate personal protective equipment (PPE) is provided for the different types of accidents possible at the site. Training Management believes that employee involvement in the site's safety and health program can only be successful when everyone on the site receives sufficient training to understand what their safety and health responsibilities and opportunities are and how to fulfill them. Therefore, training is a high priority to ensure a safe and healthy workplace. Shad Hartman will provide training to employees. The following training will be required of employees. Each employee is responsible for ensuring that he/she masters the year's training topics. Training will take place quarterly. General Safety and Health Provisions Occupational Health and Environmental Controls Personal Protective and Life Saving Equipment Fire Protection and Prevention Signs, Signals and Barricades Materials Handling, Storage, Use and Disposal Tools — Hand and Power Scaffolds Fall Protection 7. Managing Changes to the Project All requests for changes will be worked through with the owner to give the best solution at the lowest cost to the owner. We believe that we partner with owners on all our projects. We share the desire to have a project that is completed with quality, that is on schedule, and with a minimal amount of changes to the project. If changes are necessary, we follow the listed methods in the specifications for this project. Method A By agreed unit prices; or Method B By agreed lump sum; or Method C If neither Method A or Method B be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner. No extra work will be performed unless ordered in writing by Owner's Representative. Written request is made to the Owner's Representative for a written order authorizing such extra work. 8. Managing Equipment Tommy Klein Construction, Inc. owns equipment and machinery that may be needed to complete work for owners, on jobsites. This equipment includes scissor lifts, a boom lift, and scaffolding for drywall work. Tommy Klein Construction owns a 30' job trailer for use as office area and storage if required on site. A Wells Fargo enclosed trailer is used for moving furniture or other items if needed. Flat bed utility trailers, a 35' goose neck trailer and a 15 yd. dump trailer, are utilized as needed on projects. E.. 9. Meeting HUB/MWBE Participation Goal Tommy Klein Construction, Inc. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. If a HUB subcontractor gives us best -value for owners, we would be happy to use their services. Tommy Klein Construction, Inc. has used the CMBL to search for HUBS many times, as we have bid projects for government entities. We will make our best effort to help agencies meet their goals. Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University Health Science Center General Description of Project: Renovation Project Cost $110,943.00 Key Project Personnel Project Manager Project Superintendent Name Shad Hartman Julie Fletcher Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position J Oruani'7atinn 111o7, Owner ITTUHSC Project Name Date Project Renovation of Dean's S Shad Construction Manager Byron Hannabas Facilities Project Physical Plant Lbk 806-743-295 Marra cr III Project Owner Texas Tech University Health Science Center Project Name I Odessa Backfill General Description of Project: Renovation Project Cost S 968,002.00 Date Project Completed Key Project Personnel Project Manager Project Superintendent Name Shad Hartman Julie Fletcher Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Tel Owner ITTUHSC Shad] Construction Manager Byron Hannabas Facilities Project Physical Plant Lbk 806-743-295: --TManner III Project Owner Texas Tech University Health Science Center Project Name ss Odea VAV General Description of Project: Renovation Project Cost S 404,988.00 Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Name Shad Hartman Julie Fletcher Shad f Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Owner TTUHSC Designer Construction Manager Byron Hannabas Facilities Project Physical Plant Lbk 806-743-2952 Manager III Attachment A Ate - 10-28-2019 Officer Quality Control Manager Hartman Julie Fletcher E-mail 2 Byron.Hannabas@ttuhse.edu 09-24/2020 Officer Quality Control Manager fartman Julie Fletcher E-mail Byron.Hannabas(&tuhsc.edu 09/24/2020 officer Quality Control Manager :artman Julie Fletcher TByroE-nri_ail n. Hannab as@ttu.edu Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University System General Description of Project: Shower/Toilet Renovations Project Cost S 1,350,144 Date Project Completed Key Project Personnel Project Manager Project Superintendent Name Shad Hartman Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name on Owner Owner Texas Tech University Attachment A Project Name TTU Clement Hall Shower/Toilet Renovations Construction Manager I Darren Densford Project Owner I City of Lubbock General Description of Project: Office Remodel, New Restrooms Project Cost 340,447.00 Date Project Completed Key Project Personnel Project Manager Project Superini Name Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a referent Name Title/ Position Owner City of Lubbock Designer Construction Manager George Lisenbe Project Manager Project Owner Lubbock Independent School District General Description of Project: Project Cost 264,969.00 Key Project Personnel �, 08-19-2013 - Safety Officer Quality Control Manager Shad Hartman Jonathan Klein E-mail Currently with the City 806-392-3509 ddensford@mylubbock us of Lubbock -oject Name I City of Lubbock Patterson Library Renovations 07/07/2017 Safety Officer Tommy Klein Quality Control Shad Hartman E-mail City of Lubbock 806-775-2220 gliscnbe@mail.ci.labbock.tx.us Project Nance I Toilet Renovations — Bayless Elementary Date Project Completed Name Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Owner Lubbock ISD 08/14/2017 Safety Officer Shad Hartman Quality Control Shad Hartman E-mail Construction Manager Kevin Cockrell Project Manager Construction 806-766-1457 1;cockrell@lubbockisd.org Current Projects and Project Completed within the last 10 Years Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University General Description of Project Renovations Project Cost 's 1,598,858.00 Key Project Personnel Name Reference Contact .information (listing names indicates approval to conta Name Title/ Positior Owner Texas Tech University Construction Manager I Darren Densford Project Owner I Texas Tech University General Description of Project: Renovation Project Cost S 796,793.00 Key Project Personnel Name Reference Contact Information (listing names indicates apl Name Owner University Medical Center Designer Construction Manager Jeff Sutherland Project Owner Texas Tech University General Description of Project: Project Cost $ 21818 Key Project Personnel Name Reference Contact Information (listing Name Owner Texas Tech University Engineer )chment A Project Name I TTU Knapp Hall ,Shower Toilet Renovations Date Project Completed 08/01/2016 Project Manager Project Superintendent Safety Officer Quality Control Jonathan Klein Craig Wallace Jonathan Klein Craig Wallace cting the names individuals as a reference) T Texas Tech University 806-834-4791 ,oject Nance TTU Clritwood Learning Center Date Project Completed Project Manager Project Superint Shad Hartman Eddie Klein roval to contacting the names individuals as a reference) Title/ Position Organization L 08/11/2016 Safety Officer Shad Hartman Project Manager Operations Division 806-834-3359 Project Name TTU Wall Cates Lobby 71.00 Date Project Completed 48/31/2016 Project Manager Project Superintendent Safety Officer Shad Hartman Eddie Klein Shad Hartman names indicates approval to contacting the names individuals as a reference) Title/ Position Organization Designer Construction Manager Stephanie Laughlin Sr. Designer Texas Tech University Telephone 806-834-1241 E-mail Darren.densford@ttu.edu Quality Control Manager Eddie Klein E-mail Jeff. Sutherland@ttu.edu Quality Control Manager Eddie Klein E-mail Steph a n ie.la ugh lin@ttu.ed u 19 Current PI-oJects and Project Completed within the last 10 Years Project Owner I Texas Tech University System General .Description of Project: Shower/Toilet Renovation Project Cost $ 1,593,160.Of key Project Personnel Name Reference Contact Information (listing naives indicates app Narne Project Name j Murdough Shower/Toilet Renavations Date Project Completed 1 08/08/2014 ( )chment A Project Manager Project Superintendent Safety Officer Quality Control Manager Tommy Klein Jonathan lK ein Tommy Kleitr Jonathan 1«lein roval to contacting the names individuals as a reference) Title/ Position Organization Telephone Owner Designer C E-mail ons t uctEon Manaer Dar g r en Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttit.edu ttrt.edu er Project Description it Pof Lubbock Project Name City of Lubbock Water & Streets Administration & Streets Dept. GeneralJ Office Remodel, New Restrooms Project Cost 795,144 Date Project Completed 08/0512015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman ),kite Kleit Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein J alter City of Lubbock 806-775-2207 runrein@mylubbocic.us Project Man :.: Project Owner Texas Tech University System Project Name Weelcs Hall CVPA Costume Relocation General Description of Project: Project Cost $ 720,203 _. _ Date Project Completed 08/15/201.5 Key Project Personnel Project Manager Project Superintendent Safety Officer Name Jonathan Klein Craig Wallace Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU Operations Division 906-834-4791 Quality Control Matta er Craig Wallace E-mail Diii-rea.densfoi-d@ttu.edu 19 oftw Current I'r©jec Completed within the last 10 Years )chrnent A Project Owner Texas Tech Unive Project Name Clement Hall-Shower/Toilet Renovations General Description of Project: Asbestos Abateme"nTX0ftffWLt Renovations Project Cost $1,350,144.00 Date Project Completed Q8»19-1013 Key Project Personnel Pra'ect Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Klein Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a re e Name Title/ Position Organization Tee E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densfor Project Owner I Texas Tech University Project Name I Hulen Mall-Shower/Toilet Renovations General Description of Project:Asbestos Abatement/Shower/Toilet Renovations Project Cost S 1,114,787.00 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer. Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Shad Hartman Reference Contact Information (Iisting names indicates approval to contacting the natnes individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densfo3rd Engineer TTU Operations Division 806-8344791 Darren.densford@ttu.edu Project Owner I Texas Tech University System Project Name I Wiggins Hall University Student Housing Office Remodel General Description of Project; Project Cost $1,354,551.00 Date Project Completed 08-21-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Shad Hartman Tommy Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Stephanie Laughlin Sr. Interior Designer TTU — Student Housing 806-834-1231 StephanW.laughlin@ttu.edu Construction Manager David Bradshaw Engineer TTU Operations Division 806-834-2239 David.bradshaw@ttu.edu 19 Current Projects and Project Completed within the last 10 Years Project Owner Lubbock Independent School District General Description of Project: Restroom .Renovations Project Cost $ 131,601.35 Key Project Personnel Name Reference Contact Information (listing names indicates approval to conta Name Title/ Position Owner Tachment A Project Name Restroom Renovations at Smylie Wilson Middle School Date Project Completed 08/05/2014 Project Manager Project Superintendent Safety Officer EEQuality Control Manager Tammy Klein Shad Hartnian Tommy Klein Shad Hartman cting the names individuals as a reference) Organization Telephone E-mail Construction ManagerKevin Cockrell Project Manager Lubbock Independent $06-76G-14S7 kcocJcrell@lubbocisd.arg I School District Project Owner Texas Tech University Project Name Remodel Study Lounges, Coleman/Chitwood/Weymouth/ General Description of Project: Project Cost $ 836,845 Date Project Completed 08/04/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Name Shad Hartman Cory