HomeMy WebLinkAboutResolution - 2009-R0218 - Contract - Minnix Commercial Partners LTD - Playground Improvements - 05/28/2009Resolution No. 2009-RO218
May 28, 2009
Item No. 5.20
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, Construction Contract No.
8948 for Burns, Hollins & Woods Park Playground Improvements per ITB 409 -718 -DD,
by and between the City of Lubbock and Minnix Commercial Partners, Ltd of Lubbock,
Texas, and related documents. Said Construction 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 this 28th day of May , 2009.
-I�A4;97
TOM MARTIN, MAYOR
ATTEST:
Rebec4Garza, Ciiy Secretary
APPROVED .AS TO CONTENT:
Scott Snider, Assistant City Manager
Community Services
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vwicedocsiChad/Resolutions/RES.Contract-Minnix Commercial Partners, Ltd
May 13, 2009
CITY OF LUBBOCK
SPECIFICATIONS FOR
BURNS, HOLLINS & WOODS
PARK PLAYGROUND IMPROVEMENTS
ITB #09-718-DD
Contract # 8948
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
http://pr.thereproductioncompany.co
Phone: (806) 763-7770
"A City of Planned Progress "
CITY OF LUBBOCK
Lubbock, Texas
Pare Intentionally Left Blank
t.
I
r
i
City of Lubbock
t pUBLIC WORKS CONTRACTING OFFICE
SUITE 204, MUNICIPAL BUILDING
1625 13m STREET
LUBBOCK, TEXAS 79401
pH: (806)775-2168 FAX: (806)775-2164
http:l/purchasing.ei.lubbock.tx.us
DATE ISS UED:
CLOSE DATE:
riBri 09-718-DD. Addendum 4 1
ADDENDUM # I
ITB # 09-7 18-DD
Burns, Hollins & Woods
Park Playground Improvements
April 27, 2009
April 30, 2009 @ 3:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where
any item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
I . Bidders attention is invited to the following clarification provided by the ARCHITECT.
PLANS - Sheet I (BURNS SITE PLAN / DEMOLITION PLAN)
• Install the water fountain at the location as indicated on PLAN SHEET #2.
• REMOVE and dispose of 28 square foot concrete slab. (Not shown in plans).
PLANS - Sheet 2 (BURNS IRRIGATION)
• Remove picnic slab. Install bench as shown on PLAN SHEET #1.
• DELETE Referenced Note #5
The Owner has reviewed Substitutions and Product Options submitted for approval in accordance with
the following specifications.
Section 01630, Substitutions and Product Options, Part I -General, 1.02 General,
A. 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 7 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.
and
C. 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.
Only the following items are approved as equal as submitted for 09-718-ITB Burns, Hollins & Woods
Park Playground Improvements:
Pedestal Grills
Pilot Rock, Model #A20/SB2
Picnic Tables and Benches
:gone
Playground Equipment
None
ITB# 09-718-DDad I
(
Park Benches
Wabash Valley, Model #PP301 W
Drinking Fountain
None
ITS# 09-718-DD. Addendum # I
2. Bidders attention is invited to the following questions and responses:
QUESTION: One of the Irrigation subs is not a licensed installer (one of his employees is, though). Is
this situation acceptable to the City of Lubbock?
ANSWER: Clarification on Irrigators Licensed, The Texas Commission on Environmental Quality
(TCEQ) regulations shall govern.
I :)k3;I11iils.l.C:Ci.Ilii`r�t<It'iC:l i311i?i',','tt.::tt :i;;., FIi3!j:(.�i —t;1' —
"Licensed irrigators av can sell, design, consult, install, maintain, alter, repair.
or service an irrigation system including the connection of such system to a
private or public, raw or potable water supply or any water supply. This includes
water wells and unincorporated areas of the state.
Licensed installers (IN) can only connect a landscape irrigation system to a water
supply under the direct supervision of the licensed irrigator. Generally, a licensed
installer is regularly employed by a licensed irrigator. A licensed installer may
not perform any of thefunctions of a licensed irrigator without working for a
licensed irrigator. "
QUESTION: Is a silt fence required around projects that disturb less than one acre?
ANSWER: Silt fence should be installed as required to comply with State or Federal law.
QUESTION: Is a certified erector of playground equipment required? (I would like to use my own
People
ANSWER: Installer shall have min 3 years experience in the installation of equipment of similar design
and complexity for use by the public. Installer shall be Certified by the Manufacturer.
QUESTION: Sheet 1: The accessible ramp section D shows truncated pavers over masonry sand.
The City of Lubbock Standard requires truncated pavers over I" sand cushion over
4" thick Concrete w #3 bars @ 18" ocew. Which way do you want it built?
ANSWER: Build according to C.O.L. standard requires truncated pavers over I" sand cushion over 4"
thick Concrete w #3 bars @ 18" ocew
OUESTION: Who hauls off the old playground equipment? If we are transporting, where does it
go?
ANSNNTR: The Owner reserves the right to remove any equipment. Contractor is responsible for
removing equipment that remains to an approved dump site.
QUESTION: The picnic table with benches (drawn) differs from the model number listed below the
drawing (ADA with 4' benches). Which one do you want?
ANSWER: I encoat, Model 15EH06DP-SM, 6' Double pedestal, Surface Mount, handicap accessible
on both ends.
1TB# 09-718-DDad I 2
I
Page Intentionally Left Blank
ITB# 09-718-DD, Addendum,# I
All requests for additional information or clarification must be submitted in writing and directed to:
Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions maybe faxed to (806)775-2164 or Email to GL!os-
............ . ...... ......... . .
THANK YOU,
CITY OF LUBBOCK
Darlene Doss
Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders
responsibility to advise the City of Lubbock BLtyer 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 Buyer no later than five (5) business days prior to the bid close date. A review of such
notifications will be made.
- '
ITBM 09-71 8-Mad 1 3
t_-
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE:
BURNS, HOLLINS & WOODS
PARK PLAYGROUND IMPROVEMENTS
ADDRESS: LUBBOCK, TEXAS
ITB NUMBER: 09-718-DD
Contract # 8948
PROJECT NUMBER: 91170.8304.10000
CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE
Paae Intentionally Left Blank
--'° City of Lubbock, TX Public Works
Contracting Office Contractor
Checklist for ITB # 09-718-DD
Before submitting your bid, please ensure you have completed and included the following:
I. 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 typewriter.
Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words
and numerals and in the event of a discrepancy the amounts written in words shall govern. Include
corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL
TAX ID number or Owner's SOCIAL SECURITY number.
2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejection of your bid.
3. Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
4. Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior
to the deadline. Late bids will not be accepted.
5. 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.
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 TAXID number or Owner's SOCIAL SECURITY number.
8. � Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING
1. / 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.
Minnix Commercial Partners Inc.
(Type or Print Company Name)
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL — (must be submitted by published due date & time)
3-1. LUMP SUM BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-3. SAFETY RECORD QUESTIONNAIRE
3-4. SUSPENSION AND DEBARMENT CERTIFICATION
3-5. PROPOSED LIST OF SUB -CONTRACTORS
4. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days
after the close date when bids are due.)
4-1. FINAL 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. SPECIAL PROVISIONS
12. SPECIFICATIONS
Page Intentionally Left Blank
NOTICE TO BIDDERS
Paize Intentionally Left Blank
f I
u
NOTICE TO BIDDERS
ITB #09-718-DD
Sealed bids addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the Public
Works Contracting Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until
3:00 P.M. on April 30, 2009, 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:
"BURNS HOLLINS & WOODS PARK PLAYGROUND IMPROVEMENTS"
After the expiration of the time and date above first written, said sealed bids will be opened in the Public
Works Contracting 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 Buyer for the City of Lubbock, before the expiration of the date above
first written. '
Bids are due at 3:00 P.M. on April 30, 2009, and the City of Lubbock City Council will consider the
bids on May 14, 2009, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as
may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The
successful bidder will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $100,000 and the successful 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 $25,000. Said statutory bonds should be issued by a company carrying a current Best
Rating of "A" or better.
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 April 15, 2009 at 9:00 A.M., in the Municipal Building
City Council Chambers at 162513th Street, Lubbock, Texas.
Bidders may view the plans and specifications without charge at The Reproduction Company, 2102
Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany.com/ . ONE SET OF PLANS
AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE
REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770.
Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if
documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets
of plans and specifications may be obtained at the bidder's expense.
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 Buyer 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 1
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.
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 Buyer at (806) 775-2168 or write to Post Office Box 2000, Lubbock, Texas
79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
DARLENE DOSS
BUYER
GENERAL INSTRUCTIONS TO BIDDERS
Page Intentionally Left Blank
L__
GENERAL INSTRUCTIONS TO BIDDERS
1 BID DELIVERY TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Burns. Hollins & Woods
Park Playground Improvements per the attached specifications and contract documents. Sealed bids
will be received no later than 3:00 P.M.. on April 30, 2009 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 #09-718-DD, Burns, Hollins & Woods Park Playground Improvements" 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:
Darlene Doss, Buyer
City of Lubbock
1625 13th Street, Room 204
Lubbock,Texas79401
1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting 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
2.1 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 -mandatory pre -bid
meeting will be held at 9:00 A.M.. on April 15. 2009 in the Municipal Building Citv Council
Chambers at 1625 13"' Street Lubbock Texas. All persons attending the meeting will be asked to
identify themselves and the prospective bidder they represent.
2.2 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.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of
forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET
ACCESS may use computers available at most public libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder,
or in the event the Public Works Contracting Office deems the interpretation to be substantive, the
interpretation will be made by written addendum issued by the Public Works Contracting Office. Such
addenda issued by the Public Works Contracting Office will be available over the Internet at
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 Public Works Contracting 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 writing. Only information i
supplied by the City of Lubbock Public Works Contracting 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. L
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
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 Public works Contracting Officer and a clarification obtained before the bids are
received, and if no such notice is received by the Public works Contracting Officer 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 Public works Contracting Officer 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 opening of bids.
