HomeMy WebLinkAboutResolution - 2006-R0451 - Contract For Post-Tensioned Concrete Slabs - Danny Klein Constructions, Inc. - 09/28/2006Resolution No. 2006-RO451
September 28, 2006
Item No. 5.23
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the City Council of the City of Lubbock hereby authorizes and directs the
Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock
and Danny Klein Construction, Inc., of Lubbock, Texas for post -tensioned concrete slabs,
which Contract and any associated documents, are attached hereto and made a part of this
Resolution for all intents and purposes.
Passed by the City Council this 28th day of September , 2006.
DAVID A. VILLER, MAYOR
ATTEST:
L�
Rebecca Garza, City Secretary
APPROVED AS TO COI�lI'ET
Scott Snider, Assistant City Manager for Community Services
APPROVED AST FORM:
Don Vandiver, Attorney of Cbunser
DDres/JKleinConstruction06ConRes
September 21, 2006
BCND CHECK
BEST RATING
LICENSED IN TEXAS c o
DATE ! o !? (4 By Its --
CITY OF LUBBOCK
SPECIFICATIONS FOR
Post Tensioned Concrete Slabs
RFP # 06-715-DD
CONTRACT #7063
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
htlp://-or.thereproductioncompany.com/
Phone: (806) 763-7770
"A City of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
RFP# 06-715-DD, Addendum # 1
City of Lubbock
PUBLIC WORKS CONTRACTING OFFICE
SUITE 102, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2163 FAX: (806)775-3326
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
OLD CLOSE DATE:
NEW CLOSE DATE:
ADDENDUM # I
RFP # 06-715-DD
Post Tensioned Concrete Slabs
July 25, 2006
August 1, 2006 @ 2:00
August 11, 2006 @ 2:00
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.
1. Due date and time are CHANGED from August 1, 2006 at 2:00 P.M. to August 11, 2006 at 2:00 P.M.
2. In the section GENERAL INSTRUCTIONS TO OFFERS, paragraph 18 PLANS FOR THE CONTRACTOR
CHANGE the first sentence to read as follows: The contractor will, upon written request, be furnished up to ten
sets of plans and specifications and related contract documents for use during construction.
3. In the section GENERAL CONDITIONS OF THE AGREEMENT, paragraph 34 TIME FOR SUBSTANTIAL
COMPLETION AND LIQUIDATED DAMAGES CHANGE to read as follows: 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 $125 (ONE HUNDRED TWENTY-FIVE) PER
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.
4. In the section NOTICE TO OFFERS, paragraph 5 should read as follows: It shall be each proposer's sole
responsibility to inspect the site of the work and to inform himself 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
July 25th, 2006 at 9:00 A.M., in the Municipal Building 1625 13t' St., Room LO1, Lubbock, Texas 79401.
5. In the INDEX, CHANGE line 3 to read as follows: PROPOSAL SUBMITTAL — LUMP SUM PROPOSAL
CONTRACTS.
6. In Specifications, section 01100 — SUMMARY OF WORK, paragraph 1.01 CHANGE to read BASE
PROPOSAL.
RFP# 06-715-DD
RFP# 06-715-DD, Addendum # 1
7. Plans and specifications are available for download on RFP Depot or can be obtained from the reproduction
company atbqp://I)r.thereproductioncompM.com/ Phone: (806) 763-7770, for a $100 refundable deposit.
8. Offerors must submit the revised Lump Sum Proposal form, attached.
All requests for additional information or clarification must be submitted in writing and directed to:
Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806)775-3326 or Email to d..doss(&myluhbc)ck,lts.
THANK YOU,
CITY OF LUBBOCK
Val&ae DO"
Darlene Doss
Buyer
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 Interim Public Works Contracting Officer 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 Interim Public Works Contracting Officer no later than five (5)
business days prior to the bid close date. A review of such notifications will be made.
RFP# 06-715-DD
CITY OF LUBBOCK
REQUEST FOR PROPOSALS
FOR
TITLE: Post Tensioned Concrete Slabs
ADDRESS: LUBBOCK, TEXAS
RFP NUMBER: 06-715-DD
PROJECT NUMBER: 90384 and 91203
CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE
INDEX
1. NOTICE TO OFFERORS
2. GENERAL INSTRUCTIONS TO OFFERORS
3. PROPOSAL SUBMITTAL - PROPOSAL FOR UNIT PRICE CONTRACTS
4. PAYMENT BOND
5. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
NOTICE TO OFFERORS
NOTICE TO OFFERORS
RFP # 06-715-DD
Sealed proposals addressed to Bruce MacNair, Interim Public Works Contracting Officer, City of Lubbock,
Texas, will be received in the office of the Interim Public Works Contracting Officer, Municipal Building, 1625 13th
Street, Suite 102, Lubbock, Texas, 79401, until 2:00 P.M. on August 1st, 2006, 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:
"Post Tensioned Concrete Slabs"
After the expiration of the time and date above first written, said sealed proposals will be opened in the office of
the Interim Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the proposer to
ensure that his proposal is actually in the office of the Interim Public Works Contracting Officer for the City of Lubbock,
before the expiration of the date above first written.
Proposals are due at 2:00 P.M. on August 1" , 2006, and the City of Lubbock City Council will consider the
proposals on August loth, 2006, at the Municipal Building, 1625 13th Street, 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 $25,000. Said statutory bonds should be
issued by a company carrying a current Best Rating of B or superior.
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 (if required) within ten
(10) business days after notice of award of the contract to him. FAILURE OF THE PROPOSER TO INCLUDE
PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE
PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL.
It shall be each proposer's sole responsibility to inspect the site of the work and to inform himself 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 July 14th, 2006 at 9:00 A.M., in Municipal Building 162513`"Street, Room TCLO1, Lubbock,
Texas.
Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q,
Lubbock, Texas 79405. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S
EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT,
http://i)r.thereproductioncompany.eom/, Phone: (806) 763-7770. Additional sets of plans and specifications may be
obtained at the proposer's expense.
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 Interim Public Works Contracting Officer of the City of
Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to
provision of Article 5159a, Vernon's Ann. Civil St., 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 would like proposal
information made available in a more accessible format or if you require assistance, please contact the City of Lubbock
ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
66M X" Zia
BRUCE MACNAIR, INTERIM PUBLIC WORKS
CONTRACTING OFFICER
GENERAL INSTRUCTIONS TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
1 PROPOSAL DELIVERY TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive proposals to furnish Post
Tensioned Concrete Slabs per the attached specifications and contract documents. Sealed
proposals will be received no later than 2:00 P.M. CST, August 1st, 2006 at the office listed
below. 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 # 06-715-DD Post
Tensioned Concrete Slabs" 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:
Bruce MacNair, Interim Public Works Contracting Officer
City of Lubbock
1625 13th Street, Suite 102
Lubbock, Texas 79401
1.2 Offerors are responsible for making certain proposals are delivered to the Public Works
Contracting 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.
1.3 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by
private courier service. No proposals will be accepted by oral communication, telephone,
electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT
ACCEPT FAX PROPOSALS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening proposals
through an addendum.
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 meeting will be held at 9:00 A.M., Julv 25th, 2006_ in the Municipal
Building 1625 131h St., Room TCLO1, Lubbock, Texas. 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.
3 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at http://www.RFPde op t.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 up blic
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 Public Works Contracting Office. At the request
of the proposer, or in the event the Public Works Contracting Office deems the interpretation to
be substantive, the interpretation will be made by written addendum issued by the Public Works
Contracting Office. Such addenda issued by the Public Works Contracting Office will be
available over the Internet at http://www.RFPdoot.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 Public Works Contracting Office no later than five (5) 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 amendment or interpretation that is not in writing.
Only information supplied by the City of Lubbock Public Works Contracting 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 Interim Public Works Contracting Officer and a
clarification obtained before the proposals are received, and if no such notice is received by
the Interim Public Works Contracting Officer 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 Interim Public Works Contracting
Officer 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.
5 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 The City of Lubbock will honor your notations of trade secrets and confidential information and
decline to release such information initially, but please note that the final determination of
whether a particular portion of your proposal is in fact a trade secret or commercial or financial
information that may be withheld from public inspection will be made by the Texas Attorney
General or a court of competent jurisdiction. In the event a public information request is
received for a portion of your proposal that you have marked as being confidential information,
you will be notified of such request and you will be required to justify your legal position in
writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In
the event that it is determined by opinion or order of the Texas Attorney General or a court of
competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code,
then such information will be made available to the requester.
6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the
Texas Open Records 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.
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 or forfeiture of deposit. 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 Interim Public Works Contracting
Officer 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 of Public Works Contracting 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:
Darlene Doss, Buyer
City of Lubbock
Public Works Contracting Office
1625 131h Street, Suite 102
Lubbock, Texas 79401
Fax: 806-775-3326 or 806-767-2275
Email: ddossgmylubbock.us
RFPDepot: http://www.RFPdgpot.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 60
(SIXTY) 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.
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 ONE year 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 be furnished one set of plans and specifications, and related contract documents for
his 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.
(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 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, at 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 unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of
explosives, the Contractor shall assume full responsibility for all damage, which may occur as a
direct or indirect result of the blasting. In addition, in all cases where explosives are authorized
to be used, the Contractor shall use utmost care so as not to endanger life or property and the
Contractor shall further use only such methods as are currently utilized by persons, firms, or
corporations engaged in similar type of construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated
by this contract, it shall be the duty of the Contractor to notify each utility company having
structures (above or below the ground) in proximity to the site of the work of Contractor's
intention to use explosives, and such notice shall be given sufficiently in advance to enable the
companies to take such steps as they may deem necessary to protect their property from injury.
Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting
from his blasting operations.
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.
25.2 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 A
PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION
IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE
CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR
PROJECT SHALL BE SUBCONTRACTED. 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.
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
Article 5159a, Vernon's Annotated Civil Statutes 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 these 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 weekends 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 weekends 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 weekends 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
engaged at the site of the work shall not later than the seventh day following the payment of wages, file
with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall
contain the name of each employee, his classification, the number of hours worked on each day, rate of
pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such -payroll, that no
rebates or deductions (except as shown) have been made, or will in the future be made from the wages
paid as shown thereon. The Contractor must classify employees according to one of the classifications
set forth in 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, ten 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 proposer shall submit his proposal on forms furnished by the City. All blank spaces in the
--3 form shall be correctly filled in and the proposer shall state the price both in words and 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
price written in words and the price written in figures, the price written in words shall govern.
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:
28.3.1 Proposer's name
28.3.2 Proposal for (description of the project).
29.4 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
includes the following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Proposer's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) 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.
31 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
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
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 three
(3) 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 of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by
the Texas Legislature, and further defined by Texas Local Government Code Section 271.116. The
selection criteria used to evaluate each proposal will include the following:
32.1 35% Price.
32.2 15% Resume and references of proposed job superintendent. City shall have an opportunity to
interview the job superintendent at a time to be named after receipt of proposals.
- 32.3 5% List of potential items from proposer that could reduce the cost of work, but result in the
same end product. List shall include suggestions of materials/assemblies, etc.
32.4 5% Insurance claims and litigation during the last three years.
32.5 25% Construction time.
32.6 10% List of subcontractors.
32.7 5% Contractor phasing options which may shorten construction time or minimize disruptions to
City operations without increasing proposal amount
The estimated budget for the construction phase of this project is 130,500.
Proposals shall be made on using the enclosed Proposal Form.
33 SELECTION
33.1 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.
33.2 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.
33.3 NO INDIVIDUAL OF ANY USING DEPARTMENT 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.
TEXAS LOCAL GOVERNMENT CODE & 271.116
SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES
THROUGH COMPETITIVE SEALED PROPOSALS
L
§ 271.116. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE
SEALED PROPOSALS.
(a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration,
or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a
governmental entity shall follow the procedures prescribed by this section.
(b) The governmental entity shall select or designate an engineer or architect 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.
g (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection
services, the testing of construction materials engineering, and the verification testing services necessary for
acceptance of the facility or project by the governmental entity. The governmental entity shall select those
services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them
in the request for proposals.
(d) The governmental entity shall prepare a request for competitive sealed proposals that includes
construction documents, selection criteria, estimated budget, project scope, schedule, and other information that
contractors 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.
(e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if
any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of
opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to
the published selection criteria.
(f) The governmental entity shall select the offeror that offers the best value for the governmental entity
based on the published selection criteria and on its ranking evaluation. The governmental entity shall first
attempt to negotiate a contract with the selected offeror. The governmental entity 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 governmental entity is unable to negotiate a 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.
(g) 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.
1
PROPOSAL SUBMITTAL
PROPOSAL SUBMITTAL
b+ f_ E PROPOSAL CONTRACT
-' DATE: August 11, 2006
PROJECT NUMBER: #RFP-06-715-DD - Post Tensioned Concrete Slabs
Proposal of Danny Klein Construction Inc (hereinafter called Proposer)
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 construction of a Post Tensioned Concrete Slabs
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.
BASE PROPOSAL: Two post tensioned slabs, chain link fencing with concrete maintenance stripes, sidewalk
from basketball court to parking lot, parking lot striping and accessible signs.
MATERIALS: One Hundred Sixty-five Thousand Three Hundred Six-($ 165,316.00 )
teen
SERVICES: Seventy -Thousand Eight Hundred Fifty ($ 70,850.00 )
TOTAL BASE PROPOSAL: Two Hundred Thirty-six Thousand One Hun- ($ 236 166.00 )
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
dred Sixty-six
ADDITIVE OPTION #1: 8' and 6' sidewalks adjacent to parking lot, asphalt repair, irrigation and grading
MATERIALS: Fourteen Thousand Sixty-two ($ 14,062.00 )
LABOR: Nine Thousand Three Hundred Seventy-four ($ 9,374.00
)
TOTAL ADDITIVE
OPTION: Twenty-three Thousand Four Hundred Thirty-six ($ 23,436.00 )
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
ADDITIVE OPTION #2: Bleacher pad and shade structure
MATERIALS: Eleven Thousand Six Hundred Forty
even un r
11,640.00
TOTAL
`OPTION : -Nin`eteen Thousand Four Hundred ($ 19,400.00 'Option for for Base Bid- Remove Post Tensioned concrete and substitute 3000psi concrete slab
with fiber mesh for a base bid price of $116,720.00 **One Hundred Sixteen Thousand Seven
Hundred Twentv
Material:Seventy Thousand Thirty-two (70,032.00) Labor:Forty-six Thousand Six Hundred
TOTAL BASE PROPOSAL AND ADDITIVE OPTION:
MATERIALS: One Hundred Ninety—one Thousand Eighteen Dollars ($ 191, 91-8 . Q0
LABOR: Eighty—seven Thousand Nine Hundred Eighty—four Dollar( 87,984.00
TOTAL BASE PROPOSAL AND ADDITIVE
OPTION: Two Hundred Seventy—nine Thousand Two Dollars ($ 279,002.00
(Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.)
D� Offeror's Initials
Proposer hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to substantially complete the project within ( 60) Days Completed by Contractor
- ( Sixty Days ) (Written Days Completed by Contractor) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Proposer hereby further agrees
to pay to Owner as liquidated damages the sum of $125.00 (one hundred twenty five) for each consecutive calendar day
_ z in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general
conditions of the contract documents.
Proposer understands and agrees that this proposal submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Offerors.
Proposer understands that the Owner reserves the right to reject any or all proposals and to waive any formality in
the proposing.
The Offeror agrees that this proposal shall be good for a period of thirty (30) calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to
_ commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance
policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him.
_� Offeror's Initials
+ Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid/Proposal Bond in the sum of
57 GAB Dollars ($ 5% GAB ), 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(a), 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.
Date: August 11 2006
--- /)7 / -,-
Au orized Signature
Danny Klein
(Printed or Typed Name)
(Seal if Offeror is a Corporatio )
ATTEST: � Danny Klein Construction, Inc.
Company
7304 B Upland Ave.
Se Address
Lubbock Lubbock
Offeror acknowledges receipt of the following addenda:
Addenda No.
One Date 7-25-06
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
M/WBE Firm:
Woman
Black
Asian
City,
Texas
State
Telephone: 806
Fax: 806
County
79424
Zip Code
794-9610 or 777-9610
798-1310
American
1.
2.
3.
4.
5.
6.
7.
8.
9.
10
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
M&US Concrete [: 0
Escape Landscape ❑ It
Sun Ports 0 lk.
0 0
❑ ❑
0 ❑
❑ 0
0 0
0 ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH
INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO
SECTION 28G OF THE GENERAL CONDITIONS.
4
FROM DANNY KLE t N CCMTIi= I ()N
PHONE NO, : 794 9619
Aug. 11 2W6 11:10AM P2
CITY OF LU1330M
'E RROmENfENT AFMAVIT
T Be Compieted by Oliaw ad Agent
,Attacbed to wt Submittal
I, the tmdatsaSaad O tar, cerblfy that bmraom repiromeuts oo mdwd in dais propoaat document have boon
reviewed by we with the below idwAifia xnrR Age nt/2t�oksr, If I arc awarded thin cony to by the City of Lubbock.
i will be able to, ovMIs ten (10) buidneat hys after be* alit of ouch award by the City of Lubbock, finiab a valid
iastxaaoe outffle a to the City meeting at of the PnWrec=U deSned is *U pe+npoaat.
DSM R1.ein —
Con ignafrae) Cantr otor(Prknt)
CONTRACTOR'S FIRM NAME:
CONTEAC OW$ FM
Name of
AVMC / Broker (RSMO
AddtM of Apmftokw.
Me
PO n4 969
TZ P3495
ASa>st/Eroker Telephone Number:
8.11-06
B
NOTZ TO CONTRACTOR
If the time ragatrsmetart specllied a e b not met, the City blur the tj1tt to rejeet thk proposal and award the
aoetnut to Aootlwz "atandox. Tf * hive stay 9"Wens aoaeerabW thM.ro"in aenta. VIO.S*e MRtaot the
Iniartm Pub& Workw Cvatrwc im WSW for Jhe City of Lsbbook at 775416S.
PROPOSAL{. #-A7P�-W71&DD Post
Q 6aar*Aa Nabs
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Offeror and Agent
And Attached to Proposal Submittal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been
reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock,
I will be able to, within ten (10) ousmess nays afcer.being nonneu of sucu awacu ay uiG uy vi L uvuwn, iuiui�u a vaiiu
insurance certificate to the City meeting all of the requirements defined in this proposal.
Danny Klein
_ Con ctor ( ignature) Contractor (Print)
CONTRACTOR'S FIRM NAME: Danny Klein Construution, Inc.
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 7304 B Upland Ave., Lubbock, Texas 79424
Mailing: 4109-86th St., Lubbock, Texas 79423
Name of Agent/Broker: VGW Insurance LLP .-:_-
Agent / Broker (Signature)
Address of Agent/Broker: PO BOx 969
City/State/Zip: Van' Alstyne, TX 75495
Agent/Broker Telephone Number: ( 972 ) 727-58949
Date
8-11-06
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
Interim Public Works Contracting Officer for the City of Lubbock at (806) 775-2163.
PROPOSAL #-RFP-06-715-DD Post Tensioned Concrete Slabs
5
. r L
SAFETY RECORD QUESTIONNAIRE
(Must Be Submitted With Proposal Submittal)
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
three (3) 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 X
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 of offense, final disposition of offense, if any, and penalty
assessed.
__y 6
WESTION TWO
' 3as the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
irm, corporation, partnership or institution, received citations for violations of environmental protection laws or
_^ egulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
.uspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
ndictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO X
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
)roposal 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 (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO X
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.
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 am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal'to be rejected.
-_J
Danny Klein
-- Signature
President
Title
7
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -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: Danny Klein Construction
It
Signature of Company Official:
Date Signed: 8-11-06
Printed name of company official signing above: Danny Klein
8
PAYMENT BOND
BOND # 7560022
STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253
OF THE TEXAS GOVERNMENT CODE
(PUBLIC WORKS)
(Penalty of this Bond must be 100% of Contract Amount)
KNOW ALL MEN BY THESE PRESENTS, That
Danny Klein Construction, Inc.
(hereinafter called the Principal), as Principal, and
Great American Insurance Company of New York
(hereinafter called the Surety), as Surety, are held and firmly bound unto
City of Lubbock
(hereinafter called the Obligee), in the amount of
ONE HUNDRED SIXTY-NINE THOUSAND FOUR DOLLAR $) $169,409.00 )
HUNDRED NINE AND NO/100THS
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 28th day of September 2006 to
POST TENSIONED CONCRETE SLABS - PROPOSAL #RFP 06-715-DD
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
Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be
determined in accordance with the provisions, conditions and limitations of said
Chapter to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this
10th day of October 2006
Danny Klein Construction, Inc.
K(Principal)
By Gt rt (It tyx t cQc`-
Gre an Insuranc omp ny of NeW York (Surety)
By
Steve Deal Attorney -in -Fact
The undersigned surety companyrepresents that it is duly qualified to do business in Texas, and hereby
designates Alan Henry Agency an tragent resident in Lubbock County to whom any requisite notices
and on whom service of process ay be had in matters arising out of such suretyship. may be delivered
Great Anwican Inak-am of Nag York
Surety
Approved as to form
City of Lubbock
By:
t omey
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-lawssshow�ng
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.
I
BOND # 7660022
STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253
OF THE TEXAS GOVERNMENT CODE
(PUBLIC WORKS)
(Penalty of this Bond must be 100% of Contract Amount)
KNOW ALL MEN BY THESE PRESENTS, That
Danny Klein Construction, Inc.
(hereinafter called the Principal), as Principal, and
Great American Insurance Company of New York
(hereinafter called the Surety), as Surety, are held and firmly bound unto
City of Lubbock
(hereinafter called the Obligee), in the amount of
ONE HUNDRED SIXTY-NINE THOUSAND FOUR DOLLAR $) $169,409.00 )
HUNDRED NINE AND NO/100THS
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 28th day of September 2006 to
POST TENSIONED CONCRETE SLABS - PROPOSAL # RFP 06-715-DD
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 TBEREFORE, TIE 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
-, Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be
determined in accordance with the provisions, conditions and limitations of said
Chapter to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this
10th day of October 2006
r
By
Danny Klein Construction, Inc.
