Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2011-R0426 - Contract - Hub City Waterboys Inc.- Construction Of Mae Simmons Pavillion - 09/27/2011
Resolution No. 2011—R0426 September 27, 2011 Item No. 5.13 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10162 for the construction of the Mae Simmons Pavilion, by and between the City of Lubbock and Hub City Waterboys, Inc. of Wolfforth, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on September 27, 2011 TOM MARTIN, MAYOR ATTEST: ___v A I - �)c Rebec Garza, City Secreta" APPROVED AS TO CONTEN Scott Snider, Assistant City Manager Community Services APPROVED AS TO FORM: i Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-Hub City Waterboys, Inc. September 12, 2011 BOND CK BEST RATING LICENh „SIN XIS DATE BY: (1..,. CONTRACT AWARD DATE CITY OF LUBBOCK SPECIFICATIONS FOR MAE SIMMONS PAVILION ITB No. 11-10162-CI CONTRACT 10162 PROJECT NUMBER: 80025 Plans& Specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. kiibb- TEock lI CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: I CONTRACT AWARD DATE CITY OF LUBBOCK SPECIFICATIONS FOR MAE SIMMONS PAVILION ITB No. 11-10162-CI CONTRACT 10162 PROJECT NUMBER: 80025 Plans& Specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. J l l City- -00f k iiib 1) T ;- 3 S- rj ., CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE iI �_i r PAGE INTENTIONALLY LEFT BLANK "MAE SIMMONS PAVILION" This project will be paid in part by funding from the Community Development Block Grant and Section 108 Loan Program grant received from the Department of Housing and Urban Development. The project must comply with all applicable Federal Laws and Regulations including the payment of Federal minimum wages under the provisions of the Davis -Bacon Act, equal opportunity and under Section 3, Affirmative Action and Executive Order 11246. 2 PAGE INTENTIONALLY LEFT BLANK 3 City of Lubbock, TX Purchasing and Contract Management Office Contractor Checklist for ITB I1-10162-CI The contractor is only to submit (1) one original copy of every item listed. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by C typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. V' Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. V Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. ✓ Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. // Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. 4-18 `✓*�W_f Z�/_ (Type 6r Print Contpany Name) �P Page Intentionally Left Blank INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. CONTRACTORS STATEMENT OF QUALIFICATIONS 3-4. SAFETY RECORD QUESTIONNAIRE 3-5. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. EQUAL OPPORTUNITY & UNDER SECTION 3, AFFIRMATIVE ACTION AND EXECUTIVE ORDER 11246. 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS 5 r Page Intentionally Left Blank NOTICE TO BIDDERS ITB 11-10162-CI Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. on September 8, 2011 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: "MAE SIMMONS PAVILION" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:OOP.M. on September 8, 2011, and the City of Lubbock City Council will consider the bids on September 27, 2011 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required t o 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 bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. Bidders 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 bid 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 bid submitted as a guarantee that bidder 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 BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder'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 bid submitted. There will be a non -mandatory pre -bid conference on August 30, 2011 at 9:00 A.M. in the CM Proiect Room, 2nd Floor, 1625 13 1h Street, Lubbock, Texas. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. C Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids 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. 3 The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta .ACvareZ DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO BIDDERS /\ � � Page Intentionally Left Blank 10 GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Security Fencing Improvements at Water Utility Facilities per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 P.M. on September 8, 2011, at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each .' bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB 11-10162-CI — MAE SIMMONS PAVILION" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock z 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non-mandato re -bid meetin will be held on August 30, 2011 at 9:00 A.M. in the CM Proiect Room, 2°d Floor, 1625 13t Street, Lubbock, Texas. 2.1 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsyne.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid 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 ', 11 4 0 VA writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have - had before or after receipt of this ITB 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 bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. EXAMINATION OF DOCUMENTS AND REOUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding 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 bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB 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 bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. I 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 bid 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 bid 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 bid CONFIDENTIALIPROPRIETARY is not in conformance with the Texas Open Records Act. g LICENSES PERMITS TAXES j The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or 12 i t may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder 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 bid, the bidder certifies and represents to the City the bidder 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 bid. 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 bidders 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 BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language. requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. Corey Isaacs, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: CIsaacsQmylubbock.us Bidsync: www.bidsvnc.com 13 13 14 15 16 17 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 90 (Ninety) consecutive calendar day as specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 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. 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. 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 j 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. 1 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 14 I Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be fiarnished 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 bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder 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 bidder. (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 she't 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. t 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 15 24 25 9i 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. i= 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. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder 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. 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 AND THE ENGINEER 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 THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. LABOR AND WORKING HOURS 26.1 Attention of each bidder 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 bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that 16 1-� awl may be applicable. Construction work under the contract requiring an inspector shall 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 Sunday 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 Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid 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 bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. _ 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. 17 30 The bid shall be executed in ink. 29.3 - 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name: Hub City Waterboys, Inc. 29.3.2 Bid for "ITB 11-10162-CI — MAE SIMMONS PAVILION" Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. - V_5, 29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. t BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. 0) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered 1 incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS The bidder 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 bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet spec-ifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder 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 bidder. (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 r 18 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 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 11 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 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 INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage . Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or 19 improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: hM://www.gl2o.gov/davisbacon/allstates.html 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 20 _s BED SUBWTTAL FORM 22 Page Intentionally Left Blank 21 BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: � ,-, �, rz 81 zo ll ' PROJECT NUMBER: 11-10162-CI — MAE SIMMONS PAVILLON Bid of 11416 Lli%i h/41-eAraOVA (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of "MAE SIMMONS PAVILION", having carefully examined the plans, specifications, instructions to bidders, notice to bidders 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 bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. 1. Estimated Item Quantity No. & Unit Description of Item Total Amount 1. 6 EA REMOVE PICNIC TABLES/BENCHES TOTAL ITEM #1: &Ell",aAw%�FKnrT.er• `�r� say $ /7-T's' /EA( (Unit Price Amounts shall be shoWfi in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 4 EA REMOVE, STORE, RE -INSTALL TRASH BARRELS f v TOTAL ITEM #2: Ae amwg .5k,),fv Two,doc,.t a 'Is/.-Q $ /?2'5-' /EA( jp 9W ' 0o ) (Unit Price Amounts shall be shoftn in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 3. 2,675 SF REMOVE CONCRETE SLAB & ADJACENT SIDEWALK TOTAL ITEM #3: %wo do"gr %cr $ �? t /SF( (a/7`7 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 1 EA REMOVE PAVILION STRUCTURE TOTAL ITEM #4: d� %s'�+wP *E h ,y,;&�J g , Jvu�aes °ion $ ,57741 /EA( S' IF (Unit Price Amounts shall be shown in both words annumerals. In case of discrepancy, the amount shown in words shall govern.) 5. 1 EA PURCHASE / ERECT NEW PAVILION (COMPLETE) TOTAL ITEM #5: �i��%�ut��,r Aa�Siv zM,, to $ 6 /�'O%A( (Unit Price Amounts shall Ife shown in both words and numerals. In case otdiscrepancy, the amount shown in words shall govern) A Bidder's Initials &I Estimated Item Quantity No. & Unit Description of Item Total Amount 6. 2,465 SF INSTALL CONCRETE PAVILION SLAB TOTAL ITEM #6:,- '6,78 �occstes i 7$/cep $ /SF(f (Unit Price Amounts shall be shmini in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 7. 8 EA STONE COLUMN BASES w/ CAST STONE CAP ao TOTAL ITEM #7: FYI u�a �'��rr/ Odu�a2s ; joo $ 56o . � /EA( &9-0 • ) (Unit Price Amounts shall be sho%vn in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 8. 12 EA PURCHASE / INSTALL NEW PICNIC TABLES/BENCHES TOTAL ITEM #8: Awe 7,,toas wd T/�aoE hwox w r, tKtrr�.• ji>rc o-n, � "Y/ $ /5Z0• V° /EA( 151 SSti .Sty ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 9. 415 SF INSTALL NEW SIDEWALK TOTAL ITEM #9: J iX Dnctrta s 9i/roe,- $ �• 9/ /SF( 2867- �s } (Unit Price Amorous shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 10. 1 EA PURCHASE / INSTALL NEW GRILL & GRILL SLAB TOTAL.ITEM #10: dWe7&6 /� tivE �a � fa cTr Tft, ,� Qr�u. s $ 15Y9-pQ /EA( 15313 • co ) (Unit Price Amounts shall be shown in both words and dumerals. In case of discrepancy, the amount shown in words shall govern.) 1 I. LS RE -CONFIGURE POST & CABLE FENCING TOTAL ITEM # 11: &_, 7&aY., ✓o 3r,--a fi7&No• 0 Altai A61-cAgs i %roo $ 17 3o "CO /LS( 1730 °" ) (Unit Price Amounts shall be shown in both words an numerals. In case of discrepancy, the amount shown in words shall govern) TOTAL BASE BID, ITEMS #1- #11: is C MATERIALS: �ye 1uKo,¢sa A5_ ydmc 71-14vr#w,* r„e!Tzrk I!� /i//3� • p° LABOR: J'x7v Sx Tito ra,✓o 7w, Amsw -y rgxN�EAl',vE V�� Q. -va It TOTAL BID 3/4/ ITEMS #1 - #11:_ T a .vn,=€1JYEv T rius t/a %/tx f�iwt, .Sian &,e % /«s$ ,20 3Gy 5jo (Total Bid Amounts shall be shown in both words and numerals. In case of d' crepancy, the amount shown in wordshall govern.) if Bidder's Initials j 24 Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ Z67390- i4a ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid 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 bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is;a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. _� Date J Zot� Addenda No. Date Addenda No. Date Addenda No. Date MAYBE Firm: Date:_C S v ,c wge t �', 6 �I Authorized Signatu e eg-eccif AQe#CCc (Printed or Typed Name) d"7V !Y/frZA40W Company ' Address City, County T��t-a r19.3Sz.. State Zip Code Telephone: 964 - 57,/e Fax: 8Y, - &13 -3068 FEDERAL TAX ID or SOCIAL SECURITY No. EMAIL:_�jt��a: Native I I Hispanic American I I Asian Pacific American I I Other (Snecifv) 1 26 PAGE INTENTIONALLY LEFT BLANK x ,t THE MAIN STREET AMERICA GROUP NGM Insurance Company • Old Dominion Insurance Company ' Main Street America Assurance Company • MSA Insurance Company Information Systems and Services Corporation Bid Bond KNOW-ALL MEN-B-I-THESE PRESENTS; that We-(Here-insertfuliname-and-address-or-legattitle-of-Contractor)- --- Hub City Waterboys, Inc. 17413 CR 1530 Wolfforth, TX 79382 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) NGM Insurance Company 55 West Street Keene, NH 03431 a corporation duly organized under the laws of the State of Florida as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) City of Lubbock 1625 13th Street Lubbock, TX 79401 as Obligee, hereinafter called the Obligee, in the sum of 5% of Amount Bid Dollars ($5% of Amount Bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) ITB11-10162 Mae Simmon's pavilion - Remove existing pavilion and install new pavilion NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the. Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and Vol. fn remain in full fna-P anri Pffact Signed and sealed this 8th day of September, 2011 Hub City Waterboys, Inc. (Princi (Seal) (Witness) NG In urance CpQany (Su ety (Seal) (Witness) Da n R. Taylor I (Title) Attorney -in -fact Printed in cooperation with the American Institute of Architects (AIA) by the NGM Insurance Cony pany of 4601 Touchton Road East, Suite 3400,'Jacksonville, FL 32256 904-739-0873. The language in this document cohforms'exactly to the language used in AIA Document A310, February, 1970 edition. 68-5302 (0512006) Page Intentionally Left Blank NGU INSURANCE COMPANY POWER OF ATTORNEY F�meinberufihemw;iStreet AmericaGmp:"_ _ : - f 0640.17:6-8 5 KNOW ALL MEN BY THESE PRESENTS.. That NGNI Insurance.Companyja Florida corporatiorrhavingits principal- , office intle Ctty, of Jacksonville, Stateof Florida', pursuant to Article IV, Sechon2 of the By Laws ofsaid Company, to I't wit.,11 z Article„N, .,Section 2: The board Hof directors, the president, any vice president, . secretary o the Ireasurer'shall; tiave to power and authority to appoint attorneys=in fact: and to authorize them to execute z , on behalf of the company and affix the seat of the company thereto, bonds, recognYzances,4fontacts` of in or writings obligatory m the nature of a bonds recognizance or conditional;_undertakin anci tc> __ remove airy such` attorneys iti4act at any time and revoke the power and authority given to them " = Y= does hereby make; constitute and appoint C Brent Aycock; Jeffrey Foysrler, J : Kirk Killoiig1. hI - avt�ii its true and lawful Attorneys in -fact, to`make, execute, seal and deliver for and on its behalf and as i#s•ac> and deed,': bonds; undertalurigs, reeognizances, contracts ofindemnity,. or other writings obligatory in nature of a bond sili�ect to`the; following limitation i s a s ¢ 1 No oiie bond `to exceed Five Million Dollars ($5,000000 00) ,. y k bind NGM1I i:'uratice Company;thereby asfully and to the same extent as if such insirurrientsiwere sighed liy the <' - duly authorized officers of the NGM Insurance Company, the acts of said -Attorney are hereby ratifiedandcp1nfirmed" �, a f iA lah>s power of attorney �s,signec ,and-,,sealed�by fae jrri�le under a�nd�by the autliQ ty of the foliow ng`i� si lutzQ}�a` adopted °" by the Drrectars of NGM Insurance Company at a meeting duly called and held on the Znd day.of December. 1977 f -` f_`,» Voted That tc signature of anji officer authorized by the ,By Lavys and the company seal may jbe affixedy a ; facsimile to any power'of attorney or special po.Wer of'attorney. or certification of either given for fire execuloii of,:' '' any bond, undertaking; recognizance or other written o121igation iri the nature' thereofi such signature and seal t wfien` ,� _' { s :. sQ 'used being hereby' adopied,t y te,.cot ipany as the original.sigriature of'sucli office and Elie original seal'`of the t 3' company; to be valid and binding upon. the company with -,the same force and effect as though manuallyaffixed 4 l f - ,- IN WITNESS WHEREOF, NGM Insurance Company has caused these,presents to be signed by its Senior Vice. l'residen:General Counsel and SeereEary anii its corporate seal f�► be hereto afiixecl this lst daj! of August, ZQ09 n z = r v NGM 1NSURANGE COMPANY By ,., ,�+`'"u ^ `_ ltsarY t Genera 1 ` Senior Vice Preside x ` outisel and Secretary: { f Mate of Florida, �y } t:0U11tyOf Duval s= �n`this Augustly 2009 before the subscnlier a Notary Public of State of Florida m and for the Cdurity of I7uy.'O, ly commisstoiied r >.. .t< s4, - 'fzt, F' - _ and qualified: came }Susan E Mack of the MGM insurance Company, to ne personally knownxfo CjeFthe ofiicei°:descn}led here n, and: w who;executed the preceding` instrument, -and he `acknoWledged't� a execution: o, same; ;and fiein V. ine fiill 'worn ile ose'd'and said ` that; he is an .officer of said Company, aforesaid: that to seal. affixed to the•„ preceding instrument: is t e corporate seal Qf said; ."- ` Company, and the='said corporate `seal and her signature; as officer were duly affixed acid subscnbed_`to the said instrumenty the _., authority and'directon of the said Company, that Article IV, Section 2 ofane By -Laws of said Company is now rc force _ :. iN V1f ITN ESS WHEREOF; I have hereunto set my hand and affixed my+official seal at Jacksonville' Blonds this 1st clay of August, , ' 1 F ss : 141 #. - WLPHILiQ�..,��t .fir*$-•- - J.cE +V f !wa rt NH Y , I,i raii $egg, V President of the NGM Insurance Company, do hereby certify that the above and fczegoing is a true and correclw copjof a Eower of ` ttorney executed bysaid Company whicisshll in full force and effectk = IN ;. TNESS W RE .F, I have_her unto set my ha 14"1 affixed}te seal of said Company at Jacksonville, lorida.tlnsx , dsy of F} . . �V _ >f *ARI`114G: Any unauthorized reproduction or altaraiori oP thfs.doeumrit is prohibited - TO CORM VALibIt of the attached 66- pleasd call 1 8001,225-5646 NFI- ., T9SUBMIT A CLAIIvi Send air correspondence to SS WesfStreet Keene, NH 03431 Rttn Bond "Ctairn 1 h :_ Page Intentionally Left Blank (1 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid F I, the undersigned Bidder, certify that the insurance requirements contained in this bid 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) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. y Contractor (Original Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: (Print or CONTRACTOR'S FIRM ADDRESS: /7!1/3 G4 /Sso 1=r-01-7W T7 /W56Z Name of Agent/Broker. Agent / Broker (Si ture) Z�C - f Address of A ent/Broker: J � ��r O -Nte- City/State/Zip:_ � g ice- V S) i I` 41 Agent/Broker Telephone Number: Date: NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing and Contract Management Office for the City of Lubbock at (806) 775-2572. BID 11-10162-CI — MAE SIMMONS PAVILION Page Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE 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 bids 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 bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents 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 bidder 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 JNRCC) (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 from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that Cityof Lubbock may consider the safe records of potential Y safety contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: .QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? t_ YES NO c If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid 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. Bidder's Initials 2 QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of 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. YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid 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 bidder, or the firm, corporation, partnership, or institution represented by bidder, 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 from serious bodily injury or death? YES NO V✓ If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, imal 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 t statements and answers to questions. I am aware that the information given by me in this questionnaire shall be i investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. U Male of Texas LINDA CLIRON Notary public, State of Texas Commission Expires *12--21 L�' - Signature '"/[ESYO�NT Title 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 $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 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 $50,000 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: -fie FEDERAL TAX ID or SOCIAL SEQWTY No. . -7O--0-<1 rlr"/- -,- I Signature of Company Official: Printed name of company official signing above: Date Signed: 4 Page Intentionally Left Blank LIST OF SUB -CONTRACTORS Page Intentionally Left Blank BID # 11-10162-CI — MAE SIMMONS PAVILION 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. LIST OF SUB CONTRACTORS Company Name Location Services Provided -NS'r'M 1GErVg774s �T d✓aa7-4 3T'Aa r AF- 34tGPCrIz2. ,�+���SfC.,N � (:ONS7-�ttc�'t•�trJ J�7' Worca-y �SJi �ticratd� .�iT/4L�� /r/.T,imrrxf %��K 3 .grcceea ./L/uB��e.c /j�iaca+� p T/V� fOnlrit4GrD��3 f-ui�g(�cic Lilac%EJL ZIt/s7 CC "/e"bVMY/ Company /7l�PJ �l7I� �nErL6t�Us Address J7fL13 eR 1530 City, County T-x.+s 7f382- State Zip Code Telephone: 9b,6 - s'SYY, -818 Fax: Sb _ - f 63 3o88 Minority Owned Yes No M-1, ❑ Er, ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ o ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO 4 Pate Intentionally Left Blank BID # 11-10162-CI — MAE SIMMONS PAVILION FINAL LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No ❑ • .GTDI �' on/S`'xucT�oR/ F� if/o2rR- S.-aeccnce� ..,�✓s.�e<.�rz. ❑ I� 3• 0 81, 4• y�J,r"!"/�3oc -J L'Dtf.T.eAeT6AS-uBBUCiG ��/dC.C2rEn/Srgzc ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. o ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ Company zh47,ait8c5U,s wc . Address / City, County State Zip Code Telephone: gog. - <Yg 5618 Fax: g0& 9639689 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO 6 Paize Intentionally Left Blank rij PAYMENT BOND Page Intentionally Left Blank I STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(s) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) BOND # S-778638 t KNOW ALL MEN BY THESE PRESENTS, that Hub City Waterboys, Inc. (hereinafter called the Principal(s), as Principal(s), and NGM Insurance Company I Gi F]J D I (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TWO HUNDRED SEVEN THOUSAND THREE HUNDRED SIXTY- FOUR DOLLARS. Dollars ($207,364) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of September, 2011, to commence and complete the construction of certain improvements descrihed as founr Bid #11-10162-Cl - Mae Simmons Pavilion and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 27th day of September 2011. NGM Insurance Company Surety G�GG���� OBy.D wn R. Taylor, Aft ey In ac (Tide) Hub City Waterboys. Inc. (Company Name) By. Derrick Archer (P ' Name) """-90 V'e� (Signature) d+ la (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates J. Kirk Killough an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Approved as to form: Cityavv" By: * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 10 No Text STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Principal(s), as Principal(s), and (hereinafter called the (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TWO HUNDRED SEVEN THOUSAND THREE HUNDRED SIXTY- FOUR DOLLARS. _ Dollars ($207,364) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of September, 2011, to and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2011. Surety (Company Name) *By: (Title) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By. (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 10 PERFORMANCE BOND Page Intentionally Left Blank 11 [i D D STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) BOND #S-778638 KNOW ALL MEN BY THESE PRESENTS, that Hub City Waterboys, Inc. (hereinafter called the Prineipal(s), as Principal(s), and NGM Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TWO HUNDRED SEVEN THOUSAND THREE HUNDRED SIXTY FOUR DOLLARS. Dollars ($207,364) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of Se tem er, 2011, to commence and complete the construction of certain improvements described as folloA Bid #11-10162-CI - Mae Simmons Pavilion and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying Iabor 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 retrain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WrIWFRq WKFRFOF_ the said Principal (s) and Surety (s) have signed and sealed this instrument this 27th day of September _ 2011. NGM Ins a ce Com Surety '(,2 * By: Wn R. Taylor, Attor ey In (Title) Hub City Waterboys, Inc. (Company Name) By: Derrick Archer (Printed Name) (Signature) (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates J. Kirk Killough an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. : mwn K. I aylor, Attorn (Title) Approved as o Form City of By: ity Attorney • Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showi that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power attorney for our files. No Text No Text No Text EXHIBIT A HUB CITY WATER BOYS, INC. 17413 CR 1530 Wolfforth, Texas 79382 Phone: 806-548-5818 /Fax: 806-863-3088 ASSIGNMENT OF CONTRACT PROCEEDS ONLY HUB, CITY, WATER BOYS, INC. hereby assigns, per Article 9 of the Uniform Commercial Code and Chapter 9 of the Texas Business and. Commerce Code, any and all of its rights, entitlements, titles, interests, choses, in action, causes of action, and remedies to the payment of the contract proceeds to NGM Insurance Company under a contract known or described as-: BID #11-10162-C1. - MAE SIM, M- ONS PAVILION," that HUB CITY WATER BOYS, INC., enteredinto with the CITY OF LUBBOCK, COUNTY OF LUBBOCK,, TEXAS. However, HUB CITY WATER BOYS, INC. does not assign any of its obligations, duties, liabilities and/or responsibilities under said contract. Said Assignment does include; but is not limited to, the right to collect any and all interest due under Chapter 2251 and Chapter 2252 of the Texas Government Code. Said Assignment is irrevocable and any check, draft, voucher, wire transfer or warrant for any remaining contract funds, defined to include interest and/or retainage, is to be made solely payable to: Aacon, Inc., Disbursement Agent for HUB CITY WATER BOYS, INC., and is to be sent directly to Aacon, Inc. at: 624 West University, PMB #238 Denton, TX 76201-1889 Derrick Arches, president HUB CITY WATER BOYS, INC, Date Aacon, Inc. All Rights Reserved - 01/02/09 No Text STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE Et- (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TWO HUNDRED SEVEN THOUSAND THREE HUNDRED SIXTY- FOUR DOLLARS. Dollars ($207,364) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of September, 2011, to and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety * By: IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 2011. (Title) (Company Name) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 4 BID#11-10162-CI MAE9MMONSPAVILION CERTI FI CATE OF 1 NSURANCE BI D # 11-10162-Cl M AE 9 M M ONS PAVI Ll ON I Page I ntentionally Left Blank v I . l.. � R CERTIFICATE OF LIABILITY INSURANCE `...