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.
6 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.
6.2 The Cityof Lubbock will honor our notations of trade secrets and confidential information and decline
Y
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 CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
,
Records Act.
7 LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or
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 Public works Contracting Officer 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 Public Works Contracting Office no later than five (5) calendar days before the bid closing date.
A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO
BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Darlene Doss, Buyer
City of Lubbock
Public Works Contracting Office
-- 1625 13t' Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: ddoss(4mylubbock.us
jj Bidsync: www.bidsvnc.com
I 3
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within ONE
HUNDRED FORTY-FIVE (145) WORKING DAYS for all parks from the date 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.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the Concrete
Flatwork contemplated by the contract documents have been paid in full and that there are no claims pending, of
which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and
methods set forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will VI 1
be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and �_
under this Contract including, but not limited to, its right pertaining to termination or default.
4
L_
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
( any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related
contract documents for use during construction. Plans and specifications for use during construction will only be
furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to
suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the
Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the 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 shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades,
signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the
project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result
F-
of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity. }'
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful 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.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL
INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT
NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL
BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF
OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
26 LABOR AND WORKING HOURS
26.1 Attention of each 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
may be applicable. Construction work under the contract requiring an inspector shall not be performed on
weekends or holidays unless the following conditions exist:
6
£ 2
1
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of
the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each
employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit
shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown)
have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must
classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per
diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the
City of Lubbock on whose behalf this contract is made, 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. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price
written in figures, the price written in words shall govern.
29.2 If the 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.
The bid shall be executed in ink.
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:
30
31
29.3.1 Bidder's name
29.3.2 Bid for (Burns, Hollins & Woods Park Playground Improvements, ITB-09-718-DD).
29.4 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.
29.5 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.
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.
0) 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
incorporated by reference into the aforementioned contract documents.
OUALIFICATIONS 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 specifications 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 k
Before contract award, the recommended contractor for this project may be required to show that he has t
experience with similar projects that require the Contractor to plan his work efforts and equipment needs with Ii
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 r,
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 s
on this project in compliance with City of Lubbock specifications herein.
8
iE
(t
s
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 the
LUMP SUM Bid 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
Y 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
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
9
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:
http://www.gpo.gov/davisbacon/alistates.htmi
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 $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the wage rates stipulated in the contract.
f
� I
10 t
i
BID SUBMITTAL FORM
Paae Intentionally Left Blan
BID SUBMITTAL FORM LUMP
SUM BID CONTRACT
DATE: A[tril 30, 2009
PROJECT NUMBER ITB-09-718-DD - BURNS, HOLLINS & WOODS
PARK PLAYGROUND IMPROVEMENTS
Bid of. Minix Commercial Partners, Ltd. (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a Burns. Hollins & Woods Park Playground
Improvements having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the
intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to
construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the
price stated below. The price to cover all expenses incurred in performing the work required under the contract documents.
BURNS PARK
Construction will include all labor, material, services and equipment required in conjunction with, or
' properly incidental to the work described in the plans and specifications for "Burns, Hollins & Woods
. Park Playground Improvements."
MATERIALS: ONE HUNDRED THOUSAND ONE HUNDRED FORTY AND NO/100 (S 100,14100
SERVICES: EIGHTY SEVEN THOUSAND EIGHT HUNDRED SIXTY AND NO/100 S . 87,8860 00
TOTAL BID : ONE HUNDRED EIGHTY EIGHT THOUSAND AND NO/100 ($ 188. 000.00_�
4-- (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.)
HOLLINS PARK Construction will include all labor, material, services and equipment required in conjunction' with, or
properly incidental to the work described in the plans and specifications for "Burns, Hollins & Woods
Park Playground Improvements."
MATERIALS: ONE HUNDRED SEVEN THOUSAND SIX HUNDRED AND NO/100 $ 107, 600.00 I
SERVICES: EIGHTY SIX THOUSAND FOUR HUNDRED AND N0/100 $ 86.400.00 l
TOTAL BED: ONE HUNDRED NINETY FOUR THOUSAND AND N0/100 194 000.00
..
(Amount shall be shown in both words and numeral ' cease of discrepancy, the amount shown in words shall govern.)
`i - Bidder's Initials
Pate Intentionally Left Blan
WOODS PARK
Construction will include all labor, material, services and equipment required in conjunction with, or properly incidental to the
work described in the plans and specifications for "Burns, Hollins & Woods Park Playground Improvements."
MATERIALS: ONE HUNDRED FIFTEEN THOUSAND EIGHT HUNDRED SEVENTY TWO AND N01100
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
TOTAL ALL
PARKS
MATERIALS: THREE HUNDRED TWENTY THREE THOUSAND SIX HUNDRED TWELVE AND N01100
$ 323, 612.001
SERVICES: TWO HUNDRED FIFTY NINE THOUSAND THREE HUNDRED EIGHTY EIGHT AND N0/�1000
($ 25% 388.00 )
TOTAL ALL FIVE HUNDRED EIGHTY THREE THOUSAND AND N01100 ($ 583, 000.00 )
PARKS:
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
- ji.
Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of
the Owner and to substantially complete all parks within 145 (ONE HUNDRED FORTY-FIVE WORKING DAYS) thereafter as
stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the
sum of $190 (ONE HUNDRED NINETY^ for each day in excess of the time set forth herein above for completion of this project, all
as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number
28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30) calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before
the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the
contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check
issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the
order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of that bid submitted as a guarantee that
bidder will enter into a contract, obtain all required insurance policies, and execute al necessary bonds (if required) within ten (10)
business days after notice of award of the contract to him.
g Bidder's Initials
Pay-e Intentionally Left Blan
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of five percent Dollars 5° 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.
Date: April 30, 2009
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 Authorized Signature
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.1
Addenda No. _
Addenda No.
MI"E Firm:
Date 7/ 9
Date
Date
Tim Minnie
(Printed or Typed Name)
Minuix CQmmerclal Partners, Ltd.
Company
PO Box 64895
Address
Lubbock, Lubbock
City, County
Texas 79424
Telephone: 806-7984 35
Fax: 806-798-9761
FEDERAL TAX ID or SOCIAL SECURITY No.
20-1329184
Woman I I Black American I I Native American
Hispanic American I I Asian Pacific American Other (Specify)
Bidder's Initials
3
Page Intentionally Left Blank
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder and Agent
Must be submitted with Bid
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.
( Contractor (Original Signature) Contractor (Print)
l_
CONTRACTOR'S FIRM NAME: I Yi i n n i X Co m ni { C ct Ct ( Pa t �- Y e f s �hC
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: i
L bask Tx 791 -Qd
IS
Name of AgentBroker: !'J'! H ��n / u ra-n c �-
Agent / ker (Signature)
Address of Agent/Broker: ff __l e % o .5-6) y
City/State/zip: L v ��JG7c , —T�r 7g `-%/ a
Agent/Broker Telephone Number. (M)
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 Buyer for the
City of Lubbock at (806) 775-2168.
BID #09-718-DD - BURNS, HOLLINS & WOODS PARK I1VIP'ROVEMENTS
[k
I.. 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 incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the
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 (TNRCC)
(predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department
(TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental
protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States.
Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or
registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders,
final orders, and judicial final judgments.
Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the 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 City of Lubbock may consider the safety records of potential 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:
1 QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm,
1 corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO �
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:
I_
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed.
F
Bidder's Initials
ESTION 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
ype, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal
icenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders,
final orders, and judicial final judgments.
YES NO �
f the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission,
he following information with respect to each such conviction:
Tate of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty
issessed.
QUESTION THREE
rias 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 in serious bodily
r jury or death?
YES NO �I
ae 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, final disposition of offense, in any, and penalty assessed.
r _ ACKNOWLEDGEMENT
1, 'rHE STATE OF TEXAS
BOUNTY OF LUBBOCK
r
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and
nswers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission,
i__ind that any misrepresentations or omissions may cause my bid to be rejected.
Signature
Partner
Title
SUSPENSION AND DEBARMENT CERTIFICATION
1 "ederal Law W102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -
wards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered
transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions
`e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals
Tire not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not
uspended 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
Federal agency.
t..
COMPANY NAME: Minnix Commercial Partners, Ltd.
FEDERAL TAX ID or SOCIAL SECURITY No.
/20-1329184
sib,,ature of Company Official: �`G ram✓
Tinted name of company official signing above: Tim Minnix
Date Signed: April 30, 2009
__i 6
PROPOSED LIST OF SUB -CONTRACTORS
�s ,
Company Name and City
Minority Owned
Yes or No
1. DEMO/SITEWORK RJNKMAX
LUBBOCK, X ❑
ur
2. LANDSC_"E/HMGATION JSL LANDSCAPING
LUBBOCK, TX ❑
uK
EXERPLAY
CEDAR CREST, NM
3. PLAYGROUND EQUIPMENT
❑
Gr
4. PLAYGROUND EQUIPMENT INSTALLATION RGH LANDSCAPE
AMARILLO, TX ❑
u
5. CONCRETE M & US CONCRETE
LUBBOCK, TX ❑
of
6. PAVING OUICKSTRR
LUBBOCK, TX ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR BID
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
BED #09-718-DD - BURNS, HOLLINS & WOODS PARK IMPROVEMENTS
Paae Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Public Works Contracting Office
Not Later Than TWO BUSINESS DAYS after the close date when bids are due.
FINAL LIST OF SUB -CONTRACTORS
Pate Intentionally Left Blank
FINAL LIST OF SUB -CONTRACTORS
Company Name and City
Minority Owned
Yes or No
1.
0
0
2.
L L'A-rli) 6 C 6,0,
El
3
4.
5.
it V llwascave I/vc-
41A 4A t iW_0
n
6.
