Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2003-R0560 - Contract For The Overton Park Streetscape - Tom's Tree Place - 12_08_2003 (2)
Resolution No. 2003—RO560 December 8, 2003 Item No. 50 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, a Contract for the Overton Park Streetscape, by and between the City of Lubbock and Tom's Tree Place of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 8th ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Vi11 ctor Ki man, furchasing Man APPROVED AS TO FORM: r Linda L. Chamales Supervising Attorney/Office Practice gs/ccdocs/Contract-Toms Tree Place.res Nov. 21, 2003 day of December , 2003. MARC M D UGAL, MAYOR No Text ITB #181-03/RS, Addendum #5 LA City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #5 ITB #181-03 / RS Overton Park Streetscape MAILED TO VENDOR: November 5, 2003 OLD CLOSE DATE: November 5, 2003 @ 2:00 p.m. NEW CLOSE DATE: November 12, 2003 @ 2:00 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. 1. The closing date has been changed from November 5, 2003 at 2:00 p.m. to the new closing date of November 12, 2003 at 2:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to rshuffield@mail.ci.lubboc.tx.us THANK YOU, CITY OF ::• �o It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's resDonsibility to advise the City of Lubbock Purchasin¢ Manager if anv laneuaee, requirements, etc.. or anv combinations thereof, inadvertently restricts or limits the reouirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 181-03/RSADD5 ITB #181-03/RS, Addendum #4 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #4 ITB #181-03 / RS Overton Park Streetscape MAILED TO VENDOR: October 31, 2003 CLOSE DATE: November 5, 2003 @ 2:00 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. 1. Please find enclosed the two (2) page Addendum #4 issued by Parkhill, Smith and Cooper. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to rshuffietd@mait.ci.lubboc.tx.us THANK YOU; CITY OF LUBBOCK Ron Shuffield Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 181-03/RSADD4 ADDENDUM NO.4 10-3o—v�, TO: All Prospective Bidders,/ Plan Holders PROJECT: Overton Park Streetscape, Bond One, Phase One DATE: 10-30-03 PSC Job No: 03.8765.03 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated 9-16-03 as noted below: This Addendum consists of 2 page(s), plus no other drawings or attachments. - Item 1 Response to Question: "What do the LP&L light bases look like, what is their size and do they penetrate the sidewalk?" The LP&L light poles for the Overton Park Area will be spun -cast concrete poles as manufactured by Stresscrete Incorporated. The series of pole is the "Washington" series and the City will be installing the 13 foot and 25 foot poles on the project. The poles will be directly embedded. See Stresscrete's website at www.stresscrete.com for exact dimensions and details of this pole. Item 2 Response to Question: "What is the schedule for installing the light bases?" The schedule will be as determined by LP&L to hopefully coincide with the implementation of the streetscape project as best possible. The lighting assemblies are concurrently bidding at the same time of this project to best keep the projects coordinated. No guarantees or exact schedules for installing the light bases can be provided at this point though it is the City of Lubbock's desire to work with both the contractor of the streetscape project and LP&L to facilitate the construction coordination as best possible. Item 3 Response to Question: "Where do we connect power for the recessed step lights?" Plan Al on sheets L- 101 and L-102 show a keyed note number 3 and rectangular box near each of the two pedestrian bridges. That note and rectangular box indicate a junction box location on the lighting circuit that will also serve as the junction box for the recessed step lights on the pedestrian bridge. These junction boxes and circuits will be provided by LP&L but the location of the box will need to be coordinated by the contractor of the streetscape project. The contractor of the streetscape project will need to provide electrical connections in the junction box as well as extensions of conduit and required wiring from the pedestrian bridge to the junction box. PARKHILL, SMITH & COOPER, INC. Engineers ■ Architects ■ Planners 4222 851 Street ■ Lubbock, Texas 79423 (806) 473-2200 ■ FAX (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa Item 4 Response to Question: "What specific light fixture will be used for the recessed step lights?" Sheet A101 includes keyed note number 1 which specifies that the recessed step light fixture will be Hadco No. EWR4070TMH-MAKM. END OF ADDENDUM NO. 4 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. Byi G Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 851' Street • Lubbock, Texas 79423 (806) 473-2200 • FAX (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa ITB #181-03/RS, Addendum #3 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513TH STREET -. LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #3 ITB #181-03 / RS Overton Park Streetscape MAILED TO VENDOR: October 27, 2003 CLOSE DATE: November 5, 2003 @ 2:00 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. 1. Please find enclosed the six (6) page Addendum #3 issued by Parkhill, Smith and Cooper. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to rshuffield@mail.ci.lubboc.tx.us THANK YOU, CITY OF Ron Shuffield Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's resDonsibility to advise the Citv of Lubbock Purchasing Manager if anv laneuaee, reouirements, etc., or anv combinations thereof, inadvertently restricts or limits the reouirements stated in this ITB to a sinele source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 181-03/RSADD3 M ADDENDUM NO.3 TO: All Prospective Bidders / Plan Holders PROJECT: Overton Park, Bond One, Phase One DATE: 10-23-03 PSC Job No: 03.8765.03 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated 9-16-03 as noted below: This Addendum consists of 6 page(s), including this page. ITEM 1 ' In reference to Sheet L101 - KEY NOTE #9 - BID OPTION #3 Additional Information for Bus Shelter #7005, Columbia Equipment Company, Inc. Model #7005 Bus Shelter Roof. Bronze Acrylic Dome — 1/4 " Thick Windows: 1/4" Bronze Tempered Glass Aluminum Alloy: 6063T52 Aluminum Finish: #313 Dark Bronze Duranodic Base Detail: 4" External Adjustable Base Flanges w/ Exp. Bolts Accessories: None ITEM 2 Drawing AD3-1 - Project Map indicating the approximate location of the change in this Addendum: Hardscape and Planting Beds are expanded into an area that was originally drawn as a parking space. ITEM 3 Drawing AD3-2 - Hardscape Plan - Ave. W (Original Sheet L-101) Changes are shown in Layout Plan for Hardscape expansion, enlargement of one planting bed, and the addition of another planting bed. ITEM 4 Drawing AD3-3 - Irrigation Plan - Ave. W (Original Sheet L-104) Changes to the Irrigation Plan are shown to encompass the expansion of one planting bed and the addition of another planting bed. PARKHILL, SMITH & COOPER, INC. ' Engineers • Architects ■ Planners 4222 85t" Street • Lubbock, Texas 79423 (806) 473-2200 ■ FAX (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa ITEM 5 Drawing AD3-4 - Planting Plan - Ave. W (Original Sheet L-107) This drawing indicates and lists the additional plant materials that will be required to accommodate the expansion of one planting bed and the addition of another planting bed. In response to Questions that have arisen during the bidding process: ITEM 6 There will be no substitutions allowed for the Kansas Brick pavers specified for this project. The Kansas City Brick is the standard as specified in the Overton Park Landscape Guidelines currently being prepared by the City of Lubbock. ITEM 7 No field office will be required for this project. ITEM 8 The tap to the existing irrigation main line is being made to the new irrigation main line on the Sterling University Trails apartment complex property owned and operated by Dinerstein Properties of Houston, Texas. Dinerstein Properties has agreed with the City of Lubbock to provide water to the streetscape adjoining their property from their existing irrigation main. No backflow devices have been verified but the apartments and their irrigation system were newly installed and inspected for a certificate of occupancy in 2003. Prospective bidders should verify the existence of the backflow device and bid the project accordingly to comply with all rules and regulations governing the cross -connection of potable water supplies and irrigation installation as regulated by the Texas Commission on Environmental Quality and the City of Lubbock. 