►� ATE 10/3/D/3/ 201/OD/Y 1 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Christi Durham NAME: Sanford & Tatum Insurance Agency 6303 Indiana Ave. P.O. Box 64790 p/CN o E . (806)792-5564 FNC No: (806)792-9344 E-MAIL ADDRESS: PRODUCERCUSTOMER ID 00011768 Lubbock TX 79464 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA:Acadia Insurance CO 31325 INSURERB:Service Lloyds Insurance Co. HUB CITY WATER BOYS INC INSURER C : 17413 CR 1530 INSURERD: INSURER E : WOLFFORTH TX 79382-4950 INSURERF: COVERAGES CERTIFICATE NUMBER:CL112 810 5 9 0 REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL UBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DDNYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR LA4332225-12 11/20/201011/20/2011 EACH OCCURRENCE $ 11000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY PRO LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? a (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A SRZB15811-10 12/15/201012/15/2011 X WC STATU- OTH- I ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 _T DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) City of Lubbock is listed as Blanket Additional Insured on the General Liability on a primary and non-contributory basis with a Blanket Waiver of Subrogation on the General Liability & Workers Compensation, as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. c/o City of Lubbock Purchasing Department AUTHORIZED REPRESENTATIVE 1625 13th Street Suite 204 Lubbock, TX 79401—` Douglas Sanford/JGK ACORD 25 (2009/09) ©1988-2009 ACORD CORPORATION. All rights reserved. INS025 (200909) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CL CG 04 4311 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS .GENERAL. LIABILITY. . ADVANTAGE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SUMMARY OF COVERAGE. EXTENSIONS Paragraph No. Name Of Extension Limit or Included A. Miscellaneous Additional Insureds Included B. Aggregate Limits Of Insurance For Construction Projects: 1. Single Construction Project Aggregate Limit (Away From Premises) Equal to General Aggreqate Limit 2. Cap For All Damages From All Ongoing Construction Projects $5,000,000 C. Expected Or Intended Injury Or Damage Included D. Joint Venture / Partnership / Limited Liability Company Coverage Included E. Knowledge Of Occurrence Included F. Legal Liability - Damage To Premises Rented To You (Fire, Lightning, Ex- plosion, or Leakage From Automatic Fire Protective Systems) $300,000 G. Medical Payments $10,000 H.. Mobile Equipment Redefined Included Newly Formed Or Acquired Organizations - Extended Period Of Cover- age Included J. Non -Owned Watercraft (Increased to maximum length of) 51 feet K. Supplementary Payments increased Limits: 1. Bail Bonds $2,500 2. Loss Of Earnings $1,000 L. Unintentional Omission In Disclosure Included M. Waiver Of Subrogation Included The above is a summary only. Please consult the specific provisions that follow for complete information on the extensions provided. If there Is a conflict between this summary and the endorsement provisions that follow, the endorsement provisions shall prevail. CL CG 04 43 11 06 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 7 with its permission No Text The provisions of the Commercial General Liability Coverage Part apply except as otherwise provided in this endorsement. This endorsement applies only if such Coverage Part is included in this policy. A. MISCELLANEOUS ADDITIONAL INSUREDS WHO IS AN INSURED (Section II) is amended to include as an insured any person or organiza- tion (referred to as additional insured below) de- scribed in paragraphs A.3.a. through A.3.d. be- low when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy, provided that: 1. The written contract or written agreement is: (a) currently in effect or becoming effective during the term of this policy; and (b) fully executed by you and the additional insured prior to the bodily injury, property damage, or personal and advertising in- jury. 2. The insurance afforded by this provision does not apply to any person or organization in- cluded as an additional insured by a separate endorsement issued by us and made a part of this policy or coverage part. 3. Only the following persons or organizations are additional insureds under this provision, with coverage for such additional insureds limited as provided herein: a. Managers or Lessors of Premises A manager or lessor of premises but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclu- sions: This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construc- tion or demolition operations per- formed by or on behalf of such addi- tional insured. b. Lessor Of Equipment Any person or organization from whom you lease equipment. Such person or or- ganization is an insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising in- jury" caused, in whole or in part, by your maintenance, operation or use of equip- ment leased to you by such person or or- ganization. A persons or organizations status as an additional Insured under this endorse- ment ends when their contract or agree- ment with you for such leased equipment ends. This insurance does not apply to any "occurrence" which takes place after the equipment lease expires. c. Controlling Interest Any person(s) or organization(s) with a controlling interest in the Named Insured, but only with respect to their liability aris- ing out of: 1. Their financial control of the Named Insured; or 2. Premises they own, maintain or con- trol while the Named Insured leases or occupies these premises. This Insurance does not apply to struc- tural' alterations, new construction and demolition operations performed by or for such additional insured. d. Owners Or Contractors For Whom You Are Performing Ongoing Opera- tions 1. Any person or organization for whom you are performing operations but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this pro- vision ends when your operations for that additional insured are com- pleted. 2. With respect to the insurance af- forded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising in- jury" arising out of the rendering of, or the failure to render, any professional architectural, engi- neering or surveying services, in- cluding: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opin- ions, reports, surveys, field Page 2 of T Includes copyrighted material of Insurance Services Office, Inc., CL CG 04 4311 06 With itc normiccinn No Text orders, change orders or drawings and specifications; or (2) Supervisory, Inspection, ar- chitectural or engineering ac- tivities. b. 'Bodily injury" or "property dam- age" occurring after:. - (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its Intended use by any person or organization other than another contractor or subcontractor engaged . in performing operations for a principal as a part of the same project. With respect to coverage provided by this provi- sion A. Miscellaneous Additional insureds, the following additional provisions also apply: (1) Any insurance provided to an additional in- sured designated under paragraphs A.3.a through A.3.d above does not apply: (a) To bodily injury or property damage in- cluded within the products -completed op- erations hazard; or (b) To bodily injury, property damage or per- sonal and advertising injury arising out of the sole negligence of such additional in- sured. (2) Paragraph 4.b. of Section iV - Commercial General Liability Conditions is deleted and replaced with the following: b. Excess Insurance This insurance is excess over: I. Any of the other insurance, whether primary, excess, contingent or on any other basis that is available to the additional insured unless you and the additional insured have specifi- cally agreed in writing that this insur- ance be primary. Then we will treat any other insurance maintained by the additional insured for injury or damage covered by provision A. Miscellaneous Additional in- sureds, except such other insurance as noted in paragraph b.2. below, as excess to this Insurance. If specifically required by such writ- ten contract or written agreement, we will not seek contribution from any other liability insurance available to the additional insured for injury or damage covered by pr6visldn -A. Miscellaneous Additional In- sureds, except for such other insur- ance as noted in paragraph b.2. be- low. 2. Any other primary liability insurance available to the additional insured for damages arising out of premises or ongoing operations for which such person or organization has been added as an additional insured by at- tachment of an endorsement. When this insurance is excess, we will have no duty under Section I - Coverage A Bodily Injury And Property Damage Liability or Cov- erage B Personal And Advertising Injury Liability to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insureds rights against all those other insur- ers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this in- surance; and (2) The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insur- ance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this policy or cover- age part. S. AGGREGATE LIMITS OF INSURANCE FOR CONSTRUCTION PROJECTS I. For all sums which the Insured becomes legally obligated to pay as damages caused by occurrences under Coverage A (Section 1), and for all medical expenses caused by accidents under Coverage C (Section 1), CL CG 04 43 1106 includes copyrighted material of Insurance Services Office, Inc., Page 3 of 7 with its permission which can be attributed only to ongoing oper- its will be subject to the applicable ations at construction projects away from Single Construction Project General premises owned by or rented to the insured: Aggregate Limit a. The most we will pay will be capped at 2. For all sums which the insured becomes $5,000,000, regardless of the number of: legally obligated to pay as damages caused (1) Occurrences; by occurrences under Coverage A (Section 1), and for all medical expenses caused by (2) Insureds; accidents under Coverage C (Section I ), (3) Claims made or suits brought; which cannot be attributed only to ongoing operations at a single construction project (4) Persons or organizations making away from premises owned by or rented to claims or bringing suits; or the insured: (5) Separate construction projects, a. Any payments made under Coverage A b. Subject to paragraph B.1.a. above: (Section 1) for damages or under Cover- age C (Section 1) for medical expenses (1) A separate Single Construction shall reduce the amount available under Project General Aggregate Limit ap- the General Aggregate Limit or the Prod - plies to each construction project ucts-Completed Operations Aggregate away from premises owned by or Limit, whichever is applicable; and rented to the insured, and that limit is b. Subject to paragraph B.1.a. above, such equal to the amount of the General payments shall not reduce any Single Aggregate Limit shown in the Decla- Construction Project General Aggregate rations. Limit. (2) The Single Construction Project Gen- 3. When coverage for liability arising out of the eral Aggregate Limit is the most we will pay for the sum of all damages products -completed operations hazard is pro - under Coverage A (Section 1), ex- vided, any payments for damages because of bodily injury or property damage included cept damages because of bodily in- in the products -completed operations hazard jury or property damage included in the products -completed operations will reduce the Products -Completed Opera - hazard, and for medical expenses tions Aggregate Limit, and not reduce the General Aggregate Limit nor the Single Con - under Coverage C (Section I) re- gardless of the number of: struction Project General Aggregate Limit. 4. (a} Insureds; If a single construction project away from premises owned by or rented to the insured (b) Claims made or suits brought; or has been abandoned, delayed, or aban - (c) Persons or organizations making doned and then restarted, or if the authorized contracting parties deviate from plans, blue - claims or bringing suits. prints, designs, specifications or timetables, (3) Any payments made under Cover- the project will still be deemed to be the age A (Section 1) for damages or same construction project. under Coverage C (Section 1) for 5. If endorsement CG 25 03, Designated Con - medical expenses shall reduce the struction Project(s) General Aggregate Limit Single Construction Project General (or a similar construction project(s) aggregate Aggregate Limit for that construction endorsement) is also a part of this policy or project away from premises owned coverage part, the most we will pay for all by or rented to the insured. Such sums which the insured becomes legally ob- payments shall not reduce the Gen- ligated to pay as damages caused by occur- eral Aggregate Limit shown in the rences under Coverage A (Section 1) and all Declarations nor shall they reduce medical expenses under Coverage C any other Single Construction Project (Section 1), which can be attributed only to General Aggregate Limit for any ongoing operations at: other separate construction project away from premises owned by or (1) Any construction project(s) designated in rented to the insured. such CG 25 03 endorsement (or in a sim- (4) The limits shown in the Declarations ilar such construction project(s) aggre- gate endorsement); or for Each Occurrence, Fire Damage and Medical Expense continue to ap- (2) Any construction project(s) to which the ply. However, Instead of being sub- provisions of section B. Aggregate Lim- ject to the General Aggregate Limit its Of Insurance For Construction shown in the Declarations, such Urn- Projects In this endorsement and the provisions of such CG 25 03 endorse - Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc., CL CG 04 4311 06 with itc narmiccinn No Text ment (or a similar such construction projedt(s) aggregate endorsement) both apply, will be subject to the same $5,000,000 cap shown in paragraph B.1.a, above 6. The provisions of Limits Of Insurance (Section III) not otherwise modified by this endorsement shall continue. to. apply as stipu- lated. C. EXPECTED OR INTENDED INJURY OR DAMAGE Under Section I - Coverage A - Bodily injury And Property Damage Liability, Exclusion 2.a., Expected. Or Intended Injury, Is replaced en- tirely with the following: a. Expected Or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or prop- erty. D. JOINT VENTURE / PARTNERSHIP i LIMITED LIABILITY COMPANY COVERAGE 1. The following is added to Section 11 - Who Is An Insured: 4. You are an insured when you had an in- terest in a joint venture, partnership or limited liability company which terminated or ended prior to or during this policy pe- riod, but only to the extent of your inter- est in such joint venture, partnership or limited liability company. This coverage does not apply: a. Prior to the termination or end date of any joint venture, partnership or lim- ited liability company; b. If there is other valid and collectible insurance purchased specifically to Insure the joint venture, partnership or limited liability company; or c. To a joint venture, partnership or lim- ited liability company which is, or ever was, insured under a "consolidated (wrap-up) insurance program" (also known as an owner - controlled insurance program). "Consolidated (wrap-up) insurance pro- gram" (also known as an owner - controlled insurance program, O.C.I.P.) means a construction, erection or demoli- tion project for which the prime contrac- tor/project manager or owner of the con- struction, erection or demolition project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, sometimes referred to as an a Contractor Controlled Insurance Program (C.C.i.P.) 2. With respect to the coverage provided by this section G. Joint Venture / Partnership I Limited Liability Company Coverage, the last paragraph of Section II - Who is An In- sured is deleted and replaced by the follow- ing: Except as provided In 4. above, no person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that Is not shown as a Named Insured in the Dec- larations. E. KNOWLEDGE OF OCCURRENCE Sub -paragraph a. under 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit con- tained in Section IV - Commercial General Lia- bility Conditions is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an 'occurrence" or an of- fense which may result in a claim only when the occurrence" or offense Is known to: (1) You, if you are an Individual; (2) A partner, if you are a partnership; (3) A manager, if you are a limited liability company, or (4) An "executive officer" or the "employee" designated by you to give such notice, if you are an organization other than a partnership or a limited liability company. To the extent possible, notice should include: (5) How, when and where the 'occurrence" or offense took place; (6) The names and addresses of any injured persons and witnesses; and (7) The nature and location of any injury or damage arising out of the 'occurrence" or offense. CL CG 04 43 11 06 Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 7 with Its permission No Text F. LEGAL LIABILITY - DAMAGE TO PREMISES RENTED TO YOU (Fire, Lightning, Explosion, Leakage From Automatic Fire Protective Systems) If damage by fire to premises rented to you is not otherwise excluded from this policy or coverage part, then the following provisions apply: 1. Under Section I - Coverage A, the last para- graph (after the exclusions) is replaced in its entirety by the following: Exclusions c, through n, do not apply to dam- age by fire, lightning, explosion, or leakage from automatic fire protective systems to premises while rented to you or temporarily occupied by you with the permission of the owner. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE (SECTION Ill). 2. Under Section I - Coverage A, the para- graph immediately after paragraph j.(6) un- der 2. Exclusions is replaced by the follow- ing: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, and leakage from automatic fire protective sys- tems) to premises, including the contents of such premises, rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III - Limits Of Insurance. 3. Under Section III - Limits of Insurance, paragraph 6. is replaced in its entirety by the following: 6. Subject to 5. above (the Each Occur- rence Limit), the greater of: a. $300,000; or b. The Damage To Premises Rented To You Limit shown in the Declara- tions, is the most we will pay under Coverage A for damages because of "property damage" to premises while rented to you, or in the case of damage by fire, lightning, explosion, or leakage from au- tomatic fire protective systems, while rented to you or temporarily occupied by you with permission of the owner. This limit will apply to all damage proxi- mately caused by the same event, whether such damage results from fire, lightning, explosion, leakage from auto- matic fire protective systems, or other covered causes of loss or any combina- tion thereof. 4. Under Section IV - Commercial General Lia- bility Conditions, Condition 4. Other Insur- ance, paragraph b.(1)(b) is replaced by the following: (b) That is fire, lightning, explosion, or leak- age from automatic fire protective sys- tems insurance for premises rented to you or temporarily occupied by you with permission of the owner; or 5. Under Section V - Definitions, subpara- graph a. of definition 9. "insured contract' is replaced in its entirety by the following: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by -- fire, lightning, explosion, or leakage from automatic fire protective systems to premises while rented to you or tem- porarily occupied by you with permission of the owner is not an "insured contract'. G. MEDICAL PAYMENTS If Coverage C. Medical Payments is not other- wise excluded from this policy or coverage part, the Medical Expense Limit is changed, subject to the terms of Section III - Limits Of Insurance, to the greater of: a. $10,000; or b. The medical expense limit shown in the Declarations of this policy or coverage part. H. MOBILE EQUIPMENT REDEFINED Under Section V - Definitions, definition 12. Mobile Equipment, paragraph f.(1) is entirely replaced by the following: (1) Equipment .with a gross vehicle weight of 1,000 pounds or more and designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; I. NEWLY FORMED OR ACQUIRED ORGANIZA- TIONS - EXTENDED PERIOD OF COVERAGE Paragraph 3. under Section II - Who Is An in- sured is replaced by the following: 3. Any organization you newly acquire or form, other than: (1) a partnership, joint venture, or limited liability company; or (11) An organization excluded either by the provisions of this policy or coverage part, or by endorsement, Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc., CL CG 04 4311 06 with its permission No Text and over which you maintain ownership or major- ity interest of more than 50% will qualify as a Named Insured if there is no other similar insur- ance available to that organization. However: a. Coverage under this provision is afforded only until the next anniversary date of this pollcys effective date after you acquire or form the organization. or the end of the policy period, whichever Is earlier; b. Section I. - Coverage A - Bodily Injury And Property Damage Liability does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Section I - Coverage B - Personal And Advertising Injury Liability does not apply to "personal and advertising Injury" arising out of an offense committed be- fore you acquired or formed the organi- zation. J. NON -OWNED WATERCRAFT Exclusion 2,9. subparagraph (2) under Section 1 - Coverage A - Bodily Injury And Property Damage Liability is deleted and replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not used to carry persons or property for a charge. K. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS Under Section I - Supplementary Payments - Coverages A and B: 1. The limit shown in paragraph 1.b. for the cost of bail bonds is changed from $250 to $2,500; and 2. The limit shown In paragraph 1.d. for loss of earnings because of time off work is changed from $250 a day to $1,000 a day. L. UNINTENTIONAL OMISSION IN DISCLOSURE The following provision is added to Paragraph 6. Representations of Section IV - Commercial General Liability Conditions: However, the unintentional omission of any infor- mation given or provided by you shall not preju- dice your rights under this insurance. This provision does not affect our right to collect additional premium or to exercise our right of cancellation or non -renewal. M. WAIVER OF SUBROGATION The Transfer Of Rights Of Recovery Against Others To Us Condition of Section IV - Com- mercial General Liability Conditions is amended by the addition of the following: Notwithstanding anything to the contrary in previ- ous paragraph, we waive any right of recovery we may have against a person or organization because of payments we make for Injury or dam- age arising out of your ongoing operations or your work included in the products -completed op- erations hazard, if: 1. Such operations or work were done under a written contract or written agreement be- tween you and such person or organization that contained a provision requiring such waiver; and 2. Such written contract or written agreement was: a. Made prior to the covered injury or dam- age; and b. In effect at the time of the covered injury or damage. This waiver applies only with respect to such per- son or organization. CL CG 04 4311 06 Includes copyrighted material of insurance Services Office, Inc., Page 7 of 7 with its permission No Text WORKERS' COMPENSATION AND EMPLOYERS` LIABILITY INSURANCE POLICY TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the In Page. We have the right to recover our payments from anyone liable for an injury covered by this policy We will not enforce our right against the person or organization named in the Schedule, bout this waiver applies only with respect to bodilyy injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization: (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: LAWN SPRINKLER INSTALLATION 3. Premium The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advanced Premium Endorsement Effective: 12/15/10 Policy No. SRZB15811-10 End. No. 04 Insured: HUB CITY.WATER BOYS, INC. Insurance Company: Service Lloyds Ins. Co. Countersigned by . Q4VrA,,, WC 42 03 04 A No Text AlC'ACRI:>® `►..