M'rUi
0
7.
04
8.
9.
10.
12.
0
0
13.
0
0
14.
0
0
15.
0
0
16.
0
0
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN TWO BUSINESS
DAYS AFTER THE CLOSE DATE WHEN BIDS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
BID #09-718-DD - BURNS, HOLLINS & WOODS PARK IMPROVEMENTS
4
Page Intentionally Left Blank
I
I
PAYMENT BOND
Paae Intentionally Left Blank
3
#- Bond No. S9060567
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
Minnix Commercial
KV.DW ALL MEN BY THESE PRESENTS, that Partners, LTD. (hereinafter called the Principal(s),
as hincipal(s), and Washington International 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 Five hundred eighty three thousand Dollars ($583,000.00) lawful money of the
Urited 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 28th day of
May , 20091 to make playground improvements for Burns. Hollins & Woods
Parks
ani 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 TINS OBLIGATION IS SUCH, that if the said Principal shall pay
all claimants supplying labor and material to hire 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
5th day of June 2009.
Washington International Insurance Company Minnix Commercial Partners, LTD.
Surety /% / (Company Name)-
, Attorney —in —Fact
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Kevin J. Dunn 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.
Washington International
Insurance Compa�n -•—_
Surety
* By{Title ev)1 nn
A orney—in--Fact
Approved as to form:
City of Lubbock
Sy::l
Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
ik
attorney for our files.
5
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Itasca, Illinois, each does hereby make, constitute and appoint:
W. LAWRENCE BROWN, TRACY TUCKER,
TOBIN TUCKER and KEVIN J. DUNN
JOINTLY OR SEVERALLY
Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of:
TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 24'h of March, 2000:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
�p��Wuuunp/i
nurr,�i,
6Q.Gp'PPON". �
B
rygP1gVauas1111bi e
IONAt
al1P ...... G
fiSEAL
Steven P. Anderson, on, President & Chief Executive officer of Washington International Insurance Company
z`v G SEAL T�
u) 1973 eQr_c =
& Senior Vice President of North American Specialty Insurance Company
6 i
:O
By
1�v '*'
David M. Layman, Senior Vice Presiden ooff Washington International Insurance Company
IZI
& Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 6th day of April , 2009 .
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Du Page Ss:
On this 6th day of April 20 09 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman ,
Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their resnective companies.
"OFFICIAL SEAL"
I)ONNA D. SKLENS
Notafy Public, State of Minois
My Commiasion Expires 10/06=1
ko,n,w �) A""o
Donna D. Sklens, Notary Public
I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, witch is still in force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of 204T
James A. Carpenter, Vice President & Assistant Secretary of Washington International insurance Company &
North American Specially Insurance Company
IMPORTANT NOTICE
In order to obtain information or make a complaint:
You may contact Jim Carpenter, Vice President -
Claims, at 1-800-338-0753.
You may call Washington International Insurance
Company and/or North American Specialty
Insurance Company's toll -free number for
-- information or to make a complaint at:
1-800-338-0753
You may also write to Washington International
Insurance Company and/or North American
Specialty Insurance Company at the following
address:
1200 Arlington Heights Road #400
Itasca, IL 60143
You may contact the Texas Department of Insurance
to obtain information on companies, coverages, rights
or complaints at:
1- 800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: ihttp://www.tdi.state.tx.us
E-mail:
ConsumerProtectioii@tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim you should first contact the Washington
International Insurance Company and/or North
American Specialty Insurance Company. If the
dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become
a part or condition of the attached document.
AVISO IMPORTANTE
Para obtener informacion o para someter un queja:
Puede comunicarse con Jim Carpenter, Vice
President - Claims, al 1-800-338-0753.
Usted puede llamr al numero de telefono gratis de
Washington International Insurance Company
and/or North American Specialty Insurance
Company's para informacion o para someter una queja
al:
1-800-338-0753
Usted tambien puede escribir a Washington
International Insurance Company and/or North
American Specialty Insurance Company al:
1200 Arlington Heights Road #400
Itasca, IL 60143
Puede escribir al Departmento de Seguros de Texas
para obtener informacion acerca de companias,
coberturas, derechos o quejas al:
1- 800-252-3439
Puede escribir al Departmento de Seguros de Texas:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail:
ConsumerProtection @ tdi.state.tx.us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el Washington
International Insurance Company and/or North
American Specialty Insurance Company primero. Si
no se resuelve la disputa, puede entonces comunicarse
con el Departmento de Seguros de Texas.
UNA ESTE AVISO A SU POLIZA:
Este aviso es solo para proposito de infromacion y no se
converte en parte o condicion del documento adjunto.
No Text
Page Intentionally Left Blank
Bond No. S9060567
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
Minnix Commercial Partners,
KNOW ALL MEN BY THESE PRESENTS, that LTD. (hereinafter called the Principal(s), as Principal(s), and
Washington International Insurance Compaq
[ (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Five hundred eighty three" thousand Dollars ($ 583,000_00) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the28thday of
I May ----,2009.to make playground improvements for Burns, Hollins &
1 Woods Parks
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER., that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 5th
day of June , 209.
Washington Inter tion Insurance Company
Surety
By /e�n
�tle) J. Dunn, Attorney -in -Fact
0
Minnix Commercial Partners, LTD.
(Company Name)
No Text
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designatesKevin J. Dunn 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.
Washington International
Insurance Com an
Surety /I
V.
(TitlepK J. Dun2i,
tor rney—in£act
Approved as to Form A
City of Lubbock
i Barney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2
-1
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Itasca, Illinois, each does hereby make, constitute and appoint:
W. LAWRENCE BROWN, TRACY TUCKER,
TOBIN TUCKER and KEVIN J. DUNN
JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or inay be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of:
TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 24'h of March, 2000:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice Presidenl
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
-, binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
\������6hun' l, 4/�/ �p wauuenniyi
aP /
By �FGOFPOggG
-=i SEAL Steven P. Anderson, President & Chief Executive Officer of Washington International Insurance Company z S'{L
µdi l 1973 toi = & Senior Vice President of North American Specialty Insurance Company pi ccc���
� `IyHAMP�'i`�e• O` tr9 i 't7
rn
By •..,* ,
David M. Layman, Senior Vice Presiden of Washington International Insurance Company
& Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 6th day of April 2009
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Du Page SS:
_ On this 6th day of April 20 09 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman ,
Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective colnnanies. D /%
"OFFICIAL SEAL"
DONNA D. SKLENS
Notary Public, State of Minos Donna D. Sklens, Notary Public
My Commission Expires 1010=1 D
I, James A. Carnenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
l International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies thiOday of /�� "20
James A. Carpenter, Vice President & Assistant Secrelary of Washington International Insurance Company &
North American Specialty Insurance Company
CERTIFICATE OF INSURANCE
Page Intentionallv Left Blank
2009-06-16(TUE) 12:04 Cam Fannin (FAX)806 747 3040 P.001/002
i,
ACORD CERTIFICATE OF LIABILITY INSURANCE OPID Rp DATE6/16/Y09
MINNI-1 06 16 09
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Cam Fannin Insurance Agency HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P O Box 6745 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Lubbock TX 79493-6745
Phone:806-747-4422 Fax:806-747-3040 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: DallaA National Tneo—
' INSLIHI-H A: — Toxaa Mutual Inauranoc any 35076
M.i =lz Cre±al Partners, LTD INSURER D: Acadia Insurance Co an 31325
P. O. Box 64895 INSURER0: soottwd 1. lnauer,,cw company 41297
Lubbock TX 79464
INSIIRER E:
%; V V Mr%RV Ga
TI IF POLICIES OF INSURANCE LISTFI) BELOW I IAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POI ICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WI I H HFSPFCT TO WI IICI I THIS CERTIFICATE MAY BE ISSUFD OR
MAY PERTAIN, TI IF. INSURANC,F AFFOROFr) BY TI IF. POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, tXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AUURECATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIU CLAIMS
INBR D' POLICY NUMBER DATE MM/D DA E Y�N LMITS
LTR NSR TYPE OF INSURANCE
GENERAL LIABILITY
EACH OCCURRENUI-
$ 1000000
A
$
$ COMMI-H(CIAI GFNI-KAI IIAHIIITY
DGL088453
08/28/08
08/28/09
DAMAGE it) HF
PREMISES (Ea nrcurence)
$100000
CLAIMS MADE Fil OCCUR
MH) FXP (Any arc Peraun)
E 5000
VI-HSONAL & ADV INJURY
51000000
OENF.HAI AGGREGATE
S 2000000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS .COMPIOPAGG
s2000000
J[ I POLICY I I jE OT LOC
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIM11'
$ 1000000
C
X
X
ANY AUTO
CAA4287292
09/28/08
O8/28/09
(CaWAdent)
ALL OWNED AUTOS
HODILYINJURY
$
(I'rr perrsen)
SCHEDULED AI ITOS
HIHFI)AU106
BODILYINJU14Y
S
(Per aodtlern)
NON -OWNED AUTOS
PROPERTY DAMAGE
$
_ .._.._._._._ -- V
(Her accident)
GARA0E UASILITY
AU 10 ONI Y . EA ACCIDENT
$
OTHER THAN FA ACC
ANY AUTO
$
AUTO ONLY. AGG
$
EXCESMMSRELLALIABILITY
EACIIOCCURRENCE _
$ 5000000
D
OCCUR CLAIMS MADE
XLS0055220
11/03/08
07/03/09
AGC.iRF('ATE
$
S
(
DEDUCTIBLE
$
$ RETENTION $ 10000
$
WORKERS COMPENSATION AND
IA111
TORY LIMITS_ £R
g
EMPLOYERS' LIABILITY
TSF1095348
01/03./09
01/01/10
G.L. EACH ACCIDENT
$1000000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OrrICE•RJMEMBER EXCLUDED?