1:3zIoxf)W410707:3►1oil) kyj9z i�c1 Respectfully submitted, Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: PARKHILL, SMITH & COOPER, INC. - Engineers ■ Architects ■ Planners 4222 851 Street • Lubbock, Texas 79423 (806) 473-2200 ■ FAX (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa ?O'—On ■ttttttrrtttttttt■ ■tttttttttttttrtt■ ■trrrrttrtfrtrrrr■ •••••••••••••'•••• BOND ONE .................. PROJECT NAME: OVERTON PARK STREETSCAPE ONE . AD3-1 ,PHASE """""'�%" •�% PROJECT ADDRESS: , AVE. W 0 MAIN STREET, LUBBOCK, TEXAS ISSUE DATE: 10-23-03 r1 rf we'll.a.quo IM: . REVISIONS: so •..... .. .. ■rrrrtttttitttrirr PSC PROJECT #: 03.8765.03 ■rtrrrrrrrrrrrttr■ GROOVED JOINT PATTERN, TYP. SEE DETAILS Al, A2, A3 SHEET L— 110 BROOM FINISH CONCRETE, TYP. EQ (11 AVE. W ,KEYED NOTES AS INDICATED BY. 1 EXISTING POWER POLE 2 PEDESTRIAN LIGHT BY LP&L COORDINATE LOCATION AND HEIGHT OF BASE WITH LP&L 3 ELECTRICAL JUNCTION BOX BY LP&L TO BE CENTERED ON NORTH/SOUTH CONTROL JOINT. COORDINATE WITH LP&L 4 IRONSMiTH TREE GRATE, CONQUISTADOR 2, MODEL M4810. SEE DETAILS C5 & C6, SHEET L-110 r , 2 r, 2 11 --- r, --- 1101 _11IN HER ILK LLI m �1_rmFrl=rl H= 2.0 2. Yo') EXPANSION JOINT, TYPICAL SEE DETAILS Al, A2, A3 OF SHEET L-110 .................... MICHAEL CHAD DAVIS -k NORTH ST Scale: 1 10'-0" PROJECT NAME: OVERTON PARK STREETSCAPE—BOND ONE —PHASE ONE PROJECT ADDRESS:. AVE. W @ MAIN STREET, LUBBOCK, TEXAS SHEET: AD3-2 ISSUE DATE: 10-23-03 REVISIONS: PSC PROJECT #: 03.8765.03 KEYED NOTES: LANDSCAPE IRRIGATION PLANS 6 ALL LATERAL LINES ON THIS ZONE SHALL BE 3/4", SCHEDULE 40 PVC PIPE. 7 NETAFIM, PRESSURE COMPENSATING TECHLINE DRIPPERLINE WITH .9 GPH EMITTERS SPACED 12" ON CENTER ( NETAFIM TLDL9-12) PLACED 12" APART OR AS SHOWN. SECURE IN PLACE WITH NETAFIM TLS6 SOIL STAPLES EVERY 12". SUPPLY ONE NETAFIM TU V-1 LINE FLUSHING VALVE PER PLANTER AT END OF NETAFIM DRIPPER LINE. 8 NETAFIM TLFV-1 LINE FLUSHING VALVE AT END OF DRIPPERUNE RUN. 9 BUCKNER QB44RC10 1" QUICK COUPLING VALVE. CONTRACTOR TO SUPPLY WITH 2 BUCKNER KEYS AND BUCKNER HOSE SWIVELS PER QUICK COUPLING VALVE. EACH QUICK COUPLER SHALL BE CONTROLLED WITH A BUCKNER VBM10 MANUAL CONTROL VALVE AT EACH QUICK COUPLER. 13 SUPPLY AT LEAST 30 FEET OF NETAFIM, PRESSURE COMPENSATING TECHLINE DRIPPERUNE WITH .9 GPH EMITTERS SPACED 12" ( NETARM TLDL9-12) IN EACH TREE WELL. COIL DRIPPERLINE CONCENTRICLY AND LOOSELY AROUND PERIMETER OF TREE WELL AND SECURE IN PLACE WITH NETAFIM TLS6 SOIL STAPLE. SUPPLY ONE NETAFIM TLFV-1 LINE FLUSHING VALVE PER TREE WELL AT END OF NETARM DRIPPER LINE. 14 ALL MAIN LINES ON THIS ZONE SHALL BE 1 ", SCHEDULE 40 PVC PIPE. 1E .................. .................. .................. .................. .................. .................. CI ::: I �: IC ■l rrr. .. ■ n a■ so M ■rrr. ■• .00 ■rrrrrrrrrirrrrrr ■rrrrrrrrrrrrrrrr■ PROJECT NAME: OVERTON PARK STREETSCAPE, -BOND ONE -PHASE ONE PROJECT ADDRESS: , AVE. W ® MAIN STREET, LUBBOCK, TEXAS SHEET: AD3-3 ISSUE DATE: 10-23-03 REVISIONS: PSC PROJECT #: 03.8765.03 Additional Plant Material for Ave. W Ouanitity Plonting Size Scientific Nome Common Nome I Comments 2 15—Gal Logerstroemia indco 'Natchez' Natchez Crope Myrtle Min. Ht. 8'. Max Ht. 14'. Min.-3 cones 24 1—Gol Pennisetum alopecuroides 'Hameln Hameln Fountain Grass 9"-15" Ht., 24" spacing .� NORTH Scale: 1" _ 10'-0" PROJECT NAME: OVERTON PARK STREETSCAPE, BOND ONE —PHASE ONE SHEET: AD3-4 PROJECT ADDRESS:. AVE. W 0 MAIN STREET, LUBBOCK, TEXAS ISSUE DATE: 10-23-03 REVISIONS: PSC PROJECT IL 03.8765.03 ITB #181-03/RS, Addendum #2 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #2 ITB #181-03 / DC OVERTON PARK STREETSCAPE MAILED TO VENDOR: October 16, 2003 OLD CLOSE DATE: October 22, 2003 @ 2:00 pm NEW CLOSE DATE: November 5, 2003 @ 2:00 pm 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. 1. The closing dated has been changed from October 16, 2003 at 2:00 p.m. to the new closing date of November 5, 2003 at 2:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to rshuffieldCmylubbock.us THANK YOU, CITY OF LUBBOCK � � r huffield 'q-j� Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if anv laneuaee, requirements. etc.. or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a sinele source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 181-03Addend2.doc ITB #181-03/RS, Addendum #1 BID SUBMITTAL LUMP SUM BID CONTRACT DATE: PROJECT NUMBER: #181-03/RS - OVERTON PARK STREETSCAPE Bid of called Bidder) (hereinafter To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a OVERTON PARK STREETSCAPE 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. MATERIALS: ($ ) SERVICES: ($ ) TOTAL BASE BID: ($ ) OPTION #1: MAINSTREET IMPROVEMENTS AS SPECIFIED HEREIN MATERIALS: ($ ) SERVICES: ($ ) TOTAL OPTION #1: (ADD) ($ ) OPTION #2: 8' STREET AND NORTH ENDS OF AVENUE V AND AVENUE W IMPROVEMENTS AS SPECIFIED HEREIN MATERIALS: ($ ) SERVICES: ($ ) TOTAL OPTION #2: (ADD 181-03/RSADDI ITB #181-03/RS, Addendum #1 OPTION #3: BUS STOP PEDESTRIAN SHELTER AS SPECIFIED HEREIN MATERIALS: ($ ) SERVICES: ($ ) TOTAL OPTION #3: (ADD) ($ ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 250 (TWO HUNDRED FIFTY) consecutive calendar 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 $250 (TWO HUNDRED FIFTY) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully - examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a --- cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ 1 or a Bid Bond in the sum of Dollars ($ ), 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 fifteen (15) 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. 181-03/RSADDI ITB #181-03/RS, Addendum #1 Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date MMBE Firm: Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: I I Hispanic American I I Asian Pacific American I I Other (SDecifv) I 181-03/RSADDI � . .. . .. G. . . . CITY OF LUBBOCK INVITATION TOBID < � m FOR � . �TITLE OVERTON PARK STREETSCAPE § ADDRESS LUBBOCK TES RB NUMBER 181- +RS � . PROJECT NUMBER: 919 :10 a0 0 . \ CONTRACT PREPARED BY PURCHASING DEPARTMENT � � \ � . . � - . . ..... . 1 . ... ... ... 1. NOTICE TO BIDDER 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT' 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS _. ...., � ....., � .,,.,,�, _...m. �. .,....�_ .._ ..� .__. ...____.. ,..v.,..� .._.__..: � �...a.,.,� ��,.,..,�� „„ _.,...�.� �,.�,,� �,..,,. ,.,m„ ,,,..�.. � 9�,.,�,�,.j rw.�W ,.„ ,..___._.�, � ..._.. .. _,_,. No Text .�. .., �....,..�, ....,,V.,-� �� �- ��� � .�..., ,,..,a�, .�..�,�� �....,� �„����� „��...��,�, ... .e.rv..n,„, �A.�_, ,.,..__w ,...._�.._.. ���_..�, �.��,� ,.�.�_. .�_�..�. .�.. .�..�_.,� � �� w.._...,.� _.�� _�� 1 NOTICE TO BIDDERS ITB #181-03/RS Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock .m. on the 22nd da of October 2003, or as changed by the issuance of formal addenda to all pianholders, to furnish all labor and materials and perform all work for the construction of the following described project: "OVERTON PARK STREETSCAPE" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock o.m. on the 22nd day of October, 2003, and the City of Lubbock City Council will consider the bids on the 17th day of November, 2003, at the Municipal Budding, 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 B or superior. 