McGlwce Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Owner Construction Manager Stephanie Laughlin Project Manager Texas Tech University 806-834-1241 Project Owner I Texas A & M Agrilife Project Name I Restroom Renovations General Description of Project: Remodel existing restrooms to bring them asp to ADA standards Project Cost S 62,509 Date Project Completed 05/31/2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Name Shad Hartman J Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Owner Texas A & M Agrilife Designer Construction Manager Mika Wyatt Project Manager Tel Agrilife 806-746-6101 ext 4032 Quality Control Manager Cory McElwee E-mail Stephanie.laughlin@ttmedu Quality Control Manager Shad Hartman E-mail mwyatt@ag.tamu.edu 19 r Completed Projects I. Texas Tech University —JOC Original Contract Amt: $ 5,474,104.00 Agricultural Science —Research Greenhouse Final Contract Amt. $ 5,474,104.00 David Small — 806-834-5742 Original Completion: 12/06/2019 David.small ttu.edu Final Com letion: 02 28 2020 2. Texas Tech University—JOC Original Contact Amt: $ 579,977.00 Electrical Engineering Rm 126 Renovations Final Contract Amt: $ 569,034.79 Jodie Ellis — 806-834-2123 Original Completion: 05/24/2019 Jodie.ellis ttu.edu Final Com letion: 06 28 2019 3. Lubbock Independent School Dist -Hard Bid Original Contract Amt: $ 304,486.00 Kitchen Renovation Hardwick Elementary Final Contract Amt: $ 223,277.72 Kevin Cockrell — 806-766-1457 Original Completion: 08/01/2019 kcockrell lubbockisd.or Final Completion: 08 05 2019 4. Texas Tech University—JOC Original Contract Amt: $ 576,364.08 Chitwood-Weymouth First Floor Lounge Final Contract Amt: $ 572,380.68 Jeff Sutherland — 806 834-2123 Original Completion: 08/22/2019 Jeff.sutherland ttu.edu Final Completion. OS 11 2019 S. Texas Tech University- JOC Original Contract Amt: $ 911,535,00 Reese GLEAMM Micro -Grid Final Contract Amt: $ 938,120.00 Haldo Rodriqu ez-Lopez — 806-834-3908 Original Completion: 03/01/2019 Haldo.rodriguez-Lopez@ttu.edu Final Completion: 11/19/2018 6. Texas Tech University - JOC Original Contract Amt, $ 993,998.00 Student Union — Remodel Chick-Fil-A Final Contract Amt: $ 1,136,378.00 Jeff Sutherland — 806-834-2123 Original Completion: 06/07/2018 Jeff.sutheriand ttu.edu Final Com letion: 06 06 2018 7. Texas Tech University—JOC Original Contract Amt: $ 147,798.00 Agricultural Education 2"d Floor Restroom Final Contract Amt: $ 162,332.00 Renovations Jodie Ellis — 806-834-2123 Original Completion. 08/27/2018 Jodie.ellis@ttu.edu Final Completion: 09/27/2018 U 8. University Medical Center— Hard Bid Original Contract Amt: $ 394,976.00 MOP1 Suites B70, 210, and 240 HVAC Final Contract Amt: $ 400,935.00 Fincher Engineering, LLC — 806-701-5109 Original Completion: 01/06/2019 'ustin 2finchereng.gom Final Completion: 02/15/2019 9. Texas Tech University— Hard Bid Original Contract Amt: $ 1,059,634.00 Bledsoe Hall Shower/Toilet Renovations Final Contract Amt: $ 1,258,250.00 Michael L. Smith — 806-834-2071 Original Completion: 08/27/2018 M.L.smith@ttu.edu Final Completion: 08/27/2018 10. Texas Tech University— Hard Bid Original Contract Amt: $ 1,227,000.00 Horn Hall Shower/Toilet Renovations Final Contract Amt: $ 1,497,285,00 M.L. Smith — 806-834-2071 Original Completion: 08/01/2017 m.l.smith ttu.edu Final Completion: 07/31/2017 11. City of Lubbock —Hard Bid Original Contract Amt: $ 307,587.00 Patterson Library Renovations Final Contract Amt: $ 340,447,00 Rodney Unrein — 806-775-2207 Original Completion: 07/07/2017 runrein@mylubbock.us Final Completion: 07/07/2017 12. Lubbock Independent School Dist. --Hard Bid Original Contract Amt: $ 281,144,00 Toilet Renovations — Bayless Elementary Final Contract Amt: $ 264,969.00 Kevin Cockrell — 806-766-1457 Original Completion: 08/14/2014 kcockrell lubbockisd,or Final Completion: 08/14/2014 13. Texas Tech University —Hard Bid original Contract Amt: $ 1,516,680.00 Knapp Hall Shower/Toilet Renovations Final Contract Amt.: $ 1,604,999.00 Darren Densford — 806-392-3509 Original Completion. 08/01/2016 ddensford@mylubbock.us Final Completion: 08/01/2016 14. Texas Tech University — Hard Bid Chitwood Weymouth Learning Center Jeff Sutherland — 806-834-8608 Jeff.sutherlandEttu.edu 15. Texas Tech University —Hard Bid Wall Hall Shower/Toilet Renovations Darren Densford — 806-392-3509 ddensford@mylubbock.us Original Contract Amt: $ 745,811.00 Final Contract Amt: $ 796,793.00 Original Completion: 08/18/2016 Final Completion: 08/16/2016 Original Contract Amt: $ 1,344,841.00 Final Contract Amt: $ 1,297,620.00 Original Completion: 08/02/2015 Final Completion: 08/02/2015 16. Texas Tech University —Hard Bid Original Contract Amt: $ 1,399,723.00 Gates Hail Shower/Toilet Renovations Final Contract Amt: $ 1,292,263.00 Darren Densford— 806-392-3509 Original Completion: 08/02/2015 ddensford@mylubbock.us Final Completion: 08/02/2015 17. Lubbock ISD, Hard Bid Original Contract Amt: $ 87,463.00 Cavazos/Matthews Restroom Renovations Final Contract Amt. $ 87,453.00 Kevin Cockrell — 806-766-1457 Original Completion: 08/03/2015 kcockre[IL@Iubbockisd.org Final Completion: 08/03/2015 18. Lubbock ISD, Hard Bid Original Contract Amt. $ 172,349.00 McWhorter — Restroom Renovations Final Contract Amt: $ 172,349.00 Kevin Cockrell — 806-766-1457 Original Completion: 08/01/2015 kcockrell@lubbockisd.org Final Completion: 08/01/2015 19. Lubbock ISD, Hard Bid Original Contract Amt: $ 143,463.00 ADA Restroom Renovations Final Contract Amt: $ 151,188.00 Kevin Cockrell — 806-766-1457 Original Completion: 08/03/2015 kcockrelf@lubbockisd.org Final Completion: 08/03/2015 20. City of Lubbock, Hard Bid Original Contract Amt: $ 76,463.00 Renovate Front Entrance at Mahon Library Final Contract Amt: $ 76 463.00 Rodney Unrein — 806-775-2207 Original Completion: 05/18/2015 runrein@mylubbock.us Final Completion: 05/08/2015 21. City of Lubbock, Hard Bid Original Contract Amt.- $ 692,463.00 Water & Streets Dept Renovations Final Contract Amt: $ 795,144.00 Rodney Unrein — 806-775-2207 Original Completion: 07/08/2015 runrein@mylubbock.us Final Completion: 08/05/2015 22. City of Lubbock, JOC FS#11 Interior Repairs Robert Keinast — 806-775-2632 rkeinast@mylubbock.us Original Contract Amt: $ 43,422.00 Final Contract Amt: $ 43,422.00 Original Completion: 04/07/2015 Final Completion: 02/19/2015 23. KCBD News Channel 11, Hard Bid Original Contract Amt: $ 259,659.00 KCBD Toilet Renovations Final Contract Amt: $ 259,659.00 Dan Jackson — 806-761-4232 Original Completion: 12/31/2014 diackson@kcbd.com Final Completion: 12/15/2014 24. Lubbock ISD, Hard Bid Original Contract Amt. $ 154,143.00 Wilson MS, Restroom Renovations Final Contract Amt: $ 131,601.00 Kevin Cockrell, P.M.—806-766-1457 Original Completion: 08 01 2014 kcockrell@lubbockisd.org Final Completion: 08/01/2014 25. Texas Tech University, JOC Original Contract Amt: $ 97,307.00 Murray Dining Finishes Final Contract Amt: $ 97,307.00 Mike Glass, P.M. — 806-834-5512 Original Completion: 01/08/2015 Mike. lass ttu.edu Final Completion: 01/07/2015 26. Lubbock Association of Realtors Original Contract Amt: $ 75,727.00 Office remodel, Negotiated Original Contract Amt: $ 77,015.00 Cade Fowler — 806-795-9533 Original Completion: N/A cadefowler@iubbockrealtors.com Final Completion: 10/21/2014 27. Texas A & M Agrilife Extension Service Original Contract Amt: $ 123,720.00 Auditorium Renovation, .IOC Final Contract Amt: $ 123,720.00 Jimmy Dunn--979-845-2180 Original Completion: 09/22/2014 Jd-dunn@tamu.edu Final Completion: 09/22/2014 28. Texas Tech University, JOC Original Contract Amt: $ 1,593,160.00 Murdough - Shower/Toilet Renovations Final Contract Amt: $1,527,413.00 Darren Densford-806-392-3509 Original Completion: 08/04/2014 ddensford@mylubbock.us Final Completion: 08/12/2014 29. Texas Tech University, JOC Original Contract Amt: $ 836,845.00 Remodel Study Lounges — Coleman, Final Contract Amt: $ 836,845.00 Chitwood, Weymouth Original Completion: 08/04/2014 Stephanie Laughlin — 806-834-1241 Final Completion 08/04/2014 ste hanie.lau hlin ttu.edu 30. Texas Tech University, JOC Original Contract Amt: $ 126,497.00 Install 304 Graber 2" composite wd blinds Final Contract Amt: $ 126,497.00 Daizy Duede, designer — 806-834-3999 Original Completion: 06/29/2014 daizy.duede@ttu.edu Final Completion: 06/29/2014 31. Texas Tech University System, JOC Original Contract Amt: $ 94,060.00 Demolition & construction of two guest Final Contract Amt: $ 94 060.00 restrooms at Sneed Hall Original Completion: 01/10/2014 Dale Blevins, P. M. — 806-834-3462 Final Completion 01/10/2014 d.blevins@ttu.edu 32. Texas Tech University, JOC Original Contract Amt: $ 120,802.00 Concrete, back dock at Stangel Hall Final Contract Amt: $ 122,182.00 Mike Glass, P. M. — 806-834-3462 Original Completion: 01/08/2014 mike. lass ttu.edu Final Completion: 01/08/2014 33. Texas A & M Agrilife, JOC Original Contract Amt- $ 62,509.00 Restroom Renovations Final Contract Amt: $ 63,441.00 Mika Wyatt, P. M., 806-746-6101 ext. 4032 Original Completion: 05/24/2013 mw att a .tamu.edu Final Completion: 05/24/2013 34. Texas A & M Agrilife Research, JOC Original Contract Amt: $ 54,321.00 Installation of carpet tile and ceramic tile Final Contract Amt: $ 54,321.00 Mika Wyatt — 806-746-6101 ext. 4032 Original Completion: 10/25/2013 mwyatt@ag.tamu.edu Final Completion: 10/25/2013 35. Texas Tech University, JOC Original Contract Amt: $ 80,648.00 Demolition & installation of flooring, Final Contract Amt: $ 80,648.00 walls & ceilings -Coleman Study Lounges Original Completion: 01/05/2014 Dale Blevins, P. M. —806-834-3462 Final Completion: 01/05/2014 `~ d.blevins ttu.edu 36. Texas Tech University, JOC Original Contract Amt. $ 1,114,787.00 Hulen Hall —Shower/ Toilet Renovations Final Contract Amt: $ 1,129,920.00 Darren Densford— 806-392-3509 Original Completion: 08/12/2013 ddensford@mylubbock.us Final Completion: 08/19/2013 37. Texas Tech University, JOC Original Contract Amt: $ 1,363,188.00 Clement Hall —Shower/Toilet Renovations Final Contract Amt: $ 1,350,144.00 Darren Densford Original Completion: 08/12/2013 ddensford@mylubbock.us Final Completion: 08/19/2013 38. Texas Tech University, Hard Bid Original Contract Amt: $ 1,363,898.00 Wiggins Hall University Student Housing Final Contract Amt. $ 1,354,551.00 Office Remodel Original Completion: 05/01/2013 Stephanie Laughlin — 806-834-1241 Final Completion: 06/01/2013 Stephanie.laughlin@ttu.edu n a F 3 39. University Medical Center, Hard Bid Original Contract Amt: $ 150,607.00 EMS Logistics Building Final Contract Amt: $ 150,607.00 Jon Long — 806-748-6190 Original Completion: 02/25/2014 'on condra .com Final Completion: 02/25/2014 40. Texas Tech University, ,IOC Original Contract Amt: $ 86,547.00 Install 304 Graber Y' composite wd blinds Final Contract Amt: $ 86,547.00 Daizy Duede, designer — 806-834-3999 Original Completion: 07/13/2013 daizy.duede@ttu.edu Final Completion: 07/13/2013 41. Texas Tech University System, Hard Bid Original Contract Amt: $ 456,440,00 Renovation of Restrooms 1t Ath floors Final Contract Amt: $ 464,688.00 at Stange[ Hall Original Completion: 08/10/2012 Dale Blevins, P. M. —806-834-3462 Final Completion: 08/08/2012 d.blevins@ttu.edu Pra'ect Information Project Owner Texas Tech General Description of Project Renovations Budget History Amount Bid 993,998,00 Change Orders 141,37g 00 Owner Enhancements Unforeseen Conditions Design issues Total Final Cost 1,135,376.00 Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their Reason for change. Name Owner Texas Tech University Designer Construction Manager Jeff Sutherland Name ( Chick-Fil-A Schedule Performance of Bid Amount Notice to Proceed 14% Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual / Estimated Substantial Completion Date Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Jonathan Klein Eddie Klein Jonathan Klein 100% 100% 100% Jonathan Klein Eddie Klein Jonathan Klein Yes Yes Yes Titlel Position Organization Telei P Number of Issues N/A Total Amount _ involved ^qin Resolved Resolved Issues Date Days 02-07-2018 06-07-201$ 06-14-2018 08/21/2019 08/28/2019 08-20-2018 08-20-2018 Quality Control Manager Eddie Klein 100% Eddie Klein Yes E-mail tanager Operations Division 806-834-3359 Jeff.sutherland@ttu.edu NIA Nun�ber of [sues Total Amount involved in J"PendingN/A Resolved Issues NIA 16 Project Information