E.L. DISEASE -EA EMrLOYEt
$ 1000000
F 1000000
It yes, desrrtDe unM+r
f I OI,SEASE • POLICY LIMIT
SPECIAL PROVISIONS Delow
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES t EXCLUSIONS ADDED sY ENDORSEMENT / SPECIAL PROVISIONS
Job: Burns,Holli.ns & Woods Park Playground Improvement*, Contract#8948.
Certifi.ca.te holder ±s& shown as Primary additional insured on the Commercial
General Liability & the Commercial Auto Liability as per policy conditions.
A waiver of subrogation is attached to the Commercial Auto,Commereial
General Liability & Workers Compensation in favor of the Certificate Holder
LUBBOCS
SHOULD ANY OF THE ASOW DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
City of Lubbock
NOTICE TO THE OERTIPICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 30 SHALL
C/O City of Lubbock Purchasing
IMPOSE NO OBLIGATION OR LIABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
Darlene
1625-13th St., Rm L04
REPRESENTATIVES
AUT RIZE REPR T
Lubbock TX 79401
ACORD 25 (2001=1
2009-06-16(Tl1E) 12:04 Cam Fannin (FRX)806 747 3040
P. 0021002
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
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).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
AOQRD 25 (2001/08)
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.
3
Paize Intentionally Left Blank
IJ
Vi
L
CONTRACT
No Text
CONTRACT No. 8948
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 28th day of May 2009, 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 MINNIX COMMERCIAL PARTNERS LTD of the City of Lubbock, County
of Lubbock and the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
k 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 Concrete Flatwork
[ described as follows:
BID# 09-718-DD - Burns, Hollins & Woods Park Playground Improvements - $583,000
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. Minnix Commercial Partners Ltd bid dated April 30, 2009 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.
I_,
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.
I. CONTRACTOR:
ICOMPLETE ADDRESS:
Company hyin;x ComrA-efcta( ck4-e(�{
Address �0 1io)( tnt- %9 5
City, State, Zip 1)k 72q 19t4
ATTEST:
Corporate Secretary
CITY OF LUBBOCK, TEXAS (OWNER):
By:
MAYOR
ATTEST:
CQ ,
City Se etary
APPROVED AS TO CONTENT:
Director
Page Intentionally Left Blank
L
R
GENERAL CONDITIONS OF THE AGREEMENT
No Text
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit MINNIX COMMERCIAL PARTNERS LTD. who has agreed to perform the
work embraced in this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative CRAIG WUENSCHE PARK DEVELOPMENT
MANAGER, so designated who will inspect constructions; or to such other representatives, supervisors,
architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this
agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's
Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
'--' 5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
0
10.
11.
12
13.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor will Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's
failure to perform the work in accordance with the Contract Documents.
LINES AND GRADES
All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are
necessary for the commencement of the work contemplated by these contract documents or the completion of the
work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order
to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as
practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's
Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc.,
shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its
Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at
Contractor's expense.
2
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
Y and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any
location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation
that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each
part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work
found to be defective or not in accordance with the contract documents, regardless of the stage of its completion
or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work 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
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
4
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.
F 1 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)
Method (B)
Method (C)
By agreed unit prices; or
By agreed lump sum; or
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 (l 5%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor 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 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 adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of 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 officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL
PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
I',
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
XCU Coverage
B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $200,000 Combined Single Limit, to include all owned and
non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED
E. Umbrella Liability Insurance - NOT REQUIRED
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
8
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 will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
N
G.
(e)
M
M7
retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
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
contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
10
(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.state.tx.us) to receive information of the legal requirements for
coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
11
`By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees,
harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in
any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and
furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of
this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
12
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to 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 officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to 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
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
13
1
may withhold permanently from Contractor's total compensation, the sum of $190 (ONE HUNDRED NINETY)
PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each
and every working day that the Contractor shall be in default after the time stipulated for substantially completing
the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
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
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
14
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 officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
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.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
15
�F
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 1
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
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
16
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,
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
17
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 (1 S) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
18
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
19
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.
20
DAVIS BACON WAGE DETERNUNATIONS
Paee Intentionally Left Blank
Page 1 of 3
EXHIBIT A
GENERAL DECISION: TX20080026 02/08/2008 TX28
Date: February 8, 2008
General Decision Number: TX20080028 02/08/2008
Superseded General Decision Number: TX20010028
State: Texas
Construction Types: Heavy and Highway
Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor
and Tom Green Counties in Texas.
HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number Publication Date
0 02/08/2008
SUTX2004-001 11/09/2004
Rates Fringes
Asphalt Distributor Operator ... $
9.25
0.00
Asphalt Heater operator ........
$
11.21
0.00
Asphalt paving machine operator$
11.16
0.00
Asphalt Raker .. ...............$
9.51
0.00
Broom or Sweep6r Operator ......
$
8.57
0.00
Bulldozer operator ........... $
9.76
0.00
Carpenter ......................$
12.61
0.00
Concrete Finisher, Paving ...... $
13.26
0.00
Concrete Finisher, Structures..$
11.20
0.00
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel
Operator .......................$
11.00
0.00
Electrician ................ ...$
17.00
0.00
Form Builder/Setter, Structures$
9.26
0.00
Form Setter, Paving & Curb .....
$
9.82
0.00
Front End Loader Operator ......
$
10.52
0.00
Laborer, common ...... ... .......$
8.51
0.00
Laborer, Utility ...............$
10.46
0.00
Mechanic....- ......... ........$
16.85
0.00
Motor Grader Operator Rough ....
$
11.75
0.00
Motor Grader Operator, Fine
Grade.. ..................
$
13.50
0.00
Planer Operator ................$
13.36
0.00
Roller Operator, Pneumatic,
Self -Propelled .................$
7.67
0.00
Roller Operator, Steel Wheel,
Flat Wheel/Tamping.............
$
8.06
0e 00
Roller Operator, Steel Wheel,
Plant Mix Pavement .............$
7.50
0.00
Scraper Operator ...............$
8.50
0.00
Ser•nicer.................... ...$
8.96
0.00
^clip Form Machine Operator .....
S
13.64
0.00
Tractor operator, Pneumatic ....
$
1.2.00
0.00
Traveling Mixer Operator .......
$
12.00
0.00
Truck driver, lowboy--Ficat.....
$
12.67
0.00
http://frwebgate.access.gpo.gov/cgi-binlgetdoe.egi?dbname=-Davis-Bacon&docid=TX2008... 3/31/2009
Page 2 of 3 1
Truck driver, single Axle,
Heavy ..........................$
8.510
0.00
Truck driver, Single Axle,
��<ht..........................s
8.C8
0.00
Truck Driver, Tandem Axle,
Semi-Trailer..................."a
8.66
0.00
Welder .........................$
15.25
0.00
Work acne Barricade Servicer...$
----------------------------------------------------------------
8.26
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
t25CFR 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
C F? :
* 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
Davi:-Bacon survey program. If the resronse from this initial
{,intact 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
Brarch l -onstructior. Wage %eterminatIcns. Write
Branch of Construction Wage Determinatiors
Wage and Hour Division
V.S. .Department of Labor
200 Constitution Avenue, N.W.
Washington, CC 20210
T_Y the answer to the auestlon in -.) is yes, then an
.. �ts_ Ct_CY party wnt:5e diie-L' ed boy „ri t_ ca.
S
http:i/frw-ebgate.access.gpo.gov/egi-bin/getdoc.cgi?dbname =Davis-Bacon&docid=TX2008... 3t31 /2009 -'
Page 3 of 3
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, protect 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
J.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
http://frwebgate.access.gpo.gov/cgi-binlgetdoe.cgi?dbname=Davis-.Bacon&docid=TX2008... 3/3 t/2009
Paae Intentionally Left Blank
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.
1
Paae Intentionally Left Blank
HI
_I
I'
SPECIAL PROVISIONS
Page Intentionally Left Blank
t-�
m
SPECIAL PROVISIONS
"Section 3" Compliance in the Provision of Training, Enwlovment and Business Opportunities:
(Applicable to Federally assisted construction contracts and related subcontracts exceeding
$10,000)
During the performance of this Contract, the Contractor agrees as follows:
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. The work to be performed under this Contract is on a project assisted under a program providing
direct Federal financial assistance from the Department of Housing and Urban Development Act of
1968, as amended,12 U.S.C.1701 u. Section 3 requires that to the greatest extent feasible
opportunities for training and employment be given lower income residents of the project area, and
contracts for work in connection with the project be awarded to business concerns which are located
in, or owned 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).
SPECIFICATIONS
i
Paae Intentionally Left Blank _;
H i
SPECIFICATION'S
BURNS, HOLLINS, WOODS PARK IMPROVEMENTS 2009
Er
4
zoes
OF
Paae Intentionally Left Blank
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
"Burns, Hollins, Woods Park Improvements 2009"
1.02 SUMMARY OF WORK
A. The Work includes but is not limited to items described below. 1t is understood that
Work in addition to these items may also be necessary to accomplish the complete
Contract.
i. Demolition including: removal of playground equipment, footings, railroad ties,
sand, gravel, concrete slabs, sidewalks, curb and gutter, retaining walls, water
fountains, asphalt and irrigation.
2. Earthwork and grading.
3. Concrete slabs and sidewalks.
4. Playground equipment.
5. Wood fiber playground surfacing.
6. Rubber playground surfacing.
7. Caliche base for rubber playground surfacing.
7. furnish and install picnic tables, grills, benches and water fountains.
8. Repair and renovate irrigation systems.
9. Accessible ramps and parking spaces.
10. Curb and gutter.
11. Asphalt repair.
12. Parking lot striping.
13. Sod installation and soil tillage.
14. Surveying, staking and layout.
15, Mowing and site maintenance.
16. Fencing, safety barricades and site security.
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
Safety System Inc. (TESS) is a non-profit corporation farmed by member companies to
SUMMARY OF WORK
01100 - 1
mm
prevent damage to underground facilities. The service is 100% free to excavators by
calling 4-800-DIG-TESS (344-8377).