(Principal)
reat rican Insurable Conypany of New York (Surety)
Y
Steve Deal Attorney -in -Fact
GREAT AMERICAN INSURANCE COMPANY OF NEW YORK
GREAT AMERICAN INSURANCE COMPANY OF NEW YORK
New York
Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than Four No. 0 16486
POWER OF ATTORNEY
KNOW ALL MEN BYTHESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK, a corporation
organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the
person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said
Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof;
provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority
shall not exceed the limit stated below.
Name Address Limit of Power
Donal Boley
Steve Deal
Staci Gross
Janet Kaiser
all of
Wichita Falls, Texas
all
$75,000,000
This Power of Attorney revokes all previous powers issued in behalf of the attorneys) -in -fact named above.
IN WITNESS WHEREOF, the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed
and attested by its appropriate officers and its corporate seal hereunto affixed this 31 st day of May , 2006
Attest
1 t 7A,. _
GREAT AMERICAN INSURANCE COMPANY OF NEW YORK
=f_
STATE OF OHIO, COUNTY OF HAMILTON-ss: DAVID C. KITCHIN (513-412-4602)
On this 31 st day of May, 2006 , before me personally appeared DAVID C. KITCHIN, to me known,
being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond
Division of Great American Insurance Company of New York, the Company described in and which executed the above instrument; that
he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name
thereto by like authority.
IX KA EN L BERRY
1 t My Commission Expires 02-16-C9
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company of New York by unanimous written consent dated July 27, 1995.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them,
be and hereby is authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute on behalf of the Company, as surety,
any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,* to prescribe their respective
duties and the respective limits of their authority, and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby
adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the
Company with the same force and effect as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the
foregoing Power of Attorney and the Resolutions of the Board of Directors of July 27, 1995 have not been revoked and are now in full force
and effect.
Signed and sealed this 10th day of October 2006
S1185B (4/04)
No Text
GREATAm-r rcAly
IM3UIUACE GROUP
Great American Insurance Company of New York
Great American Alliance Insurance Company
Great American Insurance Company
IN- PORTANT NOTICE:
To obtain iritormation or make a complaint:
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, Tights or complaints at:
1-800.252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
FAX# 1-512-475-1771
Your notice of claim against the attached bond may be given to the surety company that issued
the bond by sending it to the following address:
hiailing Address: Great American Insurance Company Claim
P.O. Box 2575
Cincinnati. Ohio 45201
Physical Address: Great American Insurance Company Claim
580 Walnut Street
7th Floor
Cincinnati. Ohio ;5201
YDt r;:a;. also cor13ct the Great American Insurance Company Cla'—m office by telephone a::
Telephone NLrnber: 1-513-369-5069
PRENUUvt OR CLAL`1 DTSPUTFS:
If VOLhave a titspute concerning a premiurn, you should contact the agent firs:. If you have a
dts-.ure concerning a claim, you should contact the company: firs-. If the dispute is not resolved,
YOU may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO FOUR BOND:
This notice is for information only and does nor become a pan or condidoi of tie attached
document.
F.9667 If "I t
e
The undersigned surety company. rcpresents that it is duly qualified to do business in Texas, and hereby
designates Alan Henry Agency an agent resident in Lubbock County to whom any requisite notices may e delivered
and on whom service of process %nay be had in matters arising out of such suretyship.
Great ?n wicm kaxame CrxWy of New York
Surety
Approved as to form
City o bock t
By:
ttomey
* 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,
attorney for our files. we must have copy of power of
CERTIFICATE OF INSURANCE
L V . `r.l 7 ,f L f t7 f 1 t W(AL-KtK t ' ANUL PAGE 01 / 01
ALDRA ICERTIFICA
mom= (972)727-8949 FAX
VGW Insurance, LLP
P.O. Box 969
Van Alstyne, TX 7S495
Misty N. Lynes
muRED Danny Klein Onstruction,
4109 86th
Lubbock, 7X 79423
OF LIABILITY INSURANCE
1727-0714 THIS CERTIFICATE 13 I88UEI
ONLY AND CONFERS NO RIC
HOLDER. THIS CERTIFICATE
DATE (WODryYM
07/18/2006
A MATTER OF INFORMATION
UPON THE CERTIFICATE
3 NOT AMEND, EXTEND OR
20 BY THE POLICIES arLOW_
INSURERS AFFORDING, COVERAGE I NAIL 0
INSURER A DAU_AS NAT16WjL INS CO
INSURER It ONIU CASUALTY
INSURER Q —
INSURER P
INSURER Et
THE POLICIES OF INSURANCE LISTED BELOW HAVE
ANY REQUIREMENT, TERM OR CONDMON OF ANY
MAY PERTAIN, THE IN;�URANGE AFFORDED BY TMt
POLICIES. AC;6T T_ LIMITS SHOWN MAY HAVE 8
EN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
NTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY iIF I,RSI.IFp nR
ULKAE53' DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
EN REDUCED BY PAID CLAIMS.
NUMBER POLICY CTrifE POLICY N
LIMITS
1DM*GL071429 U2/21/200 UZ/21/2007 EACH OCCURRENCE S 1,000,()00
DAMAGE TO RENTED ; 100,000
PRrULRIPA
MED EXP (My one pmm) S 5 . DO
PERSONAL& ADV INJURY s 11000.000
GENERAL AGOREGATE S 2.000, 00
f`RODUtT3 • coMwgP A00 S 2 0, t>b
'00
INSR
A
DD'
TYPE OP INSURANCE
6tNWCAL
X
LIABILITY
GOMM6RG[ L GENERAL LIABILITY
Gr41ME MADE L ^ (OCCUR
GENLAGGREWE LIMIT APPLIER PFR
PoUcy111J` � LOC
B
AUTOMOBILE
TOMOBILE LamuTY
ANY AUtU
ALL OWNED AUTO$
SCK01.14ECAUT06
HIRED AUTOS
NON.OWNEEI AUTOS
BA05349995S
05/29/2006
05/29/2007
COMBINED SINGLE LIMIT
Its ■seem)
R
500 000
X
WDILY INJURY
(Parpprson)
s
BODILY INJURY
(Por acddant)
S
PROPERTY DAMAGE
(P9r accident)
_
GARAGE LIAMLnY
ANY AUTO
AUTO ONLY . FA ACCIDENT
S
OTHEi2THAN �„�
AUTO ONLY! AGG
a - -
S
EXCESSRIMBRELEA UAWVTY
OCCUR U CLAIMS MADE
nFrr irTim F
RETENTION $
EACH OCCURRENCE
S
AGGREGATE
s
S
6
s
WORKERSCOMPROWIONAND
EMPLOYERr UASIUTY
ANY PROPRIETORMAR-NERMXECUnVE
OPFlCERWMBER EXM.U0E07
If Y". dAsaibe under
SPECIAL PROVISIONS bzlow
VVCSTATU• OTH.
£.L. EACH ACCIDENT
S
E.L DISEASE - EA EMPLOYE
S
EL DISEASE . POLICY LIMIT
S
D CCIIY 0 OPERATIONSLOCATIONSITS FICE, "AN RAND EIIIPWI�ICE NgMEp p5 PRIMARY
ADDITIONAL INSLIRED'S ON GENERAL 81117Y AND AUTOMOTIVE LIABILITY POLICIES.
WAIVER OF SUBROGATION IS IN FAVOR F THE CC1Y OF LUBBOCK.
Regarding: Post Tension Concrete Sla s #REP#06-715-DD L l 3 9 R C V D
10-09-p6.';1'.
l:FRTTf7Tf•_ATC YAI num nALIn01 I Aru•.0
OW WL.b ANY OF THE AOOVC DC9CM91110 POLICICO OC CANCCLLCO 09MAS THE
EXPIRATION DATE THEREOF, THE IMING INSURER M.I. ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
City of Lubbock
BUT FAU URE TO MAIL SUCH NOTIC9 SHALL IMPOSE NO OTNWQATION OR LIABILITY
1625 13th !street Ste 102
OF ANY KIND UPON URER,ITS AGENTS ORWRMOTATI ES,
Lubbock, TIC 79401
AUTHORIZEDRHPR
Rick Walke
ACORD 25 (2001f08) VAR: kAUI ) 775-3IZG CACORD CORPORATION 1988
No Text
ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID
DATE(MMlDD/YYYY)
ESCAP-1
l0 05 06
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Cam Fannin Insurance Agency
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P O Box 6745
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Lubbock TX 79493-6745
Phone: 806-747-4422 Fax: 806-747-3040
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
INSURER A: Progressive County Mutual
29203
INSURER B: Dallas national Insurance Co.
Escape Landscape
INSURERC:
PO Box 98366
Lubbock TX 79499
INSURER D:
_
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
NSR
TYPE OF INSURANCE
POLICY NUMBER
P FFE NE
DATE MM/DD
POLICY EXPIRATION
DATE MM/DD/YY
LIMITS
B
X
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
:T1 CLAIMS MADE K OCCUR
DGL067867
06/01/06
06/01/07
EACH OCCURRENCE
$ 1000000
PREMISES Eaoccurence
$50000
MED EXP (Any one person)
$ 5000
&-A041INJURY I
$ 1000000
GENERAL AGGREGATE
$ 1000000
GEN.L AGGREGATE LIMIT APPLIES PER:
X POLICY PRO- LOC
JECT
PRODUCTS - COMP/OP AGG
$ 1000000
A
X
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
2207219-3
07/11/06
07/11/07
COMBINED SINGLE LIMIT
(Ea accident)
$
BODILY INJURY
(Per person)
$ 50000
X
BODILY INJURY
(Per accident)
$ 100000
PROPERTY DAMAGE
(Per accident)
$ 25000
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
$
$
EXCESSIUMBRELLA LIABILITY
OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $
EACH OCCURRENCE
$
AGGREGATE
$
$
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTNE
OFFICER/MEMBER EXCLUDED?
If yes, describe under
SPECIAL PROVISIONS below
TORY LIMITS ER
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE - POLICY LIMIT
$
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
The certificate holder is shown as a Primary Additional Insured with respect
to the general liability and automobile liability and a waiver of
subrogation is also attached.
w, CERTIFICATE HOLDER CANCELLATIO - - O 9: S 4 R C V D
LUB OC4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
City Of Lubbock IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
P. 0. BOX 2000 REPRESENTATNES.
Lubbock TX 79408 AUT RAZE REPRE$E
ACORD 25 (2001108)
0 ACORD CORPORATION 1988
CLASSIFICATION AND PREMIUM SCHEDULE Page 2 of 2
ENDORSEMENT # 3 Policy Number: DG1067867 Effective Date: 09/27/2006
--- Premium Basis —------------ Rate ---- --- --- Pro Rata Premium ----
Class Products/ 7at
CLASSIFICATION DESCRIPTION Code Exposure Exposure Completed Premises / Reference Amount Operations Operations Operations
Premiums calculated on a PRO RATA basis from the effective date of this endorsement to the expiration date of the policy
ADDITIONAL INSURED - OWNERS, LESSEES
0
FLAT
125
OR CONTRACTORS - SCHEDULED PERSON
'
OR ORGANIZATION
LI
WAIVER OF TRANSFER OF RIGHTS OF
0
FLAT
125
RECOVERY AGAINST OTHERS TO US
LI
Premium Subtotal by Subline 0.00 250.00
Total Endorsement Premium: 250.00
10-11-06A09:54 RCVD
------------------------------* PREMIUM BASIS SCHEDULE OF CODES * -------------------------------
p) Payroll per $1,000 a) Area per 1,000 Sq. Ft. u) Units m) Admissions
s) Sales per $1,000 o) Total Operating Expenses c) Total Cost t) See Classifications Notes
No Text
DALLAS
:r } NATIONAL
INSURANC E
COMPANY
14160 DALLAS PARKWAY SUITE 500
DALLAS, TEXAS 75254
TELEPHONE: (800) 533-0457
FACSIMILE: (800) 650 -9055
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
POLICY CHANGES
ENDORSEMENT # 3
DATE ISSUED: 10/02/2006
POLICY NUMBER
POLICY CHANGES
COMPANY
EFFECTIVE
DG1067867
09/27/2006
Dallas National Insurance Company
NAMED INSURED
AUTHORIZED
REPRESENTATIVE
JEREMY BENEZE & AMANDA BENEZE DBA ESCAPE
COVERAGE PARTS AFFECTED
CG2010 (03/97) CG2404 (10/93)
CHANGES
IN CONSIDERATION OF THE ENDORSEMENT PREMIUM OF 250.00
IT IS HEREBY AGREED AND UNDERSTOOD THAT EFFECTIVE 09/27/2006
THE FOLLOWING CHANGES ARE MADE TO THE POLICY:
AN ADDITIONAL INSURED AND WAIVER OF ,
SUBROGATION ARE ADDED IN FAVOR OF:
CITY OF LUBBOCK
10-11-06A09:54
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
SEE "CLASSIFICATION AND PREMIUM SCHEDULE" ON PAGE 2 FOR DETAIL OF PREMIUM CHANGES
Agent 8059 CAM FANNIN INSURANCE
Copyright, Insurance Services Office, Inc., 1983
IL 12 01 11 85 Copyright, ISO Commercial Risk Services, Inc., 1983
Page 1 of 2
A,
POLICY NUMBER DG1067867
CG 20 10 03 97
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
CITY OF LUBBOCK
PO BOX 2000
LUBBOCK TX 79457
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this
endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with
respect to liability arising out of your ongoing operations performed for that insured.
Additional Premium: 125.00
Endorsement Effective Date 09/27/2006
Issued with policy # DG1067867 endorsement # 3
10-11-06A09:54 RCVD
CG 20 10 03 97 Copyright, Insurance Services Office, Inc., 1996
_ r
POLICY NUMBER DG1067867
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST
OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or
CITY OF LUBBOCK
PO BOX 2000
LUBBOCK TX 79457
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this
endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL
LIABILITY CONDITIONS) is amended by the addition of the following:
We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we
make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization
and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule
above.
Additional Premium: 125.00
Endorsement Effective Date: 09/27t2006
Issued with policy # DG1067867 endorsement # 3
10-11-06A09:55 RCVD
CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992
No Text
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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. 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.
2
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) 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) 440- 3789 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
(8) 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
-v the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) 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;
(E) 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;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) 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
(H) 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.
CONTRACT
CONTRACT #7063
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 281n day of September, 2006 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 Danny Klein Construction, Inc. of the City of Lubbock, 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:
PROPOSAL #RFP 06-715-DD — Post Tensioned Concrete Slabs - $169,409.00
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. Danny Klein Construction, Inc.'s proposal dated August 11, 2006 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:
COMPLETE ADDRESS:
Company 1JlCM� �S l��lt CS �C
Address
City, State, Zip
ATTEST:
iJ A
OF ::• • '
.�/
kyj
•'
ATTEST:
City SJcretary
4 ( d� APPROVED AS O F
Corp to S " etary U
A/1 ex WA
' y Attorlhey
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
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 Danny 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 Brett Glenn, Landscape Architect, 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.
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.
8. 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.
9. 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.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished 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
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative 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 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 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 man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men 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 men 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 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
z 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
u or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
4
accepted the work through oversight or otherwise. If any such work should be covered without approval or
-3 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.
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 herein.
It is agreed that the Contractor shall perform all extra work under the direction 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; 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.
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 workmen, 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
6
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.
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 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
-3 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED.
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.
A. 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 per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
With heavy equipment coverage
B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED
C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation
Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit,
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this
specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED
E. Umbrella Liability Insurance — NOT REQUIRED
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least 5$ 00,000.
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 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.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. 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.
8. 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
"3
9
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. 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;
(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
e
governmental entity.
10
G. 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.
(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
11
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:
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 80013 72- 7713 or 5121804-4000
(http.11www twcc.state. t-us/twcccontacts.html) 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
12
(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;
(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 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 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
13
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 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 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
71 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 contract documents, 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 $125.00 (One Hundred Twenty -
Five and 00/100) PER 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
14
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the proposal; provided,
also, that when the Owner is having other work done, either by contract or by its own force, the Owner's
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.
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 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 workmen, 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.
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 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 or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. 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.
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, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
16
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 after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
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 one (1) year 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.
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
17
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed 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.
In 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 men 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 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
Y
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
18
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.
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 $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company 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.
19
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
A 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 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
4 % 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
20
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.
21
CURRENT WAGE DETERMINATIONS
RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Fire Sprinkler Fitter -Journey
Fire Sprinkler Fitter -Apprentice
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Hourly Rate
11.50
12.00
7.50
9.00
12.50
12.50
7.00
11.00
7.00
9.00
11.00
15.00
8.00
10.00
9.00
18.00
10.00
9.50
10.50
10.50
7.00
11.00
6.00
6.00
9.50
12.50
7.00
9.00
7.00
10.00
7.00
11.00
1
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly
Asphalt Heaterman
9.00
Asphalt Shoveler
7.50
Concrete Finisher
9.00
Concrete Finisher -Helper
7.50
Electrical Repairer -Equipment
12.50
Flagger
6.50
Form Setter
8.00
Form Setter -Helper
6.50
Laborer -General
6.00
Laborer -Utility
6.75
Mechanic
9.00
Mechanic -Helper
7.00
Power Equipment Operators
Asphalt Paving Machine
9.00
Bulldozer
9.00
Concrete Paving Machine
9.00
Front End Loader
9.00
Heavy Equipment Operator
9.00
Light Equipment Operator
8.00
Motor Grader Operator
10.25
Roller
7.00
Scraper
7.50
Tractor -Trailer
8.50
Truck Driver -Heavy
8.00
Truck Driver -Light
7.00
2
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
3
SPECIFICATIONS
Specifications
Post Tensioned Concrete Slabs
At McAlister Park
Post Tensioned Concrete Slabs at McAlister Park
TP&W Project # 50-00303
SECTION 01100 — SUMMARY OF WORK
PART I — SCOPE OF PROJECT
1.01 Base bid:
Basketball slab: Install 66' x 96' post tensioned concrete slab, two
adjustable basketball goals; two in ground volleyball sleeves; chain link
back stops w/ concrete maintenance strips; 5' concrete sidewalk
extending to asphalt parking lot; accessible signs; and painted striping
for the parking lot.
Skate park. Install post tensioned skate park slab (65' x "1"15'):
Install topsoil against sides of all concrete and slope away at 12:1 max
slope. Clean sites and repair damage caused by construction.
1.02 Additive Option # 1::
Install 8' and 6' sidewalks adjacent to the parking lot by the basketball
court; install ramps and saw tooth curbing; install irrigation; grade slope
away from saw tooth curb; repair asphalt parking lot; install Bermuda
sod adjacent to basketball court, min 6' wide. Hydro -seed and mulch all
other disturbed and / or bare areas caused by construction.
1.03 Additive Option #2:
Install bleacher pad and shade structure; modify irrigation to
accommodate slab.
1.06 Clean sites and repair damage caused by construction.
PART II — QUALITY ASSURANCE
2.01 Contractor shall repair damage to existing turf, sprinklers, irrigation
controllers and utilities; at his own expense.
2.02 The Contractor shall maintain construction site, free from debris, weeds
and long grass. The Contractor shall take all necessary precautions to -
assure the safety of the park visitors during construction. }
2.03 Contractor is responsible for verification of site conditions.
2.04 The contractor shall furnish and supply all supervision, surveying, i
equipment, and labor necessary to perform the work; except as noted on 1
t
t-:
Summary of Work
Section 01100 - t _=
PART III -- WARRANTY
3.01 Contractor shall warrant 100 percent of the project for one year after the
date of final acceptance of the work. Contractor shall remedy any
defects in materials or workmanship, and pay for replacement of
defective work at no cost to the Owner.
End -of -Section
Summary of Work
Section 01100 - 2
SECTION 01300 - SUBMITTALS
PART I -GENERAL
1.01 PROCEDURES
Deliver submittals to Owner at the following address: City of Lubbock, Park
Development, 1010-9`h Street, Lubbock, Tx 79457.
Transmit each item under Owner accepted form. Identify Project, Contractor,
Subcontractor and major supplier. Identify pertinent drawing sheet and detail
number (if applicable). Identify deviations from Contract Documents. Provide
space for Contractor and Owner review stamps.
After Owner review of submittal, revise and resubmit as required, identifying
changes made since previous submittal.
Distribute copies of reviewed submittals to concerned persons. Instruct recipients
to promptly report any inability to comply with provisions. Submit the number of
copies that the Contractor requires plus two copies that will be retained by the
Architect.
1.02 SHOP DRAWINGS
Submit shop drawings as required by the individual specification sections.
1.03 PRODUCT DATA
Mark each copy to identify applicable Products, models, options, and other data.
Supplement manufacturer's standard data to provide information unique to the
work. Include manufacturer's instructions when required by the Specification
section.
1.04 MANUFACTURER'S CERTIFICATES
Submit certificates, in duplicate, in accordance with requirements of each
Specification section.
SUBMITTALS
01300- I
4210
I
SECTION 02300 - EARTHWORK
PARTI- GENERAL
1.01 Work in this section includes furnishing all labor, materials, equipment, and
services required to construct, shape, and finish earthwork to the required lines,
trades, and cross sections as specified herein and on the plans.
1.02 The Owner will arrange and bear the cost of all routine tests. The Contractor_;
however, shall bear the costs of testing materials off site to determine their
suitability for imported fill. The test results shall be approved by the Owner's
representative before materials are brought to the site.
1.03 Earthwork is a necessary and incidental part of the work. Payment will not be
made on a unit price basis or by any other separate measured payment method..
PART II - PRODUCTS
2.01 Imported soils to be used beneath the concrete slabs shall have a liquid limit not
to exceed 35; the plasticity index shall be between 7 and 15. Soils beneath the
slabs shall be compacted to 95% standard Proctor at +/- 2% optimum moisture.
2.02 Topsoil for installation around the slab perimeters shall be friable loam, free from
weeds or objects larger than two inches in any dimension. Topsoil shall be
installed one inch below the top of concrete and shall slope smoothly away from
the concrete at 12:1 max.
PART III - EXECUTION
3.01 Site preparation shall include removal of vegetation and soil existing on site to a
depth of two inches. Such removal shall extend 12" beyond the edges of the
concrete slabs. Excavated material shall be removed to an approved disposal site.
3.02 After removal of upper two inches, scarify and compact upper nine inches of
existing soil to required density. Install fill as required to bring the slab to the
required elevation.