Project Owner Lubbock independent School District General Description of Project Restroom Renovations Budget History Bid Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost Name Amount 172,349 172,349 Project Name I McWhorter Schedule Performance % of Bid Amount Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual / Estimated Substantial Completion Date Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Shad Hartman Shad Hartman Shad Hartman 100% 100% 100% Shad Hartman Shad Hartman Shad Hartman Yes Yes Yes Name Title/ Position Owner Lubbock Independent School District Designer Construction Manager Kevin Cockrell Project Manager Number of Issues N/A Total Amount involved in Resolved Resolved Issues I NIA 16 Organization TeleUhone Date Days 06-01-2015 08-01-2015 08-08-2015 08-01-2015 08-08-2015 F Quality Control Manager Shad Hartman 100% Shad Hartman Yes E-mail Purchasing 806-766-1457 keockrell@lubbockisd.org WMIN Number Of�lssues Total Amount involved in Pending NIA Resolved Issues N/A } Project Information Project Owner General Description of Renovations of Lubbock Project Name I Patterson Library Renovations Budget History77 Schedule Performance 7i.7v. Amount % of Bid Amount Date Days Bid 307,587 Notice to Proceed Change Orders 05-.19-2017 Owner Enhancements Contract Substantial Completion Date at Notice to Proceed 06-30-2017Contract Final Completion Date at Notice to Proceed 07-07-2017 Unforeseen Conditions 32,860 I0 % Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost 340,447 Actual / Estimated Final Completion Date 06-30-2017 07-07-2017 Project Manager Project Sup Safety Officer r Quality Control Manager Name Percentage of Time Devoted to the Project Tommy Klein Shad: Hartman Tommy Klein Shad Hartman Proposed for this Project 100% o 100 /0 100% 100% Did Individual Start and Complete the Project? Tommy Klein Shad Hartman Tomm Klein y Hartman If not, who started or completed the project in their place, Yes Yes Yes VYeses Reason for change. VR� Cc �*` I Name Title/ Position Organization Owner City of Lubbock Tele hone p E-mail Designer Construction Manager George Lisenbe Project Manager JPurchasing Sure 806-775-2220 glisenbe@nail.ci.lubbock.tx.us Number of Issues Total Amount involved in Resolved N/A Resolved Issues — N/A Number of Issues Total Amount involved in N/A Pending,Resolved Issues N/A 16 Project information Project Owner City of Lubbock Project Naive Water & Street Department Renovations at IVlnrricipal hill General Description of.Project Sitework, concrete, masonry, metal, wood & plastics, thermal moisture protection, doors and windows, finish specialties, furnishings, mechanical, eletrical g History Budget Histo Schedule Performance Amount % of Bid Amount Bid 692,463.00 Change Orders Owner Enhancements 52,891.00 6% Unforeseen Conditions 45,669.00 5% Design Issues 4,121.00 1% Total Final Cost 795,144.40 l Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change Owner Designer Construction Manager Number of Issues �!/A Resolved Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual 1 Estimated Substantial Completion Date Actual / Estimated Final Completion Date #Shad Manager Project Sup Safety Officer rtman Eddie Klein ShadHartman 100%rtman Eddie Klein Shad Hartman Yes Yes Name Title/ Position City of Lubbock Rodney Unrein Project Manager 77 Total Amount involved in N/A Resolved Issues 16 Date 01-08-2015 07-08-2015 07-•1.8-2015 05-05-2015 08-15-201.5 r ality Control die Klein % die Klein Organization Telephone E-mail City of Lubbock 806-775-2207 runrei; Number of Issues N/A Total Amount involved in Pending Resolved Issues Days bbock.us N/A Project Information Project Owner Texas Tech University Project Name Horn Hall - Shower/Toilet Renovations General Description of Project Restroom Remodel Project Budget and Schedule P erforinance Budget History Schedule Performance Amount % of Bid Amount Date Bid 1,227,000 Notice to Proceed 05-19-2017 Change Orders Contract Substantial Completion Date at Notice to Proceed 07-25-2017 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-01-2017 Unforeseen Conditions 270,285 22 % Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 07-24-2017 Final Cost 1,497,285 Actual / Estimated Final Completion Date 07-31-2017 Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their Reason for change. Project Manager Project Jonathan Klein Craig 100% 100% Jonathan Klein Craig Yes Yes Name Title/ Position Owner Texas Tech University Designer Construction Manager Mike Smith Project Manager Sure NUMB M1561111 Number of issues N/A Total Amount involved in Resolved Resolved Issues N/A Days Sup Safety Officer Quality Control Manager Wallace Jonathan Klein Craig Wallace 100% 100% Wallace Jonathan Klein Craig Wallace Yes Yes duals as a reference) a E-mail Texas Tech University 806-834-2071 m.l.smith@ttu.edu Review Boards Number of Issues N/A Total Amount involved j- Pending I Resolved Issues N/A L Project Information Project Owner Texas Tech General Description of Project Shower/Toilet Renovations Budget History Bid Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost Project Name Gates Hall Shower/Toilet Renovations Schedule Performance Amount % of Bid Amount 1,339,723 Notice to Proceed Contract Substantial Completion Date a Contract Final Completion Date at Noti+ Change Order Authorized Substantial C Change Order Authorized Final Comple (47,460) 1,292,263 Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Name Title/ Position Owner Texas Tech University Designer Construction Manager Darren Densford Eng Surety Number of Issues NIA Total Amount involved in Resolved Resolved Issues Actual / Estimated Substantial Complet Actual / Estimated Final Completion Da Project Manager Project Sup Jonathan Klein Michael Pros, 100% 100% Jonathan Klein Michael Pros! Yes Yes Organization Texas Tech Purchasing NIA Number of Issues P 16 Date Days 05-1 R-2b] S Eroceed ate ff08-07-2015 :e Safety Officer Quality Control Manager er Jonathan Klein Michael Prosser 100% 100% er Jonathan Klein Michael Prosser Yes Yes Telephone E-mail 806-834-4791 Darren.densford.ttu.edu I/A Total Amount involved in Resolved issues N/A Project Information Project Owner Texas Tech University Project Name General Description of Project Shower/Toilet Renovations Budget History Bid Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost Schedule Performance Wall Hall Shower/Toilet Renovations Amount % of Bid Amount 1,344,841 Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date (47,221) Contingency Actual / Estimated Substantial Completion Date 1,297,620 Actual / Estimated Final Completion Date Project Manager I Project Sup Safety Officer Name Jonathan Klein Cory McElwee Jonathan Klein Percentage of Time Devoted to the Project 100% 100% 100% Proposed for this Project E��E Jonathan Klein Cory McElwee Jonathan Klein Did Individual Start and Complete the Project? yes yes Va. If not, who started or completed the project in their place. Reason for change. Name Title/ Position LDesigner Texas Tech University anager Darren Densford Engineer Number of Issues NSA Total Amount involved in Resolved Resolved Issues NIA 16 Organization Telephone Date 05-18-2015 08-02-2015 08-09-2015 08-02-2015 08-07-2015 Quality Control Cory McElwee 1 100% Cory McElwee Yes E-mail Days Texas Tech Purchasing 806-834-4791 Darren.densford.ttu.edu eview Boards Number of Issues NIA Total Amount involved in Pending Resolved Issues NIA Project Owner I Texas Tech University Project Name Hulen Hall - Shower/Toilet Renovations General Description of Project Renovation of 8 community bathrooms and a private guest bathroom Budget History Amount % of Bid Amount Bid 1,114,787.00 Change Orders o Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost 1,129,920.00 o e Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for chance. Name Title/ Position Schedule Performance Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual / Estimated Substantial Completion Date Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Jonathan Klein Co Mcelwee Jonathan Klein 50% 100% A 50 /a Jonathan Klein Cory Mcelwee Jonathan Klein yes yes yes Owner Texas Tech University Designer Construction Manager Darren Densford Project Manager Surety Suretec Insurance Comp ny =lssues NumbTotal Amount involved inResolvResolved Issues T_ N/A Div./Eng Sery Date Days 05/30/2013 0810212013 08/12/2013 08/09/2013 7 08/19/2013 7 08/09/2013 08/19/2013 Quality Control Manager Coa Mcelwee 100% Cory Mcelwee yes E-mail 791 Barren. Number of Issues Total Amount involved in Penrlinn NIA 'D_-_,_._ I . 00 .edu E Project Information Project Owner I Texas Tech University General Description of Project {renovation of 10 community bathrooms and a Amount Bid 1,363,18$.00 Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost 1,350,144.00 Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their Reason for chance_ Name I Clement Hall - Shower/Toilet Renovations uest bathroom Schedule Performance % of Bid Amount Notice to Proceed _ o Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual / Estimated Substantial Completion Date Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Jonathan Klein Jonathan Klein Jonathan Kleir 100% 100% 100% Jonathan Klein Jonathan Klein Jonathan Klein yes yes yes Name Title/ Position Owner Texas Tech University LDesignLerManager Darren Densford Suretec insurance Comp ny Y Y N/A , Number of Issues Total Amount involved in Resolved Resolved Issues T Project Manager I Operations Div./Eng Serv. 8 NIA Number of Issues Pending N/A 16 Date Days 05/30/2013 08/02/2013 08/12/2013 08/09/2013 7 08/19/2013 7 08/09/2013 08/19/2013 7 Quality Control Manager 100% Jonathan Klein yes 5-834-4791 darren.densford@ttu.edu 1-812-0800 melliot@suretec.com Total Amount involved ` in Resolved Issues N/A Page Intentionallv Left Blank City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I ayn awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Contractor (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: t ar (Print or Type CONTRACTOR'S FIRM ADDRESS: q 3I c.,—(-- �i474- NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 21.-156834M — McAlister Dog Park Pale Intentionally Left Blank Safety Record Questionnaire n The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252,0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof_ The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the Past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments, c. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category •''`rssessed. of offense, final disposition of offense, if any, and penalty Offeror's Initials -QUESTION T'WO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforce►rent, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO ✓ If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (I0) years, of a criminal offense which resulted in serious bodily injury or death? YES NO , � If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. UESTION FOUR Provide your company's Experience Modification Rate and supporting information: QQ ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I a►n aware that the information given by me in this questionnaire will be investigated, with any fill permission, and that any misrepresentations or omissions inay cause my proposal to be rejected. klro&eal Signature qA10 Title City of Lubbock, TX RFP 21.-15683-JM Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits noel -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or More and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: ' ~_ G. FEDERAL TAX ID or SOCIAL SECURITY No. 75 g Signature of Company Official: Printed name of company official signing above:__k)�Z' �(P ej Date Signed: City of Lubbock, TX House Bill 89 Verification RFP 21-15683-JM (Person name), the undersigned representative of (Company or Business NameLJ ) _ (Hereafter referred to as company) being an adult aver the age of eighteen 18 ) Years of age, do hereby depose and verify under oath that the company named -above, under the provisions of Subtit e F, Title 10, Government Code Chapter 2270: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above -named Company, business or individual with the City of Lubbock acting by and through City of Lubbock. Pursuant to Section 2270.001, Texas Government Code: 1 "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means a for profit sole proprietorship, organization, association, corporation., partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly Owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. DATE SIGNATURE OF COMPANY REPRESENTATIVE PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Pro Wed 1. 