C. Park utilities include irrigation systems and lighting. All others are public utilities. It is
not implied that all public utilities are shown on the plans. It is the Contractor's
responsibility to locate all utilities and to provide for their safety-. All damage to utilities
will be repaired by the Contractor' at his expense.
1.03 WARRANTY
A. Contractor shall warrant 100 percent of the project for one year after the date of final
acceptance (see individual sections for additional warranties).
B. On the eleventh month from the date of final acceptance. Owner's Representative will
schedule an annual inspection with the Contractor to inspect for defects. Work that is
considered defective by the Owner's Representative will be repaired by the Contractor.
C. Contractor shall remedy any defects in workmanship, and pay for all damages of any
nature resulting from repairs at no cost to the Owner.
END OF SECTION
SUMMARY OF WORK
01100-2
LM
SECTION 01300
SUBMITTALS
PART 1-GENERAL
1.01 PROCEDURES
A. Deliver submittals to Architect at the following address: City of Lubbock, Park
Development, 1010-91h Street, Lubbock, Tx 79457.
B. Transmit each item under Architect accepted form. Identify Project, Contractor,
Subcontractor and maior 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 G 703. Contractor's standard form or media
driven printout will be considered on request.
B. Format: Table of contents of this Project Manual. Identify each line item with
number and title of maior Specification sections.
1.03 SHOP DRAWINGS
A. Prepared by a qualified detailer.
B. Submitted as required by the individual Sections and to clariiy 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 ofeach
Specification section.
B. Manufacturer's standard schematic drawings and diagrams:
1. Modify drawings to delete information that is not applicable to the work.
SUBMITTALS
01300 - 1
ME
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:
t. 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
01300 - 2
SECTION 01500
TEMPORARY FACILITIES ANI? CONTROLS
PART I - GENERAL
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.
L04 FENCING
A. The Contractor may provide temporary fencing for the protection of his equipment
and supplies. Fencing will be maintained in good condition. Coordinate location
w/Owner.
A. The Contractor wilt provide temporary fencing around all playgrounds to receive
rubber surfacing. Fencing will remain in place until acceptance of project by the
Owner. Fencing will be 6' chain link. Lock will be provided by the Owner.
1.05 SANITARY FACILITIES
A. The Contractor may provide toilet facilities for the use ofall 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.
TEMPORARY FACILITIES AND CONTROLS
01500 - 1
um
B. The Contractor shall be responsible for all damage to the work due to failure of
barricades, signs, and Iights to protect it. When damage is incurred, the damaged
portion shall be immediately removed and replaced by the Contractor at his own cost
and expense.
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 (Parks and Traffic Departments).
1.10 REMOVAL OF TI MPORARY 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.
1.11 PARKING FACILITIES
A. Restrict parking of construction personnel vehicles to areas designated. on Drawings or
as directed by Owner.
END OF SECTION
TEMPORARY FACILITIES AND CONTROLS
01500 - 2
ME
SECTION 01630
SUBSTITUTIONS AND PRODUCT OPTIONS
PART I — GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and General Provisions of the Contract, including General Conditions, apply
to this Section.
1.02 GENERAL
A In the event that the clause "or equal" is used in the specifications pertaining to
materials; al proposed substitutions must be submitted to the Owners Representative
no later than 7 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.
B. 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.
C. 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,
PART II -PRODUCTS
2.01 PLAYGROUND EQUIPMENT
A. Playground equipment substitutions must be similar to the specified equipment in
overall design, form, play function, components, layout, height, size and materials.
B Playground equipment and associated fall zones must fit within the concrete sideNvalk
boundary as shown on the plans, or construction drawings must be submitted with the
proposed substitution. Such drawings shall be sealed by a licensed design
professional (7;r;: and shall be sufficient in scope to remedy all changes to the plans
required by the substitutions). Drawing shall include:
1. Perspective drawings clearly illustrating the appearance, design and
layout of the equipment.
2. Site plan illustrating the location of the proposed equipment relative to
the concrete boundaries. Site plan must show post locations, fall zones,
color patterns, boundaries for resilient surfacing, height ofequipment
and equipment labels. Include color patterns for the rubber surfacing
and square footages for the various colors. If colors are mixtures,
indicate the percentages of the component colors.
3. Construction drawings including installation details for concrete
footings; and cross sections through concrete and resilient surface (if
proposed resilient surfacing is other than that specified, or if fall zones
for substituted equipment are higher than the equipment specified).
SUBSTITUTIONS AND PRODUCT OPTIONS
0[b30- 1
ME
4. Irrigation revisions.
C. Equipment shall be certified by IPEMA (International Playground Equipment
Manufacturer's Association) for conformance to ASTM F1487, Standard Consumer
Safety Performance Specification for Playground Equipment for Public Use.
D. Posts supporting playground equipment shall not pass through seams (color changes
in rubber surface); nor shall post location result in sections of rubber surfacing
smaller than four inches in any direction (between posts and color changes and/or
beween color changes); nor shall seams fall in heavy use areas such as at the bottoms
of slides.
E. Slides must be oriented to the north or the northeast.
F. Tubes or other enclosures obscuring vision shall not be submitted.
G. Equipment shall not be composed of large solid panels or surfaces which can be used
as a palette for painting or other vandalism.
1-I. Warranty shall be equal to that of specified equipment.
End of Section
SUBSTITUTIONS AND PRODUCT OPTIONS
01630 - 2
EM
SECTION 02300
EARTHWORK
PARTI-GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and General provisions of the Contract, including General
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. No separate payment will be made for earthwork that is incidental to another item of
construction.
PART II - MATERIALS
2.01 FILL MATERIAL
A. Fill material: Soil other than topsoil and caliche used to raise the sub -grade to the
required elevations.
B. Fill material shall be free from trash, lumber, rock, clods, roots, matted vegetation or
other debris over two inches in diameter
C. It is anticipated -that fill will be minimal on this project. Suitable soils for till should
be available from site excavations.
2.02 TOPSOIL
A. Sandy loam with minimum four 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.
B. Install min 3" topsoil overexposed subgrade or fill where sod will be placed.
2.03 CALICHE
A. Cal iche shall conform to the following test requirements:
Sieve Analysis
Sieve Size 2-1/2" 1-3/4" 7M" 3/8" #4 #40
%Retained 0 0-10 I 0-35 30-50 45-65 70-85
EARTH WORK
02300 - 1
um
Atterberg Limits
Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following
requirements:
Liquid Limit
Plasticity Index
Linear Shrinkage
2.04 TESTTNG
45 maximum
15 maximum and 3 minimum
10 maximum
A. Fill Material: Contractor will obtain and pay for compaction tests -oil each lift.
Location of tests will be determined by the Owner's Representative. Contractor wil I
submit copy of test results to Owner's Representative within 24 hours.
B. Install min 3" topsoil over exposed subgrade or fill where sod will be placed.
PART III - EXECUTION
3.01 GENERAL
A. Remove soil and vegetation beneath all improvements to a minimum depth of two
inches. Remove to an approved location.
B. Scarify sub -grade to a depth of three inches in areas where fill material will be
placed.
C. Fill material beneath concrete or rubber shall be installed in lifts not to exceed eight
inches, loose fill.
D. Subgrade and/or fill material shall be compacted to 95% minimum of Standard
Proctor Density at +/-2% optimum moisture. Continue compaction two feet beyond
the edges of concrete or rubber.
E. Finish grade shall be 1/2" below the top of concrete and shall slope gently away from
the concrete at max 8:1, or as shown on the plans.
F. "lop of sod will be considered finish grade.
3.02 CALICHE BASE
A. Caliche base course shall be uniformly spread, wetted and rolled as required to
produce a uniform compaction ol'95% minimum of Standard Proctor Density with a
moisture content of 1% above to 2% below optimum.
B. Contractor will arrange and pay for a minimum of two density tests per playground.
Locations of tests will be determined by the Owner's Representative.
C. Contractor will provide test results confirming sieve analysis and Atterberg Limits
described in PART II.One test shall be obtained for each playground from material
delivered to site.
END OF SECTION
EARTHWORK
02300 - 2
MW
SECTION 02810
IRRIGATION SYSTEMS
PARTS -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract including General Conditions
apply to this Section.
1.2 SUMMARY
A. This Section includes piping, valves and sprinklers for automatic -control
irrigation system.
1.3 DEFINITIONS
A. Zone piping /laterals: Downstream from control valves to sprinklers. Under
pressure when zone valves are open.
B. Irrigation Main: Downstream from point of connection to water distribution
piping to and including control valves and quick coupler valves. Piping is under
water system distribution pressure.
1.4 PERFORMANCE REQUIREMENTS
A. Irrigation drawings are schematic. Make minor adjustments as necessary to
accomplish the work.
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 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. 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
types of all sprinklers, boxes, valves, zone piping and wiring.
B. All substitutions shall conform to the following provisions:
a. All proposed substitutions must be submitted no later than 7 calendar
days before the closing date for approval. Substitution submittals
must include all manufacturer's literature, certifications and operating
instructions as wel I 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.
b. Installation of any approved substitution is the responsibility of the
Contractor. 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.
IRRIGATION SYSTEMS
02310 - 1
1.6
1.7
1.8
C. Contractor shall furnish Record Drawings ofthe complete irrigation systern.
The drawings shall be legible and to scale. The record drawings shall be turned
over to the Owners Representative at or before the Final Acceptance of the
project.
QUALITY ASSURANCE
A. It is the intent of this contract that all work must be completed and all material
must be furnished in accordance with the generally accepted practice of the
area. In the event of any discrepancies between the plans and specifications, or
doubts as to the meaning and intent of any portion to the contract, the
Contractor shall seek clarification from the Owner's Representative.