3.03 Imparted fill beneath the concrete slabs shall be installed in Iifts not to exceed six
inches. Each successive layer of new soil shall be placed only after the bottom
_.3 layer has been compacted and tested for the required densities.
END OF SECTION
EART11WOR.K
42„
02300 - I
SECTION 02810 IRRIGATION
1. General
A. Qualifications of Bidder -Licensing
I. The Bidder shall supply the name and license number of the licensed irrigator who
is responsible for the project with the bid submittal. The irrigation installer shall
be licensed in the state of Texas or from where the Contractor is based. Out of
state licensing, shall only be acceptable if the licensing state shares reciprocity
with Texas. A licensed irrigator or installer shall be on the job site at all times
when irrigation work is in progress.
2. The Owner reserves the right to reject any bid if bidder is not qualified based on
the above given criteria.
B. Codes and Standards
The Bidder is to conform to all local, state, and federal codes and ordinances.
C. Discrepancies
It is the intent of this contract that all work must be completed and al material must be
furnished in accordance with the generally accepted practice of the area. In the event
of any discrepancies between the plans and specifications or doubts as to the meaning
and intent of any portion of the contract, the Owner shall define what is intended to
apply to the work.
11. Site Conditions
A. Examination of Sites
Bidder shall visit the project site and compare drawings and specifications to the
actual site. Failure to do so will in no way relieve the successful Bidder from the
responsibility of completing the project in accordance to project specifications at
additional cost to the Owner.
B. Utilities
I. The Contractor's attention is directed to the fact that other underground utility
lines may exist of which the Owner is not aware. It is the Contractor's obligation
to locate and familiarize oneself with all utilities and to provide for their safety.
Damage to utilities will be repaired at the Contractor's expense.
2. Water Supply (if applicable) - Meter or other water source already installed. The
Contractor is responsible for hook-up to system from the existing water main.
The connection and DCV shall be size as specified.
3. Electrical Power Supply (if applicable) - The Contractor shall coordinate with the
Owner the connection of power to the controller. The Contractor shall provide a
plug out of the controller. The Contractor shall run irrigation control wires to the
controller as located by the owner.
IRRIGATION
SECTION 02810
1
4. Bores / Road crossings (if applicable) - Contractor is responsible for bores and
sleeves necessary to go under city streets/utility drives to provide any utility
service to the project site. Bored holes shall be of the smallest diameter that will
permit installation of encasement pipe. Pipe sleeves under city streets, park
roads, and or parking lots shall be 16-gauge smooth steel pipe with a minimum
wall thickness of one -quarter (1/4") inch when pipe size is greater than four (4")
inch diameter. Irrigation lines crossing sidewalks shall be sleeved with Schedule
40 PVC pipe twice that of the pipe Yvhen line is less than six (6') inch diameter.
Pipe to be large enough for irrigation pipe and conduit for electrical control wires
(if necessary). Notes shown on plans shall over ride specifications. Sleeves shall
extend at least two (2') feet out from under the surface structure.
III. Field Quality Control
A. Responsibility of Materials
I . The Contractor shall be responsible for all materials furnished by him and shall
replace at his own expense all material found to be defective in manufacture or if
it has become damaged in handling after shipment.
B. Responsibility of Property
I . The Contractor shall be responsible for the protection and preservation of all plant
material, monuments, and structures during installation. Any damage shall be
repaired or replaced by the Contractor, at his own expense, to the satisfaction of
the Owner.
2. All trenching or any excavation is to be no less than six (6) feet from the trunk of
any plant material. If questions arise, the Contractor shall contact the Owner for
clarification.
C. Barricades and Protective Measures
I . The Contractor shall be responsible for the protection of unfinished work. The
Contractor shall, at his own expense, furnish and erect such barricades, fences,
lights, and danger signals. He shall also take such other precautionary measures
for the protection of persons, property, and the work as may be necessary.
2. The Contractor shall be responsible for all damage to the work due to failure of
barricades, signs, and lights to protect it. When damage is incurred, the damaged
portion shall be immediately removed and replaced by the 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 of City's certificate of
acceptance of the project.
IV. Submittals
A. Shop Drawings
Contractor shall submit shop drawings to the Owner before installation of equipment.
Shop drawing to include complete layout and detail drawings illustrating the location
and type of all heads, valves, piping circuits, controls, and accessories.
B. Maintenance Materials
At the completion of the job, the Contractor shall furnish spare parts, special tools, and
equipment required to operate and maintain the system.
IRRIGATION
SECTION 02810
2
C. Project Record Document
The Contractor shall prepare "as -built" plans of system after final check. Work to be
done on vellum paper with legend describing symbols for equipment. An electronic
copy of the plans shall also be provided on CD and shall be compatible with AutoCAD
version 2000. "As -built" plans shall be accurate. Inaccurate plans will not be
accepted. Final payment will not be made until "as -built" plans are submitted and
approved by Park Development staff.
V. Products
A. Performance of Specified Material
1. All specifications given for materials are based on the performance of the
equipment. This is to assure the integrity and proper hydraulics for which the
system is designed. If bid material does not conform to given performance
specifications, the bid will be rejected by the Owner based on grounds that proper
function of system could not be. maintained. by using. equipment that does not meet
the performance specifications required.
2. All material to be new, unused, and current.
3. All material must be a standard product of a manufacturer.
4. The Contractor shall provide performance records to verify equipment
capabilities.
B. Materials
1. PVC Pipe
All polyvinyl chloride pipes shall be class 200, SDR 21 un-plasticized polyvinyl
chloride, Type 1, Grade 1.
2. Fittings
a. All pipe must have manufacturer's markings clearly printed on them during
installation
b. All class 200 pipes must conform to ASTM. D-2241
c. All lateral piping under four (4) inches shall be solvent weld.
d. All mainline piping four (4) inches and larger shall use belled ends or belled
couplings using rubber gaskets in twenty- (20) foot laying lengths.
e. All fittings for four (4) inches or larger mainline shall be 200 psi Gasketed
Fittings.
f. All fittings shall be pressure rated for 200-psi maximum working pressure.
g. Gaskets shall be designed for pressure and vacuum with maximum deflection
(ASTM F-477).
h. PVC Fittings
(1) Schedule 40 fittings must conform to ASTM D-2466.
(2) Schedule 80 fittings must conform to ASTM D-2464.
j. Three (3) X Four (4) Male adapters shall not be used.
4. Swing Joints
a. Nipples: Schedule 80 with molded threads on both ends, unless specified
otherwise in construction detail.
IRRIGATION
SECTION 02810
3
b. Elbows: (90 degree) Schedule 40 FIPT X FIPT.
c. Pre -fabricated swing joints shall be KBI Model TSA; or approved equal.
d. Lateral line fittings: Schedule 40.
5. Flow Meter (if applicable)
a. Bermad 91 OWM-P shall be installed at each water source as specified on the
irrigation plans.
6. Valves
3 a. Quick -coupler Valves
(1) Rainbird, Model 44RC, P', Single lug, 2-piece body, heavy cast bronze 'or
approved equal'.
(2) Standard cover.
(3) The Contractor shall supply the Owner with two- (2) valve keys for each
Quick -coupler .,i type.
.... . .. .... ... .. ...
(4) Installed with minimum 6" diameter valve box and extensions as
necessary.
b. Zone Valve
(1) HunterlCV-301-3".
(2) Sized according to plan.
(3) Direct burial, remote control electric valve normally closed.
(4) Solenoid - Waterproof molded epoxy resin construction having no carbon
steel components exposed.
(5) Actuator - Stainless steel enclosed in a watertight protection capsule with a
molded in place rubber exhaust port seal. Spring shall be stainless steel.
(6) Diaphragm - Dual ported, made of nylon reinforced nitril rubber
(7) Plow adjustment system.
(8) Cold water working pressure -200 psi
(9) Heavy-duty glass -filled UV resistant nylon with stainless steel studs and
flange nuts.
c. Double Check Valve (if applicable)
(1) Verify location of existing backflow preventers.
7. Valve Boxes
a. Valve Box (Ametek "or approved equal").
(1) Supplied by the Contractor
(2) To be installed by the Contractor
_ (3) Minimum dimensions: 15" x 21" x 12" deep, molded plastic. Extensions
shall be used as necessary to bring valve box to grade and shall be
compatible with box to achieve depth required (no bricks shall be used).
(4) Bolt -in green lid with cover lift holes (rectangular, lid shall have snap lock
tab closure).
K
8. Sprinkler Heads.
t
a. Hunter I-25 w/#4 nozzles.
IRRIGATION
SECTION 028I0
4
9. Controller
Owner will install controller approximately 550' south of the basketball court
(south edge of court). Contractor shall run control wires to controller.
10. Control Wiring
a. All 24 volt wiring to be ## AWG-annealed copper, Baron UF, 600 volt, PVC
coated UL approved direct burial.
b. All wire to be single stranded, one wire for each electric valve and a common
wire.
(1) 12 gauge Common wire
(2) 14 gauge Zone wire
c. All control wires to be installed at minimum depth of eighteen (18") inch and
directly alongside any pipe if the same ditch is used.
11. Miscellaneous Equipment
a. ire Connectors slid]] be 3M model DBY.
b. Provide moisture -proof connection for underground wiring.
c. Solvent Cementing
(1) Primer- Weld -On P-68 Purple Colored Only (All pipe and fittings)
(2) Solvent- %" thru I %2" Weld -On #705; 2" thru 10" WeId-On #717.
(3) Manufactures Recommendations shall be followed at all times.
d. Fresh water line shall be no less than schedule 40 and have a six (6') foot
minimum horizontal separation from all other underground utilities.
e. All pipe to have a one (1') foot minimum vertical separation from all non -like
utility lines.
VT. Execution
A. Handling of Materials
The Contractor shall exercise care in handling, loading, and unloading of all
equipment. All PVC pipe, fittings, and other equipment shall be adequately covered
and protected from the elements. Pipe and fittings also shall be transported in such a
fashion as to be protected from excessive bending and from external, concentrated
load at any point.
B. Trenching
L To have straight, fiat bottoms and of sufficient depth for sprinkler head and
operable swing joint
2. Trench Size:
a. Minimum width: Six (6") inches
b. Minimum cover over installed supply piping: Eighteen (18") inches
C. Minimum cover over installed branch piping: Fourteen (14") inches
d. Minimum cover over installed outlet piping: Fourteen (14") inches
e. Maximum centerline depth main line shall not exceed twenty-four (24")
inches at zone valves.
IRRIGATION
SECTION 02810
5
3. Pipe pulling is not acceptable.
4. All trenches and adjoining areas shall be hand raked to leave the grade in as good
or better condition. than before construction started.
5. All settling and low areas that occur within the first twelve (12) months shall be
the responsibility of the Contractor to fill and level.
6. Trench to accommodate grade changes.
7. Maintain trenches free of debris, material, or obstructions that may damage pipe.
-1 8. Where rock or other undesirable materials are encountered trenches are to be over
excavated by three (3") inches to allow for a three (3") inch layer of finely graded
„i sand under all piping. After the piping is installed, finely graded sand shall be
placed around the piping up to a point three (Y) inches above the piping.
9. All trenches are to be inspected and approved by Owner before covering.
10. Trench digging machinery may be used to make trench excavation except in places
_s where operation.of it would cause damage.to existingstructures either above or
below ground; in such instances, hand methods shall be employed.
IL The Contractor shall locate all existing underground lines, of which he has been
advised whether or not they are shown on the drawings, sufficiently in advance of
the trenching to make whatever provision necessary to prevent damage thereto.
- Extreme care shall be used to prevent such damage and the Contractor shall be
fully responsible for damage to any such lines.
12. There will be no classification of, or extra payment for excavated materials and all
materials encountered shall be excavated as required. Adjacent structures shall be
protected from damage by construction equipment. All excavated material shall be
piled in a manner that will not endanger the work or existing structures and which
will cause the least obstruction to roadways.
13. The Contractor will be required to locate ail known utility lines far enough in
advance of the trenching to make proper provision for protecting the lines and to
allow for anv deviations that may be required from the establishment lines and
grades.
14. Excess trench excavation, not used for backfill, shall be disposed of by the
Contractor, and at the Contractor's expense as directed by the Owner.
15. All trench backfill shall be flooded to prevent settling to 95% Standard Proctor
Maximum Density. Tamping is required, at road crossings the material shall be
placed in 8-inch layers, moistened if necessary, and thoroughly compacted with
mechanical tampers from the bottom of the trench to the finish grade to a density
of at least 95% of maximum density at optimum moisture as determined by ASTM
D698.
16. It is understood that the piping layout is dynamic and piping shall be routed in
such a manner to achieve the intent of the plan.
C. Installation
1. Install pipe, valves, controls, and outlets in accordance with manufacturer's
instructions.
2. Connect to utilities.
3. Set outlets and box covers at finish grade elevations.
IRRIGATION
M SECTION 02810
6
4. Provide for thermal movement of components in system.
5. Swing Joints
a. Swing joints shall be used on all rotary gear driven sprinklers and shall be of
the same diameter as the inlet opening and shall have a twelve (12") lay
length.
b. Pre -manufactured swing joints shall be KBI TSA: or approved equal.
c. Swing joints for quick coupling valves shall be made tip using Spears brass
female thread ell outlets 591-010-8i3RA with brass extension nipple.
G. Dripperline Installation (if applicable)
a. Install all dripperline as indicated on drawings. Use only Teflon tape on all
threaded connections.
b. Clamp Tech line/Techlite fittings with Oetiker clamps when operating pressure
exceeds specific dripperline fitting requirements.
c. Dripperline can be installed with the water outlets facing up, down, or
sideways. In irregular areas, some water outlets could end up too close to
fixed improvements and may have to be capped off with a dripper plug ring.
d. When installing Techline/Techlite dripperline on -surface, install soil staples as
listed below:
i. Sand Soil — One staple every three (3') feet and two (2) staples on each
change of direction (tee, elbow, or cross). -
ii. Loam Soil — One staple every four (4') feet and two (2) staples on each
change of direction (tee, elbow, or cross).
iii. Clay Soil — One staple every five (5') feet and two (2) staples on each
change of direction (tee, elbow, or cross).
e. Cap or plug all openings as soon as lines have been installed to prevent the
entrance of materials that would obstruct the pipe. Leave in place until
removal is necessary for completion of installation.
f. Thoroughly flush all water lines before installing valves and other hydrants.
7. Methods of Installing Dripperline
a. Dripperline shall be installed by on -grade installation. For on -surface or under
mulch installation, place tubing at the lateral spacing indicated on plans and
place soil staples on 3'-5' intervals depending on terrain. Do not install tubing
on surface without soil staples. Backfill with mulch or topdressing.
8. Wiring:
a. All wiring shall be Type UF, copper direct bury type made for the irrigation
industry. Wiring shall be color -keyed: 12 ga. white for ground, 14 ga. red for
operation of equipment, and a one (I) foot loop in each valve box of a 12 ga
green and a 12 ga.yellow spare.
b. Wire splices will only be allowed to occur within an accessible control box.
Inline direct burial splices will not be allowed. Wire splices shall be DBY
model as manufactured by 3M Company or approved equal. ` t._
c. Provide looped slack at valves and turns in trench to allow for contraction of 1
wires. j
1€
IRRIGATION
SECTION 02810 {
7 -
i
i
l
d. All wire passing under existing paving, sidewalk, etc., shall be encased in
plastic conduit extending at least twelve (1.2") inches beyond edges of paving
or construction.
e. All electrical control wiring shall be wrapped together on I0-feet increments
with plastic straps. An electrical wiring schematic shall be furnished with the
equipment.
f. Tracer wire and warning tape shall be installed with all freshwater piping.
Tracer wire 16 Gauge CU. shall have the insulation removed for at least six
(6") inches every thirty (30') feet of run. Potable Water Warning tape shall be
run at half the depth of the top of the pipe.
9. After piping is installed, but before outlets are installed and backfill commences,
open valves and flush system with full head of water.
10. Dissimilar Materials Piping Joints: Construct joints using adapters that are
compatible with both. piping materials, outside diameters, and system working
pressure.... . .
D. Laying of PVC Pipe
I. The pipe is to be snaked from side to side of trench bottom to allow for expansion
and contraction of the pipe.
2. All foreign matter is to be removed from inside of pipe before joining. Keep clean
during laying operations by means of plugs or other approved methods.
3. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe
shall have firm, uniform bearing for the entire length of each pipeline to prevent
uneven settlement.
4. Do not lay pipe in water, or when trench or weather conditions are unsuitable for
work.
5. When work is not in progress, securely close the open ends of pipe fittings so that
no trench water, earth, or other substance will enter pipes or fittings.
6. Take up and relay any pipe that has the grade or joint disturbed after laying.
7. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against
the vertical face of the trench, but not against rock.
8. Thrust blocks to be used. (See V. Products, B., 12.d., Thrust Blocks)
9. Make joints in all threaded fittings by applying Teflon tape on male threads. Use
of Teflon dope is prohibited.
10. Where threaded PVC connections are required, use threaded PVC adapters.
It. There shall be no less than nine (9) inches of pipe between any two fittings, except
for close nipples used in swing joints.
12. No cross tees or street ells are to be used at any time.
13. On cut pipe, all burrs to be removed, tees and pipe to be cleaned, and primer and
solvent applied as to standard application process.
14, After pipe has been solvent weld, do not apply water pressure for a time less than
that of the manufacture's recommendation, considering current weather
conditions.
IRRIGATION
SECTION 02810
8
1 S. All pipe shall be installed so that manufacture's markings are facing in the up
position.
16. Excess PVC Solvent shall be removed from joints before drying to prevent pipe
weakening. Pipe connections made with excess solvent will not be accepted.
17. Solvent welding will not be permitted if weather conditions prevent joints from
remaining free of dirt or moisture, while the joint is being made. Also, if the
temperature is below that specified by the pipe or solvent manufacturer's
recommendations.
18. The Owner must be given twenty-four (24) hour notice before the pipe trenches
are covered so that Owner's representative may be present for inspection. After
the pipe system has been inspected and approved, trenches may be closed.
19. All pipe shall have a one (1') foot minimum vertical separation from all utility
lines in close proximity.
20. Thrust blocks to be used. (See V. Products B.,12d. Thrust block)
E. Installation of Valves (gate, double check, and section valves).
1. Install all new valves on a level grade with the mainline. Valve boxes shall extend
a minimum of three (3") inches below bottom of valve. Valve box extensions
shall be used as necessary and shall be compatible with the valve box.
2. After installing valves and valve boxes, backfill holes with a three (3") inch
minimum washed gravel, three-quarters (3/4") inch size up to bottom of valve.
3. Quick -coupler valve to be installed on swing joint. Top to be flush with finish
grade.
F. Sprinkler Heads
1. All sprinkler heads to be installed at spacing indicated on plans.
2. Sprinkler heads installed on swing joint assemblies shall be installed so that the
top of head is slightly above ground level to allow for settling.
3. All sprinkler heads to be set to property arc by the Contractor.
4. All sprinkler heads to be installed six (6) inches from existing and/or proposed
fence line
G. Flushing
1. The mainline and valves will be flushed after installation. Full working pressure
must be used to flush all lines. On a loop system the two valves the greatest
distance from the water source will be opened. On any other configuration of
mainline, the last valve on each mainline will be opened for flushing. The
Owner's representatives must be given twenty-four (24) hours notice before
flushing begins so they may be present for inspections. After mainlines have been
inspected and flushed, the lateral lines may be installed.
2. The lateral lines will be flushed just before head installation. The flushing
procedure will consist of pointing all swing joints away from ditch line to prevent
contamination. Next, open the valve with full working pressure and begin capping
each swing joint with a threaded cap, beginning with the swing joint closest to the
-
valve and ending with the swing joint the greatest distance from the valve.
Twenty-four (24) hour notice must be given to Owner's representatives for
r
I
Inspection.
IRRIGATION
1
SECTION 02810
9
I
r �
I
3. Flush pipes until free of all rock, dirt, trash, pipe shavings, and debris.
H. Leakage Test
1. After pipe is laid, line to be pressurized and all air expelled from line at highest
point of each section.
2. Each line to be inspected for leaks. Any joints showing leaks shall be repaired
and any cracked or defective pipes or fittings shall be removed and replaced with
good material.
1. Backfill
l . Trenches to be backfilled with the excavated earth from trench work. A11 rocks
and debris to be removed and no item larger than one (1) inch diameter to be
placed back in the trench. A warning tape is to be placed approx. 6" above the top
of the pipe or 2"d wire for the entire length of the exposed area. Backfiil is to be
compacted and flooded to settle trench. The Contractor shall add more backfill if
needed to bring trenches to existing grade.
J. Wiring
1. Control wires from controller to valves shall be laid in sprinkler line trenches (if
applicable -wiring to be installed along wiring route on plan).
2. Control wires to be taped together every twenty (20) feet along trench.
3. Expansion loops shall be made at every turn in the trench and every 50 foot length
of wire run by wrapping at least five (5) turns of wire around a one (1) inch rod or
pipe. Next, withdraw the rod leaving turns in wire.
4. All wire connections or splicing work shall have moisture proof connectors, and
their location must be denoted on the as -built plan. Contractor shall minimize
amount of splices.
5. Common valve wiring shall be white through entire system.
6. Section valve wiring shall be red through entire system. White wire may not be
used as section wire.
K. "Testing and inspection
I . Do not allow any of the work in this section to be covered or enclosed until it has
been inspected, tested and approved by the Owner or Owner's Representative.
2. Prior to backfill, the main line and with control valves in place but before the
lateral lines are connected, completely flush and test the main line.
3. Fill the main line with water for a twenty-four (24)-hour period prior to testing.
4. Pressure test main lines with 100 psi for a period of two (2) hours. Allowable
leakage shall be as determined by the formula listed in AWWA C600. The Owner
will witness and approve all tests. Notify the Owner at least twenty-four (24)
hours in advance of all testing.
5. Provide all testing equipment and personnel required to complete the testing
procedure. Repeat testing as required.
6. Flush, clean, adjust, and balance all systems.
7. Adjust heads for proper coverage.
IRRIGATION
SECTION 02810
_, 10
8. Potable Water Lines: hydrostatic test for six (6) hours at 150 psi. There shall be
no leaks whatsoever.