� CERTIFICATE OF LIABILITY INSURANCE DATE (MWDDNYYY) 10/3/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aycock & Fowler Insurance Agency 9816 Slide Road Suite 302 Lubbock TX 79424 CONTACT NAME: Lily Garza PHFAO)-(806)798-2070 o: EDDRIE .lgarza@aandfins.com INSURER(S) AFFORDING COVERAGE NAICIf INSURERA:Travelers Insurance INSURED Hub City Water Boys, Inc. 17410 CR 1530 Wolfforth TX 79382 INSURER B:America First Insurance INSURERC: INSURERD: INSURER E INSURERF: COVERAGES CERTIFICATE NUMBER:CL1110301467 REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADD POLICY NUMBER POLICY EFF MM/DD/YYY POLICY EXP MM/DD/YYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO PREMISES Ea RENTED occurren $ MED EXP (Any one person) $ CLAIMS -MADE OCCUR PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY PRO LOC $ AUTOMOBILE LIABILITY EOa BIKED SINGLE LIMIT 1,000,000 BODILY INJURY (Per person) $ A X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BA1264R358 /13/2011 /13/2012 BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE Peraccident) $ Underinsured motorist $ 100,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE E $ $RED EXCESS LIAB CLAIMS -MADE RETENTION $ $ WORKERS COMPENSATION I WC STATU- OTH- AND EMPLOYERS' LIABILITY Y / NLIM ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N / A ORY E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ B Builders Risk 4007626767 10/3/2011 10/3/2012 Total Limit $207,364 Deductible $1 , 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: Mae Simmons Park Pavilion CERTIFICATE HOLDER CONCFI_I OTInN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 2000 AUTHORIZED REPRESENTATIVE Room 204 Lubbock, TX 79457 Dawn Taylor/DRT �--�-_ ACORD 25 (2010/05) INS025 (201005).01 01988-2010 ACORD CORPORATION. All rights reserved. Tha ACnRn nama anti Inn^ nra ranic+araA mar4c ^f Annon No Text BID#11.10162-CI MAESIMMONSPAVILION CERTIFICATE OF I NSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS i S TO CERTI FY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ 0 Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ 0 Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'SRISK ❑ 100% of the Total Contract Price $ 0 INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSA TION AND EMPLOYERS' LIABILITY The Proprietor/ 0 Included Statutory Limits Partners/Executive 0 Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIESOF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) 0 Title: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. Pacis I ntentionally Left Blank U, Cl CONTRACTOR CHECKLIST 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 1 NCLUDI NG WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. Page I ntentionally Left Blank 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 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (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 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. Page I ntentionally Left Blank I 1 BID#11-10162-CI -MAE SIMMONSPAVILION CONTRACT Page Intentionally Left Blank I 1 BID # 11-10162-CI — MAE SIMMONS PAVILION CONTRACT 10162 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 27th day of September, 2011, 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 Hub City Waterboys, Inc., of the City of Wolfforth, 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: BID # 11-10162-CI — MAE SIMMONS PAVILION 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 Conditions of Agreement. Hub City Waterboys, Inc., bid dated September 8, 2011 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 bid 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: CITY OF LUBBOCK, TEXAS (OWNER): B U YOR By: ,�,���- ATTEST: PRINTED NAME: TITLE: ?IeE� City Se retary COMPLETE ADDRESS: APPROVED AST CONTENT: Company .rs 1I - -- — Zz" i Address /-7y13 L-/t 15-?o Owner's R resent at v City, State, Zip 72 7938 z- ATTEST: Scott Snider, Assistant City Manager AP P 0 D AST FORM: Corporate Secretary City Attorney " BID#11-10162-CI-MAESIMMONS PAVILION ri Page 1 nterntionally Left Blank BID # 11-10162-CI -MAE SIMMONS PAVILION GENERAL CONDITIONSOF THE AGREEMENT Page I ntentionally Left Blank I 1 BID # 11-10162-CI - MAE SI M M ONS PAVILION GENERAL CONDITIONSOF THE AGREEMENT Page Intentionally Left Blank I 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 Office, 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 r 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 are 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 that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall 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 I or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location hil 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 H shall be in accordance withthe 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. T-i 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 I 1 i J 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 bid, 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 _a 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 shall 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 bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that 1 such price shall include all appurtenances necessary to complete the work in accordance with the intent of these i 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 bids are received, and if no such notice is received by the Owner's 3 Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands 1 the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications; If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequatefor completion of the project. It isfurther agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids 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 Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall 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 TO INCLUDE PRODUCT-COMP/OP 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTSAND COMPLETED OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) _ The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury with XCU (Explosion, Collapse, Underground) Endorsement B. Owner's and Contractor's Protective Liability Insurance- NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than, 500 000 Combined Single Limit, to include any auto. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance - NOT REQUIRED D. 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 $500,000. The City of Lubbock shall be named as primary additional insured on a primary and Non- l Contributory basis on general liability, with a waiver of subrogation in favor of the City of Lubbock on all coverages All copies of the Certificates of I nsurance shall reference the project name or bid number for which the insurance is being supplied. 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. R 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 6 project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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. 5. 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 shall 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 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: 10 G (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 shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten .days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. 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. 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. 11 J Ll 1� (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may, verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.statatx.uW 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 contricts to provide services on a project, to: 12 (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; 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 amountsy 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-i nsurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions"; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 r -I (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. j 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 L., 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 13 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 Offices, 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 Offices, 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 Offices, 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 bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract. or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, 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 bidding 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 therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES 14 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 $150.00 (One -hundred and fifty ddlars) PER CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work 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 bid; 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 bid 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 j 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 t ; 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 15 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 bids 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. 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 Offices, 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 bid 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. t_ ; 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the _a 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 �4 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 16 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. 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 31st 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 t 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. i-1 17 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 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, 18 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 bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative, as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in _ this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. f 19 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 $50,000. 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 1 furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a 20 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 performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to _give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date. of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. in _J 21 No Text Page Intentionally Left Blank r EXHIBIT A GENERAL DECISION: TX20100296 10/01/2010 TX296 Date: October 1, 2010 General Decision Number: TX20100296 10/01/2010 �A Superseded General Decision Number: TX20080296 State: Texas c; Construction Type: Building County: Lubbock County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).. Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 06/25/2010 3 10/01/2010 BOIL0531-001 07/01/2008 Rates Fringes -------13_66 --Boilermaker...._______________________ BRTX0005-004 06/01/2009 Rates Fringes Bricklayer .....................$ 24.16 8.31 ---------------------------------------------------------------- CARP0665-002 05/01/2010 Rates Fringes Carpenter ......................$ 20.18 ---------------------------------------------------------------- 5.56 ENGI0178-004 12/01/2009 Rates Fringes OPERATOR: Forklift ..............$ 21.20 9.35 -------------------------------------------------- IRON0263-017 06/01/2008 Rates Fringes Ironworker, reinforcing ........ $ 20.90 4.60 ---------------------------------------------------------------- PAIN0053-003 04/01/2008 -- Rates Fringes Painter - Brush, Roller & Spray ............................$ 15.81 4.56 ----------------------------------------------------------- * PLUM0629-019 09/24/2010 Rates Fringes PLUMBER/PIPEFITTER ...............$-21.00 6.25 ---------------------------------------------------------------- SHEE0049-007 06/16/2010 Rates Fringes SHEETMETAL WORKER (HVAC Duct and System Installation Only) .... $ 21.20 8.95 ---------------------------------------------------------------- SUTX2009-168 06/03/2009 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 18.58 0.00 ELECTRICIAN ......................$ 18.09 2.36 IRONWORKER, STRUCTURAL ........... $ 10.38 0.00 LABORER: Common or General ...... $ 8.86 0.00 LABORER: Mason Tender - Brick ... $ 11.00 0.00 OPERATOR: Backhoe/Excavator.....$ 13.81 0.00 OPERATOR: Blade/Grader .......... $ 12.97 0.00 OPERATOR: Front End Loader ...... $ 12.23 0.00 ROOFER ...........................$ 12.06 0.00 TILE SETTER ......................$ 8.50 0.00 TRUCK DRIVER .....................$ ------------------------------------------------------------ 10.15 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR ------------------------------------------------------------ 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W; Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the Interested party's position and by any information (wage payment data, Project description, area practice material, etc.) that the requestor Considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor - 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION. EXHIBIT B 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 C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. EQUAL OPPORTUNITY & UNDER SECTION 3, AFFIRMATIVE ACTION AND EXECUTIVE ORDER 11246. "Section 3" Compliance in the Provision of Traininz, Employment and Business Opportunities: (Applicable to Federally assisted construction contractsand related subcontracts exceeding $10,000) During the performance of thisContract, the Contractor agreesasfollows 1. The Contractor agrees to comply with the requirements of Section 3 of the Housing and Urban Development Act of 1968 (1 USC 170(u)), as amended, the HUD regulations issued pursuant thereto at 24 CFR Part -135, and any applicable rules and orders of HUD issued thereunder. - 2. The "Section 3" set forth in 24 CFR 135.20(b) shall form part of this Contract. 3. Contractors shall incorporate the "Section 3 clause" shown below and the foregoing requirements in all subcontracts. Section 3 Clause as set forth in 24 CFR 135.20(b) A. Thework to be performed under thisContract !son a project assisted under a program providing direct Federal financial assistancefrom the Department of Housing and.Urban Development Act of 1968, as amended,12 U.S.C.1701u. Section 3 requiresthat tothegreatest extent feasible opportunities for training and employment begiven lower income residentsof the project area, and contractsfor work in connection with the project be awarded to business concernswhich are located in, or awned in substantial part by persons residing in the area of the project. B. The parties to this Contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development and set forth in 24 CFR 135.20 (b), and all applicable rules and orders of the Department issued thereunder, prior to the execution of this Contract. The parties to this Contract certify and agree that they are under no contractual or other disability, which would prevent them from complying with these requirements. C. The Contractor will send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of his commitments under this Section 3 clause, and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. D. The Contractor will include this Section 3 clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal financial assistance, take appropriate action pursuant to a subcontract upon a finding that a Subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR 135.20 (b). The Contractor will not subcontract with any subcontractor where the Contractor has notice or knowledge that the subcontractor has been found in violation of regulations under 24 CFR 135.20 (b), and will not let any subcontract unless the subcontractor has first provided said Contractor with a preliminary statement of ability to comply with the requirements of these regulations. E. Compliance with the provisions of Section 3, the regulations set forth in 24 CFR 135.20 (b), and all applicable rules and orders of the Department issued thereunder prior to the execution of the Contract, shall be a condition of the Federal financial assistance provided to the project, binding upon the applicant or recipient for such assistance, its successors and assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, its successors and assigns to those sanctions specified by the grant or loan agreement or contract through which Federal assistance is provided, and to such sanctions as are specified by 24 CFR 135.20 (b). No Text Pace 1 ntentionally Left Blank r MAE SIMMONS PARK PAVILION 80025.9716 CITY OF LUBBOCK PARK DEVELOPMENT TECHNICAL SPECIFICATIONS I i F Page Intentionally Left Blank SECTION 00007 SEALS - DESIGN RESPONSIBTLTTY The specification sections authenticated by my seat and signature are limited to the following: 01100 Summary 01300 Submittals 01510 Temporary Facilities 01630 Substitutions 02200 Demolition, Removal and Salvaging of Existing Materials 02300 Earthwork 02810 Irrigation Systems 02870 Site Furnishings 02930 Lawns & Grasses 03300 Concrete 04720 Architectural Cast Stone 04855 Cut Stone Assemblies 07800 Special Conditions Landscape Architecture in Texas is regulated by: Texas Board of Architectural Examiners PO Box 12337, Austin, TX 78711 6 VV%I Irrigation in Texas is regulated by: Texas Commission on Environmental Quality PO Box 13087, Austin, TX 78711-3087 END OF SECTION SEALS - DESIGN RESPONSIBILITY 00007 - 1 -I SECTION 00010 TABLE OF CONTENT'S 01100 Summary 01300 Submittals 01510 Temporary Facilities 01630 Substitutions 02200 Demolition, Removal and Salvaging of Existing Materials 02300 Earthwork 02810 h-rigation Systems 02870 Site Furnishings 02930 Lawns & Grasses 03300 Concrete 04720 Architectural Cast Stone 04855 Cut Stone Assemblies 07800 Special Conditions END OF SECTION TABLE OF CONTENTS 00007-1 SECTION 01100 SUMMARY OF WORK PART 1-GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Drawings and general provisions of the Contract including General Conditions and Special Conditions apply to this Section. B. The Work includes all labor, materials, services and equipment required in conjunction with, or properly incidental to work described in the plans and specifications for "Mae Simmons Pavilion". 1.02 SUMMARY OF WORK A. The Work includes but is not limited to items described below. It is understood that Work in addition to these items may also be necessary to accomplish the complete Contract. I. Remove existing pavilion structure as noted on plan. 2. Remove existing concrete sidewalk and slab as noted on plan. 3. Install (1) pre -fabricated steel pavilion, conduits, footings and slab. 4. Install approx. 83 if concrete sidewalk. 5. Install (1) concrete slab for BBQ grill. 6. Provide and install (1) BBQ grill. 7. Remove (6) picnic tables and return to owner. 8. Remove and re -install (4) trash barrels. 9. Provide and install (12) picnic tables. 10. Modify irrigation systems. H. Re -grade & Install bermuda sod. 12. Re -configure post and cable barriers per plan. 13. Layout and staking. B. The Contractor shall be responsible for the Texas Prevention Legislation. The Texas damage prevention law (Utilities Code Title 5, Chapter 251) took effect October 1, 1998. This law requires excavators to call 48 hours before they dig. Texas Excavation Safe System Inc. TESS is a non-profit corporation formed Safety Y ( ) � p rp by member companies to prevent damage to underground facilities. The service is 100% free to excavators by calling 1-800-DIG-TESS (344-8377). 1.03 WARRANTY A. Contractor shall warrant I00 percent of the project for one year after the date of final acceptance. SUMMARY OF WORK 01100-1 421V END OF SECTION SUMMARY OF WORK 01100-2 -019 SECTION 01300 SUBMITTALS PART 1=GENERAL 1.01 PROCEDURES A. Deliver submittals to Architect at the following address: City of Lubbock, Park Development, 1611-10"' Street, Lubbock, TX 79401. B. Transmit each item under Architect 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 Architect review stamps. C. After Architect review of submittal, revise and resubmit as required, identifying changes made since previous submittal. D. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. 1.02 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G703. Contractor's standard form or media driven printout will be considered on request. B. Format: Table of contents of this Project Manual. Identify each Iine item with number and title of major Specification sections. 1.03 SHOP DRAWINGS A.. Prepared by a qualified detailer. B. Submitted as required by the individual Sections and to clarify information shown or called for in the Contract Documents. 1.04 PRODUCT DATA A. 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. B. Submit the number of copies that the Contractor requires plus two copies that will be retained by the Architect. 1.05 MANUFACTURER'S CERTIFICATES A. Submit certificates, in duplicate, in accordance with requirements of each Specification section. B. Manufacturer's standard schematic drawings and diagrams: 1. Modify drawings to delete inforimation that is not applicable to the work. SUBMITTALS 01300 - 1 4210 2. Supplement standard information to provide additional information specifically applicable to the work. C. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data: 1. Clearly mark each copy to identify pertinent materials, products, or models. 2. Show dimensions and clearances required. 3. Show performance characteristics and capabilities. 4. Show writing or piping diagrams and controls 1.06 SAMPLES A. Submit samples as required by the individual Specification Sections. End of Section SUBMITTALS 0I300 2 4219 SECTION 01500 TEIIIPORARY FACILITIES AND CONTROLS PART I - dENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary items required for construction. Remove on completion of Work. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with federal, state and local codes and regulations, and with utility company requirements. 1.03 STORAGE UNITS A. The Contractor may provide on the premises, suitable watertight storage units for storage of materials. Storage will be maintained in good condition. Coordinate location w/Owner. 1.04 FENCING A. The Contractor may provide temporary fencing. Fencing will be maintained in good condition. Coordinate location w/Owner. 1.05 SANITARY FACILITIES A. The Contractor may provide toilet facilities for the use of all persons employed on the job. He shall post notices, take such precautions as may be necessary, remove any refuse deposited in or about the building, and maintain the premises in a sanitary condition. 1.06 STORAGE AND STOCKPILE OF EXCAVATED DIRT A. All dirt excavated during the construction process shall be removed to an approved location. Temporary stockpile locations, if required, will be approved by the Owner's Representative. 1.07 DE -WATERING A. Surface or subsurface water or other fluid shall not be permitted to accumulate in excavations. Should such conditions develop, water and other fluids shall be controlled and disposed of by means of temporary pumps, piping, drain lines, ditches, dams, or other approved methods. 1.08 BARRICADES A. Barricades and Protective Measures. 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. B. 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 L_J portion shall be immediately removed and replaced by the Contractor at his own cost and expense. TEMPORARY FACILITIES AND CONTROLS 01500 - 1 1.09 "TRAFFIC CONTROL A. The Contractor shall be responsible for all traffic control and safety during construction. The Contractor shall meet all City requirements for public safety, barriers, and traffic control. The Contractor shall coordinate traffic control with the City of Lubbock. 1.10 REMOVAL OF TEMPORARY FACILITIES A. When any temporary facility is no longer needed for the proper conduct of the work, the Contractor shall completely remove it from the project and shall repair or replace any material, equipment, or finished surface damaged by doing so. 1.1 I PARKING FACILITIES A. Restrict parking of construction personnel vehicles to areas designated on Drawings or as directed by Owner. END OF SECTION TEIV...FORARY FACILITIES AND CONTROLS QI500 - 2 4119 SECTION 01630 SUBSTITUTIONS AND PRODUCT OPTIONS PART I —GENERAL 1.01 In the event that the clause "or equal" is used in the specifications pertaining to materials; all proposed substitutions must be submitted to the Owners Representative no later than 1 ten ( 10) calendar days before the closing date for approval. Substitution submittals must include all manufacturer's literature, certifications and operating instructions as well as shop drawings proving service and performance equal to or better than that depicted on the plans. Bidder shall provide the same warranty for substitution as for product specified. 1.02 The Owner reserves the right to deny any request for substitution when the required information is not submitted. The Owner reserves the right to deny any substitution that ' does not provide equal performance or quality. t_ i__ SUBSTITUTIONS AND PRODUCT OPTIONS 01630 - 1 . t#� SECTION 02200 DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERLr4LS PART I - GENERAL. 1.01 RELATED DOCUMENTS A. Drawings and General provisions of the Contract, including General Conditions and Special Conditions apply to this Section. 1.02 SUMMARY A. The primary purpose of this work is to demolish and haul away debris from certain park pavilion structures owned by the Parks Department, City of Lubbock. The Contractor understands and agrees that demolition and debris removal in the most expeditious manner possible is of the utmost importance acid it will make every effort to complete all requirements of this Contract in the shortest time possible. B. The work to be performed under this Contract shall consist of demolition and removal of the structures shown on the plans and listed in these specifications. Included in the work shall be all concrete, stone, brick, asphalt or other flatwork and or planters as shown on the plans or as directed by the Owner. C. The City -owned structures are deemed to be clear of or have been abated for Asbestos Containing Materials (ACM), and may be handled as such. _ D. The Contractor shall maintain all work sites to appropriate use standards, safety standards, and regulatory requirements. All materials shall be removed, hauled, and disposed.according to applicable federal, state and local requirements. E. The Contractor shall be responsible for compliance with all federal, state and local requirements related to structure demolition and removal PART I1- PRODUCTS 2.01 DEFINITIONS A. Asbestos Containing Materials (ACM) B. Construction Site Best Management Practices (BMPs) C. National Emissions Standards for Hazardous Air Pollutants (NESHAP). D. Regulated Asbestos -Containing Material (RACM) E. Rotating blade (RB) F. Stormwater Pollution Prevention Plan (SWPPP) t G. Texas Department of Transportation (TxDOT) PART III - EXECUTION 3.01 GENERAL A. Utility Disconnects (if applicable) 1. The Contractor shall be responsible for coordinating with private utility companies for disconnection of services, including, but not limited to electricity, natural gas, telephone, cable television and internet. DEMOLITION, REMOVAL AND "SALVAGING OF EXISTING MATERIALS 02200 - 1 -12,s B. Demolition of Structures I . All demolition debris, including the building superstructure, concrete, stone, brick, asphalt or other flatwork and or planters must be removed from the site. Demolition debris shall be disposed of at the City Of Lubbock Landfill. If a retaining wall must be removed, the walls shall be completely removed and the embankment shall be cut back to a slope of eight horizontal to one vertical. 