2. 3. 4. 5. G. 7. s. 9. 10. ]I. 12. r.� i3. 14. 15. 16. Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 ❑ ❑ p ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: r ��10 ..��5 rLcLL o n tG. (PRINT NAME OF COMPANY) Page Intentionally Left Blank RFP 21-15683-JM — McAlister Dog Park POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 2. .� (�iC S l r�r�'a c�bn 1Ir�MCK , SC�aOfr��iY_y�IG�t I a� n 4. � ��[��2L1 _ Ck u01 on�r ta�-� ❑ �- s.�S -_n� l�umbti�� 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ Q 12. ❑ n 13. ❑ ❑ 14. ❑ ❑ is. ❑ ❑ M. ❑ ❑ SUBMITTED BY: (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 21.-1.5683-JM — McAlister Dog Park Pate Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc., (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Seven Hundred And Two Thousand Dollars ($702,000.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2=day of February 2021, to RFP 21-15683-JM McAlister Dog Park and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 2021. Surety *By. (Title) (Company Name) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter. called the Obligee), in the amount of Seven Hundred And Two Thousand Dollars ($702,000.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 23 rd day of February 2021, RFP 21-15683-JM McAlister Dog Park and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. � IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _day of 92021. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, LUBBOCK, TX 79401 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions f the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos 11 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT Pate Intentionally Left Blank Contract 15683 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 231d day of February, 2021 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Tommy Klein Construction, Inc. of the City of Lubboc County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 21-15683-JM — McAlister Dog Park and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Tommy Klein Construction, Inc.'s proposal dated January 27, 2021 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Tommy Klein Construction, Inc. By: PRINTED AME: COMPLETE ADDRESS: Tommy Klein Construction, Inc. 7312 Upland Avenue Lubbock, Texas 79424 ATTE ^ Co r CITY tF LUB C TEXAS (OWNER): By: Daniel M. Pope, Mayor ATTEST: Rebecca Garrity Secretary O D pme Name (Printed) Date APPROVED AS TO FORM: Ry r , As istan ity Attorney Page Intentionally Left Blank CONFLICT OF INTEREST OUESTIONNAIRE CHAPTER 176 Page Intentionallv Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1314 Avenue K, Floor 10 Lubbock, Texas, 79401 Questionnaire is available at https:Hci.lubbock.tx.us/departments/purchasing/vendor-information Page Intentionallv Left Blank CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Page Intentionallv Left Blank Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: httns://www.ethics.state.tx.us/whatsnew/elf info form1295.htm PLEASE DO NOT COMPLETE FORM 1295 UNTIL YOU HAVE BEEN NOTIFIED OF CONTRACT AWARD AND REQUESTED TO ELECTRONICALLY FILE FORM 1295 WITH THE TEXAS ETHICS COMMISSION. Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Tommy Klein Construction, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Ronny Gallagher, Park Development Manage so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. it. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 4 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a 6 requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury w/Heavy Equipment B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED E. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor 8 and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 9 F (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. 10 (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 11 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state.Mus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 12 (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the 13 Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in 14 the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities32 note exceed 15% of the estimated quantity. 15 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, 16 to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of two years from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of - (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, 17 (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and fled with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. hi the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would 18 have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS 19 The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of 20 Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. 21 The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 61. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https:Hci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.15 The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign terrorist organization" shall have the meaning given such term in Section 2252.151, Texas Government Code. 63. CHAPTER 2270 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Section 2270.002, Government Code, (a) This section applies only to a contract that: (1) Is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT 22 I The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. The Contractor warrants that it complies with Chapter 2270.001 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. Pursuant to Section 2270.001, Texas Government Code: 1. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means a for profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. 67. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 68. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 23 Page Intentionally Left Blank CITY OF LUBBOCK WAGE DETERMINATIONS 24 EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters -Acoustical Ceiling Installation 16.00 Carpenter -Rough 13.00 Carpenter -All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers -Carpet and Resilient 18.00 Floor Layers -Specialty 18.00 Floor Layers -Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers -Mechanical 12.00 Irrigator -Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender -Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 25 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator -Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 Crane, Lattice Boom 80 Tons or Less 30.00 Loader/Backhoe 18.00 Roller/Other 15.00 Welder Certified/Structural Steel Weld 25.00 26 EXHIBIT C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standard SPECIFICATIONS Page Intentionally Left Blank 1ACALISTER DOG PARK CIP 92615: MCALISTER PARK IMPROVEMENTS THE CITY OF LUBBOCK, TEXAS MAYOR, DAN M. POPE CITY MANAGER, JARRETT ATKINSON CITY COUNCIL DISTRICT 1: JUAN CHADIS CITY COUNCIL DISTRICT 4: STEVE MASSENGALE CITY COUNCIL DISTRICT 2: SHELIA PATTERSON-HARRIS CITY COUNCIL DISTRICT 5: RANDY CHRISTIAN CITY COUNCIL DISTRICT 3: JEFF GRIFFITH CITY COUNCIL DISTRICT 6: LATRELLE JOY DIRECTOR OF PARKS & RECREATION, COLBY VANGUNDY PARK DEVELOPMENT MANAGER, RONNY GALLAGHER LOCATION MAP O �o Ll o C7 q a PROJECT -OCATION ❑ o ❑ o ❑ ❑ ❑ ❑ El ❑ <1 ❑ 0 O ❑ Q City of u bbockTEXAS SITE MAP O � �. o Now ❑ O • n UU n s 0 e a_ d� IE 4 D OE SHEET INDEX GENERAL G-101 COVER SHEET G-102 PROJECT NOTES G-103 PROJECT OVERVIEW D-101 DEMOLITION PLAN D-102-103,104 GRADING PLAN P-101 PAVING PLAN S-101-103. L-102-1OR SITE ANNOTATION & LAYOUT LI-101-103 IRRIGATION PLAN LP-101-103, L-109,110 PLANTING PLAN DETAILS L-501-505 SITEWORK DETAILS L-506-507 IRRIGATION DETAILS S-501 STRUCTURAL DETAILS SEWER LINE C-1 GENERAL NOTES C-2 SITE MAP C-3 SEWER LINE 1 C-4 SEWER LINE 2 SEWER LINE DETAILS r_rl W W J a o a p z U p Lu 0 w o O > O W w U) o a � oc LL o ♦a^ V a a or) F, Q O � 2 W T y �/�U V ♦ /� O W JC�a00 � a � O (D COVER SHEET DECEMER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ VARIES CHECKED BY: SHEET: G_ 101 GENERAL NOTES 1. AT ALL LOCATIONS WHERE NEW CONCRETE ABUTS EXISTING CONCRETE, TOPS OF CONCRETE SHALL BE THE SAME ELEVATION +/- 4". 2. CONSTRUCTION JOINTS FOR COLD JOINTS WILL NOT BE ALLOWED. WASTE CONCRETE OR SLAG SHALL NOT BE PLACED INSIDE THE FORMS. 3. AFTER DEMOLITION OF CONCRETE SLABS, SMOOTH SOIL AND SLOPE TO PREVENT PONDING OF WATER. 4. IF CONCRETE SPLITS WHEN DRILLING HOLES IN EXISTING CONCRETE, SAW CUT AT NEXT CONTROL JOINT OR REMOVE TO NEXT EXPANSION JOINT. SUCH WORK WILL NOT BE CONSIDERED EXTRA WORK. 5. CONCRETE WILL HAVE A MEDIUM BROOM FINISH. 6. FINISH GRADE WILL BE 1" BELOW TOP OF CONCRETE AND WILL SLOPE AWAY FROM CONCRETE AT 8:1 MAX. TOP OF SOD WILL REST ON SMOOTH LEVEL SOIL. SOD WILL BE CUT IN AT EDGES AND WILL BE FLUSH WITH EXISTING TURF. CONTRACTOR WILL BE RESPONSIBLE FOR WATERING SOD UNTIL CONSTRUCTION IS COMPLETE. 7. EXISTING IRRIGATION IS BASED UPON BEST AVAILABLE INFORMATION. IF ACTUAL CONDITIONS DIFFER FROM THOSE SHOWN, CONTRACTOR WILL PERFORM EXCAVATION AT SPRINKLER HEADS OR ELSEWHERE AS NECESSARY TO DETERMINE ACTUAL CONFIGURATION. SUCH WORK SHALL NOT BE EXTRA WORK. 8. DITCHING OR OTHER WORK REQUIRED FOR RE-ROUTING IRRIGATION LATERALS AND CONTROL WIRES WILL NOT BE CONSIDERED EXTRA WORK. PIPE/WIRE FOR RE-ROUTED LATERALS/WIRING WILL BE SAME SIZE AND TYPE OF PIPE/WIRING BEING REPLACED. 9. PROTECT EXISTING SPRINKLERS AND VALVES DURING CONSTRUCTION. IF DAMAGED, REPLACE WITH EQUIPMENT ACCEPTABLE TO THE OWNER. RESTORE FINISH GRADE TO ORIGINAL CONDITION. 10. INSTALL SPRINKLERS IN VERTICAL POSITION; TOPS FLUSH WITH FINISH GRADE. 11. REPAIR IRRIGATION CONTROL WIRES THAT ARE DAMAGED BY CONSTRUCTION. INSTALL STANDARD IRRIGATION VALVE BOXES AT SPLICE LOCATIONS. USE WATERPROOF CONNECTORS ACCEPTABLE TO THE OWNER. BOTTOMS OF BOXES SHALL REST UPON UNDISTURBED SOIL. BOXES USED FOR SPLICES SHALL BE LOCATED MIN 10' FROM SPRINKLERS AND S FROM CONCRETE EDGES. 12. QUICK COUPLERS MAY BE ENCOUNTERED DURING CONSTRUCTION AT LOCATIONS NOT SHOWN ON THE PLANS. MOVE SUCH QUICK COUPLERS TO NEAREST EDGE OF CONCRETE. PIPING FOR QUICK COUPLERS SHOULD NOT EXTEND BENEATH CONCRETE. CONTRACTOR SHALL BE FAMILIAR WITH SHUT-OFF VALVES BEFORE CONSTRUCTION BEGINS. RELOCATED QUICK COUPLERS SHALL BE INSTALLED IN A 10" ROUND BOX. WORK RELATED TO CAPPING OR RELOCATING QUICK COUPLERS WILL NOT BE CONSIDERED EXTRA WORK. 13. COL ENGINEERING WILL BE RESPONSIBLE FOR LOCATION OF CRITICAL LAYOUT POINTS. CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL LAYOUT SCHEME BASED ON POINTS PROVIDED. 14. ELECTRIC LINES (120V)THAT ARE SHOWN ON PLANS AND DAMAGED DURING CONSTRUCTION SHALL BE REPAIRED BY CONTRACTOR AT HIS EXPENSE. TERMINATIONS FOR REPAIRED LINES SHALL BE AT EXISTING LIGHT POLES OR ELECTRICAL BOXES. BURIED SPLICES WILL NOT BE ALLOWED. 15. TRASH BARRELS WILL BE REMOVED INTACT, STORED AND RE -INSTALLED IN NOTED LOCATION BY CONTRACTOR. IF DAMAGED, BARRELS WILL BE REPLACED BY THE CONTRACTOR AT HIS EXPENSE. TURF PLANTING NOTES 1. TWO (2) SEPARATE APPLICATIONS OF ROUNDUP TO BE APPLIED TO SITE PRIOR TO THE START OF ANY IRRIGATION WORK. 2. AFTER VEGETATION HAS DIED, TILLING OF THE GROUND IS REQUIRED PRIOR THE START OF ANY IRRIGATION WORK. 3. SEEDING SHALL PROCEED ONCE IRRIGATION IS COMPLETED. 4. SEED SHALL BE PLACED'/4 TO INCH DEEP WITH A GRASS SEED DRILL. GRASS SEED DRILL MUST INCLUDE DOUBLE OPENING DISKS, DEPTH BANDS, CHAFFY GRASS SEED BOX WITH AGITATOR, AND CHAFFY SEED TUBES. 5. IRRIGATION IS TO BE SCHEDULED AT A RATE AND TIMING THAT KEEPS THE SOIL MOIST BUT DOES NOT SATURATE THE SOIL PROFILE NOR CREATE PONDING FOR 6 WEEKS AFTER PLANTING. 6. 2,4-D AMINE BROADLEAF HERBICIDE WILL BE USED AT THE LIGHTEST LABELLED RATE AFTER 6 WEEKS OF GERMINATION 7. PRE -EMERGE HERBICIDE WILL BE APPLIED IN THE SPRING PER LABEL. 8. GLYPHOSATE WILL BE APPLIED DURING THE DORMANT SEASON TO CONTROL WINTER WEEDS. oil ubbock TEXAS DEMOLITION NOTES 1. REFERENCE IRRIGATION PLAN FOR IRRIGATION DEMO & RECONFIGURATION. 