9. Double Check Valves shall be tested and certified, and two (2) copies shall be
provided to the owner as required by local, state, and federal codes and ordinances
VII. Inspection/ Acceptance
A. Preliminary Inspection
1. When all initial installation is done and all incidentals necessary to the proper
ftmction. of the system is done, the Contractor shall request the Owner to walk
through system and visually check the operation of the system. At this time the
Owner and the Contractor will discuss repairs that may need to take place.
B. Final Inspection
1. After preliminary inspection has taken place and all corrections and repairs have
been completed by the Contractor, the Contractor and the Owner will again walk
through system to check operation. This procedure will be repeated until. system
o1111
perates to the Owner satisfaction. At this time the Owner will accept system
from the Contractor. An acceptance form will follow from the Owner to the
Contractor.
VIII. Clean up and Adjusting
A. Removal of Site Debris.
The Contractor shall:
1. Make final clean up of all parts of work.
2. Remove all construction material and equipment.
3. Prepare the site in an orderly and finished appearance.
4. Remove from site any rock or extra dirt that resulted from this and restore site to
its original condition.
5. Flush dirt and debris from piping before installing sprinklers and other devices.
6. Adjust automatic control valves to provide flow rate of rated operating pressure
required for each sprinkler circuit.
7. Carefully adjust lawn sprinklers so they will be flush with, or not more than one-
half (1/2") inch below finish grade after completion of landscape work.
8. Adjust settings of controllers and automatic control valves.
9. The Contractor will be required to remove all construction debris from the site.
Final clean up by the Contractor must be acceptable to the Owner.
IX. Commissioning
A. Starting Procedures
I . Follow manufacturer's written procedures. If no specific procedures are
prescribed by proceed as follows:
a. Verify that specialty valves and their accessories have been installed correctly
and operate correctly.
b. Verify that specified tests of piping are complete.
c. Check that sprinklers and devices are correct type.
IRRIGATION
SECTION 02810
11
d. Check that any damaged emitters, valves and devices have been replaced with
new materials.
e. Check that potable water supplies have correct type backflow preventers.
f. Energize circuits to electrical equipment and devices.
g. Adjust operating controls.
2. Operational "resting: Perform operational testing after hydrostatic testing is
completed, backfill is in place, and emitters are adjusted to final position,
B. Demonstration
1. Demonstrate to the Owner that system meets coverage requirements and that
automatic controls function properly.
2. Demonstrate to the Owner's maintenance personnel operation of equipment,
sprinklers, specialties, and accessories. Review operating and maintenance
information.
3. Provide a seven (7) day written notice in advance of demonstration.
C. Guarantee
The Contractor shall:
I . Make all needed repairs or replacements due to defective workmanship or
materials for exactly one (1) year following date of final acceptance.
--f 2. Be responsible for all expenses necessary for repairs and replacement.
3. Pay al I expenses incurred if the Contractor fails to act upon a request from the
Owner for repairs to system. If the Contractor fails to do work within ten (10)
days after the Owner has made request, the Owner will proceed with repairs and
charge all expenses to the Contractor.
4. Pay for expenses incurred to project due to vandalism prior to final acceptance.
5. Owner shall pay for all expenses incurred due to vandalism after final acceptance.
End -of -Section
IRRIGATION
SECTION 02810
12
SECTION 06
SPECIAL CONDITIONS
I. General
A. Work Included:
Section 01 -Summary of Work
Section 02 - Product Substitution
Section 03 - Earthwork & Grading
Section 04 - Concrete Work
Section 05 - Irrigation
11, Special Conditions
A. Preliminary Inspection
B. Final Inspection
End -of -Section
r
i
IRRIGATION
SECTION 02810
13
SECTION 02821 - CHAIN LINK FENCING AND GATES
PART1-GENERAL
1.01 SCOPE: This section covers the furnishing of all labor and materials necessary to
install the chain link fencing for the basketball court.
PART 2 - PRODUCTS
2.01 FABRIC:
A. All chain link fabric shall be zinc or aluminum coated steel wire with a
minimum tensile strength of 75,000 psi.
1. Zinc -coated: Minimum 1.2 ounces of zinc coating per square foot
of coated surface area (ASTM A392).
2: Aluminum -coated: Minimum 0.40 ounces of aluminum coating per
square foot of coated surface area (ASTM A491).
B. Fabric shall be 2" mesh, 9 GA.
C. All fabric shall have knuckled top and bottom selvage.
2.02 POSTS:
A. All fence posts shall be Schedule 40 steel pipe
B. All posts shall be hot -dip zinc coated on all surfaces after fabrication with
a minimum of 1.8 ounces of zinc per square foot of coated surface area,
conforming to ASTM A120.
C. All posts shall conform to the following sizes as called for on the plans:
6" o.d. 18.97 lbs, per foot (omit this project)
4" o.d. 9.11 lbs. per foot
3" o.d. 6.83 lbs. per foot
D. All exposed ends of fence posts shall be fitted with a formed steel,
malleable iron, or aluminum hot -dip galvanized alloy cap. All line posts
shall be fitted with a cap suitable for passage of the continuous top rail.
All terminal posts shall be capped with a domed terminal top.
2.03 RAILS:
A. All chain link fencing shall have a 1-5r8" o.d. (2.27 lbs. per foot),
continuous top rail. Outside sleeve -type couplings 7" long, spaced at 20'
maximum intervals, of the same material as the rail shall be used to allow
for expansion and contraction. Mid and bottom rails will be installed as
shown on the plans and attached to the line and terminal posts with
galvanized end, corner, and line rail clamps.
CHAIN LINK FENCING AND GATES
02821 - 1
4219
B. All rails shall be Schedule 40 steel pipe hot -dip zinc coated after
fabrication with a minimum of 1.8 ounces of zinc per square foot of coated
surface area.
2.04 WIRE TIES: Wire ties shall be used to attach fence fabric to rails and line posts.
Wire tie gauge size shall not be less than gauge of the fence fabric. Spacing for
wire ties along rails shall not be greater than 24" and shall not exceed 15" when
attaching to line posts. Ties shall be aluminum or zinc coated steel.
2.05 TENSION BARS: All fence fabric shall be tied to terminal posts with tension
bars and tension bands. All tension bands shall be galvanized steel strip ''/4" thick
and 3/4" wide. Tension bar shall be threaded through the chain link fabric and
attached to the terminal post with 1" wide, No. 1 I gauge, tension bands at 15"
intervals or less. Tension bands shall be closed with a 3/8" x V/a" galvanized
carriage bolt.
2.06 TRUSS RODS: Where shown on the plans, a three -eighths (3/8") inch diameter
galvanized steel truss rod and tightener will be installed between the terminal post
and the adjacent line posts.
2.07 FITTINGS: All fittings to be hot -dip zinc coated malleable cast iron or pressed
steel conforming to ASTM A153. Hot -pip zinc coating shall be 1.2 ounces of zinc
per square foot of coated area.
2.08 CONCRETE POST FOOTINGS: All concrete used shall be min 3000 psi at 28
days.
PART 3 - EXECUTION
3.01 ERECTION: All fencing shall be installed by skilled and experienced fence
erectors to the lines and grades shown on the drawings.
3.02 COORDINATION: Fence erectors shall coordinate work with the concrete
subcontractor for the placement and location of fence post footings. Fence post
erectors shall coordinate with the Owner and General Contractor in locating all
existing underground utilities prior to drilling holes for fence post footings.
3.03 FABRIC: All fabric shall be placed on the court side.
3.04 FABRIC CLEARANCE: All fence fabric shall have a I" clearance from the
bottom of the fence fabric to top of concrete. Fence fabric shall extend above the i
top of top of upper rail no more than one (I ") inch.
3.05 CLEANUP: Upon completion of the fence installation, any splattered concrete
shall be removed from fence posts, all Aire ties and fence hardware shall be
picked up, and all excess fence fabric and equipment removed from the
construction site.
END OF SECTION
CHAIN LINK FENCING AND GATES i [
02821 - 2
SECTION 02881— PLAYGROUND EQUIPMENT AND STRUCTURES
PART I — GENERAL
1.01 Provide and install two basketball goals.
PART 11— MATERIAL
2.01 Basketball goals, backboards and rims shall be "Bison" brand or
approved equal. Goal - Model PR98S-BK; steel backboard - (42x60)
Model BA-47; Rim - Model BA33U. Backboards shall have orange
painted or striped targets. Goals shall be equipped with nylon web nets.
PART III — EXECUTION
3.01 Basketball goals shall be installed as recommended by the manufacturer.
End -of -Section
PLAYGROUND EQUIPMENT AND STRUCTURES
Section 02881 - 1
SECTION 02920 — LAWNS AND GRASSES
PART I - GENERAL
1.01 The work covered by this section consists of furnishing all labor, materials,
equipment, supplies, supervision, and tools, and performing all work
necessary for sodding, seeding and mulching of the areas around the
basketball slab, and adjacent areas which have been disturbed by the
construction.
Install Bermuda sod around the basketball slab to a wridth of b feet. Hydro -
seed and mulch remaining disturbed areas. Cut in .edges of sod so they are
resting on soil and are flush with surrounding soil. Irrigation system shall be
fully operational before turf operations are begun. Contractor is responsible
for initial watering equivalent to '/2" of precipitation.
PART H - PRODUCTS
2.01 Seed type, purity, germination requirements, rate of application and planting
dates are as follows:
Type
Common Bermuda
98/88
Annual Rye Grass
Application Rate
Pounds Per Acre
1 lb / 1000 SF
Planting Date
June 1 — August 20
2 lb / 1000 SF August 20 — December 1
2.02 Fertilizer shall be water soluble with analysis of 15 / 15 / 15 NPK. Rate of
application shall be 14 lbs / 1000 SF.
2.03 Mulch shall be wood cellulose fiber applied at the rate of 45 lbs / 1 000 SF.
END OF SECTION
Lawns and Grasses
Section 02920 - I
SECTION 03300 SITE CONCRETE
I. General
II. Products
A. Sub -grade Preparation
1. Sub -grade preparation to include removal, hauling, and disposal
of all excavation of sub -soil, concrete, construction debris,
unusable material, and any other obstructions shown on plans
or as designated by Owner.
B. Codes and Standards:
1. Comply with the provisions of the following codes,
specifications and standards, except where more stringent
requirements are shown or specified:
2. ASTM C94 - Ready Mixed Concrete
3. ASTM C260 - Air Entraining Admixtures for Concrete
4. ASTM C494 - Chemical Admixtures for Concrete
5. ASTM A706 - Weld -able Reinforcing Steel
6. ASTM A6I5 - Deformed and Plain Billet SteelBars for Concrete
Reinforcement.
7. ASTM C33 - Concrete Aggregate
8. ACI 347 "Recommended Practice for Concrete Form Work."
9. AC1304 Recommended Practice for Measuring, Mixing,
Transporting and PIacing Concrete."
10. Concrete Reinforcing Steel Institute, "Manual of Standard
Practice."
11. ADA and TAS guidelines and recommendations.
A. Concrete strength, mixing, testing:
1. Mix in proportion to produce minimum 3000 psi concrete at 28
days and four (4) to six (6) percent air entrainment per ASTM
C94. Slump limits: ramps and sloping surfaces — not more than
SITE CONCRETE
SECTION 03300
__ I
three (3) inches; all other concrete — not more than four (4)
inches.
2. Owner shall employ and pay for all testing. 'Pests shall be
scheduled by the Owner.
B. Concrete Materials:
1.. Portland Cement: ASTM C ISO, Type I. (Use only one brand of
cement throughout the project, unless otherwise acceptable to
Owner).
2. Aggregates: ASTM C33.
3. Water: Clean, fresh, drinkable.
C. Related Materials:
1. Expansion Joints: Pre -molded cane fiber saturated with asphalt,
1,2" wide. Joints 12 feet long or less shall be one continuous
piece installed as shown on detail.
2. Expansion Joint Cap: W. R. Meadows Snap -Cap, or approved
equal.
3. Expansion Joint Sealant: Sonneborn SL-1, one part self leveling
polyurethane sealant, or approved equal, gray.
4. Concrete curing compound: W.R. Meadows Sealtight CS-309
Acrylic Curing and Sealing Compound, or approved equal.
5. Pavement marking tape shall be 3M brand, A380IES, white,; or
approved equal.
C. Reinforcing Materials:
1. Reinforcing steel: ASTM A615, Grade 60, except No. 3 ties and
stirrups may be Grade 40.
2. Welded Wire Fabric: ASTM A 185, 6 x 6 — W2.1 x W2.1,
welded steel fabric.
3. Supports for Reinforcement: Support all reinforcing with plastic
chairs. Allow for minimum 1-1`2" concrete cover.
4. Slip dowels shall be plain steel bars conforming to ASTM
A675, Grade 60 or ASTM A 499. Provide smooth dowels as
1
SITE CONCRETE
SECTION 03300
2 =_
F
L
f
i
shown and detailed on drawings. Lubricate and cap one end,
leaving'/4" free movement in cap.
111. Execution
A. Site Preparation
1. Conractor is responsible for layout of work based on plan
dimensions, excavation, grading, leveling, and compaction of
subgrade and fill material.
2. Owner will approve initial elevation of slabs for structures and
contractor shall be responsible for all sidewalk grades.
3. Contractor shall verify work to Owner after sub -grade
preparation is. completed prior to actual construction. .
B. Concrete Forms
1. Form material shall be matched, tight fitting and adequately
stiffened to support weight of concrete without deflection
detrimental to tolerances and appearance of concrete.
2. Coat interior surface of forms before placement of reinforcing
with W. R. Meadows Duogard Concrete Form Release Agent, or
approved equal.
C. Concrete Placing and Workmanship:
1. The Contractor is responsible for correction of concrete work
which does not conform to the specified requirements, including
strength, tolerances and finishes. Correct deficient concrete as
directed by the Owner.
2. Workmen shall have a minimum of 3 years experience in
forming and pouring concrete of a similar nature and scope.
3. Comply with ACI 304, and as herein specified.
4. Add fibrous concrete reinforcement to concrete materials at the
time concrete is batched, according to manufacturer's
recommendations.
3. Deposit and consolidate concrete slabs in a continuous operation,
within the limits of construction joints until the placing of a
panel or section is complete. Consolidate concrete during
placement so that concrete is thoroughly worked around
reinforcement and other embedded items and into corners.
SITE CONCRETE
SECTION 03300
3
6. Bring slab surfaces to the correct level with a straightedge and
strike off. Use bull floats or darbies to smooth the surface,
leaving it free of humps or low places. Do not sprinkle water on
the plastic surface.
7. Apply non -slip broom finish. Immediately after trowel finishing,
slightly roughen concrete surface by brooming perpendicular to
main traffic route.
8. Cold weather placing: Protect concrete work from physical
damage or reduced strength which would be caused by low
temperatures in accordance with ACI 306 and as herein
specified. When air temperature has fallen or is expected to fall
below 40 degrees F.;-uniformly heat all water and aggregate
before mixing as required to obtain a concrete mixture
temperature of not less than 50 degrees F., and not more than 80
degrees F., at point of placement. Do not incorporate frozen
materials into the concrete mix and do not place concrete on
frozen sub -grade, or on sub -grade containing frozen materials.
Do not use calcium chloride and other materials containing
antifreeze agents or chemical accelerators unless otherwise
accepted in the design mix. Concrete placed during cold weather
shall be protected with an insulating cover normal to the trade.
Such cover shall not be allowed to mar the finish.
9. Hot weather placing: Protect concrete work from physical
damage or reduced strength which would be caused by high
temperatures in accordance with ACI 305. Cool ingredients
before mixing to maintain concrete temperature at time of
placement below 90 degrees F. Mixing water may be chilled, or
chopped ice may be used to control the temperature provided the
water equivalent of the ice is calculated in the total amount for
mixing. Cover reinforcing steel with wet burlap if the
temperature exceeds the air temperature immediately before
embedment. Do not use retarding admixtures unless otherwise
accepted in the design mix.
F
10. Contractor shall be responsible for the protection of uncured
concrete. Contractor shall not allow markings or footprints to be
placed in the uncured concrete. Contractor shall perform curing
of concrete by application of curing compound on finished
surfaces immediately after finishing. Apply in accordance with t_
manufacturer's recommendations. Re -coat areas subjected to
heavy rainfall within 3 hours after initial application.
SITE CONCRETE
SECTION 03300 i
4
f
f
11. Forms may be removed when concrete is sufficiently hard that it
will not be damaged by removal of forms and provided that
curing operations are maintained.
12. Concrete surfaces to be painted shall be dry and free of dust and
all foreign matter. Paint shall be applied in accordance with
manufacturer's recommendations. Contractor shall submit color
sample for approval by Owner.
D. Expansion Joints:
1. Provide expansion joints where concrete abuts existing concrete
slabs, manholes, inlets, structures, walks, poles, signals, and
other fixed objects.
2. Expansion joints in sidewalks and curb & gutter shall beat thirty
(30) feet maximum spacing unless otherwise shown.
3. Expansion joints shall extend full -width and depth of slab, 1/2"
below finished surface. Expansion joint material shall be one-
piece lengths for the full width being place, whenever possible.
Where more than one length is required, lace or clip joint
sections together.
4. Protect the top edge of the joint filler during concrete placement
with a temporary plastic joint cap_. Remove temporary cap after
both sides of joint are placed.
5. Expansion joints shall be located at all concrete intersections.
6. The top 1/2" of expansion joints shall be filled with a gray
colored urethane sealant. Provide masking at joint edges to
maintain straight line of sealant. Remove masking tape before
sealant has cured completely.
E. Control Joints
1. Control joints shall be spaced at a maximum of six (6) feet on
center and shall be spaced evenly between expansion joints and
construction joints.
End of Section
SITE CONCRETE
SECTION 03300
{
5
SECTION 03366 - POST TENSIONED CONCRETE SLAB
PART I GENERAL
1.1 DESCRIPTION OF WORK
This section establishes general criteria for materials, mixes, evaluation of concrete,
dimensional tolerances, installation procedures and inspection standards for the post
tensioned concrete slab. Work shall comply with the provisions of these
specifications and to the provisions of the codes, specifications and standards,
referenced herein. The Contractor shall furnish all materials, equipment, labor,
superintendence, and incidentals necessary for construction of two post -tensioned
slabs; complete in place.
12 REFERENCED SPECIFICATIONS
The post -tensioned slab shall be constructed as specified herein and in compliance
with the provisions of the following codes, specifications and standards, unless any
provisions of the following codes are in conflict with any of the provisions of these
specifications:
ACI 301 - "Specifications for Structural Concrete for Buildings.
ACI 31 1 - "Recommended Practice for Concrete Inspection."
ACI 318 - "Building Code Requirements for Reinforced Concrete."
ACI 347 - "Recommended Practice for Concrete Formwork."
ACI 304 - "Recommended Practice for Measuring, Mixing, Transporting and
Placing Concrete."
Concrete Reinforcing Steel Institute, "Manual of Standard Practice."
Prestressed Concrete Institute, "Manual for Quality Control" NML- 1 16 and MNI,
1 17.
"Post -Tensioning Manual"
"Specification for Unbonded Single Strand Tendons" excluding provisions which
apply only to aggressive and corrosive environments.
1.3 CONTRACTOR QUALIFICATIONS
The Contractor shall have a minimum of five (5) years successful experience in
providing the materials, equipment and supervision required for construction of
similar installations. The Contractor shall submit verification as an active member
of the Post -Tensioning Institute.
POST TENSIONED CONCRETE SLAB
SECTION 03366 - I
1.4 SHOP DRAWINGS
Contractor shall submit shop drawings showing complete information for the
fabrication and installation of the post tensioned slabs. Shop drawings must be
stamped by a registered professional engineer; hereinafter referred to as the
"Engineer". The Engineer must be currently licensed to practice in Texas
Shop drawings shall indicate dimensions and cross sections, location, size and type
of reinforcement and tendons; location and size of embedded items; locations and
dimensions of joints; sub -grade requirements and the proposed order and sequence
of construction. Shop drawings shall also indicate the effective compressive force
resulting from the post tensioning operation.
A complete set of the design calculations and tendon layout plans must be
submitted to the Owner. Calculations shall indicate the adequacy of tendons,
spacing, and anchorage of all members. All calculations must be sealed, signed and
dated by the Engineer.
The Owner will provide geo-technical data for the sites if required by the Engineer.
1.5 JOB CONDITIONS
Construction shall not commence until unsatisfactory conditions have been
corrected in a manner acceptable to the Owner. Post -tensioned tendons shall be
accurately placed and secured as required, within the specified tolerances, by
adequately supporting the tendons.
PART II MATERIALS
2.1 SUITABILITY
Only approved materials, conforming to the requirements of these specifications
shall be used in the work. They may be subject to inspection and tests at any time
during the progress of their preparation or use. The source of supply of each of the
materials shall be approved by the Owner before delivery or use is started. Test
certificates for each of the materials shall be submitted as required by the individual
sections of the specifications. Materials shall be stored and handled to insure the
preservation of their quality and fitness for use and shall be located to facilitate
prompt inspection. All equipment for handling and transporting materials and
concrete must be clean before any material or concrete is placed therein.
POST TENSIONED CONCRETE SLAB
SECTION 03366 - 2
2.1 AGGREGATES
In no case shall the use of pit -run or naturally mixed aggregates be permitted.
Naturally mixed aggregate shall be screened and washed, and all fine and coarse
aggregates shall be stored separate and kept clean. The mixing of different kinds of
aggregates from different sources in one storage pile or alternating batches of
different aggregates will not be permitted.
The coarse aggregate for concrete shall meet the requirements of ASTM C 33.
Coarse aggregate shall be well graded from coarse to fine and shall meet the
requirements below when tested in accordance with ASTM C 136:
Sieve Percent Retained
1-3/4" 0
1-1/2" 0-5
3/" 30-65
3/8" 70-90
#4 95-100
The fine aggregate for concrete shall meet the requirements of ASTM C33.
The fine aggregate shall be well graded from fine to coarse and shall meet the
requirements below when tested in accordance with ASTM C 136:
Sieve Percent Retained
3/8" 0
#4 0-5
#16 20-55
#30 45-75
#50 70-90
#100 98-100
Blending will be permitted, if necessary, in order to meet the gradation
requirements for fine aggregate. Fine aggregate deficient in the percentage of
material passing the No. 50 mesh sieve may be accepted, provided that such
deficiency does not exceed 5% and is remedied by the addition of pozzolanic or
cementitious materials other than Portland cement, as specified in paragraph 2.6 on
admixtures, insufficient quantity to produce the required workability as approved by
the Owner.