2. As designated by the Owner, the Contractor shall employ good demolition techniques, which includes: a. Using demolition techniques that minimize ground disturbance. Trees shall not be removed except in cases where obstruction is a safety factor. b. Maintaining the practice of keeping personnel at a safe distance from demolition activities. c. Loading the materials with techniques to maintain a sufficient distance from personnel to reduce excessive exposure to airborne material. d. Tarping loads or otherwise preventing material from becoming airborne during hauling. e. Manual cleaning of the demolition site to remdve all materials from the site. f.. Contractor shall be responsible for providing protective gear and equipment to its agents and employees and for ensuring its proper utilization. C. Securing the Site 1. The Contractor shall take all necessary steps to secure each site in a manner to prevent access by the general public. This includes the use of fencing to secure the site until backfill has been completed. D. Backfll - Finishing 1. The Contractor shall obtain inspection and approval from the Owner prior to backfilling any excavations, holes or depressions on the demolition site. Excavations or other depressions in the demolition site shall be filled and compacted with sand or earthen fill as approved by the Owner. E. Erosion Control 1. The Contractor shall apply Construction Site Best Management Practices (BMPs) and or Stormwater .Pollution Prevention Plan (SWPPP) objectives to reduce the discharge of contaminates into the storm water drainage system. F. Cleanup 1. All pieces, parts, scraps, debris, rubbish, wood or organic materials from a structure or part of a structure, inside of the fence enclosure, in the process of being demolished shall be cleaned up and removed from the premises on a daily basis. Final cleanup after a structure is demolished shall include complete and thorough removal from the premises of all parts or pieces of the building, its contents and its furnishings, including all debris, organic materials, rubbish, wood, concrete and masonry rubble_ All hazardous open pits and recesses shall be filled with thoroughly tamped earth or mortar, whichever is completely required to eliminate the hazard. 2. Sewers, stacks, or other sanitary ducts extending to or through floors and slabs shall be filled as specified (if applicable). DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS 02200 - 2 Mr G. Debris Ownership and Hauling Responsibilities 1. Once the Contractor begins an activity on a site, all debris and items and or amenities on the site is the property of the Contractor (with the exception of the above mentioned hazard materials described in C above, which must be disposed of as indicated), and the Contractor is solely responsible for all aspects related to the debris, including, but not limited to, the hauling and disposal of the debris. Demolition debris is to be transported to the City of Lubbock Landfill for disposal in accordance with all Federal, State and Local rules and regulations. H. Debris Disposal 1. The Contractor acknowledges, represents and warrants to the City that it is familiar with all laws relating to disposal of the materials as stated herein and is familiar with and will comply with all guidelines, requirements, laws, regulations, and any other federal, state or local agencies or authorities. 2. Contractor acknowledges and understands that any disposal, removal, transportation or pick-up of any materials not coveted under the scope of work shall be at the sole risk of the Contractor. Contractor understands that it will be solely responsible for any liability, fees, fines, claims, etc., which may arise from its handling of materials not covered by the scope of work. 3. The Contractor is responsible for determining and complying with applicable requirements for securing loads while in transit and that al I trucks have a solid tailgate made out of metal. Contractor shall assure that all loads are properly secured and transported without threat of harm to the general public, private property and public infrastructure. 4. The Contractor shall insure that all vehicles transporting debris are equipped with and use tarps or netting to prevent further spread of debris. L Equipment 1, The Contractor shall he equipped with the normal tools of the trade and shall furnish all labor, toots, equipment and other items necessary for and incidental to executing and completing all required work. 2. The use of a rotating blade (RB) roof cutter or equipment that similarly damages the roofing material is used to remove Category 1 nonfriable asbestos -containing roofing material is acceptable as per the following conditions; a. The removal of 5580 sq ft or more of asbestos -containing roofing material will create at least 160 sq ft of Regulated Asbestos -Containing Material (RACM) and is subject to the National Emissions Standards for Hazardous Air Pollutants (NESHAP). b. The removal of less than 5580 sq ft is not subject to the NESHAP. c. An original 10•day notice of intent to renovate or demolish pursuant to 40 CFR 61.145(b) (part of the NESHAP).is always required for demolitions. 3. This project has been determined to be less than 5580 sq ft. a. There is no special requirement for removal. b. The contractors shall follow all local, state & federal regulations. DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS 02200 - 3 Um 3.02 REMOVING EXISTING CONCRETE AND BASE MATERIAL Where applicable, all lines separating pavement to be removed from that to remain in place shall be cut neatly and in a straight line or shall be separated with an existing expansion joint or construction joint. Any cuts to be made shall be done so by means of sawing or other methods approved by Owner's Representative which will produce a satisfactory edge. All existing materials to be removed and disposed of under this item shall be removed by the Contractor, and shall be disposed of in appropriate disposal areas off the Owner's property. Removal operations shall be accomplished in such a manner to minimize disturbance of existing adjacent pavement structures or improvements to remain in place. Any underlying courses disturbed during removal operations shall be reworked, recompacted and regraded to the satisfaction of the Engineer. Any damage to adjacent pavement structures or improvements shall be repaired to the satisfaction of the Engineer. 3.03 REMOVING AND SALVAGING SITE FURNISHINGS A. Existing picnic tables & benches are to be removed and returned to Owner. Picnic tables & benches are to be removed in such a manner to remain usable and Contractor shall not damage the fixtures in any way. If removal without damage to the fixture is not possible, the Contractor shall notify Owner's Representative. Removal shall commence in a manner approved by Owner's Representative. B. Existing trash barrels are to be removed and re -installed in the same manner by the Contractor. Trash barrels are to be removed in such a manner to remain usable and Contractor shall not damage the fixtures in any way. If removal without damage to the fixture is not possible, the Contractor shall notify Owner's Representative. Removal shall commence in a manner approved by Owner's Representative. Trash barrel assemblies are to be stored off -site by Contractor in an appropriate secured area and re -installed on -site in locations noted on plan. 3.03 REMOVING EXISTING PAVILION A. Existing pavilion to be removed in accordance with all applicable local, state and federal laws regarding public health and safety. All necessary permits are to be obtained by the Contractor. B. Contractor to adhere to best practices and methods while performing demolition on existing pavilion to ensure safety for workers and minimize damage to adjacent structures and improvements. END OF SECTION DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS 02200 - 4 9M SECTION 02300 EARTHWORK PART I - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General provisions of the Contract, including General Conditions and Special Conditions apply to this Section. 1.02 SUMMARY A. Work in this section includes furnishing all labor, materials, equipment and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. B. Earthwork will be considered incidental to other items of construction. C. Feathering of finish grade away from constructed edges at max 8:1 is required. PART H - PRODUCTS 2.01 DEFINITIONS A. Fill material: Soil other than topsoil used to raise the sub -grade to the required elevations. Fill is not anticipated on this project unless unsatisfactory soils are revealed beneath existing slabs. B. Topsoil: Sandy login with minimum tour percent organics; free from stones larger than one inch in any dimension.; and free from weed seeds and other extraneous materials harmful to plant growth. C. Sub -grade: Native soil or .fill compacted to 95% minimum of Standard Proctor Density at+/-2% optimum moisture. PART TII - EXECUTION 3.01 GENERAL A. Remove soil and vegetation beneath all improvements to a minimum depth of two inches. Remove organic matter to an approved location. B. Remove unsuitable soils if present. C. Fill material (if required) shall be installed in lifts not to exceed eight inches, loose till. Compact to 95% minimum of Standard Proctor Density at +/-2% optimum moisture. Continue compaction two feet beyond the edges of concrete. D. Contractor will obtain and pay for compaction tests on each lift. Submit copy of test results to Owner's Representative. E. Sub -grade in turf areas shall be covered with minimum three inches of toopsoil. F. Finish grade shall be I/2" below the top of concrete and shall slope gently away from the concrete at max 8:1, or as shown on the plans. G. Top of sod will be considered finish grade. EARTHWORK 02300 - 1 4219, H. Fill tire marks in grass with suitable topsail. Shallow marks (I" deep or less) may be filled with masonry sand. END OF SECTION EARTHWORK 02300 - 2 1' SECTION 02810 IRRIGATION SYSTEMS PART I - GENERAL - } 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. B. Description of Work The work that the City of Lubbock desires to be performed is as follows; Relocate and repair Sprinkler Heads & Lateral lines from the areas affected by the pavilion & sidewalk work in Mae Simmons Park. Preserve the integrity and Operational Capacity of the existing irrigation system in the areas of the Park which remain un-affected by the construction and re -grading work. Remove, relocate, and/or replace the existing PVC piping that will be affected by the grading work, as shown on the plan. Relocate Irrigation Heads as shown on the Plan and reconfigure lateral lines as required. 1.2 SUMMARY A. The Contractor shall supply all supervision, perform all work, furnish ail labor, tools, materials, equipment, and incidentals necessary to fully and properly perform all work as shown on the plans and described in the specifications. All construction and other work shall be completed in accordance with all governing codes and ordinances, with the best engineering and construction practices, including material manufacturer's recommendations for installation and workmanship, for the skill or trade involved. B. We request that your proposal be made in conformance with the guidelines contained in the specifications and on all plans. The contract shall be awarded to I he company with the proposal determined to be the most advantageous to the City of Lubbock. C. This Section includes piping, valves, sprinklers, specialties, controls, and wiring for automatic -control irrigation system. 1.3 DEFINITIONS A. Circuit Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. C. The following are industry abbreviations for plastic materials: i . ABS: Acrylonitrile-butadiene-styrene plastic. 2. FRP: Fiberglass -reinforced plastic. 3. PA: Polyamide (nylon) plastic. 4. PE: Polyethylene plastic. 5. PP: Polypropylene plastic. 6. PTI+E: Polytetrafluoroethylene plastic. 7. PVC: Polyvinyl chloride plastic. 8. TFE: Tetratluoroethylene plastic. 1.4 PERFORMANCE REQUIREMENTS A. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent water coverage of turf and planting areas indicated. B. Discrepancies: It is the intent that all work must be completed and all material must be furnished with the generally accepted practice of the area. In the event of �v { any discrepancies between the plans and the specifications or doubts as to the meaning and intent of any portion of the contract, the Owners Representative shall define what is to apply to the work. 1.5 SUBMITTALS A. Product Data: Contractor shall submit shop drawings to the Owners Representative before purchasing and installation of materials and equipment. Shop drawings shall include complete layout and detailed drawings illustrating the location and type of all heads, valves, piping circuits, controls and accessories. Include required copies of manufacture's literature, certifications, and operating instructions for the following: l . Irrigation Piping. 2. General -duty valves. 3. Specialty valves. ffi 4. Control -valve boxes. 5. Sprinklers. 6. Irrigation specialties. 7. Control cables. Include splice kits. B. Operation and Maintenance Data: Contractor to provide two (2) copies. For irrigation systems, to include in emergency, operation, parts list, and maintenance manuals. Include data for the following: I. Automatic -control valves. 2. Sprinklers. 3. Heads. y C. Substitutions: All substitutions shall conform to the following provisions: 1. All proposed substitutions must be submitted to the Owners Representative no later than 15 days before the project bid date for approval. Substitution submittals must include all manufacturer's literature, certifications and operating instructions as well as shop drawings proving service and performance equal to or better than that depicted on the plans. The owner reserves all right to deny any substitution that does not provide equal performance or quality. 2. Installation of any approved substitution is the Contractor's responsibility. Any changes required for installation of the substitution must be made to the satisfaction of the Owners Representative at the Contractor's expense only. Approval of substitutions does not constitute approval of installation. D. 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. E. Record. Irrigation Drawings: Contractor shall furnish Record Drawings of the complete irrigation system in accordance with the General and Special Conditions. Construction drawings shall be on the construction site at all times while the irrigation system is being. installed. Contractor shall snake a daily record of all work installed during each day. Actual location of valves and quick couplers and all irrigation and drainage piping shall be shown on the prints by dimensions from easily identified permanent features, such as buildings, curbs, fences, walks or property lines. Drawings shall show approved substitutions, if any, of material including manufacturer's name, and catalog number. The drawings shall be to scale and all indications shall be neat. All information noted on the print shall be transferred to sepia by Contractor and all indications shall be recorded in a neat, orderly way. The record drawings shall be turned over to the Owners Representative at or before the Final Acceptance of the project. 1.6 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. All work and materials shall be in full accordance with current rules and regulations of safety orders of Division of Industrial Safety, the Uniform Plumbing Code, TCEQ and other applicable laws or regulations. C. .Preliminary review of system installation will be made by Owners Representative prior to backfilling of trenches and during testing. D. Installer Qualifications: Engage an experienced Installer who has completed irrigation systems similar in material, design, and extent to that indicated for Project that have resulted in construction with a five year record of successful local in- service performance. 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 the state where the Contractor is based. Out -of --State licensing if the licensing state shares reciprocity with Texas will be considered. A Licensed Irrigator shall be on the jobsite daily for direct supervision of employees on design, installation, maintenance or repair of the irrigation system including the connection of such system to the water supply. The Owner reserves the right to reject any bid if the bidder is not qualified based on the above given criteria. 1.7 DELIVERY, STORAGE, AND HANTLING A. Deliver piping with factory�-applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture. Protect from excessive bending and from external, concentrated load at any point. B. The Contractor shall exercise care in handling, loading and unloading of all equipment. C. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. D. The Contractor shall be responsible for all materials furnished by him and shall replace at his own expense any and all material found to be defective in manufacture or if it has become damaged in handling or storage. 1.8 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the fallowing conditions and then only after arranging to provide temporary water service according to requirements indicated. Notify Owners Representative no fewer than four (4) days in advance of proposed interruption of water service. B. Contractor shall acquaint himself with all site conditions. Should utilities or other work not shown on the plans be found during excavations, Contractor shall promptly notify Owners Representative for instructions as to further action. Failure to do so will make Contractor liable for any and all damage thereby arising from his operations subsequent to discovery of such utilities not shown on plans. C. Contractor shall take necessary precautions to protect site conditions. Should damage be incurred, this Contractor shall repair damage to its original condition or furnish and install equal replacement at his expense. D. The Contractor shall be responsible for the Texas Prevention Legislation. The Texas damage prevention law (Utilities Code Title 5, Chapter 25 1) took effect October 1, 1998. This law requires excavators to call 48 hours before they dig. Texas Excavation Safety System Inc. (TESS) is a non profit corporation formed by Member companies to prevent damage to underground facilities. The service is 100 percent free to excavators by calling 1-800=DIG-TESS (344-8377). E. Any utility and irrigation lines shown on plans are for design and construction information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities are not listed with DIG TESS. They include but are not limited to irrigation systems, park lighting and all others are private utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the Owner is not aware. The Owner does not assume any responsibility for any public utilities that are not shown on plansAt is the Contractor's obligation to locate and familiarize themselves with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. F. The Contractor is responsible for the protection and preservation of all plant material, monuments, and structures during installation. Any damage shall be replaced or repaired by the Contractor, at his own expense, to the satisfaction of the Owner. G. All trenching or any excavation shall be a greater distance from the trunk of any plant material than ten (I Ox) times the diameter of the trunk at twelve (12") inches from. the ground. If questions arise, the Contractor shall contact the Owners Representative for clarification. H. The Contractor shall not park or drive any vehicles or equipment beneath the drip line of on -site trees and shrubs. The Contractor and his employees shall not park on un-surfaced park property and shall not drive vehicles across the City of Lubbock land unless it is directly necessary to deliver materials to the job site. 1. The Contractor shall take all necessary precautions to ensure the safety of any pedestrians during the demolition, construction and clean-up operations. The Contractor shall maintain and keep in good repair the work intended under these plans and specifications, and shall perform all necessary repair, construction and renewal to the slate of acceptance by the Owner. 1.9 COORDINATION A. Coordinate location and installation of irrigation valves, pipes and heads. Requirements are specified on Plans. 1.10 FINAL ACCEPTANCE A. `York under this Section will be accepted by Owners Representative upon satisfactory completion of all work. Upon Final Acceptance, Owner will assume responsibility for maintenance of the work. Said assumption does not relieve Contractor of obligations under Warranty. 1.11 WARRANTY A. In addition to manufacturer's guarantees or warranties, all work shall be warranted for one year from the date of Final Acceptance against defects in material, equipment and workmanship by Contractor. Warranty shall also cover repair of damage to any part of the premises resulting from leaks or other defects in materials, equipment and workmanship to the satisfaction of the Owner. E. Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during Warranty Period. PART 2 - PRODUCTS 2.1 Performance of Specified Material A. 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. B. All. material to be new, unused, and current. C. All material must be a standard product of a manufacturer. D. The Contractor shall provide performance records to verify equipment capabilities. 2.2 ;'Materials A. PVC ripe: (If Applicable) 1. All polyvinyl chloride pipes shall be class 200, SDR 21 an -plasticized polyvinyl chloride, Type I, Grade 1. B. Fittings (If Applicable) 1. All piping must have manufacturer's markings clearly printed on them during installation. 2. All class 200 pipes must conform. to ASTIbI D-2241. 3. All lateral piping under four (4) inches shall be solvent weld. 4. All mainline piping four (4) inches and larger shall use belled ends or belled couplings using rubber gaskets in twenty (20) foot laying lengths. 5. All fittings for four (4) inches or larger mainline shall be 200 psi Gasketed Fittings. 6. All 'fittings shall be pressure rated for 200-psi maximum working pressure. 7. Gaskets shall be designed for pressure and vacuum with maximum deflection (ASTM F-477). 8. PVC Fittings a. Schedule 40 fittings must conform to ASTM D-2466. b. Schedule 80 fittings must conform to ASTM D-2464. 9. Three (3) X Four (4) Reducing Male adapters shall not be used. C. Swing Joints (If Applicable) 1. Nipples: Schedule 80 with molded threads on both ends, unless specified otherwise in construction detail. 2. Elbows: (90 degree) Schedule 40 FIl'T X F PT. 3. Pre -Fabricated swing joints are acceptable. 4. Lateral line fittings: Schedule 40. D. Flow Sensor (If Applicable) 1. Data Industrial. Flow Sensor supplied by Owner. Installation and wiring shall be furnished and installed by the Contractor. E. Valves (If Applicable) I. Manual Control Gate Valve (If Applicable) a All gate valves shall have resilient seats, iron body, bronze mounted throughout, brass or bronze, and shall meet all requirements ofAWWA C 509. All valves shall be mechanical joint. All valves shall open by turning to the left, and unless other -wise specified shall have non -rising stem when buried and outside screw and yoke when exposed. Gate valves shall be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with 0-ring stem packing. 2. PVC Ball Valves (If Applicable) a. All Ball Valves shall be thermoplastic, compact sealed unit type constructed from. PVC Type I Cell Classification 12454. All O-rings shall be EPDM. All valves shall have Safe-T-Shear stem and double stop Polypropylene handle. All valves shall be listed for potable water use by the National Sanitation Foundation (NSF). All 1/2" - 2" valves shall be pressure rated at 235 psi, 3" - 6" to 150 psi for water at 73T. Use threaded nipples in valves for connection to piping. 3. Quick -coupler Valves (If Applicable) a. Rain Bird # 44-RC, 1 ", Single lug, 2-piece body, heavy cast bronze with Rubber Cover Lid 'or approved equal'. b. Standard cover. C. The Contractor shall supply the Owner with two (2) valve keys for each Quick -coupler type. d. Installed with minimum ten (10") inch diameter plastic valve box. 4. Section Valve (If Applicable) a. Hunter 1CV-301 G, 201 G, 151 G or `approved equal' for rotor valves 1. Sized according to plan. ' 2. I?irect burial, remote control electric valve normally closed. 3. Solenoid - Waterproof molded epoxy resin construction having no carbon steel components exposed, having a captive solenoid plunger. 4. Internal Manual Bleed to keep valve boxes dry 5. Diaphragm - made with fabric reinforcement 6. Flow adjustment system 7. Cold water working pressure: - 20 to 220 psi 8. Heav -dut y yghss-tilled UV resistant nylon. with captive bonnet 1 bolts with matching brass body inserts l F. Valve Boxes (If Applicable) 1. Specified Box #1: Ametek Model 181104; 10" Round (or "approved equal") for drip risers a. Minimum dimensions 8-7/16"" x 13-1/4"" x 10" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and t shall be compatible with box to achieve depth required (no bricks shall be used). b. Drop -in green lid with cover lift holes and shall have 114 turn lock 1__ closure. _ 2. Specified Box #2: Ametek Model 174030; Standard Rectangular (or "approved equal") for rotor valves and PVC valves. a. Minimum dimensions 16" x 10-3/4" 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). b. Bolt -in green lid with cover lift holes and shall have snap lock tab closure. 