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 fifteen (15) days after notice of award of the contract to him. It shall be each bidders 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 8th day of October, 2003 at 10:00 o'clock a.m., in the Engineering Conference Room 107, Lubbock, Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13' Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100.00 refundable deposit per set. Plans and specifications may be obtained from Parkhill, Smith & Cooper, Inc., 4222 85th Street, Lubbock, Texas 79423, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's account number. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will 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 would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK V - , VICTOR KILMA PURCHASING MANAGER I GENERAL INSTRUCTIONS TO BIDDERS I F GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE v 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish OVERTON PARK STREETSCAPE per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, the 22nd day of October, 2003 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 #181-03/RS, OVERTON PARK STREETSCAPE 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: Victor Kilman, Purchasing Manager City of Lubbock 162513th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. 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 10:00 a.m., October 8th 2003 in Engineering Conference Room 107 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. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the 1 Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of } Lubbock Purchasing Department no later than five (5) 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 supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 1 I 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 Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager 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. 5 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 City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CON FIDENTIAUPROPRIETARY 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. _: 2 I r 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, ~' advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing Manager if any language requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing 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: t_ RON SHUFFIELD, SENIOR BUYER City of Lubbock 162513t' Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: RShuffield@mail.ci.lubbock.tx.us 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within TWO t HUNDRED FIFTY (250) CONSECUTIVE CALENDAR DAYS 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 improvements 3 —, �— .; ;f a contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. �i 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 F the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to. demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, -its sub- contractor or any third party involved in the creation or development of the products and services to be H delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 1 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 4 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. 4 I I ti 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 4 materials to be incorporated into the work without paying the tax at the time of purchase. I ` 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of ' acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. ' 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful 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 3 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 5 No Text 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 AN 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 Article 5159a, Vernon's Annotated Civil Statutes 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 these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or,holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. - 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately - commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which s schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these 4' contract documents. 6 No Text 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or x; 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 p 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: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 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(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: -t (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 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. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations No Text 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: . T (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. 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 Amount: 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. I No Text I BID SUBMITTAL LUMP SUM BID CONTRACT DATE: November 12 2003 PROJECT NUMBER: #181-031RS - OVERTON PARK STREETSCAPE Bid of West Texas Services Inc. dba Tom's Tree Place (hereinafter called Bidder) �_ To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a OVERTON PARK STREETSCAPE 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. MATERIALS: One hundred eleven thousand, sixty six dollars ($ 111 066 ) SERVICES: Fifty four thousand, seven hundred four dollars ($ 54,704 ) TOTAL BASE BID: One hundred sixty five thousand, seven hundred seventy dollars ($165 770 ) OPTION #1: MAINSTREET IMPROVEMENTS AS SPECIFIED HEREIN MATERIALS: Twenty five thousand, five hundred seventy five dollars ($ 25 575 ) SERVICES: Twelve thousand, five hundred ninety six dollars ($ 12.596 ) TOTAL OPTION #1: (ADD) Thirty eight thousand, one hundred seventy one dollars ($ 38 171 ) OPTION #2: 8m STREET AND NORTH ENDS OF AVENUE V AND AVENUE W IMPROVEMENTS AS SPECIFIED HEREIN MATERIALS: Eight thousand, two hundred forty three dollars ($ 8,243 ) SERVICES: Four thousand, fifty nine dollars ($ 4 059 ) TOTAL OPTION #2: (ADD) Twelve thousand three hundred two dollars ($ 12 302 ) OPTION #3: BUS STOP PEDESTRIAN SHELTER A S SPECIFIED HEREIN MATERIALS: Five thousand, two hundred fifty dollars ($ 5 250 ) SERVICES: Two thousand seven hundred four dollars ($ 2 704 ) TOTAL OPTION #2: (ADD) Seven thousand, nine hundred fifty four dollars ($ 7 954 ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 250 (TWO HUNDRED FIFTY) consecutive calendar 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 $250 (TWO HUNDRED FIFTY) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for n/a Dollars ($ n/a ) or a Bid Bond in the sum of 5% of the greatest amount bid Dollars ($ 5 °/a , 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 fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seallif E 0deJXs a Bidd6Acknowledges' Addenda No. 1 Addenda No. 2 Addenda No. 3 - Addenda No. 4 Addenda No. 5 3ceipt of the following addenda: Date 09-30-2003 Date 10-16-2003 Date 10-27-2003 Date 10-31-2003 Date 11-05-2003 Date: November 12 2003 Autho z gnature Alex C. Scarborough its VP (Printed or Typed Name) West Texas Services. Inc. dba Tom's Tree Place Company 5104 — 34th Street Address Lubbock ,Lubbock City, County Texas 79410 State Zip Code Telephone: 806 - 799 — 3677 Fax: 806 - 799 — 3680 MMBE Firm: Woman Black American -= Hispanic American Asian Pacific At CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid SubmittE 1. the undersigned Bidder., certify that the insurance requirements contained In this bid document have been reviewed b with the Y me below identified Insurance Agent/Broker. If I am awarded this. contract by the. City of :. Lubbock, I will be able to, within fifteen (16) days after