POST TENSIONED CONCRETE SLAB
SECTION 03366 - 3
2.2 CONCRETE
The concrete shall develop a minimum compressive strength of 4000 psi in 28 days
determined by test cylinders made in accordance with ASTM C 31 and tested in
accordance with ASTM C 39. The concrete shall contain not less than 470 pounds
of cement per cubic yard. The concrete shall contain 5 percent of entrained air, plus
or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not
more than 4 inches as determined by ASTM C 143.
2.3 PORTLAND CEMENT
Portland cement shall conform to the requirements of ASTM C 150 Type I, II or 111,
or ASTIV1 G176 IA, IIA or IIIA for air entrained.
2.4 WATER
The water used in concrete shall be free from sewage, oil, acid, strong alkalis,
vegetable matter, and clay loam. If the water is of questionable quality, it shall be
tested in accordance with AASHTO T 26.
2.5 ADMIXTURES
The use of any material added to the concrete mix shall be approved by the Owner.
Admixtures shall not contain more than 0.1 percent water soluble chloride and shall
be compatible with other admixtures. Air -entraining admixtures shall meet the
requirements of ASTM C 260. Water reducing admixtures shall conform to ASTM
C494, Type A.
Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting
the requirements of ASTM C 618.
Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C
494, Type A, water -reducing or Type D, water -reducing and retarding. Water -
reducing admixtures shall be added separately from air -entraining admixtures in
accordance with the manufacturer's printed instructions.
2.6 PRE -MOLDED JOINT MATERIAL. (if applicable)
Pre -molded joint material for expansion joint shall meet the requirements of ASTM
D 175 1.
2.7 STEEL REINFORCEMENT.
Reinforcing, except for the pre -stressing strands, shall consist of deformed bars of
either structural, intermediate or hard grade billet steel conforming to the
requirements of ASTM A 615.
... POST TENSIONED CONCRETE SLAB
SECTION 03366 - 4
2.8 PRE -STRESSING STRANDS
Strands used in post -tensioning tendons shall conform to the requirements of ASTM
A416, "Specifications for Uncoated Seven -Wire Stress -Relieved Strands for
Prestressed Concrete," Grade 270, 1/2 inch diameter.
Certified mill test reports shall be submitted for each coil or pack of strands.
Typical stress -strain curves shall be submitted for pre -stressing steel. The curve
shall be obtained by approved standard practices.
2.9 UNBONDED TENDONS
Unbonded tendons, including the complete assembly of the anchorage and
prestressing steel and sheathing, shall be used for the proposed construction.
The anchorages of unbonded tendons shall develop at least 95 percent of the
minimum specified ultimate strength of the prestressing steel. Elongation under
ultimate load oft he tendon shall not be less than 2 percent measured in a minimum
gauge length of 10 feet.
Unbonded tendons shall have the prestressing steel permanently protected against
corrosion by a properly applied coating of galvanizing, epoxy, grease, wax, plastic,
bituminous material or other approved material.
Sheathing for unbonded tendons shall have the tensile strength and water -resistance
sufficient to resist unrepairable damage and deterioration during transportation,
storage and installation. The sheathing shall prevent the intrusion of grout and
the escape of coating material and shall be a continuous tube or spirally
wrapped.
The ultimate strength for unbonded tendons shall not be taken greater than the
ultimate capacity of the anchorages or couplings.
2.10 COVER MATERIALS FOR CURING.
Curing material shall conform to one of the following specifications. Liquid
membrane forming compound shall not be used on the basketball slab.
Waterproof paper for curing concrete ASTM C 171
Polyethylene Sheeting for Curing Concrete ASTIVI C 171
Liquid Membrane -Forming Compounds for ASTM C 309
Curing Concrete Type 2
POST TENSIONED CONCRETE SLAB
SECTION 03366 - 5
PART III CONSTRUCTION METHODS
3.1 GENERAL,
The Contractor shall Burnish all labor, materials, and services necessary for, and
incidental to the completion of all work as shown on the drawings and specified herein.
All machinery and equipment owned or controlled by the Contractor, which he proposes
to use on the work, shall be of sufficient size to meet the requirements of the work, and
shall be such as to produce satisfactory work; all work shall be subject to the inspection
and approval of the Owner. The Contractor shall inform the Owner's representative 24
hours in advance of concrete placement.
3.2 ACCEPTANCE SAMPLING AND TESTING.
Concrete will be accepted on the basis of the compressive strength specified. The
concrete shall be sampled in accordance with ASTM C 172. Compressive strength
specimens shall be made in accordance with ASTMC 31 and tested in accordance with
ASTM C 39.
Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and
tested in accordance with ASTM C 39. The Owner will arrange and pay for testing.
3.3 PLACING TENDONS
Pre -assembled tendons shall be placed as a unit prior to placing concrete. Supporting ties
for pre -placed tendons shall be of adequate size and stability to support the tendon weight
and to securely hold the tendons in place during concrete placing operations. The
tendons shall be spaced as indicated on the approved shop drawings in the center of the
topping slab. Tendons shall be placed vertically within + 1/8-inch of the locations as
indicated on the shop drawings. Horizontal deviations necessitated by openings, inserts,
or other miscellaneous items shall have a radius of curvature of not less than 21 feet.
Care shall be taken during unloading and handling the tendons to prevent damage to the
sheathing. Any damaged tendons will be repaired or replaced prior to concrete placement
operations.
Concrete cover between tendons and openings in the slab shall not exceed six inches.
Non pre -stressed reinforcing steel shall be added as indicated on the shop drawings, as
specified by the Engineer. Additional reinforcing steel required at anchorage areas shall
be as specified by the Engineer.
3.4 BEARING STRESSES
The average bearing stresses of the concrete created by the anchorage plates shall not
exceed the values allowed by the Post -Tensioning Institute, "Post -Tensioning Manual".
POST TENSIONED CONCRETE SLAB
SECTION 03366 - 6
Any special reinforcement, required for the performance of the anchorage, shall be
indicated and supplied by the Engineer on the shop drawings.
3.5 MIXING CONCRETE. I
The concrete shall be mixed and delivered in accordance with the requirements of
ASTMC 94.
The concrete shall be mixed only in quantities required for immediate use. The
Contractor shall beheld responsible for any defective work, resulting from freezing or
injury in any manner during placing and curing, and shall replace such work at his/her
expense.
Re -tempering of concrete by adding water or any other material shall not be permitted.
The delivery of concrete to the job shall be in such a manner that batches of concrete will
e deposited at uninterrupted intervals.
3.6 FORMS
Concrete shall not be placed until all the forms and reinforcements have been inspected
and approved by the Owner. Forms shall be of suitable material and shall be of the type,
size, shape, quality, and strength to build the structure as designed on the plans. The
forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to
prevent displacement and sagging between supports. The Contractor shall bear
responsibility for their adequacy. The surfaces of forms shall be smooth and free from
irregularities, dents, sags, and holes.
All forms shall be wetted with water or with a non -staining mineral oil, which shall be
applied shortly before the concrete is placed. Forms shall be constructed so that they can
be removed without injuring the concrete or concrete surface. The forms shall not be
removed for 30 hours after concrete is placed.
Forms shall be drilled to receive tendon stressing hardware and bearing plates in
accordance with the shop drawings. Fabrication and placement details provided by the
Engineer will show end anchorage details, bolt hole dimensions, tendon identification,
spacing, stressing data, clearance requirements for the stressing equipment and anchorage
block -out dimensions.
3.7 EMBEDDED ITEMS
Before placing concrete, any items that are to be embedded shall be firmly and securely
fastened in place as indicated. All such items shall be clean and free from coating, rust,
scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete
shall be spaded and consolidated around and against embedded items.
POST TENSIONED CONCRETE SLAB
SECTION 03366 - 7
3.8 PLACING CONCRETE
All concrete shall be placed during daylight, unless otherwise approved. The concrete
shall not be placed until the depth and character of foundation, the adequacy of forms,
and the placing of the steel reinforcing have been approved. Concrete shall be placed as
soon as practical after mixing and in no case later than I hour after water has been added
to the mix. The method and manner of placing shall be such to avoid segregation and
displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in
placing concrete when necessary. Dropping the concrete a distance of more than 5 feet,
or depositing a large quantity at one point, will not be permitted. Concrete shall be
placed upon clean 6 mil black plastic.
The concrete shall be compacted with suitable mechanical vibrators operating within the
concrete. When necessary, vibrating shall be supplemented by hand spading with
suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated
to work the concrete thoroughly around the reinforcement and embedded fixtures and
into comers and angles of the forms. The vibration at any joint shall be of sufficient
duration to accomplish compaction but shall not be prolonged to the point where
segregation occurs.
An acceptable concrete curing method shall be applied to the concrete slab immediately
after the final strike -off and finishing operation. No concrete shall be left exposed for a
period exceeding 30 minutes after finishing.
Prior to placing any concrete, tendon profiles shall be checked and adjusted as required.
Horizontal alignment shall be checked to insure minimum horizontal deviations and
proper concrete cover at openings. Care shall be exercised to prevent concrete from
entering pockets, sheathing, or anchorage hardware. Concrete shall be placed in such a
manner that tendon alignment and reinforcing steel positions remain unchanged. Special
care shall be given in consolidation of concrete at tendon anchorages to assure uniform
consolidation and compaction; and to eliminate any voids behind the bearing plates.
3.9 CONSTRUCTION JOINTS (if applicable)
When the placing of concrete is suspended, necessary provisions shall be made for
joining future work before the placed concrete takes its initial set. For the proper bonding
of old and new concrete, such provisions shall be made for grooves, steps, keys,
dovetails, reinforcing bars, or other devices as may be prescribed.
3.10 EXP,,\NSION JOINTS (if applicable)
- Expansion joints shall be constructed at such points and of such dimensions as may be
indicated on the drawings. The pre -molded filler shall be cut to the same shape as that of
the surfaces being joined. The filler shall be fixed firmly against the surface of the
concrete already in place in such manner that it will not be displaced when concrete is
deposited against it.
POST TENSIONED CONCRETE SLAB
SECTION 03366 - 8
3.11 DEFECTIVE WORK.
Any defective work disclosed after the forms have been removed shall be immediately
removed and replaced. If any dimensions are deficient, or if the surface of the concrete is
bulged, uneven, or shows honeycomb, which in the opinion of the Owner cannot be
repaired satisfactorily, the entire section shalt be removed and replaced at the expense of
the Contractor.
3.12 SURFACE FINISH.
Concrete surface shall have a smooth trowel finish. All exposed concrete surfaces shall t
be true, smooth, free from open or rough spaces, depressions, or projections. The
concrete in horizontal plane surfaces shall be brought flush with the finished top surface
at the proper elevation and shall be struck -off with a. straightedge and floated.. Mortar
finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread
over the concrete during the finishing of horizontal plane surfaces.
3.13 CURING AND PROTECTION.
All concrete shall be properly cured and protected by the Contractor. The work shall be
protected from the elements, flowing water, and from defacement of any nature during
the building operations. The concrete shall be cured as soon as it has sufficiently
hardened by covering with an approved material. Water -absorptive coverings shall be
thoroughly saturated when placed and kept saturated for a period of at least 3 days. All
curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete
surface covered and to prevent the surface from being exposed to currents of air. Where
wooden forms are used, they shall be kept wet at all times until removed to prevent the
opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete
surfaces for 7 days after the concrete has been placed. Liquid membrane forming
compounds shall not be used on the basketball slab.
3.14 DRAINS OR DUCTS. (if applicable)
Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by
the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will
not be displaced or moved during the placing of the concrete.
3.15 COLD WEATIIER PLACEMENT (if applicable)
i-
When concrete is placed at temperatures below 40 F, the Contractor shall provide
satisfactory methods and means to protect the mix from injury by freezing. The
aggregates, or water, or both, shall be heated in order to place the concrete at
temperatures between 50 and 100
POST TENSIONED CONCRETE SLAB
SECTION 03366 - 9 l_
3.16 HOT WEATHER PLACEMENT (if applicable)
Place concrete according to recommendations in ACI 305R and as follows:
Cool ingredients before mixing to maintain concrete temperature at time of placement
below 90 degrees F. Chilled water or chopped ice may be used provided water equivalent
of ice is calculated to total amount of mixing water. Using liquid nitrogen is Contractor's
option.
Cover reinforcing steel with water soaked burlap so steel temperature will not exceed
ambient air temperature immediately before embedding in concrete.Fog spray forms,
reinforcing steel and sub -grade just before placing concrete.
3.17 TENDON STRESSING
The stressing operation shall begin only after laboratory tests indicate that the concrete
has reached a compressive strength in accordance with "Post -Tensioning Manual.
"Tendons shall be stressed only when proper data and experienced personnel are present.
The stressing shall be carefully monitored by the Engineer in accordance with the
stressing data.
Stressing shall be monitored by two methods: the force in the tendon at the anchorage
and by the theoretical elongation of the tendon. In calculating the theoretical elongation,
the actual modulus of elasticity of the stands used for the project shall be utilized and
compensation for friction losses shall be considered in translating tendon elongation
measurements into tendon forces. "The tendon force measured at the anchorage shall
agree with ± 5 percent with the tendon force calculated by elongation measurements.
Should stressing reveal that voids exist and that bearing plates are receding into the
concrete, all pressure on the equipment shall be removed at once and the damage areas
will be repaired and attain the required strength before regressing the tendon.
Stressing shall proceed in a sequence and order so as not to cause undue eccentricities
and stresses in the post -tensioned topping slab.
The slab shall maintain a minimum effective stress of 300 psi.
3.18 PROTECTION OF END ANCHORAGES
Additional reinforcing steel shall be placed at pocket or edge strips as indicated on the
shop drawings. Forms shall be set securely against previously placed concrete, to insure
the accurate placement of cover concrete in recesses, pockets and edge strips.
All exposed end anchorages and wires shall be protected by an approved epoxy coating,
mastic, or concrete cover. Calcium chloride shall not be used in concrete used to protect
end anchorages. Cover concrete with as low a slump as possible shall be utilized to avoid
excessive shrinkage, and shall be well vibrated to insure compaction around end
anchorages.
POST TENSIONED CONCRETE SLAB
SECTION 03366 - 10
3.19 SURFACE TOLERANCES
The post -tensioned concrete slab shall be constructed accurately to the lines and grades as
shown on the drawings. Final elevations of the concrete slab shall be within %" of
elevations shown on the drawings.
End of Section
POST TENSIONED CONCRETE SLAB
SECTION 03366 - I 1
SECTION 13122 - SHADE STRUCTURES
PART 1 —GENERAL
1.01 WORK INCLUDED
A. Shade structure at basketball court
1. One (1) "Sun Port", or "Hendee"; or approved equal, hip roof stnteture.
2. Twenty one foot by thirty foot (21' Wx30' L), entry height of eleven (11) feet at the
front and fourteen (14) feet at the rear.
3. Four (4) posts and 90 mph wind rating for entire structure.
4. Contractor shall provide engineered drawings of the structure; sealed by a registered
Texas engineer.
5. Concrete slab (33 x 24), 3000 psi at 28 days.
PART 2 — PRODUCTS
2.01 FABRIC
A. Cloth shall be made of High Density Polyethylene cloth with UV Stabilizer treatment,
or approved equal. Color: forest green.
B. The material shall be manufactured for use with tensioned cables.
C. The fabric knit is to be made using monofilament and tape filler which has weight of
195g per square meter. Material to be Rachel knitted to insure material will not unravel
if cut.
D. The material shall have a burst strength of 260 kpa.
E. Thread shall be high strength, low shrinkage and shall have a wide tolerance to
temperature and humidity. Thread shall be resistant to abrasion, UV rays, cleaning
agents, mildew, rot and chlorine. Thread shall be lockstitch (1200 Denier, or approved
equal; or Chainstitch (2400 Denier; or approved equal). PTFE (TEFLON@), or
approved equal
2.02 STEEL PIPE
A. :Minimum size of the posts shall be five (5) inch diameter seven (7) gauge round steel
to Coat® galvanized steel, or approved equal).
B. All steel pipe shall be coated for rust protection and finished with a minimum of 3.5 mil
thick LJW-inhibited weather resistant Polyester Powder Coating, or approved equal.
C. All structural steel shall be powder coated. Color shall match color of existing shade
structures on site and shall be approved by the Owner's Representative.
D. All carbon Structural Steel shall be ASTM A-36, except steel pipe columns, which shall
be ASTM A-53, grade B, unless otherwise noted. Slip .fittings shall be manufactured
using drawrul-over-mandrel steel with minimum yield strength of 70 ksi and a
minimum tensile strength of 80 ksi.
'Y Shade Structures
_, Section 13122
E. Steel rafters shall be three and one-half (3.5) inch diameter eight (8) gauge round steel
(Flo Coat® galvanized steel, or approved equal).
2.03 HARDWARE
A. All hardware shall be marine grade stainless steel. All bolt fittings shall include nylon
washers for watertight seals at all joints.
B. Wire rope shall be one -fourths (E14) inch nominal diameter, seven (7) strand, nineteen (19)
wires per strand (minimum), with a minimum nominal tensile strength of 9,000 pounds.
Wire rope shall be secured with approved fittings and cable hardware, as per
manufacturer's specifications.
C. All erection bolts shall be ASTM A-30 7 grade B, treated to retard corrosion, or stainless
steel.
D. All cables shall be galvanized aircraft, or approved equal.
E. All structural steel plates shall be rust/corrosion treated by zinc electroplating. Steel
tubing and plates shall. be fitushed with a. minimum of 2.5 to 3.5 MIL thick DV -inhibited
weather resistant powder coat.
PART 3 — EXECUTION
3.01 GENERAL
A. Steel telescoped sleeves shall not have more than 1 / 16" tolerance, with no less than four
(4) inch overlap at all sleeves. All internal fittings shall be welded on one side.
B. Structural steel shall. be detailed, fabricated, and erected in accordance with AISC
specifications.
C. All shop and certified welders in accordance with the latest edition of the American
Welding Society specifications execute field welding.
D. Shop connections shall be welded unless noted otherwise. Field connections are
separately indicated.
E. All welds shall be performed using E70 electrodes or gas -metal arc welding using ER
7053 wire. All fillet welds shall be a minimum of three -sixteenths (3/16) inch
unless otherwise noted. All steel shall be welded shut at terminations to prevent
internal leakage. Weep holes shall be provided on all lower ends of each member.
F. All welds shall be performed using 70 series wire by certified welder.
G. All corners shall be reinforced with 16 oz. Non -Tear Vinyl material and a strap to
distribute the load.
H. Protective webbing shall be sewn into all areas where steel cable enters/exits cloth
pockets.
I. The perimeters that contain the cables shall be double lock stitched.
2
Shade Structures
Section 13122
PART 4 - WARRANTY
4.01 GENERAL
-- A. All warranties below shall be effective from the date of installation by Owner via sealed
drawings by state of Texas Engineer.
B. The Contractor reserves the right to repair or replace any item covered by this warranty.
4.02 FABRIC
A. Fabric canopies shall be warranted for six (6) years against failure from significant
deterioration, breakdown, mildew, outdoor heat, cold, or discoloration.
B. All fabric tops shall be warranted for winds and gusts up to ninety (90) mph.
4.03 STEEL
A. The structural integrity of the steel shall be warranted for twenty (20) years.
B. Workmanship and painted surfaces shall be warranted for one (1) year.
4.04 THREAD
--! A. Sewing thread shall be warranted for a period of six (6) years.
B. This warrants that the sewing thread shall be free from defects in material and
workmanship and shall not be damaged by exposure to sunlight, weather, or water.
END OF SECTION
3
a Shade Structures
Section 13122
CITY OF LUBBOCK
PARKS AND RECREATION
POST TENSIONED CONCRETE SLABS
AT McALISTER PARK
(TEXAS PARKS AND WILDLIFE PROJECT #50-00303)
PARK DEVELOPMENT LUBBOCK, TX 79457
1010 9TH STREET 806. 775. 2271
LUBBOCK MAP y
SHEET INDEX
SHEET # SHEET NAME
A-1
GENERAL NOTES
A-2
BASKETBALL BASE BID & ALTERNATES
9-1
BASKETBALL SITE PLAN
B-2
BASKETBALL HORIZONTAL LAYOUT
B-3
BASKETBALL SLAB DIMENSIONS
B-4
BASKETBALL GOAL DETAIL
B-5
CHAIN LINK DETAILS
8-6
VOLLEYBALL SLEEVE DETAIL
BA-1
SHADE STRUCTURE (BID ALT #1)
C-1
POST TENSIONED SLAB DETAIL
T
taA I—% Q
C-2
CONCRETE DETAILS
C-3
RAMPS & SAWTOOTH CURB
C-4
STRIPING & SIGNAGE
D-1
IRRIGATION PLAN (BID ALT # 1)
D-2
IRRIGATION PLAN (BID ALT #2)
D-3
IRRIGATION DETAILS
S-1
SKATE PARK SITE PLAN
CONCRETE SLABS
1. SLAB CORNERS SHALL BE LOCATED IN THE FIELD BY THE OWNER.
2, SEE SPECIFICATION 03366 FOR DESIGN REQUIREMENTS OF POST TENSIONED SLAB TENDON LAYOUT AND SPACING,
3. CONCRETE SLABS: REMOVE VEGETATION ON THE SITE TO A DEPTH OF TWO INCHES. DISPOSE OF MATERIAL AT AN
APPROVED SITE. AFTER REMOVAL OF VEGETATION, SCARIFY UPPER 9 INCHES OF SOIL AND COMPACT AS SPECIFIED
4-. INSTALL TOPSOIL AGAINST SIDES OF SLABS. TOPSOIL SHALL BE INSTALLED ONE INCH BELOW THE TOP
OF CONCRETE AND SHALL SLOPE AWAY FROM THE CONCRETE AT 12:1 MAX.