B. All work and materials shall be in full accordance with current rules and
regulations ofsafety orders oi'Division of Industrial Safety, the Uniform
Plumbing Code, TCEQ and other applicable laws or regulations.
B. Preliminary review of system installation will be made by Owners
Representative prior to back -filling of trenches and during testing.
C. 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. Name and license number of the licensed
irrigator who is responsible for the project shall be submitted with the bid..
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. 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 reiect any bid if the bidder is not
qualified based on the above given criteria.
DELIVERY, STORAGE, AND HANDLING
A. 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.
PROJECT CONDITIONS
A. Do not interrupt water service to facilities occupied by Owner or others unless
permitted. Notify Owners Representative no fewer than 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
thereto 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 it's original condition
or furnish and install equal replacement at his expense.
IRRIGATION SYSTEMS
02810 - 2
D. The Contractor shal I 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 Safety System Inc. (TESS) is a non profit corporation formed
by member companies to prevent damage to underground facilities. The service
is 100% free to excavators by calling 1-800-DIG-TESS (344-8377).
E. The Contractor is responsible for the protection and preservation of all plant
material, monuments, structures, gas utilities, irrigation, electrical lines, or
water lines during installation. Any damage shall be repaired or replaced by the
Contractor. at his own expense, to the satisfaction of the Owner.
F. All trenching or any excavation shall be a greater distance from the trunk of any
plant material than ten (10x) times the diameter of the trunk at 12 inches from
ux the ground. If questions arise, the Contractor shall contact the Owners
Representative for clarification.
G. The Contractor shall not park or drive any vehicles or equipment beneath the
drip line of on -site trees and shrubs. The Contractor shal I not park or drive upon
unsurfaced park property unless it is directly necessary to deliver materials to
the job site. Contractor's employees shall not park or drive personal vehicles on
unpaved park property.
1.9 FINAL ACCEPTANCE
A. Work 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. Assumption by Owner does not
relieve Contractor of obligations under Warranty.
1.10 WARRANTY
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.
D. Contractor shall not be held responsible for failures due to vandalism or other
problems not caused by defective materials or workmanship.
PART 2 - PRODUCTS
2.1 PIPES, TUBES, AND FITTINGS
A. PVC Pipe: All zone piping shall be class 200, SDR 21 un-plasticized polyvinyl
chloride, Type 1, Grade 1.
B. Potable water line to fountain shall be 1" Sch 40 PVC.
C. Fittings
IRRIGATION SYSTEMS
02810 - 3
1. All pipe must have manufacturer's markings clearly printed on them
during installation.
2. All class 200 pipes must conform to ASTM D-2241.
3. All zone piping shall be solvent weld.
4. All solvent welds shall be primed with purple printer.
4. All fittings shall be pressure rated for 200-psi maximum working pressure.
5. Gaskets shall be designed for pressure and vacuum with maximum
deflection (ASTM F-477).
6. PVC Fittings
a. Schedule 40 .fittings must conform to ASTM D-2466.
b. Schedule 80 fittings must conform to ASTM D-2464.
C. Swing Joints: Pre -fabricated swing joints: KBI, Model TSA-1000-
TT.
2.2 VALVES
A.' Quick -coupler Valves: Rain Bird # 44-RC, I", single lug, 2-piece body, heavy
cast bronze with rubber cover lid 'or approved equal'.
2.3 VALVE BOXES
A. Specified Box #1: NUS Pro Series Plus, 10" round corrugated valve boxes, or
approved equal. 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). Lid with cover lift holes,1/4 turn lock closure.
B. Specified Box #2: NDS Pro Series, commercial grade, 14" x 19", corrugated
irrigation valve boxes, or approved equal. 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). Lid with cover lift holes, snap lock tab
closure.
2.4 SPRINKLERS
A. Hunter I-25 series.
B. MP Rotator, manufactured by Hunter Industries, 222 Gregson Drive, Cary, NC
27511: 1-919-467-7100.
2.5 CONTROL, WIRING
A. All 24 volt wiring shall be annealed copper, color keyed, UF, UL approved for
direct burial.
B. All wire to be 18 gauge single stranded, 13 conductor, one wire for each
electric valve and a common wire; or in the case of runs over 200 feet:
I . 14 gauge zone wire (red color)
2. 12 gauge common wire (white color)
3. All control wires to be installed at minimum depth of 18 inches and
IRRIGATION SYSTEMS
02810 - 4
directly alongside any pipe it the same ditch is used.
C. Mise Equipment
1. Moisture proof connectors for underground connections: 3M model
DBY.
2. 120 volt wire connectors, "Spears", model DS400.
3. Solvent Cementing.
a. Primer - "Weld -On", P-68, Purple Colored Only (All pipe
fittings).
b. Cement - "Weld -On", #705.
C. manufacturer's Recommendations shall be followed at all times.
PART III - EXECUTION
3.1 EXISTING SYSTEM AUDIT
A. Contractor shall record the operating status of the system prior to beginning
work. The record shall indicate which zones are operating and which zones are
not operating. Circuits with obviously malfunctioning sprinklers or broken
lines will be noted. General locations of operating zones shall be drawn on
map of the park. Base map will be provided by the owner. Completed map and
audit shall be verified by the Owner prior to beginning work.
B. All circuits in working order before beginning work shall be in working order
after construction is complete.
3.2 GENERAL
A. Contractor will adjust sprinklers to minimize water spraying onto hard
surfaces.
B. Where connections to existing piping is required, make necessary
adjustments should piping be located differently. Adjust layout as necessary
to instal I around existing work or re -connect irrigation piping.
C. No substitutions of smaller pipe sizes wil I 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 refection.
D. 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.
3.3 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 out as a result of the
excavations, to their original condition.
IRRIGATION SYSTEMS
02810 - 5
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 thereto 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 4 inches between parallel
pipelines. Trenches shall be of sufficient depth to provide minimum cover from
finish grade as follows:
1. Minimum trench width:6 inches.
2. Minimum cover over installed supply (pressure main) piping: 18 inches.
3. Minimum cover over installed circuit (zone) piping: 14 inches.
4. Minimum cover over installed 24 volt wiring alone in trench: 18 inches.
D. 'french 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 3 inches to allow for a 3 inch layer of finely -graded sand
under al I piping. After the piping is installed, finely -graded sand shall be
placed around the piping up to a point 3 inches above the piping. `
G. All trenches are to be inspected and approved by the Owners Representative
before covering.
H. 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. Contractor shall be
fully responsible for damage to any such lines.
1. There will be no classification of, or extra payment for excavated materials and
all materials encountered shall be excavated as required. Adjacent structures
shall be protected from damage by 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 excavation.
J. The Contractor shall dispose of excess trench excavation as directed by the
Owners Representative, and at the Contractor's expense.
3.4 PIPE LINE ASSEMBLY
A. General:
l . 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,
IRRIGATION SYSTEMS
02810 - 6
1.9
C
D.
4. All lateral connections to the mainline as well as all other connections
shah be made to the side of the mainline pipe. No connections to the top
of the line shall be allowed.
5. Pipe pulling is not acceptable.
6. Install pipe valves, controls, and outlets in accordance with
manufacturer's instructions.
7. Set valve boxes at one inch above finish grade and grade away at 12:1.
8. Swing joints
a. Swing joints shall be used on all sprinklers and quick couplers;
same size as inlet opening on sprinklers and quick couplers.
b. Pre -manufactured swing joints shall be used as manufactured by
KBE, Model-TSA-1000-TT.
Solvent -Welded Joints for PVC Pipes:
I. 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 24 hours before placing the joint under water
pressure.
"Threaded Joints for Plastic Pipes:
I . 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, male adaptors shall be. used. The
mate adaptor shall be hand tightened, plus one turn with a strap wrench.
Joint compound shall be Teflon tape or equal upon approval.
Laying of PVC Pipe
1. Pipes shall be bedded in at least inches of finely divided material with
no rocks or clods over one inch diameter to provide uniform bearing.
2. Pipe shal I be snaked from side to side of trench bottom to allow for
expansion and contraction. One additional foot per 100 feet of pipe is
the minimum allowance for snaking.
3. Do not lay PVC pipe when there is water in the trench, or when trench
or weather conditions are unsuitable for work.
4. Plastic pipe shall be installed in a manner so as to provide for expansion
and contraction as recommended by the manufacturer.
5. Plastic pipe shall be cut with PVC pipe cutters or hacksaw, or in a
manner so as to ensure a square cut. Burrs at cut ends shall be removed
prior to installation so that a smooth unobstructed flow will be obtained.
6. All plastic -to -plastic joints shall be solvent -weld joints or slip seal
joints. Only the solvent recommended by the pipe manufacturer shall be
used. All plastic pipe and fittings shall be installed as outlined and
IRRIGATION SYSTEMS
02810-7
instructed by the pipe manufacturer and it shall be the Contractor's
responsibility to make arrangements with the pipe manufacturer for any
field assistance that may be necessary. The Contractor shall assume full
responsibility for the correct installation.
7. All foreign matter is to be removed from inside of pipe before joining.
Keep clean during laying operations by means of plugs or other
approved methods.
8. All lumber, rubbish, and large rocks shall be removed from the
trenches. Pipe shall have firm, uniform bearing for -the entire length of
each pipeline to prevent uneven settlement.
9. When work is in progress, securely close the open ends of pipe fittings
so that no trench water, soil, or other substance will enter pipes or
fittings.
10. Take up and re -lay any pipe that has the grade or joint disturbed after
laying.
11. Fittings at bends in the pipeline and at ends of lines shall be firmly
wedged against the vertical face of the trench, but not against rock.
12. flake joints in all threaded Fittings by applying Teflon tape on male
threads. The use of Teflon dope is prohibited.
13. Where threaded PVC connectors are required, use threaded PVC
adapters.
14. There shall be no less than 9 inches of pipe between any two fittings,
except for close nipples used in swing joints.
I.S. No cross tees or street ells are to be used at any time.