being notified of such award by the City of Lubbock, - furnish a,velid nsunance certificate to -the City meeting all of the requirements defined in this bid/proposal. West Texas Services, Inc. dba Tom's Tree Place �w t � SCar'j : �Conic t (Signatu(a) Contractor (Print) CONTRACTORS FIRM NAME:►�S1129& NOL (Print or Type) CONTRACTOR'S FIRM ADDRESS: 5104 34th Street Lubbock, TX 79410 Name of Agent/Broker. Gilmore Insurance Agency, Inc. Address of Agent/Broker: P.O. Box 12030 City/State/Zip; Lubbock, TX 79452 Agent/Broker Telephone Number: (806 ) 763-4005 Date: 11-4-03 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bi ftroposai and {` award the Contract to -another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the C4 of Lubbock at (806) 776 2165. BID 0181-031RS - OVERTON PARK STREETSCAPE a E•d 089E66L90B 30H1d 33MI SW01 WdZS : Z T 6002 $10 AOW Merchants Bonding Company P.O. BOX 26720 •AUSTIN, TX 78755-0720 BID BOND PUBLIC WORK T KNOW ALL PERSONS BY THESE PRESENTS: That West Texas Services, Inc. dba Tom's Tree Place (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of lows, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to City of Lubbock, Texas (hereinafter called the Obligee) in the full and just sum of ($ 5% of the greatest amount bid Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 4th day of November 2003 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for "Overton Park Streetscape" ITB #181-03/RS according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee In accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: West Texas B Y L Attest: CON M33 AU (9M) ces, Ihc. dba Tom's -T-Principal —,. MERCHANTS BONDING COMPANY (Mutual) Elizabeth Gilmore, attorney -in -fact r>tscosu(uoz) Merchants Bonding Company (Mutual) POWER OF ATTORNEY Bond No. Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having Its principal office in the City of Des Moines, County of Polk. State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Kenneth Gilmore, Kerry W. Gilmore, Elizabeth Gilmore and/or Greg Gilmore Of Lubbock and State of Texas its true and lawful Attomey-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such Instrument shall not exceed the amount of: FIVE HUNDRED THOUSAND ($500,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL). and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomay Is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on October 3, 1992. ARTICLE 11, SECTION S - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, rec ognizanoes, contracts of indemnity and other writings obligatory In the nature thereof. ARTICLE 11, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimlle to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fused. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 2nd day of January , 2002 STATE OF IOWA COUNTY OF POLK as. MERCHANTS BONDING COMPANY (MUTUAL) By/--C7 77"ee President On this 2nd day of January , 2002 . before me appeared Lary Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed In behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Manes, Iowa, the day and year first above written. W RUTH K. MCCLAIN �� Commission Number 201299 My Commission Fakpi_res February 19, 2oot0)44 Wary Publk, Polk county, Iowa STATE OF IOWA COUNTY OF POLK as. I, William Wamer, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing Is a true and correct copy of the POWER -OF -ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which Is still in face and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 4th day of November 2003 ;.• �� w©•.• �• z: �:3• . , *0*00004 Secretary EA OON&" ! C i at J Merchants Bonding Company p. y Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) 6850 Austin Center Blvd., Suite 200 P. O. Box 26720 Austin, TX 78755-0720 (512) 343-9033 PAYMENT BOND __ � _,. _, ..,....M �.,�., ,, .�.._ ,u,� �� Bond # TX601397 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.091(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) i KNOW ALL MEN BY THESE PRESENTS, that West Texas Services, Inc. dba Tom's Tree Place (hereinafter called the Princlpal(s), as Principal(s), and Merchants Bond!n Com an . led (hereinafter called the Burst of Surety(s), are held and firmly bound unto the C203,941.00 of �) lawful money ehereinafter lf the e Obligee), in the amount of Iwo hundred three thousand nine hundred forty one Doll6r8 (� m< UnitStates for the sera yrnand ntsign whereof. t tye sold and severey Principal and Sure firmby h se presenbind ts vea, and their helr9, administrators, executors, WHEREAS, the Principal has entered Into a certain written contract with the Obligee, dated the 24th day of December � 20 03 , to seute a bond in and said Principal under the law h contract 15 hereby e e redcommencing end mad the worka part hereof as fully and toovided for In said contraa tthex oMe extent s ` the amount of said contract which contract y . if coped at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that If the said Princtpat'shall pay all claimants supplying labor and materiel to him or a subcontractor In the prosecution of the work provided for in Bald contract, then, this obligation shalt be. vold; otherwise to remain In full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(s) of the Texas Government Code, and-oll liabilities on this bond shalt be determined in accordance with the provisions of said Article to the same extent as if it were copied at length heroin. 1N WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and seated this Instrument this 24th _ day opecember 020 West Texas Services, Inc. dba Merchants Bonding Company(Mutuall Surety Ida)' Elizabeth Gilmore, attorney -in -fact Tom's Tree Place (Company Name) . , (Title and hereby -rho undersigned surety company represents that it Is duly qualified to do business In Texas, ba delivered �ignatea Gilmore Ins. A enc , tnc._ an agent resident In Lubbock County to whom any requisite notices may �d on whore service of process may be had In matters arising out of such suretyship. Merchants B'ondin Com ual) Surety A 6,M y4(Tist—le Elizabeth Gilmore, attorney-i:i-fact Approved as to form: a � Ity of ck sy: Cl to eY laws showing Note: if signed by an officer of the Surety Company there mus be eon flio a certified extract from the by-laws power'of that this person has authority to sign such obligation. if signed b an Attorney In Fact, we must have copy P -attorney for our tiles. Merchants Bonding Company (Mutual) POWER OF ATTORNEY Bond No. Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa. and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Kenneth Gilmore, Kerry W. Gilmore, Elizabeth Gilmore and/or Greg Gilmore of Lubbock and State of Texas its true and lawful Attomey-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surely any and all bonds, undertakings, recognizance$ or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE HUNDRED THOUSAND ($500,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on October 3, 1992. ARTICLE 11, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys4n-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 11, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the some force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seat to be hereto affixed, this 2nd day of January , 2002 . STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) By/'t7 President On this 2nd day of January , 2002 . before me appeared Lang Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed In behalf of said Corporation by authority of its Board of Directors. - , In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. RUTH K. MCC201299 1d• A c�� "' Commission Numberr aw My Commission Expires ire$ February 19, 2004 Notary Publk, Polk County, Iowa STATE OF IOWA COUNTY OF POLK as. I, Wllilam Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing Is a true and correct copy of the POWER -OF -ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 