5. FILL BENEATH SLAB SHALL BE COMPACTED TO 95% STANDARD PROCTOR AT +/-2% OPTIMUM MOISTURE.
6. VERIFY LOCATION OF POSTS FOR BASKETBALL GOALS WITH OWNER'S REPRESENTATIVE, BEFORE EXCAVATING.
7. CONCRETE CURING COMPOUNDS SHALL NOT BE USED ON THE BASKETBALL COURT SLAB,
8. GEO—TECHNICAL INFORMATION IS PROVIDED IN EXHIBITS A & B OF THE SPECIFICATIONS.
> EXHIBIT A — BASKETBALL SLAB (TH--1)
> EXHIBIT B — SKATE PARK SLAB
Post Tensioned Concrete Slabs at McAlister Park I GENERAL NOTES
Cily of Lubbock T'P&W Project #50-00303 A-1
LT `5' SIDEWALK
/ CHAIN LfNK FENCE
RAMP W/CONCRETE STRIP
(BID ALT #1) (BASE BID)
° 8' SIDEWALK
PAINTED STRIPING (BID ALT #1) J/
(BASE BID) 5` SIDEWALK -
(BASE BID) : POST TENSIONED
EXISTING ` (SEE NOTE #1) -` CONCRETE SLAB
(BASE BID)
PARKING RAMP -
(BID ALT #1) }
} 34' X. 25
BLEACHER" -SLAB
_ } I x:.I
I� -.- �► ..:. STRUCTURE
6' SIDEWALK (BID. ALT #.2). :
(BID ALT # 1) f -
.LT' - -
'SAW TOOTH CURB mi
- _
LT (BID ALT #1)
OpEr
OUTFIELD FENCE
NOTES f j
1. BASE BID INCLUDES THE POST TENSIONED CONCRETE SLAB; AND 5' SIDEWALK EXTENDED TO
EDGE OF EXISTING ASPHALT. CUT EDGE OF ASPHALT AND INSTALL CONCRETE FLUSH W/ ASPHAL.U,.
VERTICAL EDGES SHALL NOT EXCEED ONE QUARTER INCH. BASE BID ALSO INCLUDES
BASKETBALL GOALS, VOLLEYBALL SLEEVES, PARKING LOT STRIPING AND ACCESSIBLE SIGNS.
SKATE PARK SLAB (SHEET S-1) IS ALSO INCLUDED IN BASE BID.
2, BID ALT #1 INCLUDES 8' AND 6' CONCRETE SIDEWALK, CURB AND GUTTER, ACCESSIBLE RAMPS,
SAW TOOTH CURB, IRRIGATION, ASPHALT REPAIR, AND MINOR GRADING AT SAW TOOTH CURB.
3. BID ALT #2 INCLUDES A CONCRETE BLEACHER PAD, A SHADE STRUCTURE; AND MODIFICATIONS
TO THE IRRIGATION SYSTEM,
4. SEE SHEET BA-1 FOR SHADE STRUCTURE DETAILS.
Post Tensioned Concrete Slabs at McAlister Pork BASBASKE BID ALLTERNATES
City of Lubbock TP&W Project #50-00303 A-2
ES
ES
3270.0 r f I41
BC t 269.9!
32691.4 iF OF NORTH
RAMP J
(SEE SHEET C-3) -26T8 ES
3268.
HORSE SHOE COURTS
3269.4 (BY OTHERS)
ES LT
3269.3 SILT FENCE
PAINTED STRIPE (TYP) EA POST TENSION
SIDEWALK CONCRETE SLAB
(SEE SHEET C-4 (8' WIDE)
C
0 ES - FOR STRIPING DE 1% SIDEWALK
G 4:
(S' WIDE) :.3269:5 '5 B-5
EXISTINGES PARKING C -2 32693,
T,
RAMP 3269t I+ L
(SEE SHEET C-3)11� SLAB 3269*21
(B.D., ALT#;.Z
3663269.2 9.8 32697 i ES 3268.5.
IRON PINO EA
3269
1�0 .-2-6 3267.9
3269.2 ES 3269.1
EA oLIGj4T A A
MATCH EXISTING
BC S269.7
C-1
3270.1
- ES 3269.7
3269
S 6-9,2 0 .269.0-
3269,8 +
SAW TOOTH CURB
.(SEE SHEET C-3)
3270.2
TC LIGHT co
GRADE AWAY FROM
1,SAWTOOTH CURB AT 0.57. -0
(MAX 1:12 SIDE SLOPES)
3270 (COZIRDIN�ATE W/BALLFIELD EXTEND SILT FENCE TO JOIN
EXISTING FENCE FOR ADJACENT
CONTRACTOR) PROJECT
3268.2
326&3
LEGEND 3 3268.4 0
"6,9
41,
+PreOPOScJ TOP OF CONCRETE ELEVATION �3268,6
EA EDGE OF EXISTING ASPHALT
I3268,6 EXISTING F: E-VATION
OUT FIELD \FENCE
8C PROPOSED ELEVATION AT BACK OF -CURB N\
(BY OTHERS)
ES EXISTING SPRINKLER/SEE IRRIGATION PLANI
TC TOP OF EXISTING CONCRETE ELOVATION
i - I X\, - 40
Post Tensioned Concrete Slobs at McAlister Park BASKETBALL SITE PLAN
City of Lubbock TP&W Project #50-00303 B — 1— ---- I
EXISTING
PARKING
I
2
NORTH
`
HORSE SHOE
COURTS
LT
(BY OTHERS)
PAINTED
STRIPE
`
CORNER STAKED
(TYP)
IN FIELD BY
OWNER (TYP)
SIDEWALK
i (8' WIDE)
59'R
ACCESSIBLE AISLE (TYP)
(6' WIDE)
3069.8
IRON PIN
MATCH ELEV
OF EXISTING
SIDEWALK
=i
J
W
LT
EXISTING
6' SIDEWALK .
SIDEWALK
OUTFIELD FENCE
OTHERS)
REFERENCED
LAYOUT POINTS
vQ�
�o
SIOEW TALK
CN
VU
LEGEND OF I
•\ EJ EXPANSION JOINT
FC FACE OF CURB
POINT
DESCRIPTION
ANGLE RT FROM
DISTANCE FROM
REFERENCE LINE
IRON PIN
BACK OF CURB
175°17'17"
120'
'
BACK OF CURB
AT CENTER
i 185° 49'25"
107.0'
OF RAMP
i
! 3 +►-
RA.DIUS PT
4 600 47'09"
99.6'
!
d ' `
BACK OF CURB!
'
AT CENTER
238- 01 19"
65.9'
11
OF RAMP
C5
r� F
191 to 23'25"
1 12.0'
D!"t WALK
.i
9=4�9
0 40
Past
Tensioned
Concrete Slobs
of McNi$ter Park
(R
BASKETBALL HORIZONTAL
City
of Lubbock
TP&W
Project #50-00303
LAYOUT
B-2
VOuEYBAu
SLEEVE (TYP)
(SEE SHEET B-8)
. ���
PLAN 3000 PSI CONCRETE
DOWEL
ORE
POST TENSIONED
6 SLAB
OF SECTION E L
1- CHAIN IUNK AND CONCRETE MAINTENANCE STRIPS ARE NOT SHOWN ON THIS DRAWING.
2. WWM = WELDED WIRE" MESH. MESH SHALL BE ASTM A 18"; 6 X 6 - W2A X W2.1.
3. COMPA011 ION BENEATH BLEACHER PAD SHALL BE MIN 95% STANDARD PROCTOR OENSITY AT
ADD "'ONIROL JOINT IF BID ALT #2 IS SELECTED. SPACE EVENLY.
BASKETBALL SLAB
Post Tensioned Concrete Slabs at McAlister Pork
DIMENSIONS
City of Lubbock TP&W Pro-ject #,50-a,03103 8-3
e-
z
0
z
w
x
x
w
J
J
I.L.
Q
o'.
4
�I
0-
0
0
U-
0
a
0
J
z
2
0
z
WRAP TWICE W/#30
SHINGLE FELT. SEAL WITH
JOINT SEALER
#4 REBAR
(TYP OF 5)
3000 PSI
CONCRETE
POST'
�z
COMPACTED SUBGRADE
(TYP)
„BISON" BRAND ADJUSTABLE BASKETBALL
GOAL, MODEL PR38S--BK; WITH 42" X 60"
STEEL BACKBOARD AND BA33U HOOP.
DOME CONCRETE AROUND
POST 1" FOR DRAINAGE
CONCRETE SLAB
(5" THICK)
6 MIL BLACK
PLASTIC (DOUBLED)
#4 REBAR
(TYP OF 5)
CONCRETE BRICK OR PER MFG
RECOMMENDATIONS
SECTION THROUGH BASKETBALL. GOAL �
;s
F ,
Post Tensioned Concrete Slabs at McAlister Park BASKETBALL GOAL DETAIL
City of Lubbock TP&W Project #50-00303 8_4
10'-0"
i (TYP)
TRUSS ROD
(ENDS, TYP)
3" O.D.
POST
4" O.D. {
o - t END POST
Y
1/2"R Zn
(TYP) ( BOTTOM
RAIL
FINISH GRADE o I f #4 ;-BAR
12:1 MAX �t 3'-0 " . C
4 REBAR
18" O.C.
^_ _ g7e/<
15" DIA CONCRETE FOOTING (TYP)
0
w
CRUSHED STONE
SECTION C/13-5
SCALE: 1 /4"=1 '-0"
4" OR 3" POST
18" 1 /2" 4,
EXPANSION JOINT
io
7AT'd
aPOST TENSIONED
FINISH GRACONCRETE SLAB
12:1 M#4 REB18
#4 REBARI #4 REBAR, CONT
TYP OF 4Typ
'.
COMPACTED -""'r `` COMPACTED STONE r� a-
SUBGRADE �� ��{ BASE t
SECTION D/5--5:
SCALE: 1/2"=1'-0" fRi
L
Post Tensioned Concrete Subs at McAlister Park L
CHAIN LINK DETAILS
City o{ Lubbock TP&W Project #50-00303 1 �_�
W
M
3" BRASS
PLUG (FLUSH)
POST TENSION
\ 12" DIA CONCRETE
FOOTING, 3000 PSI
CONCRETE
3" I.D., SCH 40
GALV PIPE
SHED STONE
COMPACTED
SUBGRADE
VOLLEYBALL SLEEVE
SCALE: 1 "=1 ' -0"
NOTES
1, CONCRETE SHALL NOT BE DOMED AROUND SLEEVES.
2. SLEEVES SHALL BE INSTAL LED VERTICAL.
.3. ROUTE TENDONS FOR MIN 4" CLEARANCE AROUND SLEEVES.
Post Tensioned Concrete Slobs at McAlister Park - VOLLEYBALL SLEEVE
City of Lubbock I P&W Project #50-00303 B_6
SHADE CLOTH
-
o
!P2° t
I THICKEN SLAB TO 6" BASKETBALL.
ABOVE FOOTINGS SLAB
THICKEN EDGE:'
TO 8" AT EDGE
30" DIAMETER
EMBEDMENT r-v �' FOOTING (TYP)
TRANSVERSE SECTION
''`'
24" t
(nP) CONCRETE BLEACHER
SEE NOTES 3, 4, & 5 PAD (5" THICK)
FG
12:1 MAX
1 ' 3 #3 REBAR AT 4" OC,
' 12 OC THEREAFTER
f r COMPACT
T 5UBGRADE TO
(+ 4 #3 REBAR SPACED 957STANDARD PROCTOR * �'
EVENLY
(.IYP)
30'-0"JL-
'�'
i
LONGITUDINAL SECTION THROUGH FRONT EDGE j
-4 .
N T E'S (SHADE STRUCTURE) F t`
SHADE STRUCTURE SHALL BE "HENDEE", OR "SUN PORT"; OR APPROVED EQUAL PER SPECIFICATIOiV
2. CONTRACTOR SHALL PROVIDE STRUCTURAL DRAWINGS, STAMPED BY A TEXAS PROFESSIONAL ENGINEER.
#NSTALL SLAB OVER FOOTINGS. INSTALL #4 RE -PAR LOOP AROUND POSTS IN SLAB. OVERLAP LOOP MIN 12".
EXTEND VERTICAL REBAR INTO SLAB AND TIE TO LOOP.
4. WRAP TOP 6" OF POSTS WITH TWO WRAPS OF # 15 SHINGLE FELT; SEAL JOINT W; SONNEBORN SEALANT.
5. DOME CONCRETE AROUND POSTS ONE INCH HIGH WJ 12" DIAMETER.
6. 3" MIN CLEARANCE REBAR TO ALL SURFACES.
7. STRUCTURE AND SHADE CLOTH SHALL BE ENGINEERED TOE WITHSTAND 90 MPH WINDS.
Past Tensioned Concrete Slabs at McAlister Park SHADE STRUCTURE
City of Lubbock TP&W Project #50-00303 BA-1
CONCRETE SLAB
#4 REBAR AT
12" O.C.
• d
s_
6 MIL BLACK1\` \�
PLASTIC (2 SHEETS) `� . \ ` ♦ r
CHAIR �� \
COMPACTED SUBGRADE
8„
/ CABLE TENDON
1 /2" R
#5 REBAR (2)
SECTION A/C-1
SCALE: 1 "_ 1'--0"
REFERENCED NOTES
10 -•- SEAL JOINT ANCHORAGE WITH EPDXY GROUT AFTER STRESSING OPERATIONS
TOP POST TENSIONED BEAM STRAND
NOTES
1. SEE SPECIFICATION 03366 FOR DESIGN REQUIREMENTS OF POST TENSIONED
SLAB TENDON LAYOUT AND SPACING; AND LOCATION OF ANY REQUIRED JOINTS.
2. FINISH GRADE SHALL BE 1" BELOW TOP OF CONCRETE.
3. SKATE PARK SLAB SHALL HAVE A SMOOTH TROWEL FINISH; BASKETBALL SLAB
SHALL HAVE A LIGHT BROOM FINISH.
4. 2" MIN CLEARANCE FROM REBAR TO ALL SURFACES.
Post Tensioned Concrete Slabs at McAlister Park POST TENSIONED DETAIL
City of Lubbock TP&W Project #50-00303 C-1
f FINISH GRADE 1
I - BELOW TOP OF
{ 'n I CONCRETE (TYP)
1/2" R NO SLOPE i
FINISH GRADE (TYP} . . FINISH GRADE
12: i MAX`� °s-- a `--12:1 MAX
/4 REBAR
3000 PSI
CONCRETE
COMPACTED SUBGRADE
SECTION F/C2
TYPICAL 5' SIDEWALK
SCALE: 1 /2"=1 '-0" ,
1/2" EXPANSION JOINT 3000 PSI A
WWM CONCRETE
1co
%��/ice
SMOOTH DOWEL
(SEE NOTE) COMPACTED SUBGRADE
TYPICAL EXPANSION JOINT
NOTES (TYPICAL EXPANSION JOINT)
1. INSTALL SMOOTH 3 SMOOTH DOWELS AT ENDS OF SIDEWALKS WHERE SIDEWALKS ABUT NEW
OR EXISTING CONCRETE. DRILL HOLES OF APPROPRIATE SIZE IN EXISTING CONCRETE TO ACCEPT
DOWELS. CAP AND LURE ONE ENO OF DOWELS.
2. INSTALL SMOOTH DOWELS ACROSS ALL EXPANSION JOINTS UNLESS OTHERWISE NOTED OR
INSTRUCTED BY OWNER.
4' 2'--0" 8' FINISH GRADE 1 "
BELOW TOP OF
SAW CUT 6 �t /2" R to
SHOWN 1 `2 R CONCRETE (TYP)
ASPHALT i " FINISH GRADE
12:1 MAX
/• , w ° '4trWM / ����` 4 REBAR
3000 PSI �TYP OF 2 j
SEE NOTE 1' CURB AND CONCRETE =;
COMPACTED SUBGRADE
GUTTER
SECTION C/C--2
CONCRETE SIDEWALK AT BACK OF CURB
NOTES (SECTION G/e-2) SCALE: 1/2" 1'-O"
I. EDGE OF ASPHALT IS DETERIORA TIED DUE TO GRASS INVASION. REMOVE EXISTING ASPHALT
AND VEGETATION TO A DEPTH OF APPROXIMATELY TWO INCHES. INSTALL HOT MIX ASPHALT. ROLL
AND COMPACT. PROTECT EDGE OF CURB FROM ASPHALT.
Post Tensioned Concrete Slabs at McAlister Park CONCRETE DETAILS
City of Lubbock TP&W Project #50-00303 C-2
5' SIDEWALK
CONTROL
8' SIDEWALK JOINT (TYP"
3269.2
4f 4,5%
3269.7
REFERENCED NOTES 12' -
CURB TAPERS TO SIDEWALK HEIGHT
CURB APPROX 6" A13OVE SIDEWALK SAWTOOTH CURB PLAN
RAMP PLAN
(NOT TO SCALE) (SEE BASKETBALL SITE PLAN SHEET B-2)
(NOT TO SCALE)
CONCRETE LANDING
EXISTING FLOW CURB (BEYOND) 1/2" EXP CONCRETE CURB 1/2" EXP
LINE JOINT
JOINT 1% DOWEL 4.57,
CONCRETE COMPACTED SUBGRADE Elp.
NOTES (SECTION K) (5" THICK) 95% STD, PROCTOR Q.
1. INSTALL 2 SMOOTH DOWELS
SECTION K
ACROSS WALKWAY ONLY. (SEE RAMP PLAN THIS SHEET)
Af
RAMP OF
LANDING
,
REFERENCE LINE .4k REBAR
WWM TOP OF
SUBGRADE
(3 DOWELS EACH JOINT)
SECTION L
(SE[ SAwTO0TH CURB PLAN THIS SHEET) CENTERLINE-.��
" OF LANDING �r
Post Tensioned Concrete Slabs at McMister Park i RAMPS & SAWTOOTH CURB
City of Lubbock TP&W Project #550-00303
BOTTOM OF
"VAN ACCESSIBLE"
SIGN
I
SIGN POST
STRIPES EXTEND ALONG
IMAGINARY LINE TO
CENTER OF 59`R ARC
AISLE
(6- WIDE)
DIAGONAL STRIPES'
AT 24" O.C.
FINISH GRADE
OR TOP OF
1 4 il�4
LEAVE OUT SLEEVE X 30
2-1
(18" SOUARE)
71"�12" DIA CONCRETE
CRUSHED STONE'"
SIGN ELEVATION
NOT TO SCALE
>U
RAMP
-,;L-
T-
NORTH
_J,ACCESSIBLE SIGN (TYP)
POST 24" FROM
BACK OF CURB) I
ACCESSIBLE- SPACE
(i !' WIDE — TYP OF 4)<=
-C,
0
J. I 1p
Tel -Cl
0
0
NOTES
E
1. SIGN POSTS, SIGNS, GROUND SLEEVES, AND BOLTS
WtLL SE SUPPLIED BY THE OWNER.
2. STRIPES SHALL BE 4" WIDE, WHITE. PAINT SHALL BE Fl LJ9
COMMERCIAL GRADE PAVEMENT MARKING PAINT. TWO 0 20
t7
COATS SHALL BE APPLIED.
PARKING LOT STRIPING PLAN
Post
City
Tensioned
of Lubbock
Concrete Slabs
TP&W
at McAlister Park
Project #50-00303
STRIPING & SIGNAGE
C-4
ES
ADD SPRINKLER
TO EXISTING LATERAL
EXISTING VALVE
TO REMAIN1��"�i•Y
CUT LINE ESR
AND CAP
VERIFY LOCATION OF
SPRINKLERS W/OWNER
LIGHT
EXISTING
PARKING
34,
VERIFY `LOCATION
_ ES
I g FUTURE DEVELOPMENT
BY OTHERS
` s :SPRINKLER AND VALVE SCHEDULE
i f = • I HUNT 1-25 QUARTER AND HALF CIRCLE
W/#� NOZ
-+ k, ES HUNTER 1--25 FULL CIRCLE W/#8 NOZ
E
. ` FOR ,�.FUTURE Vi V2
;R HUNTER ICV-301-3"
V2�USE `; QC QUICK COUPLER
V1 ;3 2"t 1-1/4 1" V,
4_
ESR 1
ESR o
ESR
ESR_
—*—CUT LINE / ATTACH
NEW LATERAL
LEGEND
ES EXISTING SPRINKLER TO REMAIN
ESR EXISTING SPRINKLER / REMOVE
S; :BA SPRINKLER TO BE ADDED BY
1" \2-1/2', _ I
QC 1
ESR _
LIGHT _ - • _ - - _ 1..
SEE NOTE #1
EXISTING 6" MAIN e
OUTFIELD FENCE FOR
CHALLENEGER BASEBALL FIELD
ScPARArE COPrTRACT N4TES
EXISTING SPRINKLER LINE ! 1. CONCRETE BLEACHER PAD. BID ALT 02, FIA-�
i
TO BE ABANDONED SEE SHEET 0-2 FOR IRRIGATION PLAN. 0 40
-- — EXISTING SPRINKLED LINE 1 2. SALVAGE ABANDONED SPRINKLERS TO OWNER.
f TO REMAIN 3. RUN WIRES TO IRRIGATION CONTROLLER BY 4 X 4 TRACK,
i
APPROXIMATELY 550`.
Post Tensioned Concrete Slabs art McAlister Park IRRIGATION PLAN
(BID ALT /j?)
City of Lubbock TP&W Project #50-00303
D-1
1 •
ES
ADD SPRINKLER VERIFY `C OCATION
TO EXISTING LATERAL
ES
EXISTING VALVE
TO REMAIN----*`—'.
CUT LINE
AND CAP FUTURE DEVELOPMENT
.� BY OTHERS
VERIFY SPRINKLER 1 ' `-
LOCATION W/OWNER
4}E
LIGHT S ' SPRltv`KLER"AND VALVE SCHEDULE
t
FOR `:FUTURE • HUNTER 1-25 QUARTER AND HALF CIRCLE
ESR V2 ,USE V2 HUNTER ICV-301-3°
EXISTING /2 t `� OC QUICK COUPLER
PARKING
V1 2" 1-1/4 1-1/4 1"
b ES
ESR 2-1/2
! =
... -
SEE- NOTE" #1
°ESR
ESR
`�. LIGHT
ESR
ESR
ESR
LIGHT
CUT LINE / ATTACH 1 ��
NEW LATERAL
S/TBA
EXISTING 6" MAIN
EXISTING VALVE—.., ,
OUTFIELD FENCE FOR
cft
CHALLENEGER BASEBALL FIELD'
LEGEND
f
f
ES
EXISTING SPRINKLER TO REMAIN
!
ESR
EXISTING SPRINKLER / REMOVE
` {
S/TBA
SPRINKLER TO BE ADDED BYf
SEPARATE CONTRACT
NOTES
�,
fL�I
J
EXISTING SPRINKLER LINE
1. CONCRETE BLEACHER PAD. BID ALT #2
0 40
TO BE ABANDONED SEE SHEET D-2 FOR IRRIGATION PLAN.
EXISTING SPRINKLER LINE 2. SALVAGE ABANDONED SPRINKLERS TO OWNER.
TO REMAIN 3. RUN CONTROL MIRES TO IRRIGATION CONTROLLER
BY 4 X 4 TRACK, APPROXIAMTELY 550'.
Past Tensioned
Concrete Slabs
at McAlister Park
f IRRBID T LT #2 N
City of Lubbock
T P&W
Project #50-00303
D-2
30" LINEAR LENGTH OF
WIRE, COILED (1 OF 3)
FINISH GRADE
t STD
P�
ADAPTEVCR
(T'P)
REMOTE CONTROL VALVE
WATER PROOF CONNECTION (1 OF 2)
3.0" MINIMUM DEPTH OF
3/4" WASHED GRAVEL BRICK (4)
zi'*
ml e
a
N
PVC 90' ELL (1 OF 2) -
10" ADS VALE BOX
EXTENSION AS NEEDED
PVC BALL VALVE
(FIPT X FIPT)
PVC MALE ADAPTER
/(1 OF 3)
2" MIN BETWEEN JOINTS J�
/ SERVICE TEES
3/4" WASHED GRAVEL (GASKET X FIPT)
(3" DEEP MIN)
REMOTE CONTROL VALVE
INSTALLATION DETAIL
NOT TO SCALE
VALVE BOX W/COVER FINISH GRADE
FINISH GRADE (6" ROUND)
HUNTER ROTOR
RAINBIRD MODEL 3/4" SCH 80 SWING JOINT
44RC KBI MODEL TSA-750-TT
3/4" WASHED SWING JOINT
GRAVEL/6" DEEP (KBI MODEL TSA-1000-TT)
BRICK (TYP)'y jVC LATERAL LINE
PVC MAINLINE' PVC SCH 40 TEES
OR ELL PVC TEE OR ELL
QUICK COUPLER VALVE ROTOR INSTALLATION+!
NOT TO SCALE NOT TO SCALE
Post Tensioned Concrete Stabs of McAlister Park IRRIGATION DETAILS
City of Lubbock TP&W Project #50-00303 D-3
3270.7 v F 3271.2 -"'--
�3271.4•;.._. 3271.4 j
SKATE PARK SLAB
65 X 115
A.' A EXISTING i
IRRIGATION
• �C_ f CONTROLLER
: 27q i270:?k WOODEN HUB
3269.9 f + + 3270.5 ASSUMED N
i n ELEVATION 3271.9 EXISTING BALL FIELD
` CONCRETE SIDEWALK 15' WIDE)
SILT FENCE WILL CONNECT TO ACCESSIBLE
PARKING SPACE (BY OTHERS)
57TH STREET
w
z PLAN
d
NOTES
1. SEE SPECIFICATION 03366 FOR DESIGN REQUIREMENTS OF POST TENSIONED SLAB
TENDON LAYOUT AND SPACING; AND LOCATION OF ANY REQUIRED JOINTS.
2. OWNER SHALL LOCATE CORNERS OF SLAB IN FIELD.
LEGEND 3: CONTRACTOR SHALL REMOVE SOIL AND VEGETATION TO A DEPTH OF TWO (2) INCHES
AND DISPOSE OF 'MATERIAL AT AN APPROVED LOCATION, AFTER REMOVAL OF VEGETATION
3270'7. EXISTING SPOT ELEVATION REMOVE ADDITIONAL MATERIAL AS NECESSARY TO BRING THE GRADE TO REQUIRED
ELEVATION; SCARIFY AND COMPACT UPPER NINE INCHES; ADD FILL IF REQUIRED AND
T PROPOSED ELE`ATION COMPACT.
(TOP OF CONCRETE) 4. COMPACT SOIL BENEATH STAB TO 95% STANDARD PROCTOR AT +j-27.
OPTIMUM MOISTURE.
STONE CONSTRUCTION
ENTRANCE / VERIFY
LOCATION W/ OWNER
#' t
e � '
f "fi a
�.. _ ♦_ R�
(NOT TO SCALE)
Post Tensioned Concrete Slabs at McAlister Park i SKATE PARK SITE RLhN
City of Lubbock TP&W Project #50-00303 S_I
EXHIBIT A
NOTE: THIS REPORT REFERS TO TEST HOLE #1 (TH-1) AND TEST HOLE #2 (TH-2); ONLY TIM
IS RELEVANT TO THE CURRENT PROJECT (BASKETBALL COURT).
Report used with permission from Terra Testing., Inc.
SEE EXHIBIT B FOR SOILS REPORT AT THE SKATE PARK SITE
1
SOIL INVESTIGATION REPORT
McAlister Park and Burgess Rushing Tennis Center
Lubbock, Texas
1.0 INTRODUCTION
This report contains the results of the soil investigation recently performed for
the proposed McAlister Park and Burgess Rushing Tennis Center, Lubbock, Texas. This
investigation was conducted according to the instructions provided by Mr. Brett Glenn,
Landscape Architect, City of Lubbock ('Client'), Lubbock, Texas. The objectives of this
investigation were to conduct subsurface exploration, perform field-testing and laboratory
testing, and subsequently, based on the field and laboratory findings, to develop
recommendations for the proposed structure, including foundation alternatives, required
depths, and allowable bearing values of the soils.
LUBBOCK
STR 1620 McAllister Park and Burgess Rushing Tennis Center 2
07-30-04
2.0 EXPLORATION, SAMPLING AND FIELD TESTING
At the request of the client, the sub -surface conditions were explored by a total of
two (2) test holes (TH-1 and TH-2), both of which were drilled to a depth of 20.0 feet
below ground surface (bgs), at locations shown on the boring location plans (Figures 1 a
and lb). The drilling was performed using a CME 75 Drilling Rig. Standard penetration
tests were conducted at depths of 2.5, 5.0 feet and at 5.0 feet intervals thereafter to total
depth, using a split spoon sampler. The number of blows per foot of the split spoon
sampler (in 6-inch increments) is shown on the boring logs and in Figure 2. The
sampling was performed in accordance with ASTM D 1586 and the actual penetration
obtained for the respective increments is reported on the boring logs.
The changes in soil strata, as observed during drilling operations, were carefully
determined and are shown on the boring logs. However, all soils strata depths are
considered approximate. All soil samples were kept in moisture -proof plastic bags to
preserve the in -situ moisture content, identified by the test hole number and the total
depth of the hole, and transported to the laboratory for additional tests and evaluation.
The test holes were monitored during and immediately following drilling
activities for the presence of groundwater. Groundwater was not observed in either test
hole.
LUBBOCK
STR 1620 McAllister Park and Burgess Rushing Tennis Center 3
07-30-04
3.0 LABORATORY TESTING
All soil samples were classified according to the procedures outlined in ASTM D
2487, based on the Unified Soil Classification, System. Furthermore, the soils are
described on the boring logs using the methods prescribed in ASTM D 2488, utilizing
Munsell Soil Color Charts, published by GretagMacbeth, New Windsor, NY, 2000
revised edition.
Soil samples, which appeared to indicate maximum plasticity characteristics, were
selected and Atterberg Limit tests were performed on these samples according to
procedures outlined in ASTM D 4318. Percentage by weight of material passing the No.
200 sieve was also determined by ASTM D 1140 for the same samples. Additionally, the
moisture content for all collected soil samples were determined by the procedures
outlined in ASTM D 2216. Furthermore, two (2) Shelby tubes samples were retrieved
from both test holes (TH-1 and TH-2), at depths between 2.5 and 3.0 feet below ground
surface (bgs), for triaxial compression and direct shear tests. However, direct shear
testing could not be completed due to the fact that the samples would crumble, and there
were not enough samples to attempt a retest. Additional field and/or laboratory tests, as
per depths specified by the client, included standard penetration tests, and soils
classification.
All soil samples collected with reference to this project will be stored for a period
of six (6) months from the report date. The samples will be discarded after this time
period, unless instructed otherwise in writing.
LU1190CK
STR 1620 McAllister Park and Burgess Rushing Tennis Center 4
07-30-04
4.0 GENERAL SOILS AND DESIGN CONDITIONS
4.1 Description of Soils
The topsoil in test hole TH-1 is a silty clayey sand (SC-SM) with organics that
extends to a depth of approximately 2.0 feet below ground surface (bgs) while in hole
TH-2, it is a sandy lean clay (CL). Below the top soil in both holes, there are layers of
sandy lean clay (CL) with a plasticity index equal to 21. Further below there are layers of
clayey sand (SC) as indicated in the boring logs. In hole TH-1, there is a layer of
nonplastic silty sand (SM) at the bottom of the hole, while in hole TH-2, there are layers
of sandy lean clay (CL) at the bottom of the hole.
4.2 Design Conditions
It is reported that tennis courts are proposed to be built in the area. The strength of
the soil layers at the top 5 feet is moderate and becomes stronger with depth. In hole TH-
I, there are very strong cemented caliche soil from 15 to 20 feet depth and the overall
strength of the soil layers increases with depth. Soil layers in hole TH -2 are weaker than
those in hole TH -1.
Three (3) soil samples from the top soil layers were tested in a triaxial
compression chamber and the results of these tests indicate that the values of the modulus
of elasticity of the soil samples at 50% ultimate strength are 1000, 800 and 1000 psi.
respectively. All samples indicated a moderate stiffness for the soil.
The values of the plasticity index of the clayey soils vary between 19 and 28,
except the low plastic soil in hole TH -I at the top. Clayey soils with plasticity indices
greater than 15 and less than 25, are considered to be low and moderately expansive; and
those with values greater than 25 are considered to be highly expansive. It is therefore
LUBBOCK
STR 1620 McAllister Park and Burgess Rushing Tennis Center 5
07-30-04
recommended to provide good drainage around the tennis courts, there shall be no water
stagnant anywhere near the courts. It is fuuher recommended to scarify and compact the
top 9 inches as recommended in Section 5.0 Site Preparation.
For tennis courts, if concrete slabs are used, it is recommended to use post -
tensioned slabs. Post tensioning is found to be effective in Lubbock area if the ground
surface is properly formed. Sufficient control joints shall be provided to reduce cracks in
the slabs.
If there are buildings provided in the area, it is recommended to provide spot and
or continuous footings at a depth of 2.5 feet below the ground level. The allowable
bearing value at 2.5 feet below is recommended as 2000 ps£
If retaining walls are under consideration, these walls must be designed to
withstand a lateral soil pressure equal to 30 z psf per foot of the wall (where z is the depth
in feet from the top to which the soil pressure is computed).
All floor slabs shall be placed only on compacted soil and the compaction shall be
performed as recommended in Section 5.0, Site Preparation. Also, the soil that exists at
the near surface is susceptible to loss of strength when inundated with water. Therefore,
use of landscaping close to the foundation is not recommended. It is further
recommended to provide good drainage around the foundation so as to maintain good
bearing capacities for the soils (see Section 6.1 Site Drainage for more specific
information).
TERRA ENGINEERS, INC.
LUtiOCK I
i
L-
STR 1620 McAllister Park and Burgess Rushing Tennis Center 6
07-30.04
5.0 SITE PREPARATION
It is recommended that the top 2.0 inches of surficial soils be removed to remove
the debris, roots and vegetation and any other deleterious material, if any. It is further
recommended that at least 9 inches of the top soil be scarified and compacted in order to
obtain a uniform surface. The compaction shall be performed such that the compacted
soil dry density shall be at least 95% of the computed laboratory dry density as
determined by ASTM D 698. The ground elevation can be increased, by replacing the
excavated soil fill in 9 inch layers such that each compacted layer shall not exceed 9.0
inches in thickness and the compaction shall be performed as per the above
specifications. If transported or imported soils are used which are different from the
existing soils, then these soils shall be tested for Atterberg limits (ASTM D 4318) and the
maximum dry density and optimum moisture (ASTM D 698). The liquid limit of the
transported or imported soils shall not exceed 35 and the plasticity index shall be between
7 and 15. Each successive layer of new soil shall be placed only after the bottom layer
has been compacted and tested for the required densities.
LUN&OCK
STR 1620 McAllister Park and Burgess Rushing Tennis Center 7
07-30-04
6.0 CONSTRUCTION CRITERIA
6.1 Site Drainage
It is recommended to provide adequate drainage outside the area of the concrete
slab. Placement of flowerbeds or lawns close or proximal to the concrete slab can have
very detrimental effects on the foundation because of the possibility of the softening of
the soil below the foundation.
6.2 Quality Control
Construction inspection and quality control tests shall be planned and scheduled
to verify materials and placement is in accordance with the specifications. Subgrade
preparation, field density tests, and concrete strength are very important and therefore
shall be monitored and recorded. If applicable, a geotechnical engineer shall monitor the
drilling of the piers or other qualified professional, to ensure that the placement of the
pier is on the correct soil strata, which may vary from pier to pier. It is further
recommended that Terra Engineers, Inc. perform quality control services in order to
ensure quality construction inspection and material testing for the project. Terra
Engineers, Inc. would be pleased to provide these services and can also assist with
construction inspection, planning and scheduling. We also recommend that Terra
Engineers, Inc. be retained, to review the final design document to verify that the
recommendations made in this report have been interpreted as intended, and to inspect
the installation of all foundations.
TERRA ENGINERRS, INC.
IURROCK
STR 1620 McAllister Park and Burgess Rushing Tennis Center
07-30-04
7.0 LIMITATIONS
8
Every effort has been made to accurately evaluate the subsurface conditions at the
above referenced site in accordance with the standard engineering principles and
practices. No other warranty or guarantee, expressed or implied, is made other than that
the work was performed in a proper and workmanlike manner. However, it must be
recognized that the SPT sampling tube cannot retrieve boulders or gravel of sizes larger
than 1.5 inches.
The foundation recommendations stated in this report are based on two (2) test
holes which were drilled to a depth of 20.0 feet bgs at locations shown in the boring
location plan (Figure 1) and as such, subsurface conditions may vary. The conclusions
reached in this report are exclusively for engineering design and were based on a limited
number of soil borings and results of laboratory tests conducted on samples recovered
from two (2) test holes drilled to a depth specified by the client. Furthermore, the
recommendations presented herein are based on analyses, which presume the soil
properties between the borings to have a reasonably uniform variation as revealed by the
exploratory borings. Consequently, careful observations must be made during
construction activities to detect any significant deviations of actual conditions throughout
the construction area from those inferred from the exploratory borings. Should any
unusual conditions be encountered during construction, this office should be notified
immediately so that further investigations and supplemental recommendations may be
made to modify the foundation design to suit the new conditions encountered.
LUBBOCK
STR 1620 McAllister Park and Burgess Rushing Tennis Center 4
07-30-04
Moreover, design recommendations are made for static loading conditions only;
dynamic loads from machines like large generators or compressors, etc. have to be
considered by experts on such loading conditions.
Terra Engineers, Inc. shall not accept the responsibility for all the adequacies of
the recommendations provided in this report if another party is retained for QA/QC
during pier drilling, pier installation, and/or construction material testing during the
construction phase.
Due to changes in current technology, changes to the project site conditions,
changes in project specifications etc., this report and the recommendations made in herein
shall not be valid one (1) year from the date of the report. It is strongly recommended
that the client contact Terra Engineers, Inc. to determine whether this report is valid after
the expiration of the above mentioned time period, or should project site conditions vary.
LUBBOCK
STR 1620 McAllister Park and Burgess Rushing Tennis Center 10
07-30-04
8.0 REPORT DISTRIBUTION
Terra Engineers, Inc. prepared this report for the sole and exclusive use by its
client, based on specific and limited objectives. All reports, boring logs, field data,
laboratory test results and other documents prepared by Terra Engineers, Inc. as
instruments of service shall remain the property of Terra Engineers, Inc., and reuse of
these documents is not permitted without written approval from Terra Engineers, Inc. The
client may release the information to third parties, who may use and rely upon the
information at their discretion. However, any use of or reliance upon the information by
a party other than specifically named above shall be solely at the risk of such third party
and without legal recourse against Terra Engineers, Inc., its parent company, or its
subsidiaries and affiliates, or their respective employees, officers or directors, regardless
of whether the action in which recovery of damages is sought is based upon contract, tort
(including the sole, concurrent or other negligence and strict liability of Terra Engineers,
Inc.), statute, or otherwise. This information shall not be used or relied upon by a party
that does not agree to be bound by the above statement. Terra Engineers, Inc. assumes no
responsibility or obligation for the unauthorized use of this report by a third party.
We appreciate the opportunity to be of assistance on this project. If you should
have any questions, please feel free to call us.
Very truly yours,
TERRA ENGINEERS, INC.
C. V. G. Vallabhan, Ph.D., P. E.
Geotechnical Engineer
LMMOCK
STR 1620
07/30/04
No. of blows per foot (N)
0 10 20 30 40 so
0.
0
5
-
10-
7
C
0
o TH-1
1 X TM-2
20 -
T
. .... . .... J
—T-
25 -
t
---4 4
30-
--j...... ....
--.4-- -4-
35 -
Note: An arrow indicates N Is greater than 50 blowsffl.
Figure 2 Standard Penetration Test, ASTM D-1586
Method of Sampling: ASTM D-1586, Split -Barrel Sampler
Size of Samples: 24n.
Method of Drilling: Wet _ Dry X
Method of Advancing Sampler: 14041) Hammer, 30-in. drop
TERRA ENGINEERS, INC.
LUBBOCK
TERRA ENGINEERS, INC.
P. 0. Box 16605 9 5208 34h Street * Lubbock * Taxes 79490-6605 s (806) 793-4767 & Fax (806) 793-4768
ATTACHMENT — I
SenmW t& Constnwnm Indwry
Sh" 1977
Client: City of Lubbock
Date of Report:
7-30-04
ProjectISTR No.:
1620
Project: McAlister Park
Invoice No.:
25249
Sample No.:
7397
Bore hole#: TH-1
Date of Sample:
7-15-04
Sampling depth, ft.: 2.5' — 3.0'
Date tested:
7-22-04
Description of soil: Sandy lean clay, light brown
Tested by:
JP
TEST PARAMETERS
[Din. of sample, in.: 2.8 Ht. of sample hL: 5.62 coApplied nfhdng pr., psi: 10
,
Triaxial Test (unconsolidated and undrained)
100
90
w
70
60
1 50
40
30
20
10
0 ......... I ................... .......
0.0 0.1 0.2 0.3 0.4 0.5 0.6 0.7 0.8 019
Strain, in/in
Quality Review/Date
DAMSTR 1620 W-AftW Park and Strgen RuO" Twift Cenw%7'Tda)dW7397-1620-6Oc
The wooffts wmpwiyw wWroo*& Mwwftwaww@rt Rapp$" onlyto No sn"00 W.WL wW dm not r4cooft* Wow Nasal *ronawwwrow
Environmental Services * Geotechnical Soil investigation * Construction Material Testing * Steel Inspecdon/NDT Services * Professional Engineering Service
TERRA ENGINEERS. INC.
P. O. Box 16605 • 5208 30 Street • Lubbock • Texas 79490-8605 • (806) 793-4767 . Fax (806) 793-4768
ATTACHMENT - 2
S--W t& Cmue —i- Ind-ory
*" }977
Client: City of Lubbock
Date of Report:
7-30-04
Project/STR No.:
1620
Project: McAlister Park
invoice No.:
25249
Sample No.:
7397
Bore hole #. TH-1
Date of Sample:
7-15-04
Sampling depth, ft.: 2.5' — 3.0'
Date tested:
7-22-04
LDegcription of soli: Sandy lean clay, light brown
Tested by:
JP
I V X11f ■ 6WiV.V I I Al 0 3V+.1
[Dia. of sample, in.: 2.8 Ht. of sample, in.: 5.57 Applied confining rpsi: 20
84
71
61
5(
rn
4C
N
3C
20
10
0
0.0
Triaxial Test (unconsolidated and undrained)
I
t
1
0.1
Strain,inlin
0.2
Quality Review/Date
DASTMTR 1620 M:ASster Park wW &egm RusW% TanNs Center107Ttia'6a17391AA620.ddc
Thhl npwt 9. f. ft tole i of th. dwt tldr....d. The t— (i o-*" rr nww r*oMv. plot %vkWn oonswd. it oppi" w* to me wn p6 tow. ww ao not moon" np..wi kW Ocd a *Mw moo.
Environmental Services • Geotechnical Soil Investigation . Conslnxtlon Material Testing 9 Steel Inspection/NDT Services 9 Professional Engineering Service
1
BORING LOG
EST HOLE NO. TH-1
Project: McAlister Park & Burgess Rushing Tennis Center,
Lubbock, TX
Location: Date of Drilling:
I McAlister Park, S ur 327 & Brownfield Hwy 07-15-04
Client:
City of Lubbock - Parks and Recreation eat
Name of the Drily: Depth of GW IN
Matt McMahan / W. T_ Holland
Surface Mtvation:
Unknown
Diameter:
3 t/$"
Depth:
20'
Boring Method: 5TR No.:
Air 1620
Depth, It
Description
USC
Moisture
Content, %
Liquid
Limit, %
Plastic
Limit, %
Plasticity
index
Passing
# 200, %
SPT, No. of Blows per 6"
tat 2nd 3rd
Remarks
TS
2
Silty Clayey Sand wf Organics, Brown
SC-SM
5.5
22
16
6
42,1
2.5
Sandy Lean Clay, Light Brown
CL
11.6
5
6
7
5
Lean Clay w/ Sand, Pink
CL
16.5
36
15
21
80.0
9
16
22
10
Clayey Sand w/ Trace of Caliche,
Reddish Yellow
SC
23.6
52
24
28
41.9
11
16
23
15
Clayey Sand w/ Caliche, White
SC
8.1
50*
* 2.75"
Penetration
20
Silty Sand w/ Caliche, Very Pale Brown
SM
13.4
50*
25
30
35
i40
45
50
S- ToD Soil TERRA ENGINEERS.