2. DURING CONSTRUCTION, CONTRACTOR SHALL TAKE PRECAUTIONS TO LEAVE IRRIGATION SYSTEM IN TACT AND IN WORKING ORDER. 3. ALL SPOIL MATERIALS NECESSARILY REMOVED DURING CONSTRUCTION WHICH ARE NOT SALVAGED AND REUSED OR RELOCATED, MUST BE REMOVED AND LEGALLY DISPOSED OF OFF -SITE BY CONTRACTOR. 4. TREES WILL BE REMOVED BY OWNER. SITE LAYOUT NOTES 1. COL ENGINEERING STAFF TO PROVIDE CRITICAL LAYOUT POINTS IN FIELD FOR CONTRACTOR ONE TIME PER SITE. 2. CONTRACTOR TO REQUEST LAYOUT POINTS BY EMAIL 48 HOURS IN ADVANCE. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL POINTS FROM CONSTRUCTION DISTURBANCE AFTER LAYOUT BY COL PARK DEVELOPMENT STAFF. 4. CONTRACTOR SHALL HAVE FORMS INSPECTED BY COL PARK DEVELOPMENT STAFF PRIOR TO POURING CONCRETE. 5. CONCRETE SHALL HAVE MEDIUM BROOM FINISH. 6. ALL CONCRETE SIDEWALKS SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE LATEST TEXAS ACCESSIBILITY STANDARD. 7. ALL PARKING LOT, CURB & GUTTER AND DRIVEWAY CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE LATEST CITY OF LUBBOCK STANDARD SPECIFICATIONS AND DETAILS. 8. ANY SIDEWALK DEVIATING FROM THE BACK OF CURB THROUGHOUT PARK SHALL BE CONSTRUCTED SUCH THAT THE TOP OF CONCRETE IS APPROXIMATELY 1" ABOVE EXISTING FINISH GRADE U.N.O. 9. SIDEWALK RADII AT INTERSECTIONS SHALL BE EQUAL TO SIDEWALK WIDTH U.N.O. 10. SEEDING/SODDING OF AREAS DISTURBED DURING CONSTRUCTION OR DEMOLITION SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. CONTRACTOR SHALL BE RESPONSIBLE FOR MOWING & WATERING PLANTINGS UNTIL FINAL ACCEPTANCE OF PROJECT. ELECTRICAL NOTES 1. ALL CONDUIT SHALL HAVE A PULL BOX SPACING OF 300'-0" MAXIMUM DISTANCE. 2. ALL CONDUIT SWEEPS SHALL BE OF A LARGE RADIUS TYPE. 3. INSTALL ALL CONDUIT DESIGNATED FOR FUTURE USE AND LEAVE IN PLACE WITH PULL STRING AND PVC CAP. 4. ALL CONDUIT SHALL HAVE 42" OF COVER. COORDINATE TRENCHING WITH IRRIGATION CONTRACTOR. 5. PULL BOXES SHALL BE 14"W X 20" L X 12"D. MIN.(TOP DIMENSIONS) WITH NECESSARY EXTENSIONS (NO BRICKS). BOLT ON LID CLEARLY MARKED "ELECTRICAL" IS REQUIRED. 6. ALL ELECTRICAL INSTALLATION SHALL BE IN ACCORDANCE WITH THE N.E.0 AND LOCAL CODES. 7. ALL SLEEVES SHALL BE PVC SCHEDULE 40. GRADING NOTES 1. ALL CONCRETE FLATWORK SHALL BE CONSTRUCTED IN ACCORDANCE WITH 2O12 TAS REGULATIONS. 2. CROSS -SLOPES SHALL NOT EXCEED 2%. RUNNING SLOPES SHALL NOT EXCEED 5%. 3. ADJACENT SOIL SHALL BE 1" BELOW TOP OF CONCRETE AND GRADED TO A SMOOTH FINISH. 4. NOTIFY LANDSCAPE ARCHITECT OF ANY DISCREPANCIES IN THE FIELD RELATED TO ABOVE GUIDELINES. IRRIGATION NOTES 1. EXISTING IRRIGATION IS BASED ON ORIGINAL DESIGN, FIELD SURVEYS & AS -BUILT RECORDS. ACTUAL PIPE LOCATIONS AND SIZES MAY DIFFER IN THE FIELD. ANY PIPING OR WIRING DAMAGED OR SEVERED SHALL BE REPAIRED BY CONTRACTOR AND WILL NOT BE CONSIDERED EXTRA WORK. 2. ALL EQUIPMENT BURIED UNDERGROUND SHALL HAVE A VALVE BOX OF ADEQUATE SIZE INSTALLED OVER THE DEVICE. 3. IT IS THE CONTRACTOR'S RESPONSIBILITY TO PROTECT HEADS, QUICK COUPLERS AND OTHER EQUIPMENT TO REMAIN OR BE RE-USED/RELOCATED DURING DEMOLITION. ANY DAMAGED EQUIPMENT SHALL BE REPAIRED OR REPLACED AT CONTRACTOR'S EXPENSE. 4. PROPOSED PIPING SHOWN ON PLAN IS DIAGRAMMATIC HOWEVER, CARE SHALL BE TAKEN BY CONTRACTOR TO MINIMIZE TRENCHING WITHIN THE DRIP LINE OF EXISTING TREES. 5. IRRIGATION PIPING SHALL BE ROUTED TO AVOID DRAINAGE PIPING. CONTRACTOR SHALL ENSURE DRAINAGE PIPING IS SLOPED TO DRAIN AND IRRIGATION IS ROUTED OVER OR UNDER DRAINAGE WHILE MAINTAINING MINIMUM COVERAGE OVER PIPING. 6. CONCRETE PAD(S) FOR HOT BOX, PUMP STATION AND ELECTRIC CABINET BY CONTRACTOR. TREES & SHRUBS PLANTING NOTES 1. ALL PLANTING BEDS TO RECEIVE 2-INCHES OF COMPOST PER SQUARE FOOT AND 1 POUND OF A 4(N):1(P):2(K) RATIO FERTILIZER PER 100 SQUARE FEET. BOTH MATERIALS SHALL BE INCORPORATED INTO THE SOIL TO A DEPTH OF 12-INCHES. 2. ALL FINAL PLANTING BED GRADES IN AREAS WHERE ORGANIC AND/OR INORGANIC MULCH IS BEING APPLIED SHOULD BE 3 INCHES BELOW ADJACENT HARD SURFACES. 3. ALL PLANTS SHALL BE WATERED THOROUGHLY; TWICE DURING THE FIRST 24 HOUR PERIOD AFTER PLANTING. ALL PLANTS SHALL THEN BE WATERED WEEKLY OR MORE OFTEN, AS NEEDED, DURING THE FIRST GROWING SEASON. 4. ALL PLANTING BEDS TO RECEIVE ORGANIC AND/OR INORGANIC MULCH MATERIALS AS NOTED ON PLANS. 5. THE DAY PRIOR TO PLANTING, THE LOCATION OF ALL TREES AND SHRUBS SHALL BE STAKED FOR APPROVAL BY THE LANDSCAPE ARCHITECT. 6. THE CONTRACTOR SHALL PRUNE ALL BRANCHES 6-FEET ABOVE FINISH GRADE ON ALL DECIDUOUS TREES 12 FEET OR TALLER. 7. FOR TREE PLANTING, PLEASE REFERENCE DETAIL 2 / SHEET L-502. GENERAL PLANTING NOTES 1. THE LANDSCAPE CONTRACTOR SHALL REFER TO THE CONTRACT AND SPECIFICATIONS FOR REQUIREMENTS NOT LISTED HEREIN. 2. THE CONTRACTOR SHALL LOCATE AND VERIFY THE EXISTENCE Of ALL UTILITIES PRIOR TO STARTING WORK. 3. THE CONTRACTOR SHALL SUPPLY ALL PLANT MATERIALS IN QUANTITIES SUFFICIENT TO COMPLETE THE PLANTING PLAN SHOWN ON ALL DRAWINGS. PLANT COUNTS AND SQUARE FOOTAGES ARE PROVIDED AS A COURTESY ONLY. 4. ALL PLANT MATERIAL SHALL CONFORM TO THE GUIDELINES ESTABLISHED BY THE CURRENT AMERICAN STANDARD FOR NURSERY STOCK, PUBLISHED BY THE AMERICAN ASSOCIATION Of NURSERYMEN OR EQUIVALENT. 5. IN THE CASE OF A DISCREPANCY BETWEEN THE CONTAINER SIZE CALLED OUT IN PLANT LIST AND THE CALIPER AND HEIGHT OF PLANT MATERIAL. THE SPECIFIED TREE MUST MEET THE CALIPER AND HEIGHT REQUIREMENTS SPECIFIED, EVEN IF THE LARGER CONTAINER SIZE IS REQUIRED TO MEET THESE SPECIFICATIONS AT NO ADDITIONAL COST TO THE OWNER. 6. ALL PLANTS TO BE GROWN AS SPECIFIED. NO CONTAINER GROWN STOCK WILL BE ACCEPTED IF IT IS ROOT BOUND. 7. WITH CONTAINER GROWN STOCK, THE CONTAINER SHALL BE REMOVED AND THE PLANT BALL SHALL BE CUT THROUGH THE SURFACE IN TWO VERTICAL LOCATIONS. 8. LANDSCAPE CONTRACTOR SHALL LOCATE THE SOURCE Of AND SELECT ALL PLANTS FOR APPROVAL BY THE PROJECT LANDSCAPE ARCHITECT. 9. ALL PLANT MATERIALS SHALL BE APPROVED PRIOR TO DELIVERY AT THE NURSERIES OR SUPPLIERS BY THE PROJECT LANDSCAPE ARCHITECT. 10. IF ANY SOURCE OF PLANTS IS LOCATED FURTHER THAN 30 MILES FROM THE PROJECT SITE THE CONTRACTOR WILL BE REQUIRED TO PAY TIME AND TRAVEL EXPENSES INCURRED BY THE PROJECT LANDSCAPE ARCHITECT. 11. ALL PLANTS TAGGED AS APPROVED AT NURSERY OR SUPPLIER SHALL BEAR THE SAME TAG WHEN DELIVERED ON SITE. 12. THE RIGHT TO REJECT PLANT MATERIALS DELIVERED TO THE SITE THAT DO NOT BEAR APPROVAL TAGS IS RESERVED BY THE PROJECT LANDSCAPE ARCHITECT. 13. IN AREAS WHERE PAVING SUBGRADES AND BUILDING PADS EXTEND INTO PLANT BED AREAS, 6-INCH HOLES SHALL BE DRILLED EVERY 3-FEET AND FILLED WITH 1 INCH DIAMETER GRAVEL TO PROVIDE PERCOLATION AND DRAINAGE FOR THE PLANTING BED. HOLES SHALL BE DRILLED THROUGH IMPROVED SUBGRADES INTO EXISTING SITE SOILS BUT NO DEEPER THAN 4-FEET. 14. NO PLANT SHALL BE PUT INTO THE GROUND BEFORE ROUGH GRADING IS COMPLETE AND APPROVED BY THE PROJECT LANDSCAPE ARCHITECT. 15. ALL PLANTS SHALL BEAR THE SAME RELATIONSHIP TO FINISH GRADE AS THE PLANT'S ORIGINAL GRADE BEFORE DIGGING OR AS ESTABLISHED IN CONTAINER. 16. ALL PLANTS SHALL BE INSTALLED AS PER DETAILS. SHEET INDEX GENERAL G-101 G-102 G-103 COVER SHEET PROJECT NOTES PROJECT OVERVIEW SITE PREPARATION & INSTALLATION D-101 DEMOLITION PLAN D-102-103,104 GRADING PLAN P-101 PAVING PLAN S-101-103. L-102-108 SITE ANNOTATION & LAYOUT LI-101-103 IRRIGATION PLAN LP-101-103, L-109,110 PLANTING PLAN DETAILS L-501-505 SITEWORK DETAILS L-506-507 IRRIGATION DETAILS S-501 STRUCTURAL DETAILS SEWER LINE C-1 GENERAL NOTES C-2 SITE MAP C-3 SEWER LINE 1 C-4 SEWER LINE 2 SEWER LINE DETAILS r_rl W W J a O U) a O Z U p U Lu O � w 0 O 1- 4 > O Lu w .. Q U a u C) ♦� V Q a L.L or) F, Q O vJ W Lu Cl) - vJ W O JC�Q00 Q D c) PROJECT NOTES PLOT DATE: PROJECT NUMBER: DECEMER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ VARIES DRAWN BY CHECKED BY: SHEET: n _ 1 0 2 RG ASA �7 (�)Parking O2.5 acre fenced area with agility equip & training area 12 12 SHEET INDEX GENERAL G-101 COVER SHEET G-102 PROJECT NOTES G-103 PROJECT OVERVIEW D-101 DEMOLITION PLAN D-102-103,104 GRADING PLAN P-101 PAVING PLAN S-101-103. L-102-108 SITE ANNOTATION & LAYOUT LI-101-103 1 IRRIGATION PLAN LP-101-103, L-109,110 PLANTING PLAN DETAILS L-501-505 SITEWORK DETAILS L-506-507 IRRIGATION DETAILS S-501 STRUCTURAL DETAILS SEWER LINE C-1 GENERAL NOTES C-2 SITE MAP C-3 SEWER LINE 1 C-4 SEWER LINE 2 rr_rl SEWER LINE DETAILS W I— W J o Ca G � a o z U p LU w o 0 O > O W -- w Q Lf) o Q V Q O a 112 Q dr) OaQF, 0WUX �W LU�Cl) o �a�m .J Q � � O co M cALISTER DOG PARK �► 4Lubbock Lubbock I EXAS PROJECT OVERVIEW PLOT DATE: PROJECT NUMBER: DECEMER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ VARIES DRAWN BY: LP AS AZ ASA CHECKED BY: SHEET: G_ 103 RG ASA MARSHA SHARP FWY US 62/82 ------ DEMOLITION LEGEND SYMBOL DESCRIPTION 0 APPROX. 372,655 SF OF EXISTING 0 VEGETATION TO BE 1 n - ---- -_ REMOVED. PLEASE SEE TURF PLANTING rEl ----- NOTES ON SHT. a G-102. a APPROX. 5 SMALL EXISTING PARK ROAD CALIPER PINION PINE TREES TO BE REMOVED Know what's helow. x ELM APPROX. 6 SMALL TO Call before you dig. jMEDIUM CALIPER TO BESIBERIAN TREES 0 / LU W J z a O o u) a ♦ p z U p LU w o o O > O W w Q Ln o a C� h° Q�LL~o aQ�rn C� a Q ti O =X �wU) GCH=� LU�U)o c/) 00 JC�Q00 Q � � o cfl DEMOLITION PLAN 0 100 200 300 feet PLOT DATE: PROJECT NUMBER: CityOf DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: bboc NORTH LP, AS, AZ, ASA 1:100 PLOTTED at 18x24 1 " = 100' DRAWN BY: LP AS AZ ASA TEXAS CHECKEDBY: SHEET: D-101 RG ASA TN MARS HA SHARP FWY 0 V- ] SS 'vS OS96 3 V- S R30 S� 9 �6 OC O3�/ V- IL V- 'F1,32R rRFe3R6 \ V- Iz- V- \ L V V V V- L S IL - I - IL V- V-V- \ V- V- V- V- IL � IL V- V- �Z_ V- V- V- IL V- V-V- V- IL V- V q3 \ V- IL V- � V- � IL V- a19260 � 3" IL � � IL � � 96 p s2 s V- V- V- V- V- V- V- V- V- V- V- V- Iz- V- V- V- V- V- V- V- V- V- V- V- Iz- V- V- V- V- V- LubbocI EXAS V- US 62/82 GRADING LEGEND SYMBOL DESCRIPTION ---- XXXX -- EXISTING CONTOURS i XXXX NEW CONTOURS — — _ EXISTING CITY WATER MAIN 0 22 '1;v/RS�as 1 2 ,99 ve/ V- V- e�c>> � ate, �Z_ p;2e6� 2a V- 8�6� 6 V �26s �y? V i`,o26B 'G o 2S V- 6 S V- -- Z'p26 / 3 / V V � 6'A26S IL V-V- V- 0 V- iL V V- \ N11— — — - 0 100 200 300 feet NORTH 1 " = 100' Know what's below. Call before you dig. Lu Lu a O U a z 0 w O O H� > O Lu .. W Q U7 � V) Q a O 0 Q a Q � ti W U W v♦ U �a<m O .J Q � � O C4 GRADING PLAN PLOT DATE: PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA 1:100 PLOTTED at 18x24 DRAWN BY: LP AS AZ ASA CHECKED BY: SHEET: D-102 RG ASA TN r V- V- V- 1< 0 0 V-- V- V- Know what's below. 2662666 Call before you dig. 41 . REST 00 ^ \ BUILDING 7 26 W 3 W �A266 J �S O U a 0 0 Z 7s U 0 77T H�� V-- � � o 06 / 00 I —I 0 i V- 0 w C)� uj ............ Q V Q 265 6 V o \ / V- \ V- \ V- V- V- '!