24th day of ••...f• 2003 ptnii,j�'.e QA • •max dim• • 1933 MSC 081 4 (1r02) December Secretary PERFORMANCE BOND Bond # TX601397 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2263.021(a) OF THE`TEXAS GOVERNMENT CODE (CONTAACTS MORE THAN $100,000) West Texas Services, Inc. dba Toms Tree KNOW ALL MEN BY THESE PRESENTS, that Place (hereinafter called the Principal(e), as Principal(s),'and Merchants Bonding Company (Mutual) P.O. Box 26720 Austin TX 78766 0720 (hereinafter called the Surety(s), as Sure y(a), are held and firmly bound unto the City of Lubbock (hereinafter called the Obliges), In the amount of w H ndred Three Thousand Nine Hundred Forty 00011ars ($203,941.00* j lawful money of the United States for the payment whereof, ti a seld P Incipal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, Jointly ends erally, firmly by these presents. WHEREAS, the Princlpplhas entered Into a certain written contract with the Obligee, dated the 24tttisyof December , 20,-,-,, to _ITB# 181-03/RS--Overton Park Streetscave 7 and said principal under the low In required before commencing the work provided for in sold contract to execute a bond In the amount of said contract which contract In herepy referred to and made s 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 sold Principal shall faithfully perform the work In accordance with the plans, sp ciflcations and contract documents, then this obligation shell be void; otherwise to remain In full force and effect. PROVIDED, HOWEVER, that this bond Isl executed pursuant to the provisions of Section 2263.021(a) of the Texas Governmant Code. and all liabilities on this bond shall be determined In accordance with the provislons of said article to the same extent is If It were copied at laiWth herein. IN WITNSSS WHEREOF, the said Principal (a) and Surety (a) have signed and seated this Instrument this 24th d ay of December 20 03 Merchants Bonding Company (Mutual) Surety ' ey:<L, /mot 6t--C.LC Adl-y (Tills) t Elizabeth Gilmore, Attorney -in -fact West Texas Services, Inc. dba Tom's Tree Place vI (Title) The undersigned surety company repr eents that It Is duly qualified to do bualmmm in Texas, and hereby designates Gilmore Ins. Agcy, In(an agent resldenjIn Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matte arising out of such suretyship. Merchants Bonding Comoany(Mutual) Surety •By (-i'ttle Approved as to Form Elizabeth Gilmore, Attorney -in -fact City of ck By; nP Cf t omey Note: If signed by an officer of the Surety Copany, there must be on file a certified extract from the by-laws showing that this person has authority to sign Such obllQatlon. If signed by an Attomey In Fact, we,must have copy of power of attorney for our flies. I 2 MSc 0814 (1102) Merchants Bonding Company (Mutual) POWER OF ATTORNEY Bond No. Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duty organized under the laws of the State of Iowa. and having Its principal office in the City of Des Moines, County of Polk. State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Kenneth Gilmore, Kerry W. Gilmore, Elizabeth Gilmore and/or Greg Gilmore of Lubbock and State of Texas its true and lawful Attomey-In-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in Its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE HUNDRED THOUSAND (5500,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on October 3, 1992. ARTICLE 11. SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomays-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 11, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 2nd day of January , 2002 . STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) By ;;;� President On this 2nd day of January . 2002 . before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed In behalf of said Corporation by authority of its Board of Directors. _. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. fINRUTH K. MCCLAIN d,� ✓"",% �b c�� Commission Number 201299 oW My Commission Expires February 19, 2000044 Notary wwk, Polk county, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in force and effect. In Witness Whereof, I have hereunto set my Rand and affixed the seal of the Company on th►s . 24th day of ••. ,.•. 2003 •' p�N Cp j�••• �•��.•�Q�' . Ate•• y 1933 ; c; December Secretary .M+• P ' ivi w � s f wr �f Merchants Bonding Company ' g p y Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) 6850 Austin Center Blvd., Suite 200 P. 0. Box 26720 Austin, TX 78755-0720 (512) 343-9033 CERTIFICATE OF INSURANCE I A 20RQ CERTIFICATE 4F LIABILITY INSURANCE CSR CO TOMSTRE 01/15/04 oDUc� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION , Llmore Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR O. Sox 12030 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ibboak TX 79452-2030 hone:806-763-4005 Fax:806-763-4045 INSURERS AFFORDING COVERAGE NAIC# 1 INSURER A. America First Insurance INSURER e: American International Con. Tome a Tree Piave/Patterned lestTexas Services, Inc. DBA 104 34th Street Lubbock TX 79410 INSURER C: Undenwiters at Lloyds, Lon on INSURERD: INSURER E: :OVERAGES --PE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR i NAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH --s &k[ES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR IMCTYPE OF MlURANCS POLICY NUMBER DATE DATE LIMITS;7GEIG RAL LIA°N-fTM EACH OCCURRENCE f 1, 000 000. t CIALGENERALLIABILITY CBP9723SSO 06/02/03 06/02/04 9 ISESE oo1E0 t 100000. n:7,a-AJMS MADE rX OCCUR MED EXP (Any ono person) f S,000. PERSONAL & AOV INJURY f 1,000,000. i GENERAL AGGREGATE s2,000,000. GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s2,000,000 POLICY FX-1 JPER LOC ALTTOMOBLE LIABILITY J ANYaITO BA9722658 06/02/03 06/02/04 ( Ociftt) NGLELIMITf1,000,000 ALL OWNED AUTOS rx BODILY INJURY f SCHEDULED AUTOS (Par garcon) HIRED AUTOS 1i NON -OWNED AUTOS BODILY INJURYf (Per aodda t) PROPERTY DAMAGE $ (Par aoddanl) -_, GARAGE IIABLTTY AUTO ONLY - EA ACCIDENT f ANY AUTO OTHER THAN EA ACC f S AUTO ONLY: AGO EXCVBSAJMBF4U.LA LIABLITY EACH OCCURRENCE f 1, 000 , 000 -A X OCCUR �CLAIMSMADE CU97239SO 06/02/03 06/02/04 AGGREGATE $1,000,000 c _ hDEDUCTIBLE $ X RETENTION $10 , 000 $ WORKERS COMPENSATION AM X TORY LIMITS ER 'W► ANY PR RIETORIPAro ANY PROPRIETORIPARTAEEWEXECUTIVE NC3009210 09/27/03 09/27/04 E.L. EACH ACCIDENT f 500000 OFFICEo=beBEREXdWFA4 E.L. DISEASE -EA EMPLOYEE f SOOOOO Iyss d�iOVISIOr E.L. DISEASE -POLICY LIMIT f S00000 SPECIAL PROVISIONS bB10W OTHER Professional Liab AM42030022 09/25/03 09/25/04 Ea Claim 11000,000. i Xnstallation Float CBP87235b8 1 06/02/03 06/02/PROVIMONS 04 Instal F1 5,000. UMNTIOM Landaape Gardening Xnaluding Products and/or Cc=pleted Operations -Blanket hive= of subrogation and Blanket additional insured apply to GL Reissued ,-_-15-04 to include Installation Floater Faxed to Brandy at 775-2164 - a I c 11VLYCR City of Lubboak Building Inspection P.O. Box 2000 Lubbock TX 79457- CITYO 0 S I SHOULD ANY OF THE ABOVE OMME1111111) PAS BE CANCELED BEFORE THE E%PMTTON DATE THERI*OF, THIN =UWG W0UR5R WILL 6tOEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO TIE CEFUV=T E HOLDER NAMED To THE LEFT, BUT FAILURE TO DO SO SHALL WOW NO OBLIGATION OR LIABILITY OF ANY KM UPON THIS W WMM TTS AORM OR REPRESENTATIVES. 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. CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; w(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) �. provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing _ services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. ��� R,.�.._ .w.w �". �,.._....„, �,.�, _... �,,,., ,. � .... . � J �.�....._.....+ �.,�.. M� REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to - report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for 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: (1) 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.