16. After pipe has been solvent weld, do not apply water pressure for a time
less than that the manufacturer's recommendation, considering current
weather conditions.
17. All pipe shall be installed so that the manufacturer's markings are facing
in the up position.
18. Excess PVC solvent shall be removed from joints before drying to
prevent pipe weakening. Pipe connections made with excess solvent
will not be accepted.
19. Solvent welding will not be permitted if weather conditions prevent
joints from remaining free of dirt or moisture, while the joint is being
made. Also, if the temperature is below that specified by the proper
solvent manufacturer's recommendations.
20. The Contractor shall give the Owners Representative 24 hours notice
before the pipe trenches are covered so that the Owner's representative
may be present for inspection. After the pipe system has been inspected
and approved, trenches may be closed.
21. All pipe shall have a one foot minimum vertical separation from all
utility lines in close proximity.
IRRIGATION SYSTEMS
02810 - 8
3.5 SPRINKLER HEADS
A. All sprinkler heads to be installed at spacing indicated on plans.
B. Place full and part -circle rotary pop-up sprinkler heads 12 inches from edge of
and flush with top of adjacent walks, header boards, curbs, and mowing bands,
or paved areas at time of installation. Rotary sprinklers to be installed on a
swing joint assembly as detailed.
C. All sprinkler heads to be set to proper arc by the Contractor.
3.6 QUICK COUPLING VALVES
A. Quick coupling valves shall be installed on a swing joint assembly with top of
valve at mid point of the valve box.
3.7 CONTROL. WIRING
A. Install control wires with sprinkler mains and laterals in common trenches
wherever possible. Lay to the side of pipeline. Provide looped slack at valves
and snake wires in trench to allow for contraction of wires. Control wires will
be tied together with plastic zip ties at intervals of 15 feet.
B. 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.
C. Al I 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.
3.8 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
t - removal is necessary for completion of installation.
B. Thoroughly flush out all water lines before installing heads, valves and other
hydrants.
C. "Test as specified.
D. Upon completion of testing, complete assembly and adjust sprinkler heads for
proper distribution.
E. All sprinkler heads and valve boxes shall be set perpendicular to Finished
grades. Sprinkler heads which are to be installed in lawn areas where the turf
has not yet been established shall be set one (l ") 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.
3.9 "TESTING
A. Test piping after laterals and risers are installed and system is fully operational.
Leave trenches open to detect possible leaks.
IRRIGATION SYSTEMS
02810 - 9
B. Notify Owners Representative at least twenty four hours prior to test.
3.10 INSPECTION/ACCEPTANCE
A. Preliminary Inspection
I . When the system is functional, the Contractor shal l request a walk
through with the Owners Representative to discuss any problems that
may exist.
B. Final Inspection
I . After preliminary inspection has taken place and all corrections and
repairs have been completed the Contractor and Owners Representative
will walk through the system again to check operation. This procedure
will be repeated until the system operates to the Owner's satisfaction.
3.11 BACKFILL AND COMPACTING
A. After system is operating and required tests and inspections have been made,
backiill excavations and trenches with clean soil.
B. Compact trenches in areas to be planted by thoroughly flooding the backfiI1.
Jetting process may be used in those areas.
C. 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.
D. All settling and low areas that occur within the first 12 months shall be the
responsibility of the Contractor to fill and level.
3.12 DEMONSTRATION
A. Demonstrate to Owners Representative that system is operational and that
automatic controls function properly
13. Provide 24 hours notice in advance of demonstration.
3.13 CLEAN UP
A. Clean up and remove all debris from the entire work area prior to Final
Acceptance to satisfaction of Owners Representative.
END OF SECTION
IRRIGATION SYSTEMS
02810 - 10
SECTION 02870
SITE FURNISHINGS
PART I - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions apply to
this Section.
1.02 SUMMARY
A. This section includes pedestal grilles, picnic tables, park benches, drinking fountains
and playground equipment.
PART II - PRODUCTS
2.01 PEDESTAL GRILLS
A. Manufacturer and Model: "Kay Park" Model #SB 1635 UT; or approved equal.
1. Fire Box 3.116" thick steel; 20' W x 1 S" D x 10" H; continuous weld
construction w/ formed ash lip; 300 square inch cooking area; 1/2" bars
welded on P centers; adjustable to 4 heights; grill handles with heavy duty
coil springs; 360 degree rotation on 3-112" in ground pedestal.
2. Finish: Non toxic, heat and rust resistant black enamel.
2.02 PICNIC TABLES AND BENCHES
A. Manufacturer and Model: "Kencoat"; Model I 5EI-106DP-SM; or approved equal.
I . Expanded metal table top, 72" x 30", inside a I" x 4" x 1/8" formed angle
frame with two 4" square steel posts surface mounted to concrete. Expanded
metal seats, 72" x 12", inside a I" x 4" x 1/8" formed angle frame with two 4"
square steel posts surface mounted to concrete.
2. Finish: Table and seats are coated with ultraviolet stabilized vinyl dark green
coating. Posts have baked -on black polyester powder coat finish.
3. Handicap accessible at each end.
2.03 PARK BENCHES
A. Manufacturer and Model: Webcoat Products B6WBWIRES Series or `approved
equal
I . Welded wire seat and back (1/4" welded wire) with rolled edges supported by
galvanized steel posts (2-3/8" diameter) in ground mount..
2. Finish: Seat is coated with dark green plastisol ultraviolet stabilized vinyl
coating. Posts have black polyester powder coat finish.
2.04 DRINKING FOUNTAIN
A. Manufacturer and Model: Most Dependable Fountains, Model 440 DB; or 'approved
equal'.
SITE FURNISHINGS
02870-1
1. ADA Accessible with two (2) nozzles.
2. Fountain shall meets NSF-61 requirements having a UL approved label with a
UL tracking number,
3. Welded one piece fountain body I0" diameter Sch 20 pipe with 3/16" wall
thickness with 18 gauge electro-polished stainless steel bowl which overlaps
pedestal by 9/16", Heavy-duty, stainless steel head mounted with lock nut
and washer.
2.05 PLAYGROUND EQUIPMENT
A. APPROVED MANUFACTURER
I. Main playgrounds: "Landscape Structures, Inc., Evos'; or approved equal.
2. Stand alone components: "Landscape Structures, Inc"; or approved equal.
3. See SECTION 01630, SUBSTITUTIONS AND PRODUCT OPTIONS, PART
11, PRODUCTS, 2.01, PLAYGROUND EQUIPMENT.
B. EQUIPMENT CHARACTERISTICS
1. Posts and arches: Minimum 5" O.D. galvanized steel or aluminum with a
minimum wall thickness of .120"; UV resistant polyester powder coat.
2. Cables: Six stranded galvanized steel cable enclosed within tightly woven UV
resistant nylon cord. Nylon cord shall be fused to the steel cable.
3. Clamps: Aluminum die cast with 360 degrees of compression, UV resistant
powder coat; stainless steel vandal resistant bolts and nuts.
C. EQUIPMENT INSTALLER QUALIFICATIONS
I . Installer shall have three years experience in the installation of equipment of
similar design and complexity for use by the public.
2. lnstaller. shall be certified.by the nnanufacturer.
PART III -, EXECUTION
3.01 GENERAL,
A. Assemble and Install all site furnishings in accordance with manufacturer's written
instructions.
B. Protect equipment from scratches, concrete spatters and other damage during
installation.
C. Thoroughly clean all finished surfaces upon completion of installation.
END OF SECTION
0
SITE FURNISHINGS
02870 - 2
SECTION 02930
LAWNS AND GRASSES
:PART 1- GENERAL
1.01 SCOPE
A. This work includes all labor, 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.
L02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02300 - Earthwork.
B. Section 02810 - Irri.gation System.
PART 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
3/4". Sod shall be alive, healthy, vigorous, free 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 -foam 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 he 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.
I . 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 FERTILIZER
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 of 4-5-1 (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
LAW,'NS AND GRASSES
02930 - 1
DM
immediately prior to sodding.
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: 27-3-4 -+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. Specification Submittal: Submit, for Owner's approval, sample labels or
specifications of the fertilizers to be used.
PART III — EXE( CUTION
3.01 GENERAL
A. All turf planting operations are to be executed across the slope, parallel to finished
grade contours.
3.02 SCHEDULE
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.
3.03 SOIL. PREPARATION
A. Tillage: Narrow areas adjacent to the new sidewalks may not require tillage or
planting of turf at the discretion of the Owner's Representative. Larger graded areas
shall be tilled to a depth of six inches with a chisel type breaking plow. Initial tillage
shall be followed by a disc barrow. Tillage with an heavy duty rota -tiller may be an
acceptable substitute.
B. Cleaning: Soil shall be prepared by the removal of debris, building materials, rubbish,
weeds, and stones larger than I" diameter.
C. Fine Grading: After tillage and cleaning, all areas to be planted shal I be leveled, fine
graded, and drug with a weighted spike harrow or float drag. Th.e required result shall
be the elimination of ruts, depressions, bumps, 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.
3.04 FERTILIZING
A. Initial Planting Application: The specified fertilizer shall be applied at the rate of one
(I) pound of actual P (phosphorous) per 1,000 square feet. This application must
supply one (1) pound of phosphorous per 1,000 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.
LAWNS AND GRASSES
02930 - 2
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.
3.05 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
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 rolling 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.
3.06 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.
l_ 3.07 iR.RIGATION 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.
3.08 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 uniform stand with complete coverage of the specified. grass in seeded areas shall
be defined as not less than 95% coverage in a ten -foot square area. Growing plants
shalt be defined as healthy grass plants of two blades or more at least I Yz' inches tall.
LAWNIS AND GRASSES
02930 - 3
4N.,
C. Complete coverage of sodded areas shall be defined as having no joints between
individual sections or sod. All sections of sod must be firmly rooted to the prepared
topsoil,
3.09 POST -PLANTING 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
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 shal I be paid for by the Owner.