��'67 1 �Z_ \\ LLti I� \ � Q � �- \ V a. V \\ 0 = X V- 6 .66 C6 � � _ ��60 �6, v % V- J �O V- 9Q \\ �QQm V-r \\ 0 c� V- V- V- \ V- V- V- - V- / \ ubockI EXAS V- V- V- V- V- V- GRADING PLAN 0 40 80 120 feet PLOT DATE: PROJECT NUMBER: " DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA 1:50 PLOTTED at 18X24 NORTH 1 " = 40' DRAWN BY: LP AS AZ ASA CHECKED BY: SHEET: D- O� RG ASA TN Page is too large to OCR. Page is too large to OCR. m r LEGEND FOR AMENITIES & FLATWORK SYMBOL DESCRIPTION EXPANSION JOINT REF. DTL 1/SHT L-501 CONTROL JOINT REF. DTL 2/SHT L-502 ME MATCH EXISTING ' SEE SHEET L-XXX MATCH LINE 1 BENCH; REF DTL 9, SHT L-501 OR DTL 3, SHT L-503 12'X12' GABLE ROOF 2 SHADE STRUCTURE W/ PICNIC TABLE; REF DTL 2, SHT L-503 12'X20' GABLE ROOF 3 SHADE STRUCTURE W/ TABLES; REF DTL 1, SHT L-504 4 AGILITY EQUIPMENT; REF MANUFACTUER . DRAWINGS MUTT -MITT 5 STATION; REF DTL 4, a SHT L-502 BIKE RACK; REF 6 MANUFACTURER DRAWINGS DOG -FRIENDLY [7] DRINKING FOUNTAIN; i I REF DTL 1, SHT L-503 12 8 PARK RULES SIGN; REF DTL 5, SHT L-502 • 5 9 DOUBLE GATED ENTRENCES; REF DTL 3, SHT L-504 NEW RESTROOM 10 BUILDING; REF MANUFACTURER ENGINEERED DRAWINGS 4 I 11 12' SERVICE GATE; REF ❑ DTL 1, SHT L-505 12 5' CHAINLINK FENCE; REF DTL 2, SHT L-504 1 I CONCRETE SIDEWALK; 13 REF DTL 7, SHT L-501 Im m m I m � m 5 12 _ - N - I I 00407 I EXAS Know what's below. Call before you dig. Lu Lu a O U a O z U O Lu � w O O I --I > O Lu -- w Q V) FR Q C) ♦a V Q a L.L � F, Q O 0 v, W U F �a<m 0 J Q V CaC G m c) SITE ANNO & LAYOUT PLAN 0 40 80 120 feet PLOT DATE: PROJECT NUMBER: " DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA 1:40 PLOTTED at 18X24 NORTH 1 " = DRAWN BY: 40' i n Ao A-7 non CHECKED BY: I SHEET: S-1 O 1 RG, ASA,TN SEE SHEET S-103 _ 5 , I I- 1 91 F �, 11,,; 7 \ 13 11 � i 12 \t/ 2 2 iiiiiiiiiiiiiiiiiiiiiillilljllllllllllllI 11 / 4/ u bbock I EXAS LEGEND FOR AMENITIES & FLATWORK SYMBOL DESCRIPTION EXPANSION JOINT REF. DTL 1/SHT L-501 CONTROL JOINT REF. DTL 2/SHT L-502 ME MATCH EXISTING SEE SHEET L-XXX MATCH LINE BENCH; REF DTL 9, 1 SHT L-501 OR DTL 3, SHT L-503 12'X12' GABLE ROOF 2 SHADE STRUCTURE W/ PICNIC TABLE; REF DTL 2, SHT L-503 12'X20' GABLE ROOF 3 SHADE STRUCTURE W/ TABLES; REF DTL 1, SHT L-504 AGILITY EQUIPMENT; 4 REF MANUFACTUER DRAWINGS MUTT -MITT 5 STATION; REF DTL 4, SHT L-502 BIKE RACK; REF 6 MANUFACTURER DRAWINGS DOG -FRIENDLY 7 DRINKING FOUNTAIN; REF DTL 1, SHT L-503 8 PARK RULES SIGN; REF DTL 5, SHT L-502 9 DOUBLE GATED ENTRENCES; REF DTL 3, SHT L-504 NEW RESTROOM 10 BUILDING; REF MANUFACTURER ENGINEERED DRAWINGS 12' SERVICE GATE; REF 11 DTL 1, SHT L-505 5' CHAINLINK FENCE; 12 REF DTL 2, SHT L-504 CONCRETE SIDEWALK; 13 REF DTL 7, SHT L-501 uz Know what's below. Call before you dig. Lu Lu a O U a O z u U O Lu I -I w p O O I --I > O Lu -- w a U) p a V Q C) ♦� V Q a L.L < � 1,., O U 0/ Lu V♦ U �a<m O .J Q � � c) SITE ANNO & LAYOUT PLAN 0 40 80 120 feet PLOT DATE: PROJECT NUMBER: " DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: NORTH LP, AS, AZ, ASA 1:40 PLOTTED at 18X24 1 " = 40' DRAWN BY: LP AS AZ ASA CHECKED BY: SHEET: �_ O� RG ASA TN SEE SHEET L-102 City of LubbocTEXAS \ J/ LEGEND FOR AMENITIES & FLATWORK SYMBOL DESCRIPTION EXPANSION JOINT REF. DTL 1/SHT L-501 CONTROL JOINT REF. DTL 2/SHT L-502 ME MATCH EXISTING SEE SHEET L-XXX MATCH LINE BENCH; REF DTL 9, 1 SHT L-501 OR DTL 3, SHT L-503 12'X12' GABLE ROOF 2 SHADE STRUCTURE W/ PICNIC TABLE; REF DTL 2, SHT L-503 12'X20' GABLE ROOF 3 SHADE STRUCTURE W/ TABLES; REF DTL 1, SHT L-504 AGILITY EQUIPMENT; 4 REF MANUFACTUER DRAWINGS MUTT -MITT 5 STATION; REF DTL 4, SHT L-502 BIKE RACK; REF 6 MANUFACTURER DRAWINGS DOG -FRIENDLY 7 DRINKING FOUNTAIN; REF DTL 1, SHT L-503 8 PARK RULES SIGN; REF DTL 5, SHT L-502 9 DOUBLE GATED ENTRENCES; REF DTL 3, SHT L-504 NEW RESTROOM 10 BUILDING; REF MANUFACTURER ENGINEERED DRAWINGS 12' SERVICE GATE; REF 11 DTL 1, SHT L-505 5' CHAINLINK FENCE; 12 REF DTL 2, SHT L-504 CONCRETE SIDEWALK; 13 REF DTL 7, SHT L-501 — _�r - - - - - - - - Know what's below. Call before you dig. LU I-_ LU a O G U-) a O z U 0 LU O I —I w p O 1_4 > O LU w •- Q U V C) ♦� V Q a L.L dr) F, Q O vJ LULU V vJ 1. V♦ O JC�Q00 � Q � O (0 SITE ANNO & LAYOUT PLAN 0 40 80 120 feet PLOT DATE: PROJECT NUMBER: " DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA 1:40 PLOTTED at 18X24 NORTH 1 " = DRAWN BY: 40' i n Acc A-7 AOA CHECKED BY: SHEET: S-1 03 RG ASA,TN 0 J H W W 2 W z J 2 U Q 75 GRADING NOTES ALL SIDEWALKS WITHIN THE CONCRETE PLAZA AREA SHALL NOT EXCEED 2% CROSS SLOPE IN ANY DIRECTION. SLOPE CONCRETE PLAZA TOWARD PARKING AT 2% MAXIMUM. ALL OTHER SIDEWALKS AND TRAILS SHALL HAVE NO MORE THAN A 2% CROSS -SLOPE AND A 5% LONGITUDINAL SLOPE. REFER TO CIVIL FOR ALL PROPOSED GRADES AND SLOPES. KEY NOTES AS INDICATED BY: 00 1. ALL VEHICULAR PAVING DESIGN BY THE CITY OF LUBBOCK 2. RESTROOM BUILDING AND ALL UTILITIES DESIGN BY THE CITY OF LUBBOCK 3. DOG PARK FENCING DESIGN BY THE CITY OF LUBBOCK. CONTRACTOR TO COORDINATE WITH CITY ON LOCATIONS OF (3) THREE SERVICE GATES TO ACCESS THE DOG PARK AREAS. 4. PICNIC SHELTERS DESIGN BY THE CITY OF LUBBOCK 5. 4" CONCRETE SIDEWALK - DETAIL B1/L-104 6. ACCESSIBLE CONCRETE RAMP - 8.33% MAX SLOPE - DETAIL C31-104 7. 6' WIDE WALKING TRACK - CINDER MIX- DETAIL C2/L-104. ADJUST NEW TRAIL TO MEET WITH EXISTING TRAILS AS NEEDED. 8. PLANTING AREA - SEE PLANTING PLANS 9. EXISTING TRAILS 10. EXISTING ASPHALT PAVEMENT 11. EXISTING CONCRETE DRAINAGE CHANNEL 12. 6' BENCH PROVIDED BY CITY OF LUBBOCK 13. DOG DRINKING FOUNTAIN ■■■.■■■...m....■■■■i.■■ �j 7 I JOINTING LEGEND CONTRACTION JOINT - A1/L-104 CONCRETE EXPANSION JOINT -A1/L-104 I I r— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — ------------------ MATCH LINE -SHEET L-103 0 ubbockc TEXAS 1/1 / 3 \\ Li NORTH 0 50' 100, 0 0 0 Know whars below. Call before Von dig. W W a- O U U) Q V) 11 /03/2020 0 Q a O Q a � ti Q O V ) i Lu V♦ V) 1. �a<m O .J Q O ANNOTATION PLAN NOVEMBER 3, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: DRAWN BY: CHECKED BY: SHEET: L-102 MATCH LINE -SHEET L-102 7 / / �p,NDSCgp CO 0,0 �� �O �.......•F9 m c-> 242a OF 11 /03/2020 / w Lu / a o a z O w 0 o O > o w w U Q U I I 7 1 � LLti Q o DC � aQ�rn C� a Q ti 0�UX �w Lu V♦ U) O �a<m JV000 KEY NOTES p AS INDICATED BY: 00 Cfl 1. ALL VEHICULAR PAVING DESIGN BY THE CITY OF LUBBOCK 2. RESTROOM BUILDING AND ALL UTILITIES DESIGN BY THE CITY OF LUBBOCK 3. DOG PARK FENCING DESIGN BY THE CITY OF LUBBOCK. CONTRACTOR TO COORDINATE WITH CITY ON LOCATIONS OF (3) THREE SERVICE GATES TO ACCESS THE DOG PARK AREAS. 4. PICNIC SHELTERS DESIGN BY THE CITY OF LUBBOCK 5. 4" CONCRETE SIDEWALK - DETAIL 1311-104 6. ACCESSIBLE CONCRETE RAMP - 8.33% MAX SLOPE - DETAIL C31-104 7. 6' WIDE WALKING TRACK - CINDER MIX- DETAIL C21-104. ADJUST NEW TRAIL TO MEET WITH EXISTING TRAILS AS NEEDED. 8. PLANTING AREA - SEE PLANTING PLANS 9. EXISTING TRAILS 10. EXISTING ASPHALT PAVEMENT 11. EXISTING CONCRETE DRAINAGE CHANNEL 12. 6' BENCH PROVIDED BY CITY OF LUBBOCK 13. DOG DRINKING FOUNTAIN o ANNOTATION PLAN 0 ® PLOT DATE: PROJECT NUMBER: 4 City Of .I NOVEMB: 3, 2020 CIP 92615 •I DESIGNED BY: PLOT SCALE: u O NORTH DRAWN BY: 0 50' 1 oo' Know whars below. TEXAS Call before you dig. CHECKED BY: SHEET: L-1 03 VERIFY SEE PLAN SECTION 6" CONCRETE NTS 1/2" EXPANSION JOINTS PLACED AT A MAX. OF 36' SPACING CONCRETE SIDEWALK INSTALL CINDER IN 2" (q FENCE POST COMPACTED LIFTS BEYOND CINDER MIX DOG PARK EXISTING LAWN AREA GRADE _ 4000 PSI WITH #3 @ 12" OCEW - -— CO IINVVIVWIIIIII VI ,� _ _ Il 111 l ll�lill �,II I II II Illill lllilll 11111 l 111 �l 111 �i 1111111 � � �i �l 111 i v _ _ 1=Ilia COMPOST MIX -SEE TURF 95% COMPACTED SPECIFICATION I SUBGRADE �� a CONC. FOOTING 195% COMPACTED SUBGRADE BEYOND a u I' I TRANSVERSE CONTRACTION JOINT 1" DEEP, PLACED AT 5 INTERVALS VERIFY SEE PLAN o I> p v � SECTION 95% COMPACTED SUBGRADE 4" CONCRETE NITS SEALANT RESERVOIR AND SEAL 1/8"-1/4" 1/4" RADIUS OR SAWED ,It D 1/4" 0 SMOOTH DOWEL BA AT 24" ONE SIDE LUBRICATED DOWLED EXP. JOINT 118" R TYP. GROOVE SHALL BE HAND -TOOLED 1/8" MIN. 1 /4" MAX. Z_ CONCRETE CONTROL JOINT CONCRETE JOINTING NTS ubbC'ty ck TEXAS S 1/2" SELF LEVELING SEALANT PREMOLDED EXPANSION JOINT MATERIAL EXPANSION JOINT C2 TRAIL - SECTION NTS 1/2" PRE -MOLD EXPANSION JOINT ALL AROUND RAMP TOP OF CURB - C3 KEY NOTES AS INDICATED BY: 00 1. ALL VEHICULAR PAVING DESIGN BY THE CITY OF LUBBOCK 2. RESTROOM BUILDING AND ALL UTILITIES DESIGN BY THE CITY OF LUBBOCK 3. DOG PARK FENCING DESIGN BY THE CITY OF LUBBOCK. CONTRACTOR TO COORDINATE WITH CITY ON LOCATIONS OF (3) THREE SERVICE GATES TO ACCESS THE DOG PARK AREAS. 4. PICNIC SHELTERS DESIGN BY THE CITY OF LUBBOCK 5. 4" CONCRETE SIDEWALK - DETAIL B1/L-104 6. ACCESSIBLE CONCRETE RAMP - 8.33% MAX SLOPE - DETAIL C3/L-104 7. 6' WIDE WALKING TRACK - CINDER MIX- DETAIL C21-104. ADJUST NEW TRAIL TO MEET WITH EXISTING TRAILS AS NEEDED. 8. PLANTING AREA - SEE PLANTING PLANS 9. EXISTING TRAILS 10. EXISTING ASPHALT PAVEMENT 11. EXISTING CONCRETE DRAINAGE CHANNEL 12. 6' BENCH PROVIDED BY CITY OF LUBBOCK 13. DOG DRINKING FOUNTAIN a 1. RAMP SLOPES NOT TO EXCEED 1:12 (8.33%) UNLESS OTHERWISE NOTED IN PLANS. 2. FLARE NOT TO EXCEED 1:10 (10%) ON ANY RAMP 3. CROSS SLOPE ON ALL SIDEWALKS AND LANDINGS NOT TO EXCEED 1:50 (2%) 6'-0" 54'-0" A ° 4 1° ° 1:1 ° °d e p SAX S OI a° a ° CURB TO RAMP y DOWN IN 6' ACCESSIBLE RAMP NTS 1 ° w I— w a O a 0 z U 0Ln U I . � I1J 0 IO o > I o w w Q � nLn I FR N O T J I— w w 2 W z J _ U Q f 0 o 4a a NORTH 0 50' 1 oo' Know whars below. Call before you dig. 11 /03/2020 QLL O DC � ♦aQ�rn V a Q F., O W 2 rVnJ 0 w U) 1 cl) O .J Q CO ANNOTATION PLAN NOVEMBER 3, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: DRAWN BY: CHECKED BY: SHEET: L-104 i I I - El � [ 7 "9 • I N' ro P r 2428 / S ••......• OF Lu 11 /03/2020 zl 00 - I I w QI � � Lu I-_ O� O z El El El 1:1 1:1 w � U w 7 O > O w Lu � LJ � o � I 79 �a.< o zx I p W U I 7� Q� Lu cn I 78 ���0 cn < 00 o — - ---- o 76 7) I I / I NATE RD I COO S REFER TO SHEET L-107 FOR COORDINATE CHART / � 06) � MATCH LINE -SHEET L-106 o LAYOUT PLAN Q DATE: PROJECT NUMBER: u b City Of .IPLOT NOVEMBER 3, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: o NORTH DRAWN BY: 0 50' 100, Know what's below. TEXAS Call before you dig. r77FFBY: SHEET: L-1 05 MATCH LINE - SHEET L-105 I I 09 �p NDSCgp I�p ��......•F9 co I m 0 co �� N• 2429, •��P I / OF 11 /03/2020 I / w I I J a o_ a 0 z I U 0 Lu w 0 I1, �F I—, / 0 > I 0 W Lu Q o I Q I L o I , I I I � � I I Q o C� a Q ~ � � W OCH=� ��co0 ca<m .J o co COORDINATES REFER TO SHEET L-107 FOR COORDINATE CHART 40�> o LAYOUT PLAN Q ® PLOT DATE: PROJECT NUMBER: City Of NO.IRTH DRAWN BY: NOVEMBER 3, 2020 CIP 92615 uubboc DESIGNED BY: PLOT SCALE: 0 50' 100, Know. what's below. TEXAS Call before you dig. CHECKED BY: SHEET: L-106 \_kNDSCgp N C `�•, PC �4 op • n • • 2428 �P OF 11 /03/2020 TRAIL -COORDINATES w LU Cif G a z 0 0 o I O O � w 0 O O 0 w rl ii I Q o Q Ir J � J � � Iw w_ \ \ IJ U I� Q O Q ch \ a �� 0 U W oCH� Vr I J � I �QQm I I I I I I I o LAYOUT PLAN i.uubboc �Q PLOT DATE: PROJECT NUMBER: CityOI ® NOVEMBER 3, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: NORTH DRAWN BY: 0 50' 1 oo, Know what's below. TEXAS Call before you dig. CHECKED BY: SHEET: L- 1 O / 7 PTNO NORTHING FASTING COMMENT 1 7263379.206 91865Z.832 CENTERLINE PTNO NORTHING FASTING COMMENT 1 7263693.05 918746.57 EDGE OF CONCRETE 2 7263719.871 918785.097 EDGE OF CONCRETE 3 7263692.774 918803.911 EDGE OF CONCRETE 4 7263669.394 918770.23 EDGE OF CONCRETE 5 7263592.841 918816.092 EDGE OF CONCRETE 6 7263570.406 918820.977 EDGE OF CONCRETE 7 7263551.087 918808.567 EDGE OF CONCRETE 8 7263543.101 918797.068 EDGE OF CONCRETE 9 7263526.08 918814.978 EDGE OF CONCRETE 10 7263490.281 918763.438 EDGE OF CONCRETE 11 7263465.643 918780.552 EDGE OF CONCRETE 12 7263465.677 918788.885 EDGE OF CONCRETE 13 7263479.805 918804.903 EDGE OF CONCRETE 14 7263472.391 918812.422 EDGE OF CONCRETE 15 7263452.4 918808.24 EDGE OF CONCRETE 16 7263441.353 918824.917 EDGE OF CONCRETE 17 18 7263441.851 7263454.799 918880.223 918902.897 EDGE OF CONCRETE EDGE OF CONCRETE 19 7263480.821 918900.746 EDGE OF CONCRETE 20 7263498.392 918891.193 EDGE OF CONCRETE 21 7263507.945 918908.763 EDGE OF CONCRETE 22 7263490.374 918918.317 EDGE OF CONCRETE 23 7263483.971 918906.539 EDGE OF CONCRETE 24 7263442.46 918900.312 EDGE OF CONCRETE 25 7263434.78 918897.689 EDGE OF CONCRETE 26 7263434.37 918797.994 EDGE OF CONCRETE 27 7263404.343 918798.118 EDGE OF CONCRETE 28 7263340.176 918705.747 EDGE OF CONCRETE 29 7263348.681 918683.201 EDGE OF CONCRETE 30 7263233.39 918639.789 EDGE OF CONCRETE 31 7263207.E 918643.844 EDGE OF CONCRETE 32 7263200.364 918668.928 EDGE OF CONCRETE 33 7263203.053 918688.74E EDGE OF CONCRETE 34 7263183.235 918691.43E EDGE OF CONCRETE 35 7263180.545 918671.617 EDGE OF CONCRETE 36 7263194.363 918669.742 EDGE OF CONCRETE 37 7263213.274 918633.607 EDGE OF CONCRETE 38 7263219.308 918627.718 EDGE OF CONCRETE 39 7263219.661 918626.782 EDGE OF CONCRETE 40 7263219.608 918619.404 EDGE OF CONCRETE PTNO NORTHING FASTING COMMENT 41 7263228.554 918578.703 EDGE OF CONCRETE 42 72b3219.528 918568.24 EDGE OF CONCRETE 43 72b3234.662 918555.115 EDGE OF CONCRETE 44 72b3247.766 918570.224 EDGE OF CONCRETE 45 72b3232.657 918583.328 EDGE OF CONCRETE 46 7263221.522 918606.941 EDGE OF CONCRETE 47 72b3238.208 918627.02 EDGE OF CONCRETE 48 7263323.872 918659.671 EDGE OF CONCRETE 49 7263343.727 918654.613 EDGE OF CONCRETE 50 7263345.985 918634.248 EDGE OF CONCRETE 51 7263355.056 918b29.351 EDGE OF CONCRETE 52 7263369.9 918651.028 EDGE OF CONCRETE 53 7263377.731 918653.644 EDGE OF CONCRETE 54 72b3402.369 918636.87 EDGE OF CONCRETE 55 72b3357.791 918572.b9 EDGE OF CONCRETE 56 7263406.28 918651.263 EDGE OF CONCRETE 57 7263394.781 918659.249 EDGE OF CONCRETE 58 72b3402.768 918670.748 EDGE OF CONCRETE 59 7263414.266 918662.7b1 EDGE OF CONCRETE 60 72b3422.253 918674.26 EDGE OF CONCRETE 61 72b3410.754 918682.246 EDGE OF CONCRETE 62 7263418.741 918693.745 EDGE OF CONCRETE 63 72b3430.239 918b85.758 EDGE OF CONCRETE PTNO NORTHING FASTING COMMENT 64 7263438.226 918697.257 EDGE OF CONCRETE 65 72b342b.728 918705.243 EDGE OF CONCRETE 66 72b3434.714 918716.742 EDGE OF CONCRETE 67 72b344b.213 918708.755 EDGE OF CONCRETE 68 72b3454.199 918720.254 EDGE OF CONCRETE 69 7263442.701 918728.24 EDGE OF CONCRETE 70 72b345D.687 918739.739 EDGE OF CONCRETE 71 72b3462.186 918731.752 EDGE OF CONCRETE 72 7263470.172 918743.25 EDGE OF CONCRETE 73 7263458.674 918751.237 EDGE OF CONCRETE 74 7263466.6b1 918762.736 EDGE OF CONCRETE 75 72b3478.159 918754.749 EDGE OF CONCRETE 76 7263356.721 918712.025 EDGE OF CONCRETE 77 7263390.391 918707.496 EDGE OF CONCRETE 78 7263416.172 918729.621 EDGE OF CONCRETE 79 7263419.779 918752.684 EDGE OF CONCRETE 80 72b3414.687 918767.859 EDGE OF CONCRETE 81 7263404.233 918779.981 EDGE OF CONCRETE 82 7263398.25 918771.482 EDGE OF CONCRETE 83 72b3392.547 918763.266 EDGE OF CONCRETE 84 7263378.594 918747.292 CENTER POINT O� 02 RESTROOM BUILDING OA / �p,NDSCgp O1, O ••.....