❑ I I No Text I CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 8th day of December, 2003 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 Tom's Tree Place of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. W ITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #181-03/RS - OVERTON PARK STREETSCAPE - $203,941.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. Cl, 'I Al City Se etary APPR VEDAS TO CONTENT: Owner's JRe senta e APPROVED AS TO O'` M: - City Adorney PRINTED NAME: TITLE: 1! 1 COMPLETE ADDRESS: I No Text Hl 11. I H 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 TOM'S TREE PLACE who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative ROB ALLISON BUSINESS & NEIGHBORHOOD 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 Certificate, 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. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless 1 l._3 otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at =i Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The 3 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 I, 1 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) 2 calendar days of any decision or direction by Owner's Representative. In the absence of timely wrld 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, acompetent superintendent and any necessary as all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to, the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.' The work, from its commencement to completion; shall be under the exclusive charge and'control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors,'or any of Contractor's agents or employees, or any other persons performing any of the work 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms n 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 �a 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. m 3 strt 20. SA Nei ob opt Th shy and ob tim suc cor pre or-4 at Contractor's expense, In the event that any part of the work is being fabricated or manufactured at a lgoovon 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 famish 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 orfabricated. 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. �J 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, ,b`e.uncovered:for observation and testing at- the.Contractoes expense.- The cost of.all such inspe�otions, testa and approvals shall be bome by the Contractor.unless otherwise provided herein. Any work which fails tQ meet the requirements of any such tests, inspections or -approvals, and any work whlch meets the requirements. Of any such tests or approvals but does, not meet the requirements of the contract documents shall be consldered 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 toperform the work in accordance with the requirements of the contract documents. I j No Text 5 `No claim for extra work of a any orders or instructions ar t 26. DISCREPANCIES AND OMISSION$$ 1 It is. furtheragreed that it, is the intent of the contract documents that all work described, In the! bidthe specifications, plans and other contract documents,; is .to be done for the prices quoted; by the. Contractor and that - P 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.discrepaincies or nntisstons 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 bythe Qia`rner's Representative prior to the opening of bids, thenr it shall be deemed that the Contractor fully.undergtands 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 omissioris,'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 agreetl that any . request for clarification must be submitted, no, later,than five (6)' calendar days prior, to the opening -of bids. 26.. RIGHT OF OWNERTO 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 Mee 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 specifled, 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 ACCIPENT TO EMELOYEES AND JHE: PUOLIC AND g2gNgML I DE 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 appitcatate provisions of -federal, state and municipal laws.and.building and. construction codes .Ali macr►inery 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 .liabilit es, claims and/or causes of actlon, whether known or unknowp,-fixed, actual, accrued_or contingent, liquidated or-unliquidated, including, but not limited to, attorneys' fees: and expenses, in donnectlon with, incident ta; related°to, ar arising out of, the Contractor's or any subcontractor's,.agent's ore",rnployea's, -in any manner whatsoever, omission, execution and/or supervision of this contract, and -the projgat'which is thesubject 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, asVell as any notice whlph`may tie given by the Owners or the Owner's Representative eonceming omissions underthis paragraph; as the work progresses, 6 �� c are' iriti nded 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. g 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 coverall operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN 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 COVERAGEINSURANCE DOCUMENTS INCLUDING WORKERS_ COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include; Premises and Operations Explosion & Collapse. Hazard Underground Damage Hazard Products & Completed Operations Hazard - Contractual Liability Independent Contractors Coverage Personal Injury ` Advertising Injury Heavy Equipment B. Owner's and Contractor's Protective Liability insurance. For bodily injuries, including accidental death and or property damage, $00 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Non -owned Vehicles. The City is to be named as an additional in., and copy of the endorsement doing so is to be attached to the Cei D. Builder'sRisk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amountc of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Additional Insured and Waiver of Subr The Contractor shall have Umbrella Liability Insurance in the amoun to correspond with Comprehensive General Liability and Compreher F. Worker's Compensation and Employers Liability Insurance (Waiver, Worker's Compensation Insurance covering all employees whether Subcontractor on the job with Employers Liability of at least 500 00 -ownership Liability Hired and - red on this policy for this specific icate insurance. of Fi 100% of the total contract price (100�0 gation required) ployed; by the Contractor or any o. 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, T1t_1iCC- 83, or TWCC-84), showing statutoryworkers' compensation insurance coverage for the person' - 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 0406.096, 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 t' 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. I 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 i i the project, for the duration of the project. 3. 