C. Mowing: Once grass is established, the planted area shall be mowed at least once a
week during the growing season. Grass shall be mowed to a height of t.-U
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.
3.10 GRADING
A. Al I 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.
3.11 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 wil I be replaced by the Contractor until establishment
and acceptance is achieved.
3.12 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.
3.13 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
9M
f
i
SECTION 03300
CONCRETE
PARTI-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 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. ASTM C94 - Ready Mixed Concrete
C. ASTM C260 - Air Entraining Admixtures for Concrete
D. ASTM C 494 - Chemical Admixtures for Concrete
E. ASTM A706 - Weldable Reinforcing Steel
F. ASTM A615 - Deformed and Plain Billet SteelBars for Concrete Reinforcement.
G. ASTM C33 - Concrete Aggregate
H. ACI 347 "Recommended Practice for Concrete Form Work,"
1. ACI 304 Recommended practice for Measuring, Mixing, Transporting and Placing
Concrete.
.1. Concrete Reinforcing Steel Institute, "Manual of Standard Practice."
K. ADA and TAS guidelines and recommendations.
PART II — 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 information
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.
2.02 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type 1:. (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'!.," 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. Sleeves for slip dowels: "Speed Dowel", manufactured by Greenstreak, Inc., 3400
Tree Court Industrial Boulevard, St. Louis, MO 63122; 1-800-325-9504; or
approved equal.
E. 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.
CONCRETE
03300- 2
PART III - EXECUTION
3.0 f SITE PREPARATION
A. Contractor is responsible for layout of work based on plan 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;
minimum of24 hours prior to concrete placement.
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 shal I 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 al I
concrete surfaces.
C. Instal I 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 smooth dowels across all expansion joints at 18" max.
C. Expansion joints shall extend full -width and depth of slab, 1I2" 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.
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
CONCRETE
03300- 3
one half inch thick shall be placed using multiple applications, with adequate
hardening time between applications.
F. Expansion joints in sidewalk shall be spaced at 30 feet max or as shown on plans.
G. Install expansion joints at all locations where new concrete abuts existing
concrete.
3.05 CONTROL JOINTS
A. Sidewalk control joints shall be spaced at 5' max, spaced evenly between
expansion joints; or as shown on the plans
3.06 CONSTRUCTION JOINTS AND COLD JOINTS
A. Construction joints and cold joints shall not be used 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 ACI 304, and as herein specified.
I). 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 wit) 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, spills, air bubbles, honeycomb,
exposed rocks and other protruding objects.
CONCRETE;
03300- 4
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 F., uniformly heat all water and aggregate before mixing as
required to obtain a concrete mixture temperature of not less than 50 degrees F.,
and not more than 80 degrees F., at point of placement. Do not incorporate frozen
materials into the concrete mix and do not place concrete on ti-ozen 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 in the total amount for
mixing. Cover reinforcing steel with wet burlap if the temperature exceeds the air
temperature immediately before embedment. Do not use retarding admixtures
unless otherwise accepted in the design mix.
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. Forms may be removed when concrete is sufficiently hard that it will not
be damaged by removal of forms and provided that curing operations are
maintained.
O. All edges of concrete shall have a radius of/2".
P. Allow for 1-1/2" minimum clearance between all rein.forcing and concrete
surfaces.
End of Section
CONCRETE
03300- 5
SECTION 09622
RUBBER PLAYGROUND SURFACING
PART I - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract including General Conditions apply to
this Section.
1.02 APPROVED MANUFACTURER
A. Manufacturer will be "Vitriturf", manufactured by Vitricon, Inc.; or approved equal.
1.03 QUALITY ASSURANCE
A. The Applicator shall be trained and certified by the manufacturer and shall have
minimum two years experience in the installation of rubber surfacing materials.
B. Rubber surfacing that is damaged due to vandalism or any other reason before being
fully cured is subject to removal and replacement at the discretion of the Owner.
1.04 SUBSTRATE
A. Substrate shall be caliche, compacted to 95% min of Standard Proctor Density with a
moisture content of 1 % above to 2% below optimum.
1.05 DELIVERY, STORAGE AND HANDLING
A. Deliver all materials in original unopened packages with labels intact. Store all
materials protected from weather and at temperatures not less than 40 degrees P.
B. Weather proofstorage will be the responsibility of the Contractor.
1.06 WARRANTY
A. The material will not peel, Flake, crack, delaminate, chip or experience excessive color
loss as a result of normal weather conditions or normal use.
B. Warranty does not cover damage caused by misuse, vandalism, failure of the substrate
or unusual natural occurrences.
C. Warranty period shall be for five years from the date of completed installation.
PART II - PRODUCTS
2.01 GENERAL
A. All components shall be obtained from the manufacturer or it's authorized distributors.
No substitutions or additions of other materials will be allowed without prior written
permission from the Owner.
B. Primer: Polyurethane, single component, moisture cured.
C. Binder: Elastic polyurethane pre -polymer, MD1 based, low odor; containing no TDI
monomers; mix SBR and binder in a ratio of 82I18 by weight.
D. Black SBR: Recycled SBR rubber, cryogenically processed, 3/8" granules, containing
less than 4% dust, packed in suitable bags to protect from moisture.
RUBBER PLAYGROUND SURFACING
09622 - 1
E. EPDM ribber: Minimum 30% EPDM; granules sized from one to three millimeters;
colors shall be 064 (blue) and 065 (gray); tested for shock attenuation under ASTM F
1292 and HIC; tested for non -slip Characteristics under ASTM E303; tested for ease of
ignition under BS-5696 and ASTM D 2859; tested for fire resistance tinder UL94.
PART 1H - EXECUTION
3.01 JOB CONDITIONS
A. After installation of the caliehe base, Contractor will obtain and pay for a minimum of
two compaction tests per playground. Owner's Representative will determine locations
for tests.
B. Rubber surfacing materials shall be protected from moisture, dust, vandalism or other
damage until fully cured. Fully cured shall mean that the material is completely stable
and is capable of withstanding normal wear and weather conditions (24 hours if
instal led at temperature at or above 40 degrees F). Material that is damaged for any
reason before being fully cured shall be removed and replaced at the discretion of the
Owner.
C. Mix SBR rubber with binder at ratio of 82/18 by weight. Spread evenly at specified
thickness. Allow to dry for min 24 hours before applying SPDM layer.
D. Mix EPDM with binder at ratio of 82/18 by weight. Spread evenly at specified
thickness. Spread and compact with steel trowel. Lubricate trowel with diesel fuel or
soapy water. Finish by spraying with light mist of water on surface and trowel.
Suitability of the finish will be determined by the Owner.
E. The material will be securely bonded to the concrete edges and at the seams.
F. The EPDM layer will be securely bonded to the SBR layer.
G. Contractor will provide a 6' chain link security fence around the playground (rubber
surface). It is the responsibility of the Contractor to ensure that no unauthorized persons
enter the fenced areas. Lock will be provided by Owner.
END OF SECTION
RUBBER PLAYGROUND SURFACINI G
09622 - 2
SECTION 09623
WOOD FIBER PLAYGROUND SURFACING
.PART I - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract including General Conditions apply to
this Section.
1.02 APPROVED PRODUCTYMANUFACTURER
A. "Woodcarpet" loose fill surfacing product, manufactured by "Zeager Brothers, Inc.";
4000 East Harrisburg Pike, Middletown, PA l 7057; (800) 346-8524; or approved equal.
1.03 QUALITY ASSURANCE
A. Contractor will provide "IPEMA Certificate of Compliance" indicating compliance with
ASTM F 2075, "Standard Specification for Engineered Wood Fiber for Use as a
Playground Safety Surface Under and Around Playground Equipment".
1.04 SUBSTRATE
A. Substrate shall be native soil, undisturbed and/or compacted to 90% min of Standard
Proctor Density with a moisture content of I % above to 2% below optimum.
1.05 WARRANTY
A. Contractor warrants that the wood fiber playground surfacing will meet ASTM. F2075
for a period of 15 years when maintained at the following depths:
1. Fall height 8' when wood fiber is installed and maintained at a depth of 8"
2. Fall height 12' when wood fiber is installed and maintained at a depth of 12".
B. Depth of material will be the responsibility of the Owner after acceptance of the proiect
by the Owner. I-
H,
PART II - PRODUCTS
2.01 GENERAL 1
A. All materials shall be obtained from the manufacturer or it's authorized distributors. No
substitutions or additions of other materials will be allowed without prior written
permission from the Owner.
PART III - EXECUTION
3.01 JOB CONDITIONS
A. Substrate will be smooth, compacted to the required density.
B. Wood fiber material will be installed using an approved method until the specified
thickness isachieved.
WOOD FIBER PLAYGROUND SURFACING
09623 - 1
9M
l
i
i
C. Substrate will not be damaged by installation equipment.
D. After initial installation to thickness shown on the drawings, allow 7 days for settling,
install additional wood fiber as required to achieve the required depth.
E. Install wood product before installing swing chains.
END Ole SECTION
i._
_ t
_w
WOOD FIBER PLAYGROUND SURFACING
09623 - 2
t
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. The work included includes repair and renovation of existing irrigation systems.
Contractor's bid should include reasonable allowances for exploratory excavations.
B. At some locations (Burns Park) irrigation zone valves are buried directly without valve
boxes. Part of (fie work includes the excavation of these valves and installation of standard
valve boxes. Careful excavation around these valves wil l be required to prevent damage to
the valves and piping.
C. Contractor will be required to provide and install a 6' chain link fence around the
playgrounds to receive rubber surfacing, as a measure to discourage vandalism.
D. Damage to the rubber surfacing for any reason is the sole responsibility of the Contractor
until the surface is accepted by the Owner.
NO
CND OF SECTION
SPECIAL, CONDITIONS
07800 - 1