3. Specified Box #3: Ametek Model 194502; Jumbo Rectangular (or "approved equal") for Drip and Master Valve(s) and Flow Sensor(s). a. Minimum dimensions 20" x 14" 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). b. Bolt -in green lid with cover lift holes and shall have snap lock: tab closure. G. Sprinkler Heads (If Applicable) 1. Specified I -lead #3: shall read "Hunter 1-35 Sierra series with standard nozzles for flow rates ranging between seven (7) and thirty-one (3 1) gpm, 'or approved equal'. a. Sprinklers shall be a six (6") inch pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. The nozzle and drive assembly shall also be encased in stainless steel. b. Sprinklers shall be mounted up to one-half (1/2") inch below finished grade. 14. Controller (If Applicable) 1. (1) RainMaster Evolution DX2, Furnished by Owner. Wire, installation and all connections by Contractor; including four (4) master valve(s) and four (4) flow sensor(s). 2. Box to enclose the controllers shall be a Barfield manufacturing BGSSE 182630SP. The box shall be provided by the City. The boxes are currently warehoused at McAlister Park, 6003 Brownfield Hwy. Lubbock TX 79464. I. Lighting Arrestors with Grounding Rods (If Applicable) 3. Arrestor to be installed at controller by Contractor. Lightening rods shall be installed by Contractor. 4. Ground Rods -Copper coated steel utilizing a Cadwell grounding connector to secure the wire to the rod. J. Control Wiring (If Applicable) 1. All 24 volt wiring to be ## AWG annealed copper, Baron UF, 600 volt, PVC coated UL approved direct burial. 2. All wire to be single stranded, one wire for each electric valve and a common wire. a. 12 gauge Common wire. b. 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. d. Include an additional yellow and a green 14 gauge spare wires looped in the mainline ditch. 3. RainMaster Conductor (If Applicable) a. The communication cable as required from the sub master satellite assembly to the other satellite assemblies on line shall be a 4- conductor shielded cable (part #EV-CAB-COM). Communication cable may be used to link satellites up to 5,000 feet in length from each other. Cable shall be installed in a 1-inch. PVC schedule 40 conduit. b. The flow sensor wire as required from the flow sensor into the satellite assembly enclosure shall be a 2-conductor shielded cable (part #EVCAB-SEN). The sensor cable may be used to connect the flow sensor to a satellite up to 2,000 feet in length from each other. Cable shall be installed in a I -inch PVC schedule 40 conduit. c. All conductors shall be the same type and size shown on the drawings as required for proper operation of the system. d. Wire Splices shall NOT BE APPROVED; entire length shall be replaced at CONTRACTORS EXPENSE. K. Miscellaneous Equipment (If Applicable) 1. Wire Connectors shall be Spears DS 400, 2. Provide moisture -proof connection for underground wiring. 3. Solvent Cementing a- Primer - Weld -On P-68 Purple Colored Only (All pipe fittings.) b. Solvent - 1/2" then 11l2 " Weld -on #705; 2" three-10" Weld -On #717. C. Manufacturer's Recommendations shall be followed at all times. I4 4. Thrust Blocks a. Concrete "ready -mix" 3,000 PSI in 28 days with number #3 rebar installed. To be placed at all angles and terminal ends of two and one- half (2 'h") inch or greater pipe. To be placed at all angles (90's, 45's, tees) and at terminal ends of pipe. (Refer to Thrust Block Retail) Thrust Blocks must be installed against the pipe and extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe and fittings to be wrapped in thirty (30#) pound felt to protect from movement. 5. Fresh water (Potable) line shall be no less than Schedule 40 and have a six (6) foot minimum horizontal separation from all other underground utilities. 6. All pipe to have a one (I') foot minimum vertical separation from all non -like utility lines. 2.3 GUARANTEES A. Provide a guarantee for all labor and material for a period of one year, from the date of substantial completion. B. Provide a manufacturer's guarantee for all sprinkler system components, i.e., valves, and heads, for a period of five years, from the date of substantial completion. C. Service calls during the one-year warranty period shall require a qualified technician on site within 24 hours. PART 3 — EXECUTION 3.1 LAYOUT A. Full and complete coverage is required. Contractor shall make any necessary minor adjustments to layout required to achieve full coverage of irrigated areas at no additional cost to Owner. B. Where connections to existing stubouts are required, make necessary adjustments should stubs be located differently. Adjust layout as necessary to install around existing work. C. Where piping occurs under paved areas but running parallel and adjacent to planted area, the intent is to install piping in planted areas. Do not install directly over another line in the same trench. D. It shall be the Contractor's responsibility to establish the location of all sprinkler heads on all turf areas in order to assure proper coverage of all areas. No substitutions of smaller pipe sizes will be permitted but substitutions of larger sizes may be approved. All pipe damaged or rejected because of defects shall be removed from the site at the time of said rejection. E. The Contractor will stake out the location of each run of pipe and all sprinkler heads of sprinkler valve locations prior to trenching. Before installation is started in a given area, the Owners Representative shall check all locations and give his approval. 3.2 EXCAVATING AND TRENCHING A. Perform all excavations as required for installation of work included under this Section, including shoring of earth banks, if necessary. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations, to their original condition. B. Should utilities not shown on the plans be found during excavations, Contractor should promptly notify Owners Representative for instructions as to further action. Failure to do so will make Contractor liable for any and all damage therein arising from his operations subsequent to discovery of such utilities. Indicate such utility crossings on the Record Drawings promptly. C. Dig trenches wide enough to allow a minimum of four (4") inches between parallel pipelines. Trenches shall be of sufficient depth to provide minimum cover from finish grade as follows: 1. Minimum trench width: Six (G") inches. 2. -Minimum cover over installed supply piping: Twenty four (24") inches. 3. Minimum cover over installed branch piping: Eighteen (18") inches. 4. Minimum cover over installed outlet piping: Eighteen (18") inches. S. Maximum cover over main line shall not exceed twenty-four (24") inches at zone valves. t, D. Trench to accommodate grade changes. E. Maintain trenches free of debris material or obstructions that may damage pipe. F. Where rocks 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 sand under all piping. After the piping is installed, finely -graded sand shall be placed.around the piping up to a point three (3") inches above the piping. G. All trenches are to be inspected and approved by the Owners Representative before covering. ff. Trench -digging machining may be used for trench excavation in places where operation of trencher would cause damage to existing structures either above or below ground; in such instances, hand -trenching methods -shall be employed. I. The Contractor shall locate all existing underground lines 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. J. There will be no classification of, or extra payment for excavated materials and all s materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by 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. There will be no additional payment for rock f excavation. K. The Contractor shall dispose of excess trench excavation as directed by the Owners Representative, and at the Contractor's expense. 3.3 BACKFLOW PREVENTION DEVICE A. Install according to local codes and manufacturer's latest printed instructions. 3.4 CONDUITS AND SLEEVES A. Furnish and install conduit where control wires pass under or through walls. Conduits to be of adequate size to accommodate retrieval for repair of wiring and shall extend twelve (12") inches beyond edge of walls. B. install sleeves for all pipes passing throw or under walls, walks, concrete and paving. Sleeves to be of adequate size to accommodate retrieval for repair of wiring or piping and shall extend twenty four (24") inches beyond edge of paving or other obstruction.. C. Coordinate conduit and sleeve installation with other trades as required. 3.5 PIPE LINE ASSE 413LY A. General: 1. Install pipes and fittings in accordance with manufacturer's latest printed instructions. 2. Clean all pipes and fittings of dirt, scales and moisture before assembly. 3. All pipe, fittings and valves, etc., shall be carefully placed in the trenches. Interior of pipes shall be kept free from dirt and debris and when pipe laying is not in progress, open ends of pipe shall be closed by approved means, 4. All lateral connections to the mainline as well as all other connections shall be made to the side of the mainline pipe. No connections to the top of the line shall be allowed. S. Pipe pulling is not acceptable. 6. install pipe valves, controls, and outlets in accordance with manufacturer`s instructions. 6. Connect to utilities. 7. Set outlets and box covers at finish grade elevations. 8. Swing joints a. Swing joints shall be used on all rotary gear -driven sprinklers and all quick coupler valves and shall be of the same diameter as the inlet opening and shall have a twelve (12") inch lay length. b. Pre -manufactured swing joints shall be used as manufactured by £,asco G 132-212, or K B1 TSA-1000117. B. Solvent -Welded Joints for PVC Pipes: 1. Use solvents and methods recommended by pipe manufacturer. 2. Cure joint a minimum of one hour before applying any external stress on the piping and at least twenty four (24) hours before placing the joint under water pressure. C. Threaded Joints for Plastic Pipes: 1. Use Teflon tape on the threaded PVC fittings except where Marlex fittings are used. 2. Use strap -type friction wrench only. Do not use metal jawed wrench. 3. When connection is plastic to metal, mate adapters shall be used. The male adapter shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Teflon tape or equal upon approval. D. Threaded Joints for Galvanized Steel Pipe: r i. Factory -made nipples shall be used wherever possible. Field -cut threads in pipes will be permitted only where absolutely necessary; when held threading, cut threads accurately on axis with sharp dies. 2. Use pipe joint compound to make threads only. B. Dissimilar Materials Piping Joints Construct joints using adapters that are compatible with both piping materials, outside diameters, and system working and design pressure. F. Concrete Thrust Blocks Thrust blocks are required at all turns and dead -ends on pipe sizes of three (3") inches and larger. Pipe of smaller diameter may require thrust blocks if so directed by the Owners Representative. Concrete shall have a minimum 28-day compressive strength of 3,000 psi. 3.9 AUTOMATIC CONTROLLER A. Contractor to locate Controller as indicated on plans. B. Install per Iocal code and manufacturer's latest printed instructions. C. Connect remote control valves to controller in sequence approved by Owner. D. Affix controller name (i.e. "Controller A") on inside of controller cabinet door with letters minimum of one (1") inch high. Affix a non -fading copy of irrigation diagram to cabinet door below controller name. Irrigation diagram to be sealed between two sheets of 20 mil (minimum) plastic. Irrigation diagram shall be a reduced copy of the as -built drawing and shall show clearly all valves operated by the controller, showing station number, valve size, and type of vegetation irrigated. 3.10 LIGH`IINING ARRESTORS AND ROD A. A lightning arrestor and rod shall be installed at each controller. The rod shall be installed by the Contractor and placed below the controller. B. Rod shall be copper -coated steel, minimum eight (8") feet long, and five eights (5/811) inches diameter. C. Rod shall have a minimum resistance of twenty-five (25) OHMS or less. D. Utilizing a Cadwell grounding connector to secure the wire to the rod. E. Wire used to connect controller to lightning rod shall be four (4) gauge solid copper wire or one gauge larger than power wires, whichever is largest. 3.I I CONTROL 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 14 ga. green and a 14 ga. yellow spare or unique color as approved by the Owners Representative. B. Install control wires with sprinkler mains and laterals in common trenches wherever possible. Lay to the side of pipeline. Provide Iooped slack at valves and snake wires in trench to allow for contraction of wires. Tie wires in bundles at ten (10') foot intervals. An electrical wiring diagram shall be furnished with the equipment. C. Wire splices will only be allowed to occur within an acceptable control box. Inline direct burial splices will not be allowed. Wire splices shall be DBY model as manufactured by 3M Company or approved equal. Locations of splices shall be notes on the record drawing. D. Install a minimum of two (2) extra control wire in a unique color to the control valve located the greatest distance from the controller in both directions and label each end blank. Install extra yellow and green wires in mainline ditch. E. All wire passing under existing paving, sidewalk, etc., shall be enclosed in plastic conduit extending at least twelve (12") inches beyond edges of paving or construction. F. Tracer wire and warning tape shall be installed with all fresh water piping. Tracer wire (16 ga. copper) shall have the insulation removed for at least six (6") inches every thirty (30') feet of run. Potable water warning type shall be run at half the depth of the pipe. 3.12 CLOSING OF PIPE AND FLUSHING OF LINES A. Cap or plug all openings as soon as lines have been installed to prevent entrance of materials that would obstruct the pipe. Leave in place until removal is necessary for completion of installation. B. Thoroughly flush out all water lines before installing heads, valves and other hydrants. C. "Pest as specified. D. Upon completion of testing, complete assembly and adjust sprinkler heads for proper distribution. E. All sprinkler heads and quick coupling valve boxes shall be set perpendicular to finished grades unless otherwise specified. Sprinkler heads adjacent to existing walls, curbs and other paved areas, shall be set to grade. Sprinkler heads which are to be installed in lawn areas where the turf has not yet been established shall be set one (1") inch above the proposed finish grade. Heads installed in this manner will be lowered to grade when the turf is sufficiently established to allow walking on it without appreciable destruction. Such lowering of heads shall be done by this Contractor as part of the original contract with no additional cost to the Owner. 3.13 TESTING A. Perform hydrostatic tests when welded PVC joints have cured as per manufacturer's instructions. I. Pressurized Mains: a. Completely install mains, isolation valves and control valves. Do not install laterals. b. Open all isolation valves. C. Fill all Iines with water and shut off at meter(s). d. Pressurize the main with air to 70 psi. Monitor gauge for pressure toss for four (4) hours. Maximum loss allowable 3 P.S. L in 4 hours. e. Leave Iines and fittings exposed throughout testing period. f. Leaks resulting from tests shall be repaired and tests repeated until the system passes. g. Test all isolation valves for leakage 2. Non -Pressure Laterals: a. Test piping after laterals and risers are installed and system is fully operational. b. Leave trenches open to detect possible leaks. B. Submit written requests for inspections to the Owners .Representative at least forty eight (48) hours prior to anticipated inspection date. 3.14 W11ZING A. Control wires from controller to valves shall be laid in sprinkler line trenches (if applicable -wiring to be installed along wiring route on plan). B. Control wires to be taped together every twenty (20') feet along trench. C. Expansion loops shall be made at every turn in the trench and every fifty (50') foot length of wire run by wrapping at Ieast five (5) turns of wire around a one (1") inch rod or pipe. Next, withdraw the rod leaving turns in wire. D. Common valve wiring shall be white through entire system. E. Section valve wiring shall be red through entire system. White wires may not be used as section wire. 3.15 INSPECTION/ACCEPTANCE A. Preliminary Inspection I . When all initial installation is done and all incidentals necessary to the proper function of the system is done, the Contractor shall request the Owners Representative to walk through system and visually check the operation of the system. At this time the Owners Representative and Contractor will discuss repairs that may need to take place. The Owner will not expand excess time to accommodate Contractors Deficiencies. B. Final Inspection I . After preliminary inspection has taken place and all corrections and repairs have been completed by the Contractor, the Contractor and Owners Representative will again walk through the system to check operation. This procedure will be repeated until the system operates to the Owner's satisfaction. 3.16 BACKFILL AND COMPACTING A. Once the system is operating and required tests and inspections have been made, backfill excavations and trenches with clean soil, free of debris. B. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to minimum ninety five (95%) percent density under pavements, eighty five (85%) percent under planted areas, and ninety (90%) percent everywhere else. Percentage is of maximum density as determined by ASTM D698 standard proctor. C. Compact trenches in areas to be planted by thoroughly flooding the backfill. Jetting process may be used in those areas. D. Dress off all areas to finish grades. All trenches and adjoining areas shall be hand - raked to leave the grade in as good or better condition than before construction started. E. All settling and low areas that occur within the first twelve (12) months shall be the responsibility of the Contractor to fill and level. F. All trench backfill shall be flooded to prevent settling. 3.17 COMMISSIONING A. Starting Procedures: Follow manufacturer`s written procedures. If no procedures are prescribed by manufacturers, proceed as fellows: I . Verify that specialty valves and their accessories have been installed correctly and operate correctly. 2. Verify that specified tests of piping are complete. 3. Check that sprinklers and devices are correct type. 4. Check that damaged sprinklers and devices have been replaced with new materials. 5. Check that potable water supplies have the correct type of backflow prevention device. 6. Energize circuits to electrical equipment and devices. 7. Adjust operating controls. B. Operational Testing: Perform operational testing after hydrostatic testing is completed, backfill is in place, and sprinklers are adjusted to final position. 3.18 DEMONSTRATION A. Demonstrate to Owners Representative that system meets coverage requirements and that automatic controls function properly. B. Demonstrate to Owner's maintenance personnel operation of equipment, sprinklers, specialties, and accessories. Review operating and maintenance information. C. Provide seven (7) days written notice in advance of demonstration. D. The Contractor shall check that all parts are secure and are in good working condition one week after the installation of equipment. E. The Contractor shall verify the completion of all work as described in the specifications and shown on plans. 3.19 GUARANTEE A. The Contractor shalt warrant all materials and workmanship for (one (1) year from Final Acceptance. 3.20 CLEAN UP A. Clean up and remove all debris from the entire work area to the satisfaction of Owners Representative prior to placing a request for Final Acceptance. PART 4 — SPECIAL CONDITIONS: SITE SPECIFIC 4.1 General A. Work Included: Section 01 - Summary of Work Section 02 - Product Substitution Section 03 — Irrigation B. Special Conditions t. Ali backflow devices are in place and will not be part of this Contract. C. Construction Notes: Demolition and Site Preparation The following is a description of work to be performed on the existing irrigation system at Mae Simmons Park before the erosion repair and re -grading work may conullence.... 1. Isolate the operational irrigation system from the irrigated areas that will be impacted by the construction, fill and re -grading operations. 2. Site may require the locating of existing lateral lines for the replacementicontinuation of the existing system. It is to be noted that some "blind" excavation may have to be done to find these specific locations 4. Relocating the existing heads shall be done with the equipment as shown on the plans. Work shall be coordinated as to allow the Irrigation system to remain operational on the rest of the Park prior to demolition and construction operations. END OF SECTION 02810 SECTION 02870 SITE FURNISHINGS PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Special Conditions apply to this Section. 1.02 SUMMARY A. This section includes pedestal grills and picnic tables. PART2-PRODUCTS- 2.01 PEDESTAL GRILLES A. Manufacturer and model: "Pilot Rock", Model P-1000/S B7 with one side shelf as manufactured by Thomas Manufacturing; or `approved equal'. I . Welded steel plate fire box 36"W x 28"D x 10" H, with formed ash lip, rounded corners, drain holes, and two adjustable steel bar cooking grills, bottom strengthened with gussets, 4-1/2" diameter pedestal, 10" x 10" x 3/8" mounting plate. 2. Finish: Non -toxic, heat and rust -resistant black enamel. 2.02 PICNIC TABLES AND BENCHES A. Manufacturer and Model: Kencoat; Model 15EH08DP-SM, Mall Table; surface mount, double pedestal; or `approved equal'. 1. Expanded metal table top, 96" x 30", inside a 1" x 4" x 1/8" formed angle frame with two 4" square steel posts surface mounted to concrete. Expanded metal seats, 96" x 12", inside a 1" x 4" x 1/8" formed angle frame with two 4" square steel posts surface mounted to concrete. 2. Finish: Table and seats coated with ultraviolet stabilized vinyl; color - dark green. Posts: baked -on polyester powder coat finish; color - black.. PART 3 - EXECUTION A. Assemble and install all site furnishings in accordance with manufacturer's written instructions. B. Contractor shall exercise care and diligence to ensure that finished surfaces are adequately protected from scratches and other damage during installation. C. Exposed portions of mounting bolts shall be sawn off 1/8" above top of nut. Alter threads to prevent removal. D. Thoroughly clean all finished surfaces upon completion of installation. END OF SECTION SITE FURNISHINGS 02870-1 SECTION 02930 LAWNS AND GRASSES PART 1 - GENERAL 1.01 SCOPE A. This work includes all. tabor, materials, and equipment for soil preparation, fertilization, planting, and other requirements regarding turfgrass planting areas shown on plans. B. All areas damaged or left bare by construction will be planted with bermuda grass sod. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02300 - Earthwork. B. Section 02810 - Irrigation System. FART 2 - PRODUCTS 2.01 TURFGRASS A. Sod: Turfgrass sod shall be Common Bermudagrass (Cynodon Dactylon). Sod shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than 314". Sod shall be alive, healthy, vigorous, tree of insects, disease, stones, and undesirable foreign materials and grasses. The grass shall have been mowed prior to sod cutting so that the height of the grass shall not exceed 2". Sod shall have been produced on growing beds of clay -loam topsoil. Sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. All sod is to be harvested, delivered, and planted within a 36 hour period of time. Sod shall be protected from exposure to wind, sun, and freezing. If sod is stacked, it shall be kept moist and shall be stacked roots -to -roots and grass -to -grass. 1. Dimensions: All sod shall have been machine cut to uniform soil thickness of one inch +/- 1/4". All sod shall be of the same thickness. Rectangular sections of sod may vary in length, but shall be of equal width and of a size that permits the sod to be lifted, handled, and rolled without breaking. Broken pads and torn, uneven ends will be unacceptable. 2. Owner or his representative must approve sod at the source prior to shipment, if practical; or at the job site before unloading. 2.02 FERTILISER A. General: Fertilizer shall be a commercial product, uniform in composition, free flowing, and suitable for application with approved equipment. Fertilizer shall be delivered to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture, has become caked or otherwise damaged making it unsuitable for use, will not be acceptable. 1. Initial Planting Application: Fertilizer for the initial planting application shall be a starter fertilizer with a N-P-K ratio of4-5-1 (19-26-5) or approved equal. The phosphorous component must be delivered from mono -ammonium phosphate to stimulant vigorous development of new roots, stolons, and rhizomes. This initial application must be applied and incorporated into the soil immediately prior to sodding. LAWNS AND GRASSES 02930 - 1 4219 2. Post Planting Application: Fertilizer for the post planting application will be a complete fertilizer of chemical base containing by weight the following percentages of nutrients: 27-34 +2% Fe (N-P-K) or approved equal from methylene urea or the nitrogen equivalent of 33-3-10. The application rate should provide one pound of nitrogen per 1,000 square feet 3. Submittal: Submit, for Owner's approval, sample labels or specifications of the fertilizers to be used. PART III — EXECUTION 3.01 GENERAL A. Sodded areas must be planted to a "uniform stand" and be in satisfactory condition for acceptance by the Owner. B. Grass planting can proceed only after the irrigation system and fine grading have been approved by the Owner. 3.02 SOIL PREPARATION A. In areas where the subgrade has been exposed, install minimum 3 inches topsoil. B. Areas to be planted with turf shall be tilled to a depth of 4 inches. C. Cleaning: Soil shall be prepared by the removal of debris, building materials, rubbish, weeds, and stones larger than I" diameter. D. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts, depressions, humps, and objectionable soil clods. Area shall be rolled to push remaining stones into the soil. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. 