••F �'•� N. C� 00 m c> . cP' 'P 242a �c'••.....••' OF 11 /03/2020 w w 6' J a O OS � � a O z U O Ln o 50' 54' F:AMP 50' 06 06 0) O �--� O > �� O W �- rn S _ / SS 4 rn cn S6 S9 60 �2 �S O 09 / Q 14' 14' 14' 63 6A 6> 6�p �j L o TYP TYP TYP S, S8 6, 62 6S 66 69 )0 ��-- ---52 � 77 �6 �2 O S0 )) ,9 7Q A9 2 7S 2 Q � � � 80 6 0 2 � � � 35 7 �0, Q rn 20'o =x 8, 90 82 6> 1S 9 71> ' W cn U 4S - U) O J � < < V J V 6 ♦a♦ 40 S93 00 U O 07 32 06 01? OA 7 o LAYOUT PLAN (� PLOT DATE: PROJECT NUMBER: City co .I NOVEMBER 3, 2020 CIP 92615 •I - DESIGNED BY: PLOT SCALE: O c NORTH DRAWN BY: 0 30' so' Knowwhat'sbelow. Q TEXAS Call before you dig. CHECKED BY: SHEET: L-1 O8 IRRIGATION SCHEDULE SYMBOL MANUFACTURER/MODEL/DESCRIPTION QTY PSI ct 2� Hunter 1-20-04-LA-SS 154 50 Turf Rotor, 4.0" Pop -Up. Adjustable and Full Circle. Stainless Steel Riser. Drain Check Valve. Low Angle Nozzle. Hunter 1-20-04-LA-SS 164 50 Turf Rotor, 4.0" Pop -Up. Adjustable and Full Circle. Stainless Steel Riser. Drain Check Valve. Low Angle Nozzle. Know what's below. SYMBOL MANUFACTURER/MODEL/DESCRIPTION QTY Area to Receive Dripline Call before you dig. Netafim TLCV-09-12 64,476 I.f. Techline Pressure Compensating Landscape Dripline with Check Valve. 0.9 GPH emitters at 12" O.C. Dripline laterals spaced at 12" apart, with emitters offset for triangular pattern. 17mm. W SYMBOL MANUFACTURER/MODEL/DESCRIPTION QTY LJ,J J z Irrigation Mainline: PVC Class 200 SDR 21 1,075 I.f. a , ^ p Valve Callout z C2 Valve Number U H� W ® # # Valve Flow Valve Size � ~ O > O w w -- Q U o Q Ln a O aa�a C� a Q ti� 0�U � 2. 1Y4" w - U O _,Y4' J � 4 _aQ00m J V 4. 2Y2., a 1Y4l' 4., 2�2 2" 1Y4" U O 1Y4" CO 4. 1y2.' 1 4. 4 ell 1 e 4. 4. 4. 1 1Y4" Y4" z � Y �,. 2' 1Y2 2Yz" 2 2Y2 , 2 1Y4" 1h 2„ 4- Y2" 4. 2' 2. SEE SHEET LI-103 IRRIGATION PLAN CIt 0 40 80 120 feetDRAPLOT DATE: PROJECT NUMBER: yDECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: Ocok NORTH AZ, ASA 1:40 PLOTTED at 18X24 ubb1 " = 40' DRAWN B BY: LP AS AZ ASA E XAS CHECKED BY: SHEET: L I —10 1 RG ASA TN (IRRIGATION SCHEDULE SYMBOL MANUFACTURER/MODEL/DESCRIPTION 20 Hunter 1-20-04-LA-SS Turf Rotor, 4.0" Pop -Up. Adjustable and Full Circle. Stainless Steel Riser. Drain Check Valve. Low Angle Nozzle. 4. Hunter 1-20-04-LA-SS Turf Rotor, 4.0" Pop -Up. Adjustable and Full Circle. Stainless Steel Riser. Drain Check Valve. Low Angle Nozzle. SYMBOL MANUFACTURER/MODEL/DESCRIPTION Area to Receive Dripline Netafim TLCV-09-12 Techline Pressure Compensating Landscape Dripline with Check Valve. 0.9 GPH emitters at 12" O.C. Dripline laterals spaced at 12" apart, with emitters offset for triangular pattern. 17mm. SYMBOL MANUFACTURER/MODEL/DESCRIPTION Irrigation Mainline: PVC Class 200 SDR 21 Valve Callout # Valve Number # # Valve Flow Valve Size QTY PSI 154 50 164 50 QTY 64,476 I.f. QTY 1,075 I.f. P 4 - PA-- I P � ___ ,Ya" 2Yz., ,Y2" Know what's below. Call before you dig. LU LU a O a O z U O I —I w p O O I --I > O LU .. W Q U1 � Q U) � a Y a_ a_ ,Ya" a a , a 2.. Ya" � a Yz" a. ,Y4., a Q � � a. a O a- ,Ya" ,Yz' a. - a ,„ a a. v a. ,Ya" a 4 / a. T Y2 a Ya" , Y2" a a. 2" a aLU4 ,Y4� �, a ,Ya" li 1Y2, 2y2„ , a. a- LUto a a. a. U Yz" a _ _ — O a. 2„ a. 2y�' a. Y2" , I . 4 y 2,. 2/2" a_ , z , , a y, .. ^ z 2" a2Yza �2Yz 2° � a ,,� J 2y V 00 14.. 2y2 , �2 ,. 2Y2,. a. 2„ a. . 2y2, 9 ,Y a " a_ 2„ 2 2„ 2Y2' a. 2r�z' y, ' ^ 2Y2., a. 2' a 2" 2„ z. 2Yz„ a. ,Y" a. 2. 2 ,Ya.. ,ya,. 2. Lubbock C_ ILXA-) 0 40 80 120 feet NORTH 1 " = 40' IRRIGATION PLAN PLOT DATE: PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA 1:40 PLOTTED at 18X24 DRAWN BY: LP AS AZ ASA CHECKED BY: SHEET: L I —1 02 RG ASA TN N 0 J H W W 2 U) W W U) i 1Y2" 1Y4" 4. 1Y2 ,Y4_'= a 1" Y2" �f IN" • ��� City ubbocTEXAS eEk it"' T 1,.. 1Y2" / zYz" 1., ,Yz" 1Yz" 1 4. 2Y2" 4. 1Y4" a Y4' 2, z" 1Y2. 2" 1Y4" 4,a 4. 1,, 2" 4. 4 ,Y4" a. a. 14� 4. 2y2' zYz., Ya" 1 II 1Y4 - \1 1Y4"1 I I I 2Y2" 2y2" \J/ IRRIGATION SCHEDULE SYMBOL MANUFACTURER/MODEL/DESCRIPTION QTY PSI 20 Hunter 1-20-04-LA-SS 154 50 ou Turf Rotor, 4.0" Pop -Up. Adjustable and Full Circle. Stainless Steel Riser. Drain Check Valve. Low Angle Nozzle. Hunter 1-20-04-LA-SS 164 50 Turf Rotor, 4.0" Pop -Up. Adjustable and Full Circle. Stainless Steel Riser. Drain Check Valve. Low Angle Nozzle. Know what's below. SYMBOL MANUFACTURER/MODEL/DESCRIPTION QTY Call before you dig. Area to Receive Dripline Netafim TLCV-09-12 64,476 I.f. Techline Pressure Compensating Landscape Dripline with Check Valve. 0.9 GPH emitters at 12" O.C. Dripline laterals spaced at 12" apart, with emitters offset for triangular pattern. 17mm. LJ I-_ SYMBOL MANUFACTURER/MODEL/DESCRIPTION QTY L J J Irrigation Mainline: PVC Class 200 SDR 21 1,075 I.f. z O Valve Callout U/ d p z Valve Number , ` V O U U) IllW Valve Flow O \ Valve Size O ~ > O LU W .. U) Q a Q O ♦� V a 1..� T) V , Q O � 2` 0 W T y LU T U F _/ O 00 J(,�am � Q � O (0 IRRIGATION PLAN 0 40 80 120 feet PLOT DATE: PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: NORTH LP, AS, AZ, ASA 1:40 PLOTTED at 18X24 1 " = 40' DRAWN BY: LP AS AZ ASA CHECKED BY: SHEET: L I —1 03 RG ASA TN TREES COMMON / BOTANICAL NAME Afghan Pine / Pinus eldarica Chinese Elm Tree / Ulmus parvifolia ' Lacebark Elm r%rIAIT r1TV 15 gal 12 /// / Know what's below. 15 gal s Call before you dig. Chinese Pistache / Pistacia chinensis 15 gal 8 Chitalpa / x Chitalpa tashkentensis Southern Live Oak / Quercus virginiana City of Lubbock TEXAS 15 gal 9 / 15 gal 6 SEE SHEET LP-103 El 0 40 80 120 feet NORTH 1 " = 40' w J G O U O 0 0 U) a V) 0 Q a O Q a Q dr) ti U � GCH=� W U F O JC�Q00 Q D O (0 PLANTING PLAN PLOT DATE: PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA 1:40 PLOTTED at 18X24 DRAWN BY: LP, AS, AZ,ASA CHECKED BY: R(, A4A TNI SHEET: L P-101 TREES COMMON / BOTANICAL NAME Afghan Pine / Pinus eldarica Chinese Elm Tree / Ulmus parvifolia ' Lacebark Elm Chinese Pistache / Pistacia chinensis Chitalpa / x Chitalpa tashkentensis Southern Live Oak / Quercus virginiana ON City of LubbockTEXAS coN* ary 15 gal 12 15 gal 5 15 gal 8 15 gal 9 15 gal 6 LU I � I 0— I z O U 0 0 O IC/) m m C/) U) m V) r 0 • 71-*� . 0 40 80 120 feet NORTH 1 " = 40' Know what's below. Call before you dig. 0 Q O O r c v I O 00 J(,�am � Q � O (0 PLANTING PLAN PLOT DATE: PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA 1:40 PLOTTED at 18X24 DRAWN BY: LP AS AZ ASA CHECKED BY: SHEET: LP-1 O RG ASA TN ov 0 Know what's below. Call before you dig. w w 0- o 2: U a O z U p Vn w 0 0 O > O W -- w Q o Q V) FR z n �J nI l�� P.,°° LL Q I o °o Q o O Q ti I ° o a= I TREES COMMON / BOTANICAL NAME CONT QTY cnF--- �_Tc0 Afghan Pine / Pinus eldarica 15 gal 12 (n J � JQam • Chinese Elm Tree / Ulmus parvifolia ' Lacebark Elm' 15 gal 5 V ti J -- - O - -- — Chinese Pistache / Pistacia chinensis 15 gal 8 co -------------- 0 Chitalpa / x Chitalpa tashkentensis 15 gal 9 V_j Southern Live Oak / Quercus virginiana 15 gal 6 0 00407 I EXAS PLANTING PLAN 0 40 80 120 feet PLOT DATE: PROJECT NUMBER: " DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: NORTH LP, AS, AZ, ASA 1:40 PLOTTED at 18X24 1 " = 40' DRAWN BY: LP AS AZ ASA CHECKED BY: SHEET: L P-1 O3 RG ASA TN w u (15,858 sf Sahara Bermuda Grass W W w w w w w w w w 37 444 sfSahara Bermuda Grass LU = w 104 103 sf Sahara Bermuda Grass W W W w W W W z 196 sf Trail Mix U 5 Allee Lacebark Elm W W w W W W W W W W W W W �\ . . . w w w w w v: v, w w w w w w ■ w v: w w ♦ w w / w 8 Hone Mesquite y 2,490 sf Celebration Bermuda Grass w w w w w w w w '11 w W w y w w (35,781 sf) Sahara Bermuda Grass (21,853 sf) Sahara Bermuda Grass 2 I. . . 64,724 sf Sahara Bermuda Grass PLANTING SCHEDULE REFER TO SHEET L-110 I— �Lubb'ockTEXAS 0 o A a a NORTH 0 50' 1 oo, Know what's below. Call before you dig. w w G O U 0 O O ,--1 U) a V) 11 /03/2020 0 O ♦� V Q a L.L dr) I, Q O vJ W LU U) — vJ V ♦ O W J(,�am Q O (fl PLANTING PLAN NOVEMBER 3, 2020 I CIP 92615 )ESIGNED BY: PLOT SCALE: CHECKED BY: I SHEET: L-1 09 PLANT SCHEDULE TREES CODE QTY PRO MAV 8 0 ULM ALL 5 GROUND COVERS CODE QTY " REJ TRA 980 SF SOD/SEED city of ubbock TEXAS CODE QTY CYN CEL 2,490 SF COMMON NAME HONEY MESQUITE ALLEE LACEBARK ELM TRAIL MIX CHAT BLEND #20 BOTANICAL NAME CONT CAL PROSOPIS GLANDULOSA 'MAVERICK' TM 25 GAL ULMUS PARVIFOLIA 'ALLEE' B & B 4"CAL BOTANICAL NAME CONT RE JANES N/A BOTANICAL NAME CELEBRATION BERMUDA GRASS CYNODON DACTYLON CELEBRATION CYN SAH 279,764 SF SAHARA BERMUDA GRASS CYNODON DACTYLON ' SAHARA n CONT SOD SEED 11 /03/2020 w w a O a O z U O Lu W o O o > O w -- W Q o Q V) FR � OCLL a o a DC � C� a a Q rn ti T J Q U H- W W_ � i W to U z cl)aQm J J O C4 o PLANTING PLAN 0 PLOT DATE: PROJECT NUMBER: .I ® NOVEMBER 3, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: NORTH DRAWN BY: 0 50' 1 oo, Know whars below. Call before you dig. CHECKED BY: SHEET: L-110 TYP. 12" x 18" VAN ACCESSIBLE o ® PARKING SIGN z 0 0 � z °zo ° APPROVED 0 METAL POST of j o ° 12" x 12" SQ. o . o CONCRETE FOOTING a = �U) BIND O E FINISHED GRADE NOTES: 1. BENCH TO BE SUPPLIED BY OWNER AND CONTRACTOR TO INSTALL. CONCRETE, REF. DTL 5/SHEET L-501 TYPICAL SINGLE BENCH INSTALL DETAIL %2' RADIUS, TYP. 4,000 PSI FIBERMESH REINFORCED CONCRETE, TYP. 8-1 MAX REF. PLANS -i 1 111, 111= MEDIUM -BROOM FINISH CONCRETE, TYP. COMPACTED SUBGRADE 8:1. TYPICAL BENCH PAD - SECTION EXISTING CONCRETE CURB LO %2 RADIUS, TYP. 4,000 PSI FIBERMESH REINFORCED CONCRETE, TYP. a��A1►[. NTS MEDIUM -BROOM FINISH CONCRETE, TYP. COMPACTED SUBGRADE EDGE OF DISTURBED AREA, VARIES �8:1-MAX. - NOTES: 1. INSTALL TOP OF EXPANSION JOINT MATERIAL %2" BELOW TOP OF CONCRETE. PROTECT TOP EDGE OF JOINT MATERIAL WITH TEMPORARY PLASTIC JOINT CAP. REMOVE JOINT CAP AFTER CONCRETE IS FINISHED. INSTALL GRAY POLYURETHANE SEALANT. WOOD SHALL NOT BE USED FOR EXPANSION JOINTS. TYPICAL EXPANSION JOINT AT EXISTING CURB NTS TYPICAL. ACCESSIBLE SIGN 10" (TYP) 6" 16" (TYP) (TYP) TYPICAL SAWTOOTH CURB MEDIUM BROOM FINISH CONCRETE 4,000 PSI FIBERMESH REINFORCED CONCRETE, TYP. COMPACTED SUBGRADE HAND -TOOLED CONTROL JOINT - W Y2" RADIUS TYPICAL CONTROL JOINT N I S NTS NTS 1/2" RADIUS, TYP. 10 4,000 PSI FIBERMESH REINFORCED CONCRETE, TYP. REF. PLANS MEDIUM -BROOM FINISH CONCRETE, TYP. COMPACTED SUBGRADE NOTES: 1. CONCRETE FORMS SHALL BE FULL DEPTH AS SPECIFIED PER DETAIL IN ORDER TO ACHIEVE STRAIGHT, VERTICAL EDGES AS SHOWN. CONCRETE SHALL NOT FLOW BENEATH THE FORMS TO ACHIEVE SPECIFIED THICKNESS. 2. SOIL BENEATH CONCRETE SHALL BE SPRAYED WITH WATER JUST PRIOR TO CONCRETE PLACEMENT. WATER APPLICATION TO BE EQUIVALENT TO it UNIFORMLY ACROSS ENTIRE SURFACE. 3. WASTE CONCRETE AT THE END OF A POUR SHALL NOT BE PLACED INSIDE THE FORMS. 4. SIDEWALKS SHALL HAVE A MEDIUM -BROOM FINISH. 5. ADJACENT FINISH GRADE SHALL BE 1" BELOW TOP OF CONCRETE. TYPICAL SIDEWALK - SECTION TOOLED CONTROL J JOINT, TYP. 6" 6„ MED.BROOM o FINISH CONCRETE = REF. PLANS In W.11, EQUAL EQUAL EXPANSION JOINT, TYP. - L�,REF. DTL VSHEET L-501 Y Q DIRECTION OF BROOM x 12" SPEEDY oDOWEL - (3) FOR 4'-6' WALK o A 6/ SHEET L-501 TYPICAL SIDEWALK -PLAN VIEW MED. BROOM FINISH CONCRETE COMPACTED SUBGRADE LO 4,000 PSI FIBERMESH REINFORCED CONCRETE. TYP. NTS NTS %2" RADIUS, TYP. %2" x 4" ASPHALTIC FIBER BOARD JOINT FILLER WITH %2' x 16" SPEEDY DOWEL SMOOTH BAR DOWEL 1/2' x 12" SPEEDY DOWEL - (3) FOR 4' TO 6' WIDE WALK NOTES 1. INSTALL TOP OF EXPANSION JOINT MATERIAL 12" BELOW TOP OF CONCRETE. PROTECT TOP EDGE OF JOINT MATERIAL WITH TEMPORARY PLASTIC JOINT CAP. REMOVE JOINT CAP AFTER CONCRETE IS FINISHED. INSTALL GRAY POLYURETHANE SEALANT. WOOD SHALL NOT BE USED FOR EXPANSION JOINTS. TYPICAL EXPANSION JOINT NTS io q Know what's below. Call before you dig. Lu a O U a O z U O Lu w o 0 O > O W -- w Q Q V O ♦� V Q a L.L Q dr) 0W�� �w � �U)o ca<m JV000 Q q SITEWORK DETAILS DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA VARIES DRAWN BY: LP AS AZ ASA CHECKED BY: SHEET: L-�O RG ASA TN FRONT 1.. 