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, filea new --- certificate of coverage with the governmental entity showing that coverage has been extended. i 8 __ 5. The Contractor shall obtain from each person providing services on the;project,, nd provide;to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the protect, so the governmental entity willhave 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 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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the'provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. - 9 11. The Co Contra( does nc goverrn Before work on this c for approval five Cert of compliance with th insurance company s (1) The name ar (2) The location (3) The name of such certifice (4) The expiratio such certifice (5) A provision tt the address (6) A provision ti cancellation (7) The certificat specification; (8) If policy limit. (9) A Contractor (a) provi proje any (b) provi gove (c) prov of cc Coni Ales the governmental entity to declare the contract void if the Contractor breach within ten days after receipt of notice of breach from the late of the policy and the limit or limits of liability thereunder on the date borne by (1) 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 feast 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 5121440-3789 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 ali'of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: 'By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of - classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation, Providing` false or misleading` information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; - `i i 5 (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 oh - 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 ort 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 (vili) contractually require each other person with whom it contracts, to perform as. required by paragraphs (i} (viii}, with the certificate of coverage to be 'pravided 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 Dlsabilities Act of , H 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 t OF MACHINERY EQUIPMENT AND SUPPLIES �m 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 anyway, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmenand furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contrapt. and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall fumish , satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged. or waived L, 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION' i l- 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 the i Without limiting, in any way, manner orform, the. indemnity provided by Contractor in paragraph 27 hereof, the i I 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 lass 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 12 Ll .Conic ctor shall be responsible for such loss unless it gives written notice of such infringement to the Qwner'p 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 Jn 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 contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between' the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder, are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced In this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $25O (TWO HUNDRED FIF FYy PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and 4 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. 13 construction of the various works -being done for theOwner shall be.harinonlzed, The Contractor shall submit, at such times as may reasonably be requested by the Ow schedules which shall show the order in which the Contractor intends to carry on the w Contractor wili.start the severai`parts of the work and.estimated dates of completion of 36. 'TIME OF'PERFQ13 I�A�VCIz The Contractor agrees that it has submitted its bid in full recognitio11 n of the time_required for the project, taking into consideration the average climatic range and industrial conditions prevailing has considered the liquidated damageprovisions ofparagraph 34 hereinabove set forth and ex ich the f this and It shall not be entitled to, nor will it request, an extension of time on -this contract, except whenits 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 thepublic ` enemy, fire or flood. Any request for extension shall be in writing with the written request for :same settin64bAh ail justifications, in detail, for the request, and submitted to Owner's. Representative within twenty..(20),calendar_da--- of the occurrence of the event causing said delay. A failure by Owner's Representativeto affirmatively, grant:the- extension no later than twenty (28) calendar days of written. submission by Contractor -shall be deemed a dental, and firlaL, Further, In the absence of timely written notification of such delay and request.for extension, as provided 4 herein, any request for extension by Contractor shall be.deemed waived. 37.. HINbRANCE AND DELAYS In executing the contract; the Contractor agrees that in undertaking to complete the work within the tuns -herein . fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident #o_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 Con, - 00r for hindrance or delays from .any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or owner's Representative for the owner's convenience, in which event, such expense as in the sole judgment of the,Owner'sRepresentative that is caused by such stoppage shallep baid' by Owner to .Contractor. 38. QUANTITIESAND MEASUREMENT 39. PROTECTION OF ADJOININGPROPERTY 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 Owners Representative with a verifying' certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by -- Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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, 15 44. F completion has occurred. If the Owner's Representative determines final completion has occurred, Owner`s . Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of"final . completion nor the final payment,'nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which maybe required in the contract documents and/or any warranty of ; 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 y 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 a [J- such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representaitival- Owner may remove and replace it at Contractor's expense. the Neither.the,final,payment, nor certification of final completion or substantial completion; nor any provision in _ contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor' shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's { Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) : Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. i 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 0 5) 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 it 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 16_- I constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees andOwner`s Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (I 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 removefrom ,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 wilt ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment,tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such, expense is less than the sum which would have been payable under this contract, if the same had .been completed by the Contractor, then said Contractor shall receive the difference. in case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed 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 hereinbbove 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, 17 ana the e:oniractor ano/or nis aurery, it appncaaie, ran to pay ine amount uue the vwner wunni u►e urne uemilyp iatGu 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,, howeve r, 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 Surely, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to'the credit of the Contractor and his -Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor' . or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent perrriitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraphshall 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 [)I liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS 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 .