3.03 .FERTILIZING A. Initial Planting Application: The specified fertilizer shall be applied at the rate of one (1) pound of actual P (phosphorous) per 1,000 square feet. This application must supply one (1) pound of phosphorous per I,000 square feet. i . Timing: The initial planting application of fertilizer for sodded areas shall be applied after the soil preparation, but not more than 2 days prior to sodding. B. Post Planting Application: 30 days after planting, turfgrass areas shall receive an application of the specified complete fertilizer at a rate of one pound of actual N (nitrogen) per 1,000 square feet. C. Post Planting Maintenance: See paragraph 3.08. Areas without a uniform stand (complete coverage) that must be maintained later than 30 days after the initial planting shall receive subsequent applications of fertilizer, as described above, every- 30 days until a uniform stand is achieved. 3.04 PLANTING A. Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of 4 inches, but not to the extent causing puddling. The sod shall LAWNS AND GRASSES 02930 - 2 am be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into contact with the sod bed by roiling so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. All transitions between sod and seeded areas shall be undercut and rolled to provide a smooth, level transition. (edges of sod will be cut into the edges of the existing sod and bottoms of sod pieces will not rest upon existing grass blades, roots, or stolons. Following rolling, fine screened soil of good quality shall be used to fill all cracks between sods. Excess soil shall be worked into the grass with suitable equipment and shall be will watered. The quality of fill soil shall be such that it will cause no smothering of the grass. 3.05 PROTECTION A. No heavy equipment shall be moved over the planted turf area unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of this Contractor to protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage. Any damages shall be repaired or replaced at no cost to the Owner. This Contractor will also locate and stake all irrigation heads, valve risers, etc., prior to beginning any soil preparation work. 3.06 IRRIGATION SYSTEM A. The proposed irrigation system must be complete in all respects and must be completely operational before turfgrass planting may begin. After planting, any breakdowns in the irrigation system attributable to warranty items must be immediately repaired by the Contractor. Otherwise, the cost of replacing the lost turf caused by the Contractor's failure to promptly repair the irrigation system will be fully borne by the Contractor. 3.07 ESTABLISHMENT AND ACCEPTANCE A. Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to establish a uniform. stand of turfgrass as herein specified. When adverse conditions such as drought, cold weather, high winds, excessive precipitation, or other factors prevail to such an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop any phase of the work until conditions change to favor the establishment of turfgrass. B. A unifonn stand with complete coverage of the specified grass in seeded areas shalt be defined as not less than 95% coveragee in a ten -foot square area. Growing plants shall be defined as healthy grass plants of two blades or more at least t I/2" inches tall. C. Complete coverage of sodded areas shall be defined as having no joints between individual sections of sod. All sections of sod must be firmly rooted to the prepared topsoil. 3.08 POST -PLAN` INIG MAINTENANCE A. Maintenance by the Contractor shall begin immediately after each grass area is planted. All planted areas will be protected and maintained by watering, weed control, and replanting as necessary for at least 30 days after initial planting and for as long as necessary to establish a uniform stand; and until the entire project has been accepted by the Owner. It is anticipated that a minimum of one mowing will occur LAWNS AND GRASSES 02930 - 3 4719 before the grass is accepted by the Owner. All areas which are not completely covered with the specified grass at the end of 30 days will continue to be replanted and maintained by the Contractor until complete coverage and acceptance are achieved. B. Water: Apply at least 1/2" of water over the entire planted area every three days. Contractor shall water thoroughly and infrequently once grass is established to encourage deep root growth. Water shall be paid for by the Owner. C. Mowing: Once grass is established, the planted area shall be mowed at least twice a week during the growing season. Grass shall be mowed to a height of 1-t/2". D. Replanting: All areas that do not produce a uniform stand of grass must be replanted until a uniform stand is established. E. Edging: All turf areas adjacent to paved areas shall be edged to maintain a neat appearance. 3.09 GRADING A. All grading and placing of topsoil on any given area will be done prior to the turfgrass installation. It will be this Contractor's responsibility to maintain the existing grades and leave them in a true and even condition after planting turfgrass. 3.10 EROSION CONTROL A. Throughout the project and the maintenance period for turfgrass, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance is achieved. 3.11 CLEAN UP A. This Contractor shall remove any excess material or debris brought onto the site or unearthed as a result of his turf -grass operations. 3.12 GUARANTEE A. This Contractor shall guarantee all materials used for this work to be the type, quality, and quantity specified. All areas that do not produce a uniform stand of grass must be replanted until a uniform stand is established. END OF SECTION LAWNS AND GRASSES 02930 — 4 SECTION 03300 CONCRETE PART I - GE_INERAL 1.0I RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Special Conditions apply to this Section. 1.02 CODES AND STANDARDS A. Comply with the provisions of the following codes, specifications and standards, except where more stringent requirements are shown or specified: B. AST14I C94 - Ready Mixed Concrete C. ASTM C260 - Air Entraining Admixtures for Concrete D. ASTM C494 - Chemical Admixtures for Concrete E. ASTM A706 - Weldable Reinforcing Steel C. ASTM A615 - Deformed and Plain Billet SteelBars for Concrete Reinforcement. G. ASTM C33 - Concrete Aggregate 11. ACI 347 "Recommended Practice for Concrete Conn Work." I. ACI 304 Recommended practice for Measuring, Mixing, Transporting and Placing Concrete. J. Concrete Reinforcing Steel Institute, "Manual of Standard Practice." K. ADA and TAS guidelines and recommendations. PART 2 — PRODUCTS 2.01 CONCRETE STRENGTH, MIXING AND TESTING A. Mix in proportion to produce minimum 3000 psi concrete at 28 days and 4 to 6 percent air entrainment per ASTM C94. Slump shall not be more than 4 inches. Addition of water because of insufficient slump will not be permitted. B. The Contractor shall employ and pay for services of an independent testing laboratory to perform testing of concrete materials. Three test cylinders shall be -taken for every 75 CY or less of concrete placed, or as directed by the Owner's Representative. One additional cylinder shall be taken during cold weather (below 40 degrees f) and cylinder shall be cured on job site under same conditions as concrete being tested. One slump test shall be taken for each set of test cylinders. C. Concrete shall be tested by means of actual cylinder breaks, with all €nformation being reported to the Owner. D. Submit test reports to Owner showing results of tests and indicating compliance or non-compliance with standards and specifications. CONCRETE 03300- 1 E. Mixing and delivery time shall be 90 minutes when the air temperature is 85 degrees or less. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 90 minutes to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. The time of delivery is that time when the truck is on site and the concrete is being placed in the forms. s 2.02 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. (Use only one brand of cement throughout the project, unless otherwise acceptable to Owner). B. Aggregates: ASTM C33. C. Water: Clean, fresh, drinkable. D. Fiber reinforcement. 2.03 RELATED MATERIALS A. 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. B. Expansion Joint Cap: W. R. Meadows Snap -Cap, or approved equal. C. Expansion Joint Sealant: Sonneborn SL-1, one part self leveling polyurethane sealant, or approved equal, gray. D. Concrete curing compound: W.R. Meadows Sealtight CS-309 Acrylic Curing and Sealing Compound, or approved equal. 2.04 REINFORCING MATERIALS A. Reinforcing steel: ASTM A615, Grade 60, except No. 3 ties and stirrups may be Grade 40. �- B. Supports for Reinforcement: Support all reinforcing with chairs. Sand plates shall be used where the soil is loose and will not support chair legs. C. Slip dowels shall be plain steel bars conforming to ASTM A675, Grade 60 or ASTM A 499. Provide smooth dowels as shown and detailed on drawings. Lubricate and cap both ends, leaving l" free movement in ends of caps. Caps for smooth dowels shall be formed, clear 6 mil poly -ethylene; or approved equal. ,. PVC pipe shall not be used as caps for smooth dowels. D. Fiber reinforcement: virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no olefin fibers. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard or as recommended by the fiber manufacturer. PART 3 - EXECUTION 3.01 SITE PREPARATION A. Contractor is responsible for layout of work based on play dimensions, excavation, grading, leveling, and compaction of sub -grade and fill material. B. Contractor shall notify Owner when concrete forms and reinforcing are in place; t---, minimum of 24 hours prior to concrete placement. CONCRETE 03300- 2 t I C. Sub -grade preparation to include removal, hauling, and disposal of any unusable material. 3.02 CONCRETE FORMS A. Curved sections of concrete shall flow smoothly throughout the curve and shall not be composed of straight line segments which have been joined together. Ends of curves shall flow smoothly into straight line segments. B. Form material shall be matched, tight fitting and adequately stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of concrete. C. Coat interior surface of forms before placement of reinforcing with W. R. Meadows Duo-gard Concrete Form Release Agent, or approved equal. 3.03 REINFORCING A. Maintain 2" clearance to all concrete surfaces. B. Install smooth dowels in horizontal position, maintaining 2" min clearance to all concrete surfaces. C. Install tie wires by doubling the wire and tying in an "X" pattern. Ends of wire should be bent down in close proximity to the reinforcing steel. D. Support reinforcing with chairs. Chairs shall have sand plates on the bottom when the soil will not support chair legs. -_ 3.04 EXPANSION JOINTS A. Expansion joints shall be fibrous cane material saturated with asphalt. Wood shall not be used. Insertion during concrete placement will not be allowed. Joint material shall have rigid backing while concrete is being placed. B. Install expansion joint material where concrete abuts existing concrete, manholes, I l inlets, structures, walks, poles, signals, and other fixed objects. Install one half E inch below top of concrete. Instal I Sonneborn sealant; or approved equal, flush t with concrete. C. 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. D. Protect the top edge of the joint material with a temporary plastic joint cap. Remove temporary cap after both sides of joint are placed. 111 E. 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. Sealant shall not be placed more than one half inch thick. Applications requiring sealant more than one half inch thick shall be placed using multiple applications, with adequate hardening time between applications. F. Expansion joints shall be spaced as shown on plans. Contractor shall not deviate from joint spacing shown on plans runless approved by the Owner. CONCRETE 03300- 3 G. Install expansion joints at all locations where new concrete abuts existing concrete. 3.05 CONTROL JOINTS A. Control joints shall be spaced as shown on plans. Contractor shall not deviate from joint spacing shown on plans unless approved by the Owner. 3.06 CONSTRUCTION JOINTS AND COLD JOINTS A. Construction joints and cold joints are not permitted except as shown on the plans. 3.07 CONCRETE PLACING AND WORKMANSHIP A. 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. B. Workmen shall have a minimum of 3 years experience in forming and pouring concrete of a similar nature and scope. C. Comply with ACT 304, and as herein specified. D. 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. E. Bring slab surfaces to the correct level with a straightedge and strike off. Use a bull float or darby to smooth the surface, leaving it free of humps or low places. Do not sprinkle water on the plastic surface. F. Apply non -slip broom finish. Immediately after trowel finishing, slightly roughen concrete surface by applying a light broom finish perpendicular to main traffic route. Broom must be kept clean and free from concrete buildup between the bristles. Broom marks should be light but distinct with clean edges. G. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for a period of time necessary for hydration of cement and proper hardening. H. Contractor shall allow no marking or footprints to be placed on the uncured concrete. Concrete with footprints or other defects will be subject to removal and replacement. Mopping with cement slurry to cover defects will not be allowed. 1. Split edges, cracks, honeycomb and other defects will not be accepted. Concrete section with such defects will be removed and replaced at the Contractor's expense. J. Repair of formed surfaces: Remove and replace concrete with defective surfaces if defects cannot be repaired to the satisfaction of the Owner. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, exposed rocks and other protruding objects. CONCRETE 03300- 4 Y K. 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 R. 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. Protect concrete with insulating covers if subject to freezing. PVC only, as an insulating cover, will not be allowed. Insulating covers shall not be allowed to damage the finish. L. Hot weather placing: Protect concrete work from, physical damage or high temperatures in accordance with ACT 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 iri the total amourit for mixing. Cover reinforcing steel with wet burlap ifthelemperature exceeds the air temperature immediately before embedment. Do not use retarding admixtures unless otherwise accepted in the design mix. M. 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 manufacturer's recommendations. Re - coat areas subjected to heavy rainfall within 3 hours after initial application.. N. Dorms 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. O. All edges of concrete shall have a radius of YV'. P. Allow for 1-1/2" minimum clearance between all reinforcing and concrete surfaces. End of Section cow nm 03300- 5 Section 04720 Cast Stone Part 1 - General 1.1. Section Includes - Architectural Cast Stone. • Scope - Cast Stone shown on architectural drawings and as described in this specification. o Manufacturer shall furnish Cast Stone covered by this specification. 1.2. Related Sections » Section — 0133 00 — Submittal Procedures. • Section — 04 05 13 — Masonry Mortaring. • Section — 04 05 16 — Masonry Grouting. • Section — 04 05 19 — Masonry Anchorage and Reinforcing. Section — 04 20 20 — Unit Masonry. Section — 07 90 00 — Joint Protection. 1.3. References • ACI 318 -- Building Code Requirements for Reinforced Concrete. ASTM A 185 - Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. • ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet - Steel Bars for Reinforced Concrete. ASTM C 33 — Standard Specification for Concrete Aggregates. • ASTM C 150 - Standard Specification for Portland Cement. • ASTM C 173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volume Method. • ASTM C 231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. ASTM C 260 - Standard Specification for Air -Entrained Admixtures for Concrete. » ASTM C 270 - Standard Specification for Mortar for Unit Masonry. • ASTM C 426 — Standard Test Method for Linear Shrinkage of Concrete Masonry Units ASTM C 494/C 494M - Standard Specification. for Chemical Admixtures for Concrete. ASTM C 618 — Specification for Coal Fly Ash and Raw or Calcined Natural Po=olan for Use as a Mineral .Admixture in Concrete. • ASTM C 666 — Standard 'Pest Method for Resistance of Concrete to Rapid Freezing and Thawing. • ASTM C 979 - Standard Specification for Coloring Pigments for integrally Pigmented Concrete. • ASTM C 989 -- Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete. • ASTM C 1116 — Standard Specification for Fiber Reinforced Concrete and Shotcrete. • ASTM C 1194 - Standard Test Method for Compressive Strength of Architectural Cast Stone. • ASTM C 1195 - Standard Test Method for Absorption of Architectural Cast Stone. • ASTM C 1364 - Standard Specification for Architectural Cast Stone. • ASTM D 2244 — Standard Test Method for Calculation of Color Differences from Instrumentally Measured Color Coordinates. • Cast Stone Institute Technical Manual (Current Edition) 1.4. Definitions Cast Stone - a refined architectural concrete building unit manufactured to simulate natural cut stone, used in Division 4 masonry applications. o Dry Cast — manufactured from zero slump concrete. Vibrant Dry Tamp (VDT) casting method: 'Vibratory ramming of earth moist, zero -slump concrete against a rigid mold until it is densely compacted. A Machine casting method: Manufactured from earth moist, zero - slump concrete compacted by machinery using vibration and pressure against a mold until it becomes densely consolidated. Wet Cast -- manufactured from measurable slump concrete. ■ Wet casting method: manufactured from measurable slump concrete and vibrated into a mold until it becomes densely consolidated. Specifier Dote: Selection of manufacturing method (wet cast, dry cast, machine made) and apparatus shall be made by the manufacturer and not by the purchaser. 1.5. Submittal Procedures • Comply with Section. 41 33 00 — Submittal Procedures. • Samples: Submit pieces of the Cast Stone that are representative of the general range of finish and color proposed to be furnished for the project. • Test results: Submit manufacturers test results of Cast Stone previously made by the manufacturer. • Shop Drawings: Submit manufacturers shop drawings including profiles, cross - sections, reinforcement, exposed faces, arrangement of joints (optional for standard or semi -custom installations), anchoring methods, anchors (if required), annotation of stone types and their location. Warranty: Submit Cast Stone Institute Member Limited Warranty. Certification: Submit valid Cast Stone Institute' Plant Certification. 1.6. Quality Assurance Manufacturer Qualifications: o Cast Stone shall be produced in a plant certified by the Cast Stone Institute*. o Manufacturer shall have sufficient plant facilities to produce the shapes, quantities and size of Cast Stone required in accordance with the project schedule. o Manufacturer shall submit a written list of projects similar in scope and at least three (3) years of age, along with owner, architect and contractor references. Standards: Comply with the requirements of the Cast Stone institute Technical Manual and the project specifications. Where a conflict may occur, the contract documents shall prevail. Mock-up (Optional) Provide full size unit(s) for use in construction of sample wall. The approved mock-up shall become the standard for appearance and workmanship for the project. Warranty Period: 10 years. Part 2 - Products 2.1. Architectural Cast Stone Comply with ASTM C 1364 Physical properties: Provide the following: o Compressive Strength - ASTM C 1194: 6,500 psi minimum for products at 28 days. o Absorption - ASTM C 1195: 6% maximum by the cold water method, or 10% maximum by the boiling method for products at 28 days. o Air Content — ASTM C 173 or C 231, for wet cast product shall be 4-8% for units exposed to freeze -thaw environments. Air entrainment is not required for VDT' products. o Freeze -thaw — ASTM C 1364: The CPWL shall be less than 5% after 300 cycles of freezing and thawing. o Linear Shrinkage — ASTM C 4?6: Shrinkage shall not exceed 0.065%. a Job site testing —One (1) sample from production units maybe selected at random from the field for each 500 cubic feet (14 in 3) delivered to the jab site. o Three field cut cube specimens from each of these samples shall have an average minimum compressive strength of not less than 85% with. no ri single specimen testing less than 75% of design strength as alloived by ACI 318. o Tlrcee field cut cube specimens from each of these samples shall have an average maximum cold -water absorption of 6%. o Field specimens shall be tested in accordance with ASTM C 1 194 and C 1195. 2.2. Raw Materials • Portland cement -- Type I or Type III, white and/or grey, ASTM C 150. Coarse aggregates - Granite, quartz or limestone, ASTM C 33, except for gradation, and are optional for the VDT casting method. • Fine aggregates - Manufactured or natural sands, ASTM C 33, except for gradation. • Colors - Inorganic iron oxide pigments, ASTM C 979 except that carbon black pigments shall not be used. • Admixtures- Comply with the following: o ASTM C 260 for air -entraining admixtures. ASTM C 494/C 495M Types A - G for water reducing, retarding, accelerating and high range admixtures. a Other admixtures: Integral water repellents and other chemicals, for which no ASTM Standard exists, shall be previously established as suitable for use in concrete by proven field performance or through laboratory testing. o ASTM C 618 mineral admixtures of dark and variable colors shall not be used in surfaces intended to be exposed to view. o ASTM C 989 granulated blast furnace slag may be used to .improve physical properties. Tests are required to verity these features. • Water— Potable • Reinforcing bars: o ASTM A 615/A 615M: Grade 40 or 60 steel galvanized or epoxy coated when cover is less than 1.5 in. o Welded Wire Fabric: ASTM A 185 where applicable for wet cast units. • Fiber reinforcement (optional): ASTM C 1116 • All anchors, dowels and other anchoring devices and shims shall be standard building stone anchors commercially available in a non. -corrosive material such as zinc plated, galvanized steel, brass, or stainless steel Type 302 or 304. 2.3. Color And Finish • Match sample on file in architect's office. All surfaces intended to be exposed to view shall have a fine-grained texture similar to natural stone, with no air voids in excess of 1/32 in. and the density of such voids shall be less than 3 occurrences per any 1 in..0 and not obvious under direct daylight illumination at a 5 ft distance. Units shall exhibit a texture approximately equal to the approved sample when viewed under direct daylight illumination at a 10 ft distance. o ASTM D 2244 permissible variation in color between units of comparable age subjected to similar weathering exposure. • Total color difference -- not greater than 6 units. • Total hue difference — not greater than 2 units. Minor chipping resulting from shipment and delivery shall not be grounds for rejection. Minor chips shall not be obvious under direct daylight illumination from a 20-ft distance. The occurrence of crazing or efflorescence shall not constitute a cause for rejection. Remove cement film, if required, from exposed surfaces prior to packaging for shipment. 2.4. Reinforcing • Reinforce the units as required by the drawings and for safe handling and structural stress. • Minimum reinforcing shall be 0.25 percent of the cross section area. • Reinforcement shall be noncorrosive where faces exposed to weather are covered with less than 1.5 in. of concrete material. All reinforcement shall have minimum coverage of twice the diameter of the bars. • Panels, soffits and similar stones greater than 24 in. (600 mm) in one direction shall be reinforced in that direction. Units less than 24 in. (600 mm) in both their length and width dimension shall be non -reinforced unless otherwise specified. • Welded wire fabric reinforcing shall not be used in dry cast products. 2.5. Curing Cure units in a warm curing chamber approximately I00°F (37.8°C) at 95 percent relative humidity for approximately 12 hours, or cure in a 95 percent moist environment at a minimum 70°P (21. I°C) for 16 hours after casting. Additional yard curing at 95 percent relative humidity shall be 350 degree-days (i.e. 7 days @ 50°F (10°C) or 5 days @ 70°F (21 °C)) prior to shipping. Form cured units shall be protected from moisture evaporation with curing blankets or curing compounds after casting. 2.6. Manufacturing Tolerances • Cross section dimensions shall not deviate by more than ±1 /8 in. from approved dimensions. • Length of units shall not deviate by more than length/ 360 or 1 1/8 in., whichever is greater, not to exceed ± 1/4 in. o Maximum length of any unit shall not exceed 15 times the average thickness of such unit unless otherwise agreed by the manufacturer. • Warp, bow or twist of units shall not exceed length/3 60 or ±1/8 in., whichever is greater. • Location of dowel holes, anchor slots, flashing grooves, false joints and similar features — On formed sides of unit, 1/8 in., on unformed sides of unit, 3/8 in, maximum deviation. 2.7. Production Quality Control • Testing. o Test compressive strength and absorption from specimens taken from. every 500 cubic feet of product produced. o Perform tests in accordance ASTM C 1194 and C 1195. o Have tests performed by an independent testing laboratory every six months. o New and existing mix designs shall be tested for strength and absorption compliance prior to producing units. o Retain copies of all test reports for a minimum of two years. 2.8. Delivery, Storage And Handling • Mark production units with the identification marks as shown on the shop drawings. • Package units and protect them from staining or damage during shipping and storage. • Provide an itemized list of product to support the bill of lading. Part 3 - Execution 3.1. Examination • Installing contractor shall check Cast Stone materials for fit and finish prior to installation. Unacceptable units shall not be set. 3.2. Setting Tolerances • Comply with Cast Stone liistitut&'� Technical Manual. • Set stones 1/8 in. or less, within the plane of adjacent units. • Joints, plus - 1/16 in., minus - 1/8 in. 3.3. Jointing • Joint size: a At stone/brick joints 318 in. o At stone/stone joints in vertical position 1/4 in. (3/8 in. optional). o Stone/stone joints exposed on top 3/8 in. • Joint materials: o Mortar, Type N, ASTM C 270. o Use a full bed of mortar at all bed joints. o Flush vertical joints full with mortar. • Leave all joints with exposed tops or under relieving angles open for sealant. • Leave head joints in copings and projecting components open for sealant. • Location of joints: o As shown on shop drawings. o At control and expansion joints unless otherwise shown. 