4"X4" RED CEDAR POST 2. RED CEDAR POST TO BE INSTALLED WITH CONCRETE FOOTING 3. SIGN IMAGE TO BE 24"X36" AND WILL HAVE 1-1/2" BOARDER TO BE INSET IN RED CEDAR POSTS. 4. SIGN TO BE SUPPLIED BY OWNER & INSTALLED BY CONTRACTOR. TYPICAL TRAIL HEAD SIGN NTS Gi Gi NOTE: PLEASE REFER TO MANUFACTURER SPECIFICATIONS FOR INSTALLATION TYPICAL DOG WASTE STATION NOTE: AFTER TREE HOLE IS EXCAVATED AND PRIOR TO PLANTING, FILL HOLE WITH WATER AND ALLOW TO INFILTRATE COMPLETELY. NTS (c Ii NOTES 1. HOLE TO BE DRILLED BY OTHERS. 2. OWNER TO COORDINATE DRILLING WITH CONTRACTOR SINGLE GRAVEL SUMP DETAIL n .0TORE GRASS J TOP OF SUMP OIL PLASTIC )VER AND LAP DOWN SIDES OF 1MP ;OM PLAYGROUND JD/OR DRINKING >UNTAIN DRAINAGE PERFORATED 'C PIPE .EAN PEA ZAVEL FILL ZAPPROVED )UAL JE SUMP WITH )N-WOVEN GEO :XTILE FABRIC NTS Know what's below. Call before you dig. Lu Lu a O a O z U O Lu I --I w O O I --I > O Lu -- w Q o Q �I GRAVEL -FILLED BAG IN EACH 16-0", MIN. CORNER, TYP. WOOD OR METAL STAKES, PER BALE (2) 2' DIA. BLACK PLASTIC HOSE ° STRAW BALE, TYP. 4'-0"x2'-0" PLYWOOD O WEDGE LOOSE STRAW SIGN, PAINTED WHITE NO.11 GA. GALV. WIRE, COIL EACH END TIGHTLY ❑ ° BETWEEN BALES 6" HEIGHT BLACK LETTERING LJ_ z ENLARGED STAKING DETAIL o otl ❑ ° L B ASHOU 1 /Z LAG SCREW, TYP. O a. Q = = OF 4 x ° ° 4"x4"x&-O" WOOD POSTS, TYP. N W _ THREE (3) T-BARS 1.5"X1.5"X8' LONG W1 WHITE RUBBER SAFETY CAPS ;-+-- H o o -Lu (n U A. PLAN STAPLE - D. SIGN U) O SET ROOT FLARE 1" ABOVE FINISHED GRADE (2) PER BALE, TYP. - REF. DRAWING'C', � \` < m MULCH AS SPEC'D. 2„ THIS DETAIL j ♦' C W MOUND SOIL SLIGHTLY TO FORM A SHALLOW SAUCER. 16-0", WOOD OR METAL STAKES, 16 GAUGE STEEL WIRE - MIN. (2) PER BALE 00 J 6-MIL PLASTIC LINER Q C. STAPLE Q z M �-17 ------ 1 GRAVEL -FILLED BAG, TYP. TREE PLANTING AND STAKING 00407 I EXAS BACKFILL AS SPEC'D. FOR B&B MATERIAL, CUT AND REMOVE TOP 3 OF BURLAP FROM ROOT BALL OR FOR CONTAINER MATERIAL, REMOVE CONTAINER AND SCARIFY SIDES OF ROOT BALL. OVEREXCAVATE PERIMETER OF PIT TO PROVIDE FOR POSITIVE DRAINAGE NTS %TURAL GRADE B. SECTION NOTES 1. THE USE OF CONCRETE WASHOUT ROLL -OFF CONTAINER IS ACCEPTABLE. 2. TEMPORARY CONCRETE WASHOUT TO BE LOCATED ON -SITE w/ OWNER PRIOR TO CONSTRUCTION. 3. WASHOUT FACILITY NOT TO BE REMOVED UNTIL ALL CONCRETE HAS BEEN PLACED ON SITE. 4. CONCRETE WASHOUT SIGN TO BE INSTALLED WITHIN 30' OF WASHOUT FACILITY. TYPICAL TEMPORARY CONCRETE WASHOUT NTS SITEWORK DETAILS PLOT DATE: I PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA VARIES DRAWN BY CHECKED BY: SHEET: L-502 22'-0" 2'-9" 9 NOTES: 1. BENCH TO BE SUPPLIED BY OWNER AND CONTRACTOR TO INSTALL. NOTES: 1. REFERENCE MANUFACTURER'S ENGINEERED DRAWINGS FOR FOOTING SPECIFICATIONS & ASSEMBLY DETAILS. TYPICAL DOUBLE BENCH INSTALL DETAIL 15'-0" 4,-n,, REF. DTL 4/SHEET L-501 12'X12' PAVILION WITH PICNIC TABLE INSTALL DETAIL NTS o �* City of Lubbock TEXAS 4'-0" MUSHROOM PB 10" SS PIPE CONCRETE, REF. DTL 5/SHEET L-501 MUSHROOM PB REMOVABLE CAP 10" SS PIPE REMOVABLE CAP WATER IN NTS LFN-9 VACUUM BREAKER GA-1 FLOW CONTROL WATER OUT Know what's below. Call before you dig. a o G � a O z U U p U) O I --I Lu O I --I > O LU w -- Q U) r) a V II II N BY MDF o 18" WATER LL r." N 0Q O 'V­11/2" M I P LL ❑ ACCESS MUSHROOM PB a �/ 0 ch DOOR DRAIN TROUGH WATER SUPPLY BY OTHERS a -BOLT CENTERED UNDER ACCESS DOOR ANCHORED INSIDE OF OPTIONAL TEMPLATE W ° "P FESTAL° a ° ° Q LU _ / V �^ 6 5/8" SLEEVE o 1. J v^/, p MUST APPLY ADHESIVE J CAULKING TO BOTTOM OF PEA GRAVEL iv C i SURFACE MOUNT FLANGE ♦� c♦ I` J �4" PERFORATED PIKE) ❑ ❑ ❑ ❑ V Q n n n n n n n n n n n O RECOMMENDATION ONLY 04 (C) 12' OF PIPE 2' X 2' X 12' GRAVEL BED NOTES: 1. LICENSED PLUMBER SHALL INSTALL DRINKING FOUNTAIN TO MANUFACTURERS SPECIFICATIONS DOG DRINKING FOUNTAIN- TROUGH STYLE SITEWORK DETAILS PLOT DATE: PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA VARIES DRAWN BY: LP AS AZ ASA CHECKED BY: SHEET: L-503 RG ASA TN J LU ❑1 �z�cc °? LU 'R oE� C) C M O t w-0 ry EA"90 L�ffliU19111a TOP VIEW 2" .50"-1.63" 1 r f1/2"-1 5/8"1 ELEVATION VIEW # DESCRIPTION 2 1 /2" SQ POST 2" SQ x 12ga GATE END 1 2 3 2" SQ x 12ga RAIL V-FOLD PANEL 6ga 2" x 6" 4 5 GG25 GUSSET MCH18OR NOTES: 1. ALL PEDESTRIAN GATE LATCHES TO BE A STEEL SPRING LATCH & HINGES TO BE A GATE SPRING WITH ADJUSTABLE TENSION SPRING FOR SELF -CLOSING APPLICATION. 3 WIRE WORKS PLUS STEEL GATE INSTALLED IN EARTH NTT POST TIE WIRES 1$", 15 GAUGE TIE WIRES @ @ 15" CENTERS TOPRAIL 24" CENTERS 9 GAUGE, 2$" MESH, CLASS 2B 1$", 15 GAUGE LINE POST; 23,. 15 GAUGE FUSED & BONDED VINYL SPACING SHALL NOT TERMINAL POST COATED CHAIN LINK FENCING EXCEED 10' STRETCHER BAR 3/8" DIAMETER o TRUSS ROD HOOK BOLTS —I z 1 I —III —III —I i= BRACE RAIL � cy) a M CONCRETE FOOTING 1'-0" CO 0 10" MIN. DIA. 10'-0" NOTES: 1. ALL POSTS TO BE 6'-6" MINIMUM. 2. LINE POSTS MAY BE DRIVE SET TO 36" MINIMUM BELOW GRADE WITH A CONCRETE FOOTING. 3. MATERIALS AND WORKMANSHIP NOT SHOWN ON THIS DRAWING SHALL CONFORM TO THE MANUFACTURER'S SPECIFICATIONS. 4. ALL POSTS SHALL BE INSTALLED VERTICALLY. WHERE POSTS ARE INSTALLED ON AN INCLINED SURFACE, THE ANGLE OF THE POST SHALL BE ADJUSTED SO THAT THE POST WILL BE VERTICAL. 5. THE FENCING SHALL BE #9 GAUGE VINYL -COATED BLACK FENCE FABRIC, STANDARD 2-INCH CHAIN LINK DIAMOND MESH. CHAIN LINK FENCE INSTALLED IN EARTH City of LubbocTEXAS 24'-9" 5'- 0" 12'X20' PAVILION WITH PICNIC TABLES INSTALL DETAIL Know what's below. Call before you dig. LU I-_ LU a o G U-) a O z U O LU O w O I --I > O LU w .. Q U o a V I.L C) ♦� V Q a N�N L.L F, Q OT vJ WLU V v! 1. � Q < O 00 .J 00 Q D c) SITEWORK DETAILS PLOT DATE: PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA VARIES DRAWN BY CHECKED BY: (SHEET: L-504 RG ASA,TN cv oL w o;� o�w� co :�' co �? E 0 M O �� LU 4 x POST WIDTH B" 04 �laD N CV (V M ,ss TOP VIEW 8„ FRONT VIEW SERVICE GATE LATCH NTS TOP VIEW 2.50" - 3.25" [2 1 /2" - 3 1 /4"] LC. 6'-0" ELEVATION VIEW WIRE WORKS PLUS STEEL SERVICE GATE INSTALLED IN EARTH to �* City of Lubbock TEXAS 6 a" T!l P VIEW 2 ,,, + a O O O O � O � O O O O O O rr-%^KlT \ 11MA/ e,im� xnrxni ADJUSTABLE 180 DEGREE HINGE .50" - 1.63" [1/2" - 1 5/8"]H.C. TYP. j 2 1 NTS # DESCRIPTION 1 3" SQ. POST 2"SQ. X 12GA. GATE END 2 3 2" SQ. X 12GA GATE RAIL 4 V-FOLD PANEL 6GA. 2" X 6" 5 GG25 GUSSETS MCH180, DSX200, HX316, HX416 NTS Know what's below. Call before you dig. LU LU a O G U) 1-- 0 z U U p U, 0 LU o O > O W LU U) o a V O ♦a^ V Q a L.L dr) F, Q OT vJ LU 1.U)U) V♦ p JC�Q00 � Q � O (0 SITEWORK DETAILS PLOT DATE: PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA VARIES CHECKED BY: SHEET: L_505 SENSOR TERMINAL TYPICAL CONNECTIONS BOARD "PC-DX2ST" FOR FLOW SENSOR INSIDE CONTROLLER INPUT 4+ INPUT 4- INPUT 3+ INPUT 3- INPUT 2+ INPUT 2- ® WHITE INPUT 1+ INPUT 1- MS12-WHITE ® BLACK f MS -BLACK MS11-WHITE WHITE WIRE EV-CAB-SEN CABLE DIRECTION OF FLOW — I SPLICE WIRES WITH WATERPROOF TYPE CONNECTORS (PROVIDED) BLACK WIRE 10 PIPE DIAMETERS 5 PIPE DIAMETERS NO VALVES, REDUCERS, OR ELBOWS IN THIS AREA INSTALLATION INSTRUCTIONS 1. TURN THE POWER OFF AT THE CONTROLLER 2. AT THE FLOW SENSOR: CONNECT THE BLACK WIRE OF THE FLOW SENSOR TO THE BLACK WIRE OF THE "EV-CAB SEN", SENSOR CABLE. CONNECT THE WHITE WIRE OF THE FLOW SENSOR TO THE WHITE WIRE OF THE "EV-CAB-SEN", SENSOR CABLE. 'USE THE WATERPROOF CONNECTORS PROVIDED WITH THE FLOW SENSOR TO MAKE THE CONNECTION. 3. AT THE CONTROLLER: CONNECT THE BLACK WIRE OF "EV-CAB-SEN" TO "INPUT 1-" OF THE SENSOR TERMINAL BOARD (PC-DX2ST). CONNECT THE WHITE WIRE OF "EV-CAB-SEN" TO "INPUT 1+" OF THE SENSOR TERMINAL BOARD (PC-DX2ST). 4. TURN POWER ON AT THE CONTROLLER. 5. "K" AND "OFFSET' VALUES WILL BE GIVEN TO CONTROLLER BY PARK DEVELOPMENT STAFF. FLOW SENSOR INSTALLATION HOT BOX - INS. WITH HEAT (MODEL #: HB4000) CONTRACTOR TO SUPPLY 120V POWER - COORDINATE WITH OWNER Know what's below. Call before you dig. DUCTILE IRON SPOOL, FLANGE x FLANGE (LINE SIZED - LENGTH AS REQUIRED) w ® FLEX CONDUIT I- w 2" POTABLE WATER SUPPLY J 12" MIN - REFER TO LOCAL CODES m O a O 7� Z CONCRETE PAD, PROVIDED z Q U 07 BY CONTRACTOR U Lu O VALVE SETTING ELBOW 0 I —I (SIZED PER MAINLINE) O > 6" MIN. O W (4) 3/8" REDHEAD w DROP -IN ANCHOR BOLTS Q GEOTEXTILE FABRIC cn CONTRACTOR TO SUPPLY 120v POWER - COORDINATE WITH OWNER 42" MIN. COVER RPZ BACKFLOW DEVICE NTS NTT C) RPZ WITH HOT BOX I.L Q REF. - DTL 3/SHEET L-503 V a Q OT Q VQ, � ® W UJI U) U) FINISH GRADE/TOP OF MULCH TYP. VALVE BOX BY OWNER JUMBO VALVE BOX 10" VALVE BOX cl)aQm O VALVE BOX WITH COVER: 10" ROUND //�/j�//� ° j���j/ 40 PVC ��� 'o 0 N �' 3/4" SCH CAP 4 a z FLOW SENSOR DATA q :� 2 _ - INDUST. 1 R-220-B SCH 40 SWING JOINT 1" PVC LATERAL PIPE PVC SCH 40 TEE OR ELL VALVE BOX SECTION NTS 00407 I EXAS IRRIGATION SYSTEM ITS, IRRIGATION DETAILS PLOT DATE: I PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA VARIES DRAWN BY CHECKED BY: SHEET: L-506 4" MIN. CLEARANCE PAVING REMOTE CONTROL VALVE: HUNTER ICV SERIES DITCH SLEEVES TYP. PVC CAP NOTES 1. ALL PVC IRRIGATION SLEEVES TO BE CLASS 200 PIPE. 2. ALL JOINTS TO BE SOLVENT WELDED AND WATERTIGHT. 3. WHERE THERE IS MORE THAN ONE SLEEVE, EXTEND THE SMALLER SLEEVE TO 24-INCHES MINIMUM ABOVE FINISH GRADE. 4. MECHANICALLY TAMP TO 95% PROCTOR. TYPICAL SLEEVE INSTALLATION MAINLINE, LATERAL, AND WIRING IN THE SAME TRENCH RUN WIRING BENEATH AND BESIDE MAINLINE TAPE AND BUNDLE AT 10-FOOT INTERVALS. NTS SECTION VIEW FINISH GRADE/TOP OF MULCH STANDARD VALVE BOX WITH COVER VALVE BOX EXTENSION (AS NEEDED) MAINLINE PIPE LATERAL PIPE WIRING IN CONDUIT PLAN VIEW Tx X/ ALL SOLVENT WELD PLASTIC PIPING TO BE SNAKED IN TRENCH AS SHOWN NOTES 1. SLEEVE BELOW ALL HARDSCAPE ELEMENTS WITH CLASS 200 PVC TWICE THE DIAMETER OF THE PIPE OR WIRE BUNDLE WITHIN. 2. SEE SPECIFICATIONS FOR PIPE AND WIRE BURIAL DEPTHS. TYPICAL TRENCHING 00407 I EXAS \/ WIRE W/O CONDUIT 30" LINEAR LENGTH OF WIRE, COILED (1 OF 3) ID TAG (OPTIONAL) z r WATERPROOF CONNECTION (1 OF 2) M z PVC MALE ADAPTER (1 OF 2) LATERAL PVC 90° EL (1 OF 2) 3" MIN. DEPTH OF 3/4" WASHED GRAVEL 10" ROUND VALVE ' BOX WITH COVER 10" ADS VALVE BOX EXTENSION z (LENGTH AS NEEDED) a N PVC BALL VALVE (FIPT X FIPT) PVC MALE ADAPTER (1 OF 3) MAINLINE P SERVICE TEE (GASKET X FIPT) Z PVC MIN. BETWEEN JOINTS TYPICAL REMOTE CONTROL VALVE INSTALLATION .. �JOP IN ALL WIRING AT CHANGES OF DIRECTION OF 30' OR GREATER UNTIE AFTER ALL CONNECTIONS HAVE BEEN MADE NTS DX3 SPED Stainless Steel Pedestal Installation 16"� RMIS Part No. 500501 Rev. C Bolt and Conduit Layout Vdth top closed ;mplate r easy installation Item Description A, B 2" conduit - station wiring C 1" conduit - communication D AC power conduit E 1" conduit - sensor wiring F External antenna G Grounding rod RAIN MASTER' Jasmine Street Rive Riverside, CA92504 800-777-1477 CONTROL SYSTEMS rm.info@toro.com DX3-SPEDTW WITH CONCRETE PAD N I S NTS Know what's below. Call before you dig. LU LU a O U a O z U 0 to w o 0 O > O LU -- w Q � o V O �aQI"-- I..L W U W v! 1.V♦ �a<m O Q IIIIIIIIIIII Q V � 00 � V � ti J O IRRIGATION DETAILS PLOT DATE: I PROJECT NUMBER: DECEMBER 4, 2020 CIP 92615 DESIGNED BY: PLOT SCALE: LP, AS, AZ, ASA VARIES DRAWN BY CHECKED BY: SHEET: L-507 0 0 � 0 CL 2' 40 6'-0" Know what's below. Call before you dig. IN -GRADE J-BOX w w J z N 2" PVC CONDUIT a O a O z a ° U 0 V) Lu d d d d O �--� 0 > d ° 0 W d d Lu ° H- d �n Q d ANCHOR BOLTS L a S #4 TIES @ 12" o.c. (6) #4 BARS, VERT. d % ° L d #2/3 URD ALU. d ° d d (2) IN -LINE WATER TIGHT CONNECTORS Q C) d ° I.L 4 V Q d d d ° v / ° Q ° UJI U) d d NOTES: O d a 1. POLE SHALL BE A 30' KW RTSP SERIES FOR 90MPH WIND LOAD WITH A SHAFT BASE SIZE J 0�/ L 00 OF 9" FOR 2 OR 3 FIXTURES. MODEL RTSP30-9.0-1 1 -BRZ-2-BC. 2. THE FIXTURES SHALL BE WESTGATE LFCO-23OW-50K OR LFCO-230W-40K , SLIPFITTER, j ♦ 1 m a a d 230W, 120-277V, BRONZE, 4K, FLOOD. V V o d d ° ° O 4 d a d ° d d ° d da d° ° L 1 TYPICAL POLE BASE DETAIL NTS STRUCTURAL DETAILS ���� PLOT DATE: PROJECT NUMBER: y OCTOBER 3, 2020 92615 DESIGNED BY: PLOT SCALE: uu oc0SM DRAWN BY: AS E%AS CHECKED BY: SHEET: S'SO 1 LP AS RG ASA Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR.