Loading...
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