3.4. Setting • Drench units with clean water prior to setting. • rill dowel holes and anchor slots completely with mortar or non -shrink grout. • Set units in full bed of mortar, unless otherwise detailed. • Rake mortar joints 3/4 in. in for pointing. • Remove excess mortar from unit faces immediately after setting. • Tuck point unit joints to a slight concave profile. 3.5. Joint Protection • Comply with requirements of Section 07 90 00. • Prime ends of units, insert properly sized backing rod and install required sealant. 3.6. Repair and Cleaning • Repair chips with touchup materials furnished by manufacturer. • Saturate units to be cleaned prior to applying an approved masonry cleaner. • Consult with manufacturer for appropriate cleaners 3.7. Inspection and Acceptance • Inspect finished installation according to Cast Stone Instituted Technical Bulletin 936. • Do not field apply water repellent until repair, cleaning, inspection and acceptance is completed. End Of Section SECTION 04855 CUT STONE ASSEMBLIES PART 1 GENERAL 1.1 SECTION INCLUDES A. Wall Panels. B. Arches. C. Trim. D. Cornices. E. Quoins. F. Columns. 1.2 RELATED SECTIONS A. Section 02950 - Landscape Stone. B. Section 02780 - Exterior Stone Pavers. C. Section 03300 - Cast -In -Place Concrete: Concrete Foundations. D. Section 03300 - Cast -In -Place Concrete: Concrete supporting wall. E. Section 04810 - Unit Masonry Assemblies: Masonry supporting wall. F. Section 04852 - Thin Veneer Stone Assemblies: Thin cut veneer stone masonry. G. Section 04853 - Mortar Placed Stone Assemblies: Solid base supported natural full stone veneer. H. Section 05120 - Structural Steel. 1. Section 05400 - Cold -Formed Metal Framing: Formed steel framed supporting wall. J. Section 05500 - Metal Fabrications: Shelf angles, structural supports, anchors and other built-in components for building into stone veneer masonry by this section. K. Section 06112 - Framing and Sheathing: Wood frame supporting wall. L. Section 07620 - Sheet Metal Flashing and Trim.. 04865-1 M. Section 07650 - Flexible Flashing. N. Section 07900 - Joint Sealers: Sealant for perimeter and control joints. 0. Section 09380 - Interior Stone Tiles. 1.3 REFERENCES A. ASTM. A 36 -. ASTM A36/A36M - Standard Specification for Carbon Structural Steel. B. ASTM A 123 ASTM A123/A123M - Standard Specification for Zinc (Hot - Dip Galvanized) Coatings on Iron and Steel Products. C. ASTM A 153 - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. D. ASTM A 307 ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength. E. ASTlVi A 325 ASTM A325 - Standard Specification for Structural Bolts, Steel., Heat Treated, 120/105 ksi Minimum Tensile Strength. F. ASTM A 490 ASTM A490 - Standard Specification. for Structural Bolts, Alloy Steel, Heat Treated,150 ksi Minimum Tensile Strength. G. ASTM A 666 - Standard Specification for Austenitic Stainless Steel Sheet, Strip, Plate,. and Flat Bar. H. ASTM C 91 - Standard Specification for Masonry Cement. I. ASTM C 97 -Standard Specification for Absorption and Bulk Specific Gravity of Dimension Stone. J. ASTM C 99 - Standard `Pest Method for Modulus of Rupture of Dimension Stone. K. ASTM C 207 - Standard Specification for Hydrated Ume for Masonry Purposes. L. ASTM C 241- Abrasion Resistance of Stone Subjected to Foot Traffic. M. ASTM C 144 - Aggregate for Masonry Mortar. N. ASTM C 150 - Standard Specification for Portland Cement. O. ASTM C 170 - Standard Specification for Compressive Strength of Dimension Stone. P. ASTM C 270 - Mortar for Unit Masonry. Q. ASTM C 321 - Standard Test Method for .Bond Strength of Chemical- Resistant Mortars. R. ASTM C 569 - Standard Specification for Limestone Dimension Stone. S. ASTM D 570 - Standard Test Method for 'Water Absorption of Plastics T. ASTM D 638 - Standard Test Method for Tensile Properties of Plastics. U. ASTM D 695 - Standard Test Method for Compressive Properties of Rigid Plastics. V. ASTM D 1706 Indentation Hardness of Plastics by Means of a Durometer. W. ASTM D5312 - Standard Test Method for Evaluation and Durability of Rock for Erosion Control under Freezing and Thawing Conditions. X. ASTM D5313 Standard Test Method for Evaluation and Durability of Rock for Erosion Control under Wetting & Drying Conditions. Y. ACI 530/ASCE 5/TMS 402 - Building Code Requirements for Masonry Structures. Z. ACI 530.1/ASCE 6/TMS 602 - Specifications for Masonry Structures. AA. ACI 530.1 /ASCE 6/ TMS 602 BB. AISC Specification for Structural Steel Buildings Allowable Stress Design, and Plastic Design. CC. AWS D1.1 - Structural Welding Code - Steel. 1A SYSTEM DESCRIPTION A. Design foundations, supports, anchorages, spans, fastening, and joints under direct supervision of Professional Engineer experienced in design of this Work and licensed at Project location. Engineer shall provide shop drawings and engineering calculations with professional engineers stamp or seal. B. Design, fabricate, and install stonework to withstand normal loads from wind, gravity, movement of building structure, and thermally induced movement, as well as to resist deterioration under conditions of normal use including exposure to weather, without failure. C. All steel shapes, plates and straps shall be designed to carry the design loads with safety factors and allowable stresses in accordance with the American Institute of Steel Construction {AISC} except that steel supports carrying gravity loads shrill be stressed not more than 50 percent of the yield stress in bending. Expansion bolts, straps, hooks, anchors, and other devices shall be designed to carry the design loads with appropriate safety factors. D. Design to carry the design loads with safety factors or allowable stresses as a 04855-3 minimum, in accordance with the following: I . Welds: Structural Welding Code (AWS D1.I and AISC). 2. Expansion Bolts: Per ICBO evaluation report for the specific bolt to be used. 3. Design Loads: Design all panel and panel attachments to carry the following design loads with appropriate safety factors: a. Wind Loads: In accordance with the applicable code. b. Seismic Loads: In accordance with the applicable code where applicable. C. Vertical Loads: 1) Dead Loads: Actual computed weight of panels and other stone work. 2) Live Loads: In accordance with the applicable code. E. Design, detail and fabricate connections to provide allowance for fabrication tolerances, erection tolerances, and structural deflections for Concrete Work and Structural Steel. F. Design to include provisions to prevent galvanic and other forms of corrosion by insulating metals and other materials from direct contact with non - compatible materials, or by suitable coating. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Cleaning methods. C. Shop Drawings: Include accurate dimensions including sections and profiles of stones, method anchorage, horizontal and vertical jointing of stone panels, indicate locations of each stone unit on the setting drawings with number designation corresponding to number marked on each unit. Submit together with engineering calculations including: 1. Stone loads, stresses, and safety factors. 2. Support and anchorage loads, stresses, safety factors, design loads, and allowable loads. I Stone thicknesses. 4. Support and anchorage sizes. D. Selection Samples: For each stone product specified, submit three samples, minimum size 12 inches (305 mm) square, representing actual product, color, and texture. E. Samples: Submit samples of mortar representing actual mortar color range. 04855-4 F. Quarrier's Certificate: Certify stone properties conform to specified requirements. 1.6 QUALITY ASSURANCE A. Stone Materials: Stone shall be standard grade, free of crack or seam which may impair its structural integrity or function and shall comply with industry standards and practices specified. B. Mock -Up: Provide a sample panel for evaluation of construction techniques, finishes, color ranges and workmanship. 1. Provide in location designated by Architect. 2. Size: 5 feet by 5 feet 3. Include stone types and sizes to be used and include a typical corner condition with special shapes and joint treatment. 4. Clean the sample panel using the same materials and tools as planned for the final stone masonry construction. 5. Do not proceed with remaining work until workmanship and color is approved by Architect. 6. Sample panel will be used as a standard for the balance of the work. 77. Remove sample panel at the completion of the work. 8. Sample panel may be incorporated into the work. C. Preconstruction Meetings: Conduct preconstruction meetings including the Architect, Contractor, stone masonry subcontractor, and the flashing subcontractor to verify project requirements, substrate conditions, manufacturer's installation instructions and other requirements. Comply with Division 1 requirements. 1.7 QUALIFICATIONS A. Stone Quarrier: Company specializing in manufacturing products specified in this section with minimum ten years documented experience and sufficient capacity to quarry, cut, and deliver the stonework required on schedule. B. Carving: All carving shall be done by skilled carvers in a correct and artistic manner, in strict accordance with the spirit and intent of the approved shaded i drawings, or from models furnished or approved by the Architect. C. Stone Masonry Company: Company specializing in performing Work of this section with minimum ten years documented experience. D. Qualify welding operators in accordance with AWS "Standard Qualification Procedure." Provide certification that each welder employed in the work is qualified for welding processes involved by having satisfactorily passed AWS qualification tests and, if applicable, by undergoing recertification. 1.8 DELIVERY, STORAGE, AND HANDLING 04855-5 A. Store products in manufacturer's unopened packaging until ready for installation. E. All stone shall be received and unloaded at the site with necessary care in handling to avoid damaging or soiling. C. Store stone materials on non -staining pallets on a dry level surface. Pallets shall not be stacked and shall be covered with non -staining tarps. D. Store mortar materials under cover and in an area where temperature is maintained between 4 degrees C (40 degrees F) to 43 degrees C (110 degrees F). E. Lift with stone with wide -belt type slings where possible; do not use wire rope or ropes containing tar or other substances which might cause staining. 1.9 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within ACI recommended limits for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. B. Hot and Cold Weather Requirements: In accordance with ACI 530.1 /ASCE 6/TMS 602 Specifications for Masonry Structures. C. Units shall not be assembled when the stone temperature and the surrounding air temperatures are below 50 degrees F or above 95 degrees F. Assembly of units below 50 degrees F is permitted when the temperature of the stone units and adhesive is raised by heating to a temperature above 50 degrees F. After . the units have been joined, heat should continue to be applied to the stone adjacent to the joint area to give the adhesive the curing temperature above 50 degrees F. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: Salado Quarry, 3500 FM 2843, Florence, TX 76527. Tel: (254) 793-3355. Fax: (254) 793-0182. l3. Requests for substitutions will be considered in accordance with provisions of Section 01600. C. Single Source Responsibility for Stone: Obtain limestone from a single quarry source with resources to provide the quantity of materials required in the specified consistent quality. 2.2 APPLICATIONS/SCOPE A. The Drawings and Specifications establish requirements for aesthetics and performance of cut stone assemblies. Aesthetics are indicated by dimensions, 048v8-6 LJ color range, arrangement, alignment and profiles of components and assemblies as they relate to sight lines and relationships to one another and to adjoining work. Performance is indicated by requirements specified. B. Aesthetics, are subject to the Architect's approval and only to the extent exclusively needed to comply with performance requirements. Where modifications are proposed, submit data to the Architect for review and approval. 2.3 STONE A. Stone Materials: Stone shall be standard grade, free of crack or seam which may impair its structural integrity or function and shall comply with industry standards and practices specified. 1. Limestone Building Stone: Salado Limestone conforming to ASTM. C 568 & ASTM C 616, Classification. B. Salado Limestone: 1. Finish: a. Saw -cut w/ chopped face; sizes 2, 4, 6, 8 2. Color: a. Gold. b. Cream. e. White. 2.4 MORTAR A. Masonry Cement: Complying with ASTM C 91: 1. Color, white. B. Portland Cement: Complying with ASTM C150: 1. Color, white. C. Mortar Aggregate: Complying with ASTM C144, standard masonry type. For joints narrower than 1/4 inch (6 mm), use aggregate graded with 100 percent passing the No. 8 sieve and 95 percent the No. 16 sieve. D. Hydrated Lime: Complying with ASTM C207: 1. Type S. E. Water: Clean and potable. 2.5 ACCESSORIES A. Stone Anchors and Attachments: Threaded stud bolts and other anchoring devices shall be stainless steel. Stainless steel shall be used where anchors come directly in contact with stone. B. Provide anchors and attachments of type and size required to support the stonework fabricated from the following metals for conditions indicated 04855-7 stonework fabricated from the following metals for conditions indicated below: 1. Stainless Steel, AISI Type 304 or 316, for anchors and expansion bolts embedded within the stone. 2. Hot -Dip Galvanized malleable iron for adjustable inserts embedded in the concrete structure. 3. Anchor bolts, nuts and washers not in direct contact with stone; comply with ASTM A 307, 4. Grade A, for material and ASTM C 153, Class C, for galvanizing, 5. Welding Materials: AWS D1.1; type required for materials being welded. 6. Galvanized Steel plates, shapes and bars not in direct contact with stone: Comply with ASTM A 36. Galvanizing in conformance with ASTM A 123 with a minimum galvanizing coating thickness of 1.0 oz/sq ft (320 glsq m). 7. Galvanized steel angles stone supports: Comply with ASTM A 36. Galvanizing in conformance with ASTM A 123 with a minimum galvanizing coating thickness of 2.3 ozlsq fl (705 glsq m). 8. For expansion bolts not in direct contact with stone use zinc plated or cadmium plated bolts with stainless steel expansion clips. 9. Supports protected with one shop coat of inorganic zinc -rich paint, and one job coat of similar, compatible paint, may be used at the discretion of the architect. C. Dovetail Slots: Where required, furnish dovetail slots, with tiller strips, of slot size required to receive anchors provided, fabricated from 0.0336 (22- gage) galvanized sheet steel complying with ASTM A 446, G90. D. Adhesive: Two -component epoxy consisting of epoxy resin and hardener. Adhesive shalt meet the following minimum property value requirements after a 7-day cure at 75 degrees F. 1. Tensile Bond Strength: Cohesive failure in stone ASTM C 321 2. Tensile Elongation: 2.5 percent ASTM D 638 3. 'Tensile Strength: 3,500 psi ASTM D 638 4. Compressive Double Shear: 400 psi MMM G 650A 5. Compressive Strength: 6,000 psi ASTM D 695 6. Shore "D" Hardness: 75 ASTM D 1706 7. Water Absorption (24 hours): 0.50 percent ASTM D 570 E. Setting Shires: Stainless steel, or plastic shims, non -staining to stone, sized to suit joint thicknesses and bed depths of stonework involved without intruding into required depths of joint sealants. F. Concealed Sheet Metal Flashing: Fabricate from stainless steel or other material complying with requirements specified in Division 7 and in thicknesses indicated but not less than 0.015 inch (4 nun) thick. G. Weeps: I" x Ya" and of length required to extend between exterior face of 04855-8 stone and cavity behind. 2.6 MIXES o_. A. Mortar Mixes: 1. Mortar for Structural Masonry: Complying with ASTM C 270, using Proportion Specification. B. Mortar Mixing: I . Mix mortar ingredients in accordance with ASTM C 270. Mix only in quantities needed for immediate use. 2. Do not use anti -freeze compounds to lower freezing point of mortar. 2.7 FABRICATION A. Fabricate stonework in sizes and shapes required to comply with the requirements as shown on approved shop drawings. B. Cut and drill sinkages and holes in stones for anchors, fasteners, supports and lifting devices as indicated or needed to set stonework securely in place; shape beds to fit supports. C. Cut stones accurately to size, shape and dimensions and full to the square, with jointing as shown on Drawings. All exposed faces shall be dressed true. Beds and joints shall be at right angles to the face, and joints shall have a thickness of 3/3 inch to % inch unless otherwise shown on Drawings. D. Thickness of Exterior Stone: Provide stone thicknesses required to comply with performance requirements but not less than shown on Drawings. E. Control depth of stones and back -checks to maintain a clearance between backs of stones and surfaces or projections of structural members, fireproofing (if any), backup walls and other work behind stones. F. Cut joints (bed and vertical) straight and at 90 degree angle to face, unless - otherwise indicated. G. Quirk -miter corners, unless otherwise indicated; shall provide for cramp anchorage in top and bottom bed joints of corner pieces. 1-1. Provide chases, reveals, reglets, openings and similar features as required to accommodate contiguous work. 1. Fabricate work, including washes and drips, to produce stone shapes having a uniform profile throughout their entire length and with precisely formed shapes slightly eased to prevent snipping, and matched at joints between units. J. Carve and out decorative surfaces and inscriptions to conform with shaded drawings or models approved by architect. Use skilled stone carvers 04855-9 t experienced in the successful performance of work required. K.. Finish exposed faces and edges of stones to comply with requirements indicated for finish under each type and application of stone required and to match approved samples and field -constructed mockups. L. Reglets for flashing shall be cut in the stone where indicated on the drawings. M. Molded work shall be carefully executed from full size details, and must match satisfactorily at joints. All exposed arises shall be in true alignment and slightly eased to prevent snipping. N. Stones bearing on structural work shall have beds shaped to fit the supports as required. Maintain a minimum of 1 inch (25 mm) between stone backs and adjacent structure. O. Expansion anchor holes shall be drilled at jobsite by mason or erector to facilitate alignment. P. Any miscellaneous cutting and drilling of stone necessary to accommodate other trades will be done by the cut stone fabricator as shown on the approved shop drawings. Q. Mix and apply adhesives in strict accordance with the adhesive manufacturer's instructions. Use suitable clamps or bracing shall be used to beep the stone in proper alignment until the adhesive sufficiently hardens. Include all shims needed to insure proper alignment. R. Assembled limestone units shall not be moved until the adhesive reached the required hardness. Remove excess adhesive after it has taken its initial hardening. Any excessive adhesive on smooth finish may be removed after complete hardening with the use of power sanders. S. Fabricate and assemble structural framing in shop to comply with AISC Specifications for the Design, Fabrication„ and Erection of Structural Steel for Buildings, including "Commentary" and Supplements thereto as issued, and as indicated on final shop drawings. T. Weld or bolt connections to comply with the following requirements: U. Install high strength threaded fasteners to comply with AISC Specifications for Structural Joints using ASTM A-325 or. A490 bolts approved by the Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation. V. Weld connections to comply with AWS D1.1 Structural Welding Code -Steel. PART 3 .EXECUTION 3.1 EXAMINATION 04855-10 A. Do not begin installation until surfaces to receive stonework have been properly prepared. B. Verify locations of weld -plates and embeds for connection of stone skin or its system. C. If preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.2 PREPARATION A. Clean. surfaces thoroughly prior to installation. B. Prepare surfaces using the methods conforming to best industry practices for achieving the best result for the substrate under the project conditions. C. Clean stone surfaces which are dirty or stained prior to setting. Clean stones by scrubbing with fiber brushes. and drenching with clear water. Use only mild cleaning compounds that contain no acid, caustic or abrasives 3.3 INSTALLATION A. Erect stone in accordance with industry standards and approved shop drawings. Setting and handling shall be done by competent setter, riggers, and handlers, thoroughly experienced in work of this type and scope. B. Set stone in accordance with approved setting drawings. Provide anchors, supports, fasteners and other attachments shown or necessary to secure stonework in place and keep stone in level, plumb and square position with uniform joints. C. Completely fill hole p y s, slots and other sinkages for anchors with mortar or caulking during setting of stone. D. Use skilled mechanics, and skilled stone titters at the site to do necessary field cutting as stones are set. Use power saws to cut stones; for exposed edges, produce edges which are cut straight and true. Mallet and chisel cutting will be permitted provided craftsmen are skilled in their use. E. Provide chases, reveals, reglets, openings and other spaces as indicated for accommodating contiguous work. Close up openings in stonework after other work is in place with stonework which matches that already set. F. Set stones to comply with requirements indicated on drawings and shop drawings. Install anchors, supports, fasteners and other attachments indicated or necessary to secure stonework in place. '- G. Shim and adjust anchors, supports and accessories to set stones accurately in locations indicated with uniform joints of widths indicated and with edges and faces aligned according to established relationships and indicated {}4855-11 tolerances. H. For stones supported on clip or continuous angles, set stones on non- corrosive and non -staining shim material in sufficient area to support the load. Mortar may be used in lieu of shims provided that setting pads are provided to maintain joint sizes if stone weight squeezes out mortar. 1. Place setting buttons of adequate size, in sufficient quantity, and of same thickness as indicated joint width, to prevent mortar from squeezing out and to maintain uniform joint widths. Hold buttons back from face of stone to provide space for backer rope and sealant. J. The joint between bottom of relieving angles and top surface of stones below angles shall be free of mortar or shims to avoid load transfer. K. Install concealed flashing at continuous shelf angles, lintels, ledges and similar obstructions to the downward flow of water to divert water to the exterior. L. Keep cavities open where unfilled space is indicated between back of stone veneer and backup wall; do not fill cavities with mortar or grout. M. Place weepholes/vents in joints where moisture may accumulate including base of cavity walls, above shelf angles and flashing. Locate weepholes/vents at intervals not exceeding 2 feet and those serving as vents only, at intervals not exceeding S feet horizontally and 20 feet vertically. N. Provide expansion joints, control joints and pressure -relieving joints of widths and at locations indicated or required. O. Joint sealants and backing materials are specified in Section 07900. Rake out mortar from joints to depths required to receive sealants and sealant backings. 3.4 TOLERANCES A. Variation from Plumb: For lines and surfaces of columns, walls and arises, do not exceed 1/4 inches in 10 feet, 3/8 inch in a story height or 20 feet maximum, or 1/2 inch in 40 feet or more. For external corners, expansion joints and other conspicuous lines, do not exceed 1/4 inch in any story or 20 feet maximum, or 1/2 inch in 40 feet or more. B. Variation from Level: For grades indicated for exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines, do not exceed 1/2 inch in ally bay or 20 feet maximum, or 3/4 inch in 40 feet or more. C. Variation of Linear Building Line: For position shown in plan and related portion of columns, walls and partitions, do not exceed 1/2 inch in any bay or 20 feet maximum, or 3/4 inch in 40 feet or more. D. Variation in Cross -Sectional Dimensions; For columns and thickness of walls 04866-12 from dimensions indicated, do not exceed minus 1/4 inch, nor plus 1 /2 inch. 3.5 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. C. Cover top of walls with non -staining waterproof sheeting at end of each day's work. Cover partially completed structures when work is not in progress. D. Extend cover a minimum of 24 inches down both sides and hold securely in place. E. Prevent staining of stone from mortar, grout, sealants, and other sources. Immediately remove such materials from stone without damage to the stonework. F. Protect base of walls from rain -splashed mud and mortar splatter by means of coverings spread on ground and over wall surface. - G. Protect sills, ledges and projections from droppings of mortar and sealants. 3.6 CLEANING A. Clean exposed faces to remove dirt and stains which may be on units after erection and completion of joint treatments. B. Wash and. rinse thoroughly in accordance with stone panel manufacturer's instruction. C. Do not use cleaning materials or processes which could change the character of the exposed finishes. 3.7 SCHEDULES END OF SECTION 04855-13 SECTION 07800 SPECIAL CONDITIONS PART I -GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Drawings and general provisions of the Contract including General Conditions apply to this Section. 