INC.
moat to3
EXHIBIT B
(SOILS REPORT FOR THE SKATE PARK SITE)
Report used with permission from Terra Testing., Inc.
L;
'i3
STR 1710
SOIL INVESTIGATION REPORT
New Skate Park at McAllister Park
in Lubbock, Texas
PREPARED FOR
Mr. Walter B. Glenn
Landscape Architect
City of Lubbock
P. O. Box 2000
Lubbock, Texas 79457
June 23, 2006
TERRA TESTING, INC.
LUBBOCK
HO. SM 34 th STREET • P.O. BOX 16695 • LUBBOCK a TEXAS 79484-66QS 9 (No 793 4767 • FAX (we) 743 4766
WWw.torm-eng.com
1
I
TABLE OF CONTENTS
1 INTRODUCTION.....................................................................................................1
1.1 AUTHORIZATION OF PROJECT............................................................................... 1
1.2 PROTECT DESCRIPTION......................................................................................... 1
1.3 PURPOSE AND SCOPE............................................................................................ 1
2 SITE CONDITIONS................................................................................................. 3
2.1 SITE LOCATION AND DESCRIPTION...................................................................... 3
3 EXPLORATION, SAMPLING AND TESTING ................................................... 4
3.1 FIELD EXPLoRATioN............................................................................................ 4
3.1.1 Scope........................................................................................................... 4
3.2 DRILLING AND SAMPLING.................................................................................... 4
3.2.1 Groundwater Measurements....................................................................... 5
3.3 LABORATORY TESTING........................................................................................ 5
4 GENERAL SOILS AND DESIGN CONDITIONS ............................................... 7
4.1 DESCRIPTION OF SOILS — BUILDING AREA........................................................... 7
4.2 DESIGN CONDITIONS............................................................................................ 7
5 EVALUATIONS AND RECOMMENDATIONS................................................10
5.1 SITE PREPARATION............................................................................................ 10
5.2 SITE DRAINAGE.................................................................................................. 10
5.3 QUALITY CONTROL............................................................................................ 11
6 REPORT LIMITATIONS.....................................................................................12
7 REPORT DISTRIBUTION...................................................................................14
LIST OF TABLES
Table 1: Moisture Density Relationship, (ASTM D 698)................................................... 6
STIR 1710 New Skate Park at McAllister Park, Lubbock, Texas 1
6-23-2006
SOIL INVESTIGATION REPORT
Proposed New Skate Park at McAllister Park
Lubbock, Texas
1 INTRODUCTION
This report present the results of the subsurface investigation and geotechnical
evaluation performed by Terra Testing, Inc. (herein after referred to as "Terra") for the
New Skate Park at McAllister Park, Lubbock, Texas.
1.1 Authorization of Project
Mr. Walter B. Glenn, Landscape Architect, herein after referred to as "Client", of
the City of Lubbock, Texas, authorized Terra's services as per the agreed proposal dated
Tune 1, 2006. This proposal contained the scope of work to be performed, cost of
services, and Terra's terms and conditions for the project.
1.2 Project Description
The proposed project is a new Skate Park to be located within the premises of the
McAllister Park in Lubbock, Texas.
1.3 Purpose and Scope
The purpose of this investigation was to conduct subsurface exploration and to
determine the subsurface conditions at the project site to develop recommendations for
the proposers structures, including foundation alternatives, required depths, and allowable
bearing values of the soils.
LUBSOCK
STIR 1710 New Skate Park at McAllister Park, Lubbock, Texas 2
6-23-2006
The scope of services provided for this project included an initial site
reconnaissance performed by Terra personnel, soil exploration by drilling test holes, ex -
situ (laboratory) and in -situ (field) testing, and an evaluation of the projected subsurface
conditions. A report of Terra's findings and engineering evaluation and recommendations
was prepared.
kunBOCK
STIR 1710 New Skate Park at McAllister Park, Lubbock, Texas 3
6-23-2006
2 SITE CONDITIONS
2.1 Site Location and Description
The Proposed New Skate Park is located at the North of the intersection of 57 h St.
and Genoa. The project site is bounded by 57`h Street to the South. It will occupy an area
of approximately 7500 square feet of concrete slab.
LU4X0CK
STR 1710 New Skate Park at McAllister Park, Lubbock, Texas 4
6-23-2006
3 EXPLORATION, SAMPLING AND TESTING
3.1 Field Exploration
3.LI Scope
Field exploration for this investigation consisted of drilling test holes and
recovering disturbed and undisturbed soil samples. At the request of the client, the sub-
surface conditions were explored by one (1) test hole drilled to a depth of 20.0 feet below
ground surface (bgs). The test hole was drilled at a location specified by the Client
approximately in the center of the proposed concrete slab.
3.2 Drilling and SampUng
The drilling was performed using a CME 75 Drilling Rig. Standard penetration
tests (SPT) in accordance with ASTM D 1586 were conducted at depths of 2.5, 5.0 feet
and at 5.0 feet intervals thereafter to total depth, using a split spoon sampler. The number
of blows per foot of the split spoon sampler (in 6-inch increments) is shown in Figure 1
and the boring logs. The sampling was performed in accordance with ASTM D 1586 and
the actual penetration obtained for the respective increments is reported on the boring
logs.
The changes in soil strata, as observed during drilling operations, were carefully
determined and are shown on the boring logs. However, all soil strata depths are
considered approximate. All soil samples were kept in moisture -proof plastic bags to
preserve the in -situ moisture content, identified by the test hole number and the total
depth of the test hole, and transported to the laboratory for additional tests and evaluation.
E:
STIR 1710 New Skate Park at McAllister Park, Lubbock, Texas
6-23-2006
3.2.1 Groundwater Measurements
5
The test hole was monitored during and immediately following drilling activities
for the presence of groundwater. Groundwater was not observed in the test hole during
the time of drilling.
3.3 Laboratory Testing
All soil samples were classified according to the procedures outlined in ASTM D
2487, based on the Unified Soil Classification System. Furthermore, the soils are
described in the boring logs using the methods prescribed in ASTM D 2488, utilizing
Munsell Soil Color Charts, published by GretagMacbeth, New Windsor, NY", 2000
revised edition.
Soil samples, which appeared to indicate maximum plasticity characteristics, were
selected and Atterberg Limit tests were performed on these samples according to
procedures outlined in ASTM D 4318. The percentage, by weight, of material passing
the No. 200 sieve was also determined by ASTM D 1140 for the same samples.
Additionally, the moisture content, for all collected soil samples, was determined by the
procedures outlined in ASTM D 2216. The results of these laboratory tests can be seen
on the respective boring logs. Furthermore, a typical subgrade soil sample was tested for
moisture density relation as per ASTM D 698 Proctor (see Table 1 and Attachment 1).
LUBBOCK
STR 1710 New Skate Park at McAllister Park, Lubbock, Texas 6
6-23-2006
Table 1: Moisture Density Relationship, (ASTM D 698)
Location Description Maximum Dry Optimum Moisture
Density, pef Content, /o
TH-1 Sandy Silty Clay, 100.2 20.3
Brown
pcf pounds per cubic foot
Refer to Attachment l for the Moisture Density Relationship Laboratory Test Report
Two (1) Shelby tube samples were retrieved from test hole TH-1 at depths
between 1.0 and 4.0 feet below ground surface (bgs). One (1) sample was tested for
triaxial compression test, as outlined in ASTM D 2850. However, the sample crumbled
during the test. The remaining sample was tested for direct shear test, as outlined in
ASTM D 3080 (see Attachment 2).
All soil samples collected with reference to this project will be stored for a period
of six (6) months from the report date. The samples will be discarded after this time
period, unless instructed otherwise in writing.
LUBBOCK
03
STR 1710 New Skate Park at McAllister Park, Lubbock, Texas 7
6-23-2006
4 GENERAL SOILS AND DESIGN CONDITIONS
4.1 Description of Soils — Building Area
One (1) test hole, TH-1 was drilled in the center of the proposed Skate Park to a
depth of 20.0 feet below ground surface (bgs). The topsoil in the test hole is sandy silty
clay (CL-ML) with low plasticity index and it extends to a depth of 4.0 feet below the
ground surface (bgs). Immediately below, there is a layer of clayey sand (SC) and further
below, there are layers of sandy lean clay (CL) all the way to the bottom of the test hole.
4.2 Design Conditions
The soil layers in this test hole are lean sandy clay or clayey sand and the values
of the plasticity index of the sandy lean clayey vary between 7 and 23. Clayey soils with
a plasticity index less than 15 are considered non -expansive, while those with plasticity
index greater than 15 and less than 25 are considered low to moderately expansive.
Clayey soils, with a plasticity index greater than 25, are classified as expansive soils. In
general, the values of plasticity index of the soils are low, except for few soil layers
which are at deeper elevations and therefore are not an engineering issue from an
expansion and shrinkage point of view for the current design configuration, unless there
is a basement in the proposed project. However, low plasticity index soil can loose
strength if the moisture content increases due to excessive watering of the lawns or other
means. In any instance, it is a good practice to control any change in the moisture
content of the subsoil by any means.
One (1) direct shear test (ASTM D 3080) indicates that the angle of internal
friction to be 27.55 degrees while the corresponding value of cohesion is 8.7 psi (see
LUMMOCK
I
r".."
9
STR 1710 New Skate Park at McAllister Park, Lubbock, Texas 8
&23-2006
Attachment 2). Even though the soil layers are classified as clayey soils, the direct shear
tests indicate that the soil has frictional characteristics in addition to cohesion. The
strength of the soil increases gradually from top to bottom and the bottom soil layers are
very strong.
For the ground preparation it is recommended to remove the top grass or any
other unwanted materials and scarify the top 9.0 inches of soil and compact it to 95% of
the standard dry density as determined by ASTM D 698 (see Table 1 and Attachment 1).
For the placement of the engineered fill see Section 5.1 Site Preparation.
The proposed structure is a 7500 square feet Skate Park, and it is recommended to
use post -tensioned slabs. Post tensioned slabs have been found to be effective in Lubbock
area if the ground surface is properly prepared as specified in Section 5.1 Site
Preparation. Furthermore, it is recommended to provide sufficient control joints to reduce
cracks in the slabs.
If a single -storied building is anticipated at the proposed site, it is recommended
to use continuous and or spot footings placed at a depth of 2.5 feet below existing ground
surface. The allowable bearing value for the soil at a depth of 2.5 feet below existing
ground surface is 2000 psf. It is further recommended that all continuous footings shall
have longitudinal reinforcements to reduce possible differential settlements.
All floor slabs shall be placed only on compacted soil and the compaction shall be
performed as recommended in Section 5.1 Site Preparation. Also, the soil that exists near
the surface is susceptible to loss of strength when inundated with water. Therefore, use
of landscaping close to the foundation or the concrete slab is not recommended. it is
further recommended to provide good drainage around the foundation or the concrete
LUBBOCK
STIR 1710 New Skate Park at McAllister Park, Lubbock, Texas 9
6-23-2006
slab so as to maintain good bearing capacities for the soils (see Section 5.2 Site Drainage
for more specific information).
K
LUSSOCK
STIR 1710 New Skate Park at McAllister Park, Lubbock, Texas 10
6-23-2006
5 EVALUATIONS AND RECOMMENDATIONS
5.1 Site Preparation
It is recommended that the top 2.0 inches of surficial soils be removed to remove
the debris, roots and vegetation and any other deleterious material, if any. Then, the top
9.0 inches of soil on the new surface has to be scarified and compacted in order to obtain
a uniform surface. The compaction shall be performed such that the compacted soil dry
density shall be at least 95% of the computed laboratory dry density as determined by
ASTM D 698 (see Table 1 and Attachment 1). The ground elevation can be increased, by
replacing the excavated soil fill in 9.0 inch layers such that each compacted layer shall
not exceed 9.0 inches in thickness and the compaction shall be performed as per the
above specifications. If transported or imported soils are used which are different from
the existing soils, then these soils shall be tested for Atterberg limits (ASTM D 4318) and
the maximum dry density and optimum moisture (ASTM D 698). The liquid limit of the
transported or imported soils shall not exceed 35 and the plasticity index shall be between
7 and 15. Each successive layer of new soil shall be placed only after the bottom layer
has been compacted and tested for the required densities.
5.2 Site Drainage
It is recommended to provide adequate drainage outside the area of the concrete
slab. Placement of flowerbeds or lawns close or proximal to the concrete slab can have
very detrimental effects on the foundation because of the possibility of the softening of
the soil below the foundation or the concrete slab.
LUBBOCK
STIR 1710 New Skate Park at McAllister Park, Lubbock, Texas 11
6-23-2006
5.3 Quality Control
Construction inspection and quality control tests shall be planned and scheduled
to verify materials and placement are in accordance with the specifications. Subgrade
preparation, field density tests, and concrete strength are very important and therefore
shall be monitored and recorded. It is further recommended that Terra Testing, Inc.
perform quality control services in order to ensure quality construction inspection and
material testing for the project. Terra Testing, Inc. would be pleased to provide these
services and can also assist with construction inspection, planning and scheduling. We
also recommend that Terra Testing, Inc. be retained, to review the final design document
to verify that the recommendations made in this report have been interpreted as intended,
and to inspect the installation of all foundations.
LUBBOCK
STR 1710 New Skate Park at McAllister Park, Lubbock, Texas 12
6-23-2006
6 REPORT LIMITATIONS
Every effort has been made to accurately evaluate the subsurface conditions at the
above referenced site in accordance with the standard engineering principles and
practices. No other warranty or guarantee, expressed or implied, is made other than that
the work was performed in a proper and workmanlike manner. However, it must be
recognized that the SPT sampling tube cannot retrieve boulders or gravel of sizes larger
than 1.5 inches.
The foundation recommendations stated in this report are based on one (1) test
hole drilled to a depth of 20.0 feet bgs at the locations specified and staked by the Client.
The conclusions reached in this report are exclusively for engineering design and were
based on a limited number of soil borings and results of laboratory tests conducted on
samples recovered from one (1) test hole drilled to a depth specified by the client.
Furthermore, the recommendations presented herein are based on analyses, which
presume the soil properties between the borings to have a reasonably uniform variation as
revealed by the exploratory borings. Consequently, careful observations must be made
during construction activities to detect any significant deviations of actual conditions
throughout the construction area from those inferred from the exploratory borings.
Should any unusual conditions be encountered during construction, this office should be
notified immediately so that further investigations and supplemental recommendations
may be made to modify the foundation design to suit the new conditions encountered.
Moreover, design recommendations made in here are for static loading conditions
only; dynamic loads from machines like large generators or compressors, etc. have to be
considered by experts on such loading conditions.
LUBBOCK
H
STR 1710 New Skate Park at McAllister Park, Lubbock, Texas 13
6-23-2006
Terra Testing, Inc. shall not accept the responsibility for all the adequacies of the
recommendations provided in this report if another party is retained for QAIQC during
pier drilling, pier installation, and/or construction material testing during the construction
phase.
Due to changes in current technology, changes to the project site conditions,
changes in project specifications etc., this report and the recommendations made in herein
shall not be valid one (1) year from the date of the report. It is strongly recommended
that the client contact Terra Testing, Inc. to determine whether this report is valid after
the expiration of the above mentioned time period, or should project site conditions vary.
WNOGK
STR 1710 New Skate Park at McAllister Park, Lubbock, Texas 14
6-23-2006
7 REPORT DISTRIBUTION
Terra Testing, Inc, prepared this report for the sole and exclusive use by its client,
based on specific and limited objectives. All reports, boring logs, field data, laboratory
test results and other documents prepared by Terra Testing, Inc. as instruments of service
shall remain the property of Terra Testing, Inc., and reuse of these documents is not
permitted without written approval from Terra Testing, Inc. The client may release the
information to third parties, who may use and rely upon the information at their
discretion. However, any use of or reliance upon the information by a party other than
specifically named above shall be solely at the risk of such third party and without legal
recourse against Terra Testing, Ina, its parent company, or its subsidiaries and affiliates,
or their respective employees, officers or directors, regardless of whether the action in
which recovery of damages is sought is based upon contract, tort (including the sole,
concurrent or other negligence and strict liability of Terra Testing, Inc.), statute, or
otherwise. This information shall not be used or relied upon by a party that does not
agree to be bound by the above statement. Terra Testing, Inc. assumes no responsibility or
obligation for the unauthorized use of this report by a third party.
We appreciate the opportunity to be of assistance on this project. If you should
have any questions, please feel free to call us.
Very truly yours,
TERRA TESTING, INC.
r
C. V. G. Vallabhan, Ph.D., P. E.
Geotechnical Engineer -
LUSt06K
STIR 1710 New Skate Park at McAlister Park, Lubbock, Texas
03-22-06
No. of blows per foot (N)
0 10 20 30 40 so
0
-
5
-
4-5
10-
46
-L-j-
44 NTH #1:
J
20
25
-
35
Figure 1. Standard Penetration Test, ASTM D-1 586
Method of Sampling: ASTM D-1586, Split -Barrel Sampler
Size of Samples: 24n.
Method of Drilling* Wet _ Dry X
Method of Advancing Sampler. 1404b Hammer, 304n. drop
TERRA TESTING, INC.
LUNDOCK
BORING LOG
TEST HOLE NO. 1
Project:
Location:
STR No.: 1710
Invol¢e No.:
New Skate Patio at McAllister Park
Lubbock, Texas
27112
Client:
Name of the Driller:
Depth of GWT: _L
Ci of Lubbock
Ion Pursell & Bill Mosley III
Surface Elevation:
Diameter•-.
1
Depth:
Boring Method:
Date Drilled:
Classified By:
Checked By:
Unknown
7 7!$"
2W
Hollow Stem Auger(NSA)
1 06-03A
JS
AB
Depth, It
Description
USC
Moistuto
Liquid
Plastic
Plasticity
Passing
SPT, No. of Blows per 6"
Remarks
I ConteaL %
Limt. %
Limit, %
Index
# 20D, %
Ist 2nd 3rd
TS
Sandy Silty Clay, Brown
CL-ML
10.2
28
21
7
53.3
2
2.5
11.9
5
4
5
Clayey Sand, Reddish Yellow
SC
10.1
31
16
15
48.5
8
12
14
5
Sandy Lean Clay, Reddish Yellow
CL
11.3
11
17
20
10
13
N
Sandy Lean Clay, Yellowish Red
CL
10.9
15
13
19
15
9.7
35
12
22
51.2
16
29
46
20
25
30
35
40
45
sa
TS- Top Soil TERRA TESTING, INC. M502
I
-,
■ommumn
monsoonTERRA TESTING, INC IS=ACIMS01 O 17025 CERTIFIED
■/i=OEM ENVIRONMENTAL I GEOTECHNICAL I CONSTRUCTION MATERIAL TESTING
monsoon
T E RRA ATTACHMENT-1
,wry f�,n.N,mn9'nN .iir�er�
Client:
City Of Lubbock
Date of Report:
06/08/2006
Project:
New Skate Park at McAlister Park, Lubbock, Texas
STR No.:
1710
Description
Invoice No.:
27112
of sample:
Sandy Silty Clay, Brown
Sample No.:
8320
Location of
Date of Sample:
06/03/2006
Sample:
TH-1
Date tested:
06/06/2006
Method:
ASTM D-698 ® ASTM D-1557 ❑
Tested by:
Elizabeth
Procedure:
A 0 B 13 C 0
Checked by:
Benny
SOIL MOISTURE DENSITY RELATIONS
General test parameters
Soil sieve data
Sample preparation:
Moist
Dry
% Retained'/ -in
0.0
Type of yammer:
Mechanical
Manual ❑
% Retained 3/8-in.
0.0
Specific gravI :
Actual
Estimated0
% Retained #4
0.0
Maximum Dry Density, pcf = 100.2 Optimum Moisture, % = 20.3
16
a
C
0
tab
I
i
j
100
95
-
-
I
�
9[1
10 15 20 25 30
Moisture Corltert (%)
nw npMYfor Rw wMiW NVw cTwnl tlliawM. Th.0 Wa OMV"tin.--d MOW"tdWM ON -WWt. RONO"ody10 Rrrrwt.WSbK No do.. not nD0P—Ryr.n.Wl WGnUC ta.tnir OWFVW
WWW.TERRA-ENG.COM
P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768
ADM
TERRA TESTING, INC. ISO A 025CERTIFIED
ENVIRONMENTAL I GEOTECHNICAL I CONSTRUCTION MATERIAL TESTING
IMM/m/i ll
TERRA ATTACHMENT - 2
Client:
City Of Lubbock
Date:
06/19/2006
New Skate Park at McAllister Park, Lubbock, Texas
STR No.:
1710
-Project:.
Description
Invoice No.:
27112
Of Sample:
Sandy Silty Clay, Brown
Sample No.:
8323
Location
Sampling date:
6/3/2006
Of Sample:
TH-1
Date of teat:
6/17/2006
Sam ll De t tt.:
0
Technician:
JS
Standard:
ASTM D-3080
Reviewed b :
AR
Teat Summary
Reference
A
B
C
Normal Stress
220.4 kPa
440.8 kPa
881.6 kPa
Peak Strength -
165.2 kPa
312.6 kPa
521.0 kPa
Corresponding Horizontal Displacement
6.596 mm
7.094 mm
8.603 mm
Residual Stress
N/A
N/A
WA
Rate of Shear Displacement
S e 1: 2.00 mm/min
Stage 1: 2.00 mm/min
Stage 1: 2.00 mm/min
Final Hei ht
18.11 mm
16.82 mm
14.46 mm
Sample Area
3115.66 mm2
3115.66 mm2
3115.66 mm2
Initial Wet Unit Wei ht
11.18 kN/m3
11.59 kN/m3
10.91 kN/m3
Initial Dry Unit Weight
10.16 kN/m3
10.43 kN/m3
9.89 kN/m3
Final Wet Unit Weight
12.18 kN/m3
13.49 kN/m3
14.93 kN/m3
Final Dry Unit Weight
11.21 kN/m3
12.41 kN/m3
13.68 kN/m3
Final Moisture Content
8.6 %
8.7 %
9.2 %
Particle Specft Gravity
2.65
2.65
2.65
Final Vold Ratlo
1.3180
1.0950
0.9010
Final Saturation
17.24%
121.11% 127.07%
WWW.TERRA ENG.COM
P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK. I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768