1.02 SPECIAL CONDITIONS A. lifter demolition of the existing concrete slabs and removal of turf, Contractor will smooth and level the affected areas. B. Damage caused to pavilion structures will be restored to original condition at Contractor's expense. Contractor will cover pavilion posts with suitable materials to prevent concrete from adhering to posts. Any concrete that does adhere to posts will be removed immediately and will not be allowed to dry on the posts. END OF SECTION SPECIAL CONDITIONS 07800 - 1 4219 TECHNICAL SPECIFICATIONS FOR: PREFABRICATED METAL PAVILION (Engineers Seal on Following Page) 1.6 1.7 6. Foundation design including vertical and lateral load effects. Foundation designs must include the worst case effects due to wind or seismic loads. C. The pre-engineered package shall be a pre-cut and pre -fabricated package that shall include powder coated structural frame members, roof material, fasteners, and trim as well as the installation instructions._ The structure shall be shipped knocked down for minimum shipping charges. Field labor will be kept to a minimum by pre -manufactured parts. No onsite welding will be permitted. Connection bolts shall be concealed within the tubing where possible. D. Mount method for this model to be ginned base: tube column to concrete base will be surface mounted with all anchor bolts hidden within the column. Each column will have a minimum of four anchor bolts to meet OSHA safety requirements. E. The structure will have a moment connection at the top of the column and a pinned connection at the base of the column to ensure a clean connection at the base, reduce the size of the concrete foundation, and provide for one-step concrete installation process. SUBMITTALS A. GENERAL SUBMITTAL: Submit 3 sets of signed and sealed submittal drawings by a Professional Engineer licensed in the State of Texas and 2 sets of sealed calculation books. B. Structural calculations shalt be in conformance to item 1.5 B under System Description. QUALITY ASSURANCE Provide evidence of commitment to quality craftsmanship as demonstrated by the following: A. SUPPLIER QUALIFICATIONS: 1. The product shall be designed, produced, and finished at a facility owned and directly supervised by the supplier who has at a minimum of ten years under same ownership making steel frame pre -manufactured shelters. Staff members' cumulative experience in fabrication will not be an acceptable alternative. 2. The product shall be shipped from a single source. 3. Annual audit of the Powder Coat Finishing System (Shot Blast, Powder Coat) by Third Party Agency (PCI). 4. Annual audit of Quality System by Third Party Agency (NTA Inc.). 5. Membership in American Institute of Steel Construction. 6. Membership in American Society for Quality. 7. Corporate Member of American Welding Society. 8. Membership in Chemical Coaters Association International. 9. Membership in Construction Specifications Institute. 10. Membership in National Recreation and Park Association. 11. Corporate Member of Powder Coating Institute. 12. Full time on -staff Licensed Engineer. 13. Full time on -staff Quality Assurance Manager. 14. Published Quality Management System. 15. Full time on -staff AWS Certified Welding Inspector. 16. Continued certification by an independent inspection agency. 17. Control of finishing quality by in-house shot blast, pretreatment, primer and powder coating. Lubbock — Mae Simmons Pavilion 10 73 00 Page 3 of 6 B. CERTIFICATONS: 1. City of Los Angeles, CA approved fabricator. 2. Quality Control Inspector qualified by the Los Angeles (California) Department of Building and Safety, Materials Control Section for fabrication with Medium Weight Steel. 3. Miami Dade County Certificate of Competency for Structural Steel and Miscellaneous Metal Products and Assemblies. 4. City of Houston, TX approved fabricator. 5. City of Riverside, CA approved fabricator. 6. City of San Bernardino, CA approved fabricator. 7. County of Clark County, NV approved fabricator. 8. State of Utah Approved Fabricator. 9. NTA Listing Report PSC121902-22 for structural insulated panels. 10. Welders Certified to AWS D1.1. 11. AWS Certified Welding Inspector. 12. ASQ Certified Quality Manager/Organizational Excellence. 13. LEER AP. 14. PCI 4000 S Certified, Certification thru PC[ for original equipment manufacturers (OEMs) to evaluate process on entire finish system to add powder coat over steel. 1.8 DELIVERY AND STORAGE Installer shall unload materials with necessary equipment (no hand unloading), store covered out of weather, and keep out of direct sun. The owner's representative shall inspect parts within 48 hours of delivery, compare with manufacturer's bill of material, and report any missing or non -conforming parts to manufacturer within this time. 1.9 LIMITED WARRANTY Supply manufacturer's standard 10-year limited warranty on frame and 10-year limited warranty on paint system as specified. PART 2 - PRODUCTS 2.1 DESCRIPTION OF PRODUCT MODEL NUMBER AND SiZE: WSL30x75TGSS 2.2 ACCEPTABLE MANUFACTURER A. Poligon, a Product of PorterCorp, 4240 N 136th Ave., Holland, MI. Contact the regional supplier/representative for pricing: Lisa Woolsey, InSite Amenities, L.P., 9176 Hyde Road, Fort Worth, TX 76179, phone 817-236-5439, fax 817-236-8350. B. Substitutions must be approved a minimum of ten (10) days before bid. All approved manufacturers shall be notified in writing before the bid date and shall not be allowed to bid without written notification. C. Alternate suppliers must meet the qualifications and provide proof of certifications listed under section 1.7 QUALITY ASSURANCE. D. Alternate suppliers must provide equivalency to the specified paint system. E. Alternate suppliers must provide proof that their designs do not infringe on patents or copyrights. Lubbock -- Mae Simmons Pavilion 10 73 00 Page 4 of 6 2.3 MATERIALS A. STRUCTURAL FRAMING: _ Structural steel tube minimum ASTM A500 grade B, "I" beams, tapered columns, open channels, or wood products shall not be accepted for primary beams. Frame will have a STANDARD POLI-5000 finish. Color chosen from manufacturer's standard color chart. K B. COMPRESSION MEMBERS: Compression Ring: Structural channel or welded plate minimum ASTM A36 or Compression Tube: Structural steel tube minimum ASTM A500 grade B. C. STRUCTURAL FASTENERS: ASTM A325 high strength bolts and A563 high strength nuts, ASTM A307 anchor bolts. D. PRIMARY ROOF DECK OF TONGUE AND GROOVE (T&G): , T&G shall be of 2 x 6 tongue and groove, southern yellow pine, kiln dried #1 grade or better, edge V'd one side, fascia cut from 2 x 6 planks. Contractor shall seal underside of tongue and groove before installation per architect's or owner's recommendations using coating supplier's instructions. Metal eave fascia is standard. E. SECONDARY ROOF SYSTEM OF STANDING SEAM METAL ROOFING: Standing seam metal roofing to be 24-gauge galvalume factory finished with Kynar 500 paint system. Panels shall be 16" wide with ribs 1-3/4" high. Angles shall be cut in the field. Color chosen from the manufacturer's standard color chart. 1. Metal roofing trim shall match the color of the roof and shall be factory made of 26 gauge Kynar 500 painted steel. Trim shall include panel ridge caps, eave trim, splice channels, roof peak cap, and corner trim as applicable for model selected, reference drawings for additional information. Painted screws and butyl tape are included. 2. Ridge Caps shall be preformed with a single central bend to match the roof pitch and shall be hemmed on the sides. 3. Roof peak cap shall be supplied on all buildings (that do not include a cupola), 4. Thirty pound felt and nails shall be provided when T&G roof deck or SIP roof deck is ordered along with metal roofing. 2.4 ACCESSORIEStOPTIONAL ELECTRICAL ACCESS AND BOX CUTOUTS: _t Electrical access to be provided per manufacturer's electrical access sheet Electrical cut outs shall be marked as height above finish floor and size of cutout required. 2.5 FABRICATION A. All steel fabrication of tubes and plates shall be factory controlled under a documented Quality Management System. All parts shall be permanently etched with identification numbers. Fabrication facility will be experienced for a minimum of ten years in precision tube and plate fabrication. Cumulative experience in fabrication will not be an acceptable alternative. B. Certified AWS welders shall make all welded connections in accordance with AWS Specifications and trained by an on -staff AWS Certified Welding Inspector. t? Lubbock — Mae Simmons Pavilion 10 73 00 Page 5 of 6 PART 3 - ERECTION A. FOOTINGS: The shelter shall be set on prepared footings designed by Poligon, anchor bolts to be provided, and concrete slab (if required) provided by others. The design engineer shall be presented with complete information about the site including soil bearing and lateral load capacity. if soil data is not provided, the design engineer will design footings to the minimum values identified in IBC Table 1804.2 Allowable Foundation and Lateral Pressure. The contractor must use appropriate construction practices for the specific site conditions. B. Install all components according to manufacturer's installation instructions and these specifications including: 1. Electrical power (not by Poligon) shall be stubbed into the column base plates through the concrete foundation. The power shall be pulled through the internal chase ways provided within the tubular framing during frame erection to fixture cut out locations provided by manufacturer. 2. Wood sealant for underside of tongue and groove shall be professional heavy duty penetrating oil wood stain and sealer that includes mildew protection. Sealant must be approved by Owner prior to use. Tongue and groove must be sealed and approved by Owner prior to installing. 3. Any exposed end joints for tongue and groove shall be mitered at 45 degrees. No end joints allowed in decking within 24' of tension member. A minimum of 24" spacing is required between all adjacent end joints. 4. Roof panels shall be installed plumb, straight, and accurately to the adjacent work. 5. Flashing and trim shall be installed true, and in proper alignment, with any exposed fasteners equally spaced for the best appearance. 6. Metal shavings from drilling or installation of roof fasteners must be carefully removed from the roof by brushing or sweeping at the end of each day. 7. All exposed hardware shall be pre -finished or touched up. Installer shall use care unloading, moving, and erecting frame to minimize any scratches to powder coat finish. Any minor scratches from shipping or assembly shall be touched up with matching paint. 8. Workmanship shall be of the best industry standards and installation shall be performed by experienced craftsmen. installer qualifications must be pre -approved by Owner and manufacturer's representative prior to start of work including: a. The frame installer, tongue and groove deck installer, and the roof installer shall have a minimum five (5) years documented experience installing this type of product. b. Documentation shall include a minimum of two projects of similar materials (at least one within 90 miles of project location) so that manufacturer's and Owner's representatives can inspect the steel framework, tongue and groove deck and sealant finish, and standing seam metal roofing and trim workmanship. Failure to meet the best industry standards shall be cause for rejection of installer. END OF SECTION Lubbock — Mae Simmons Pavilion 10 73 00 Page 6 of 6 MAE SIMMONS PAVILION CITY OF LUBBOCK PARKS & RECREATION MAYOR, TOM MARTIN CITY MANAGER, LEE ANN DUMBAULD CITY COUNCIL - DISTRICT 1, VICTOR HERNANDEZ CITY COUNCIL - DISTRICT 4, PAUL R. BEANE CITY COUNCIL - DISTRICT 2, FLOYD PRICE CITY COUNCIL - DISTRICT 5, KAREN GIBSON CITY COUNCIL - DISTRICT 3, TODD R. KLEIN CITY COUNCIL - DISTRICT 6, JIM GILBREATH DIRECTOR OF PARKS & RECREATION, RANDY TRUESDELL PARK DEVELOPMENT MANAGER, CRAIG WUENSCHE PARK PLANNER, JEFF STUART 0 E. 24TH MEET KEY MAP SCALE: TUTS SHEETINDEX SHEET TITLE SHEET# COVER 1 DEMOLITION, SITEWORK & GRADING 2 SODDING & IRRIGATION 3 DETAILS 4 DETAILS 6 DETAILS 6 PROJECT DATA ADDRESS: 2302 OAK AVENUE LUBBOCK, TX 79404 AB PROJECT NUMBER: EASPRJB1813907 GENERALNOTES 1. ATLOCATIONS WHERE NEWCONCRETE ABUTS EXISTING CONCRETE. TOPSOF CONCRETE 94ALL BEAT THE SAME ELEVATION* W. 2. CONSTRUCTION JOINTS ORCOLD JOINTS WILLHOT BE ALLOWED. WASTE CONCRETEOR SLAG SHALLNOTBE PLACED INSIDE THE FORMS. S CONCRETE WILL HAVE A MEDNMSROOMFINISK C IF CONCRETE SPLITS WHEN DRILLING HOLES IN EXBTINGCONCRETE, SAW CUT AT NEXT CONTROL JOINT OR REMOVE TO NEXT EXPANSION JOINT. SUCH WORKVALLNOT BE CONSIDEREDEXTRAWORK S. FINISH GRADE GRADEWILLBE P BELOWTOP OF CONCRETE ANOWILL SLOPEAWAY FRCMCONCRETEAT CA MAX TOP OF SODWILLRESTON SMOOTH LEVEL SOIL SOD WILL BE CUT IN ATTHE 90GESAND WILL BE FLUSH WITH EMSTWGTURF. CONTRACTOR WILL OE RESPONSIBLE FOR WATERING SOD UNTIL CONSTRUCTION IS COMPLETE. B. EXISTING IRRIGATION IS BASED UPON BESTAVMABLE INFORMATION. IFACTUALCONDITIOIS DIFFER FROM THOSE SHOWN. CONTRACTOR WILL PERFORM EXCAVATIONATSPRIGKLERNEADS OR ELSEWHERE AS NECESSARY TODETERMINEACTUALCONFKAIRATIO N. SUCH WORK SHALL NOT BECONSIDERED EXTRAWORK DITCHING OR OTHERWORKREOUIRED FORRE.ROIRINGOF IRRRUTION LATERALSAND CONTROL WIRES WILL NOT BE CONSIDERED EXTRA WORK PIPFNARING FORREMOU7ED LATERALSNMM WIILSESAMESOEANDTYPEOF PIPEAYGRI G BEING REPLACED, 7. PROTECTEXISTING 9PRINKLERSANOVALVESOURIN000NSTRUCTION. IFOAMAOED,REPLACEWTRIECUNPMENTACCEPTAOMTOTMOVMER. RESTORE FINISH GRADE TO ORIGINAL CONDITION. I. INSTALL SPRINKLERS IN VERTICAL POSITION; TOPS FLUSH WITH FWISN GRADE. 9. REPAIR ILRIGATKIN CONRGOLWIRFSIHATARE DAMAGED By CONSTRUCTION. INSTALLSTMIDARD IWIGATIONVALVESOYESAT SPLICE LOCATIONS. USE WATERPROOFCONNECTORS ACCEPTABLE TOTHE OWNER. BOTTOMS OF SOXESSHALLRESTUPON UNDISTURBED SOIL BOXES USED FOR SPLICES SHALL BE LOCATED MIN. 10 FEET FROMSPPoN URS AND V FROM CONCRETE EDGES 10, CLOCK COUPLERS MAY BE ENCOUNTERED DURING CONSTRUCTION AT LOCATIONS NOT SHOWN ONTHE PUNS. MOVE SUCH OUCACOUPLERS TO NEARESTEDGEOFCONCRETE PIPING FOR OUICKCOUPLERSSHOULD NOT EXTEND BENEATHCONCRETB. CONTRACTOR SHALL BE FAMILIAR WITH SHUT-OFFVALVES BEFORECONSTRUCTION BEGINS. RELOCATEDCUICKCOUPLERS SHALL BE INSTALLED INAIV ROUND BOX WORKRELATEOTO CAPPINOORRFJACATWGOUICK COUPLERS WILL NOT BE CONSIDERED EXTRA WORK. 11. CONTRACTORWILL BE RESPONSIBLE FORALLLAYOUTANDSTAKWG. CADORAWWWWRHMAPORMYBENCHMARKSWILLSEPROVIOEDBV OWNER 12. ELECTRIC LINES (120VITHATARESHONNON PLANSANDDAMAOED DURING CONSTRUCTION SHALLBE REPAIRED SYCONTRACTORATHIS EXPENSE. TERMINATIONS FOR REPAIRED LINES SHALL BEAT EXISITING LIGHT POLES OR ELECTRICALBOXES-SUWED SPLICES WILL NOT BE ALLOWED. 19, AFTER DEMOLITION OF CONCRETE SLABS. SMOOTH SOIL AND SLOPE TO PREVENTPONDINO OF WAWA ARGUING FOOTING LOCATIONS. 14 . TRASH BARRELSWILL BE REMOVED INTACT. STORED AND REWSTALLED IN NOTED LOCATIONS SYCONTRACTOR IF DAMAGED.BARRELS WILL «•MM&MM • m¢xan. ramnavxmwa ,aroo�noava�' �'� yV i KEY MAP - / SCALE:NTS NOTES w�: rxr 2 SITEWORK & GRADING PLAN . ttm��s � .awionaoawy � �•osiwawuw�aaxr DEMOLITION PLAN SCAM V-W I SITE u E.24TN STREET DEMOLITION, SITEWORK & GRADING IRRIGATION PLAN Mra A 7. A ,0. IVA LAKE --J—L— E 24TH STREbT KEY MAP SCAM. ws NOTES A VSHEET# u: innate SODDING PLAN t=j SODDING & IRRIGATION �.IrnwRalao.acli .nO vnnsw. p•WYaM. !j•.r,1TWMIrrlr.b rovvttm artruawm9.v rrP�w n1On111.1 W.4 - NOMm�dnf Isom mwmo. nwrx rKnr moan i CKLIg1aplErlMCwOQR W KCPtOY001MO.YL pOl0Ir10RAOLYYAiCVOOiRBn 8 EXP. JOINT AT EXISTING CONC. SCAM 1•. 11L' IImRYr100rpWWCiYlO1[If .M1p vn.... mM1O� 'Y'y lr'al�4I��i.,.::J.l•� Ir,l t:l�•,.. 7 TYP. CONTROL JOINT ac'Le: r. ra• Ym.KOOMIWI _.ow )J'NOIIaM. ..+'vacsw. W.ruwwncrarwr • mr.cro +owrsuawa •.w n�,K aremvoo+na�omvr own .Z •aanmwm.Ko+rm euum.d OSNriOMJOwrrllabrL�gGwtUp d Ob W1L nmcwtmcn.aaw.w¢ m.orlanurolwrnn wn�.aaw.Rwm�arcraum rnrualrr .arw•wrnn+wc t.00D WLLMnKIrr RrirW'g10Mnra i xRnaaumnloawuwiurowrxwocwx pmw.rmlll wxna pwuarol mr d oaa�r. a npalaunwwoaaswur�r<ramllrlar.arormw• rxstoq Kt WLLWY.KM1r6KMgGIW�af4ML a �IR Oi�nMK�MrMiRµOwW.l� ��MII�IY d 6 TYP. EXPANSION JOINT scxe r. ra• rmu.imt 3••wsM. M mmL .n,Ovuect ppyy� Jy Wt>I w.NHM1 ..14 r 21 l�•I -L � �. :y ujr m CfLWLKI4LLOVMM WC�ItlIgW. waamm�la pnww4�11wLL10 Vsu anrt mury wuawrnavrwmnr IawrmrnaK �vt>a�a s mvrarwarw.mlrnlwruarr �iwo•mmvrnwmnm. wowrruuno.mK a wuump�rao�ri ap"aOKprw`�uL KMl .moan<ra..a %KrKiq awt nM.1gI1.YMOOr Irra ,uwsrt wrx auwawuK rnwnordmnant ♦ wrowrWK.rwlmnrxllKwsmim�rn pwo.Ka 5 TYP. CONC. WALK - SECTION acue vr.rr i ���+.v;..:;: 1001lOCOnlI¢ •ice.: '., Jof(4IYR i��:�rvpq.•-�i��K- IMOI�ooMavn i M ;J 11f-0fiL .,, M, »•.vrmr ��� A xn, '�' wlRpKial�iN�4lf 4 TYP. CONC. WALK - PLAN xue u -Tr f yuriaM. OOx01m. 1{O4YMll1 ��' M. M. ✓.evouw• .nO veetr. 41 • I` i M. m nw abnwqu�. +. A. SECTION r �O?I011n\ W IraMKA1@WrgwROl i rOI1LM4�Or1111rmR.4.1WYU0NmrAK'Ipt iIA[mrWltOhM/AOgR.nWMA iQr11RI�CIr1000MCfIrK Ortllg101114.{IA t00M11000M1 3 PAVILION SLAB DETAIL $CALL- aP • rP B. REBAR'ELV � IrMrRM: I .wImLKA T10. lil pW u.mor.00..w. KdaMMTp iMpb16W6tW WI mrrwod.rr uopinw'uuw• ORLL6 �MM limMm A. SECTION _ a .. = r ,.loMw,rraloolnw xne aunaormworoorw. mGaI�WYLLMi.•'�-•'�•"NYl .^ VOW rmI1/Lf aIIOmW i tWNLIXAf Or11NmWI4A•piYtlOMObrlrOrr IIrNp�I1W.TKf�YIh'1 i YKmr►MCMMpi1>qR.p W.WA m1MlrrYMM. l �rY.Y4rAC1N11RfIA1C11YVLYQIWIMIOOIWO[qtL 2 PAVILION SLAB & FOOTING DETAIL $rJas: av • ra NOTE: PAVILION ROOF COLOR TO BE'CHARCOAL' PAVUON FRAME COLOR TO BE SURREY BEIGE' RAL 70 7010 KwKrwul 1 AA El L _,J I 1 � h R 1 1 i t w.Onvam. �; f ; pertramwrlaw � l--J i y 1 L___ __--_.. ... .�...__-_----_--J -____-.----_-_____ .- � 1 1 � 1@ayygy 1! I pFl•ODYQInKnMU( I 1 Rr11mWIPi 1 1 NNW4Y01O 1( 1 1 y 1 [vY+rOMprtATOMwIO I� 3 i 4 1 1 1 1 4 1 mrrwawumMtw 1. �; n 1 1 I i i i ! ' otlnp.omarrUwIIeuaNNrr[OrMawlWa4IV,rdvaMIn. -I -1 awI,waElnfoKlwma1d.4u1:aO.ox IIIII .��}E5_ .Q�yyi i 111 I I Ir- � /Oix� — r r t I 1 j mwrommwcimiw ^ 1 i I '` � I 1 W�nWaMMR.t 1 f PAVILION SLAB LAYOUT PLAN $cue w•.ra DETAILS S iR .a t a » tip •'tope I O a S ~ .laxo.l rmarn o�rro. 4 4 d 6 � , , � �vww Vw� Wvm wxwx xwwN W+n�u� ra i e.b. ,. r+owwew�uroau.w _.I. .�_.... I .. Mm i jl II uPT�MaH�,� 1 �' ppH,ax i i � �ronKsrari.cvwiiruniu �wnsrAc)onronaemnwwuTSAraawxrun/,X s',./• -- u�waHwuws,mananKawo„mu ir`r ursworwaseo�w.a l cunvna,ro,raa,orwllasawuTwauu, ronruxnlKmNarno mwnlwrorrursaumoconnwenrxronrN,w oawaomTnuwxre)u,we „en w.a/w.nrw a.maww. 1 sw �awwsTo�� wNwK IAH1W KgEr4w. a. toomwlnrulassaawrAUAnonwswomrxa, 5 PAVILION ELECTRICAL PLAN SOME: lir ra Fa ,�,�� ens,wowuXroww, rr „u 0� G I I p,rr I p C3== �' ® �W.ORlLQTa I y r'�e� • omnroaua I rNraTurornuw Sk%Y.« rrw,ruwun I roaoaw tj PICNIC TABLE LAYOUT ECME lir-Vwr NOnr O'IGEOTArLL [1HATON 7 . nKniCTA4rACK„HLLKr1MMT; WOtt,W tlgP1u W11xWt MAN0.0V[O[gML x rsaxerArwKxaroKuarowmeartAaroX. 1 HmM)iwAuvaaw�avxrA"w�n�"unKu.wu+upRran a. w.ruAnoaanwwrTormtwxrpuwn. pspHlns /x,unwowoHraamrcs,auTnw x•. 3 TYP. PICNIC TABLE $CAL@ r•ro• rr 4 rr an,Lrrurox 4 /eopuKnoau I�--� 1`p . f. rnEwm,ulrc arou/wrroX 4 B I weKwxaw '•- mm�swou0. suoulTH. i mwuruowr. r = L Kramll A P E win rv.FkOC B. SECTION _k w.coawuan w>rntaAralwMx) F\� . WwirHllKTIOTPOOC•OOOILFfOriOwnnowmet 1 Gn46natKAWA{DOTCOIOnlOTO,t MAMROYtO{O,w 1 N�•GceteAMG011lAN WrnwtMOM•wIAH10Tr0.n MT,WLWlt4%WIOIR Njl[nAH �rrnOniLwOGLLOAtIi,e'rRrOMYMHMX•. 1wVA0ar01MSMPSuOrAt nWMa0.T a aioawnnwcrao/wr„arcrn+wx: 2 TYP. GRILL & GRILL SLAB SCALE: mr • no• nOmryvwuan.,oxrAT0.w> . rosA,isoraor+wuw.cxrwTow x•aawvraoreasKn. Kmrcrra rmaormwrwTon,LHn Taurorunr /wTw x+wTw. (vwwt,owewAnuma,lnrt/MWrD. tWTALLOMY POtYYMCINNY KUIne WOOD i,NLLwTK WfD/OR WAHKwJbRL x TKHnrrr,wiKN,wsareowrrxrnTmwmmeanxuouarxuor rune uo/arK+as,FUK/u,raoAwwanmaeo,nAmwm,nnu,. EXP. JOINT AT EXISTING CURB SCALE: t••i'-0• DETAILS a'�Lrw 1m�Y.Yla rlwlr�a Imawo r&waww.m. .1.YP•4V .OIRm. 1' 11 1� II D. SIGN o } .�a.4 D D. SECTION ly A. i PLAN B C. ELEVATION �.ra4l..xaimNiworm rr} 4 Wu4nurtrlwrorwmwK. 4.ov.4ra anaairowiamanw. ,y �, uuxcolcllmw�mlw. L COQNOIdIm YMfM11116ngRf101L 11011fMWlWltmlilNOf•11�K10QYIO11q 4 SOY � l4A«IYI�WIOX�O[fK •V.AYIGVONI01 B. ELEVATION 2 2-PIECE CAST STONE CAP ackM + ur • ra f Y•YOIRMJOMI.uORM OOIMAW�O'w,m. ar _ rart ' _ _ asrnrirttm�w � f uolwwv4 w•txu+daMwxo s wr.cwa4caalro y'•IO1fMIpM1•WIIfM I— � eaarowiaw.m. '7 rr f IWr '.<.�mlr. rY®11[a4401o04m. iIr•'�0'iwml w.ri _ -_ r swlawrrto[w xeawrma �' __. _ -•wwual F004M1RKaaW4 MW401 �Im1Nt uralorwmlr /,LL�ppryn�� M 1V .5 w 1M�IOM WIIOI ' . i . Plralwa � M ulna4+vlt•4cc . f. H luaow.mllKmocar t1 tIMMMILM. 1P.rwvloauamcm. a� •f•M. '� I.LLYCltnlpr.m. mW.r4slcufnlmcm. C. STAPLE (Ma) �.w � B B a.ru• Irr.rar nsom•.. •cmalrwsnuat .r.woowoa+.. w..rar.la4wre�ec !l14Vf I' y t I , y � • O q 'i A. ELEVATION S. SECTION ..: A. PLAN B. SECTION wm Iola i!ww �"-�aau iw�w KtLR%•1�i444 . . a cartluefa4mwrrtuuwnma�emwwraror.uana4 awmvnamwwrwe�an+rwvmwuuame.le'm'4 wlo ranwMo.omlMocwuma.uw.'wiwwsrwam ro4wMp�omlwowumoratnruMMow�nmlro awmuclaa m�norMrearwmrwrwrmwlm�maa.arawalwamonrw�cro4 i rwwweacwrwrmn�wa�wn�um'arnwe�oxw�am m.m4cmi a muarmw.siovrwam�awwlorewanwvortr�aurr. 3 TEMPORARY CONCRETE WASHOUT FACILITY STONE COLUMN BASE DETAILS scae ur•ra xxc av•ry DETAILS rEN 00 00 PifiN"'x �,ecnrr�cru�� AD-W PORTERCORP 4MU 1360AVE lgh ANO W 40424 (6161399n963 dPpna>b olaaauma W PWboalArW+ga w, aa+aeawan caPtagn Iiw1 w Pwaau .a, awear,wmasawmaavngaW,mw.iy n.wonmawrowey PWgen Coptn619 u.a WatGNa Lyleana P"rTROWWX PAT(W$ENCo, a*Kf1e10Aw11RCW wi9auND. u4"wPena War aatgn PROJECT NAME: MAE SIMMONS PAVILION PROJECT LOCATION: LUBBOCK, TX BUILDING TYPE: CUSTOM WESTERN SKYLINE 30x75 ROOF TYPE: STANDING SEAM OVER T & G JOB NUMBER: 46815 DRAWING LIST: SHEET NUMBER DRAWING DESCRIPTION CS _ COVER SHEET �w I ARCHITECTURAL ELEVATIONS 2 ANCHOR LAYOUT 2.1 ANCHOR AND FOOTING DETAILS 3.3.1 STRUCTURAL FRAMING PLAN MANUFACTURER NOTES: MATERIALS: O SCRIPTION ASTM •SIGNATI N UB S L A500 (GRADE B) SCHEDULE PIPE A53 (GRADE 8) LIGHT GAGE COLD FORMED Al003 (GRADE 50) STRUCTURAL STEEL PLATE A36 ROOF PANELS (STEEL) A446 ANCHOR BOLTS SEE SHEET 2„1 GENERAL NOTES: Ri ULTU;9CTEEL SHALL BE DETAILED, FABRICATED, AND ERECTED IN ACCORDANCE WITH THE LATEST EDITION OF THE AMERICAN INSTITUTE OF STEEL CONSTRUCTION (RISC) SPECIFICATION MANUAL. ALL WELDING IS PERFORMED BY AMERICAN WELDING SOCIETY CERTIFIED WELDERS AND CONFORMS TO THE LATEST EDITION OF AWS D1.1 OR D1.3 AS REQUIRED. PARTS SHOWN MAY BE UPGRADED DUE TO STANDARDIZED FABRICATION. REFER TO THE SHIPPING BILL OF MATERIALS FOR POSSIBLE SUBSTITUTIONS. FOR PROPER FIELD INSTALLATION OF THE BUILDING IT IS RECOMMENDED THAT THE PRIMARY FRAME INSTALLER AND THE ROOF INSTALLER HAVE A MINIMUM FIVE (5) YEARS DOCUMENTED EXPERIENCE INSTALLING THIS TYPE OF PRODUCT FOR PROPER FIELD INSTALLATION OF THE BUILDING IT IS RECOMMENDED THAT ELECTRIC WIRING, IF REQUIRED. BE RUN THROUGH THE STRUCTURAL MEMBERS BEFORE THE BUILDING IS ERECTED. FABRICATOR APPROVALS: CITY OF H NIX. AZ APPROVED FABRICATOR #C08.2010 CITY OF LOS ANGELES, CA APPROVED FABRICATOR #1596 CITY OF RIVERSIDE. CA APPROVED FABRICATOR #SP06-0033 CITY OF HOUSTON, TX APPROVED FABRICATOR 9470 CLARK COUNTY, NV APPROVED FABRICATOR #264 STATE OF UTAH APPROVED FABRICATOR 02008-14 CERTIFICATES: MIAMI- A COUNTY CERTIFICATE OF COMPETENCY NO.09.0804.03 PCI (POWDER COATING INSTITUTE) 4000 CERTIFIED DESIGN CRITERIA: GENERAL: 2006.INTERNATIONAL BUILDING, CODE OCCUPANCY CATEGORY: II DEAD LOAD: ROOF DEAD LOAD. 6 PSF FRAME DEAD LOAD' SELF WEIGHT LIVE LOAD: ROOF LIVE LOAD: 20 PSF SNOW DESIGN DATA: GROUND SNOW LOAD (Pg)::15 PSF SNOW EXPOSURE FACTOR (Ce):.1.0 SNOW LOAD IMPORTANCE FACTOR (IS). 1.0 THERMAL FACTOR (Cl)', 12 WIND DESIGN DATA: BASIC WIND SPEED (V)( 90 MPH GUST EFFECT FACTOR (G); 0.85 WIND IMPORTANCE FACTOR (Iw);1.0 INTERNAL PRESSURE COEFFICIENT (GCp): 0 WIND EXPOSURE: C SEISMIC DESIGN DATA: STEEL SYSTEMS NOT SPECIFICALLY DETAILED FOR SEISMIC RESISTANCE SEISMIC IMPORTANCE FACTOR (le): 1.0 SEISMIC DESIGN CATEGORY. C SEISMIC SITE CLASS: D 0 H fI Zy C) Z 17 'o m MAE SIMMONS PAVILION 3/17/2DII 0 1616)399-1963 LUBBOCK, TX 46815 A N--pollgon.com P ..... r: co.o:xt WSL 3Ox7.STGS byPORTERcORIP ARCHITECTURAL ELEVATIONS ANCHOR AND FOOTING LAYOUT NOTES I 'ANCHORS MUST BE CENTERED IN FOOTINGS � WITH COLUMN AND TRUSS CENTERLINE. n� __- -____- '____-____'____'____'__—_'-____' REF REF 3Y.3 S/9'\ �'^~~ ~~� � - ---'-----'— FOUNOATIO NOTES I ALL MA M AND WORKMANSHIP SHALL CONFORM TO THE REQUIREMENTS OF THE BUILDING CODE. AMERICAN CONCRETE INSTITUTE. AND ALL APPLICABLE STATE & LOCAL ORDINANCES AND REQUIREMENTS 2 7HE CONCRETE DESIGN IS BASED ON THE FOLLOWING PROPERTIES' • 28 DAY STRENGTH OF 3000 Psi SLUMP OF 4" (+/.Try 3 THE FOOTING SHALL BEAR ON COMPETENT UNDISTURBED SOIL OR 95% COMPACTED FILL IF SIGNS OF ORGANIC MATERIAL, UNCONTROLLED FILL. CLAY OR SILT, HIGH WATER TABLE OR OTHER POSSIBLE DETRIMENTAL CONDITIONS ARE FOUND. INSTALLATION OF THE FOUNDATION MUST BE DISCO14TINUEO AND A SOILS ENGINEER CONTACTED 4 THE REINFORCING STEEL SHALL CONFORM TO THE REQUIREMENTS OF ASTM A615. GRAOE 60 5 IF FOOTING DEPTH SHOWN DOES NOT MEET LOCAL FROST REQUIREMENTS, THE DRILLED PIER FOOTING MAY BE EXTENDED EXTEND VERTICAL BARS AS REQUIRED AND PROVIDE ADDITIONAL TIES TO MEET SPACIaG REQUIREMENTS AS SHOWN IT IS THE CONTRACTOR'S RESPONSIBILITY TO VERIFY THE LOCAL FROST LINE DEPTH BELOW GRADE PRIOR TO CONSTRUCTION HE FOUNDATION DESIGN SHOWN ON THESE DRAWINGS IS NOT SITE PECIFIC. BUT BASED ON THE PRESUMPTIVE ALLOWABLE FOUNDATION RESSURES IN CHAPTER 18 OF THE BUILDING CODE (CLASS 5 SOIL) THE UILDING OFFICIAL IN THE JURISDICTION IN WHICH THIS STRUCTURE IS OCATED MAY REQUIRE A SITE SPECIFIC GEOTECHNICAL REPORT OR ETTER FROM A QUALIFIED LOCAL PROFESSIONAL ENGINEER ATTESTING O WHETHER THE ACTUAL SITE CONDITIONS MEET THE ASSUMPTIONS DENTIFIED ABOVE SQUARE FOOTING OPTION FOOTING DESIGN BY POLrG0N FOOTING MATERIALS BY OTHERS, COLUMN LOCATED Al TCIR CENTER OF FOUNDATION I YCI 4'•6' MIN IN DRILLED PIER FOOTING OPTION 3 CLR COLUMN LOCATED AT CENTER OF FOUNDATION FOOTING EACH COLUMN 4'•0" MIN. FOOTING DESIGN BY POLIGON FOOTING MATERIALS BY OTHERS. 12-MIT VERTICAL BARS (EQUALLY SPACED X4 TES SPACED 0 17 O.C. w/2 TIES IN THE TOP S (QUANTITY OF REINFORCING 3`ClR 3"ClR SREFL CT REQREQUIREMENTS)QUIREMENTMAY NOT 4 -T DIA. MIN 0 1 I/B" ELECTRICAL ACCESS I ANCHOR BOLT PATTERN 2 BASE PLATE SIZE: 9XI3012 i /P" NUT 1/7' WASHER (4) PLACES 4X 0 3/4•THRU ANCHOR BOLT HOLES jr MIN. EMBEDMENT INTO CONCRETE FOOTING ANC ANCHOR � ��U((4) PLACES THNE•T'�10WING-EF XY ANCHORS MAY BE SUBSTITUTED FOR THE CAST IN PLACE ANCHOR BOLTS ABOVE: HILTI HIT -NY 150 MAX -SO ADHESIVE w/01/2" HAS ROD WIN A MINIMUM C EMBEDMENT. THREAD RODS JASTM(AE3l� l WITH MINIMUM /6-ALL EMBEDMENT. M 2 R v N. $met 2.1 N W, 1 W tl fW i m 0 7 � y 3 x A ' m m u w m u 14 z :n x O A a m m r F ? li 4 ;o N a W ME AESI-MMONSPAVIUON 3?/2l.S� /6/011 O ww6w16.p3o99-1963 tlpon.wm 46815IUBB©CK, TX o A i t50 C•DuppE1 byPORTERcoRp STRUCTURAL FRAMING PLAN WSL 30x75TGSS-B-46815 •nxnaw..rcxart q c n:cwr nar. •Ha..vt •ouaw.m na. rT 0 O '0 Ln 'D 'n z 'n 'D 10 m -nn w ;o 0 < r -n z >> > a, 0 10 07 r 9 W^Z,: v-* I vas M AE SIMMONS PAVILION 3117/2011 5/6/2DII (616)399-1963 Dolooff www.pollgon.com LUBBOCK. TX 46815 A 17" • 1 'WR6FIM-em"' —,.mww 0 ,PORTERCORIP drw;a7— STRUCTURAL FRAMING PLAN C-D�l WSL 3Ox75TGSS-8-468) 5 Page Intentionally Left Blank