- LJ 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 1 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 j 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 l_ 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 Owners Representative hereunder, is, not intended to and shall not at any time change or 48i teffec4 ihe'status of the Contractor as an independent contractor with respect to either the Owner or Owner's.; No Text No Text No Text 3 E t -5 RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hop al Rate . Acoustical Ceiling Installer, 11.50 Air Conditioner Installer 12.00 Air Conditioner Installer -Helper 7.50 Asbestos Worker 9.00 Asbestos Supervisor 12.50 ; Bricklayer 12.50 Bricklayer -Helper 7.00 .Carpenter Carpenter -Helper 11.00 7.00 Cement Finisher 9.00 - Drywall Hanger 11 oo r Electrician 15.00 Electrician -Helper 8.00 Equipment Operator -Heavy 10.00 Equipment Operator -Light 9.00 Fire Sprinkler Fitter -Journey 18.00 Fire Sprinkler Fitter -Apprentice 10.00 Floor Installer 9.50 x Glazier Insulator-Piping/Boiler 10.50 10.50 Insulator -Helper 7.00 Iron Worker 11.00 Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper - 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 1 Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher, 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flager 6.50 Form Setter 8.00 Form Setter -Helper 6.50` Laborer -General 6.00 Laborer -Utility 6.75 Mechanic ' 9.00 UJ Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator, 8.00 IJ Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer ' 8.50 Truck Driver -Heavy 8.00` Truck Driver -Light 7.00 2 ' No Text No Text No Text I TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 1- GENERAL REQUIREMENTS 01300 Administrative Requirements.....................................................................................................4 01330 Submittal Procedures.................................................................................................................5 01400 Quality Requirements................................................................................................................4 01410 Testing Laboratory Services........................................................................................................3 01500 Temporary" Facilities & Controls................................................................................................4 01600 Product Requirements................................................................................................................ 3 01650 Starting of Systems....................................................................................................................2 01700 Execution Requirements............................................................................................................ 3 DIVISION 2 - SITE WORK 02521 Concrete Sidewalks....................................................................................................................6 02780 Unit Pavers.................................................................................................................................3 02810 Irrigation Systems....................................................................................................................15 02920 Lawns and Grasses.....................................................................................................................7 02930 Exterior Plants..........................................................................................................................10 DIVISION 3 - CONCRETE 03300 Cast -in -Place Concrete ................. DIVISION 4 - MASONRY 04211 Brick Unit Masonry ................... DIVISION 5 - METAL Not Used DIVISION 6 - WOOD AND PLASTICS Not Used .................................................................................... 5 ...................................................................................... 8 DIVISION 7 - THERMAL AND MOISTURE PROTECTION Not Used a-c�3 Nzi=- Z-Z$-©tt 03876503 TABLE OF CONTENTS PAGE - 1 10/03 I DIVISION 8 - DOORS AND WINDOWS Not Used DIVISION 9 - FINISHES Not Used DIVISION 10 - SPECIALTIES Not Used DIVISION 11- EQUIPMENT Not Used DIVISION 12 - FURNISHINGS Not Used DIVISION 13 - SPECIAL CONSTRUCTION Not Used DIVISION 14 - CONVEYING SYSTEMS Not Used DIVISION 15 - MECHANICAL Not Used DIVISION 16 - ELECTRICAL Not Used 0 4 J c P Npp�� q C) d 14746 P� I.2:5�03' OF "P Z'tB-Oti 03876503 TABLE OF CONTENTS PAGE - 2 10/03 No Text i DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 2 - SITE WORK OFT''• 02810 Irrigation Systems ���� P•'• '••.9� 02920 Lawns and Grasses ..* 02930 Exterior Plants �I •• .'.... ** ..... MICHAEL CHAD .... `� ;:......1964 .....: ,�PE A' s . f �a 03876503 DESIGN PROFESSIONAL RESPONSIBILITY PAGE - 1 10/03 r. ��... ��.. �„��y "� �. _. �_. n... .._.... � _„ _.�, _,, .,m,__., .., ,..� ' i r 4 � � � SECTION 01300 ADMINISTRATIVE REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1- General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Site mobilization meeting. E. Progress meetings. F. Cutting and patching. G. Alteration project procedures. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, and conduit, as closely as practicable; Maximize accessibility for other installations, for maintenance, and for repairs. D. Coordinate locations of fixtures with finish elements. E. Items which require electrical connections shall be coordinated with Division 16 for. 1. Voltage 2. Phase 3. Ampacity 4. No. and size of wires 5. Wiring diagrams 6. Starter size, details and location 7. Control devices and details F. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. G. After Owner occupancy of premises, coordinate access to site with Owner for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 03876503 ADMINISTRATIVE REQUIREMENTS 01300 - 1 06/03 1.4 FIELD ENGINEERING A. Employ a Land Surveyor registered in the State of Texas, and acceptable to Architect. B. Locate and protect survey control and reference points. C. Control datum for survey is that shown on Drawings. D. Verify set -backs and easements, confirm drawing dimensions and elevations. E. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. F. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.5 PRECONSTRUCTION MEETING A. Architect will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Architect, Contractor and major Subcontractors. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 4. Designation of personnel representing the parties in Contract and the Architect. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 6. Scheduling. a. Use of premises by Owner and Contractor. b. Owner's requirements. C. Construction facilities and controls provided by Owner. d. Temporary utilities provided by Owner. e. Survey and building layout. f. Security and housekeeping procedures. g. Schedules. h. Procedures for testing. i. Procedures for maintaining record documents. j. Requirements for start-up of equipment. k. Inspection and acceptance of equipment put into service during construction period. 7. Scheduling activities of geotechnical Engineer. D. Record minutes and distribute copies within three days after meeting to participants with two copies to Architect and those affected by decisions made. 1.6 SITE MOBILIZATION MEETING A. Architect will schedule a meeting at the Project site prior to Contractor occupancy. I B. Attendance Required: Architect, Special Consultants, Contractor, Contractor's Superintendent, and major Subcontractors. C. Agenda: { 1. Use of premises by Owner and Contractor. 2. Owner's requirements. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 03876503 ADMINISTRATIVE REQUIREMENTS 01300 - 2 06/03 5. Survey and building layout. 6. Security and housekeeping procedures. 7. Schedules. 8. Procedures for testing., 9. Procedures for maintaining record documents. 10. Requirements for start-up of equipment. 11. Inspection and acceptance of equipment put into service during construction period. D. Record minutes and distribute copies within three days after meeting to participants with three copies to Architect and those affected by decisions made. , 1.7 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Architect will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Architect, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. - Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes, and distribute copies within three days to Architect, participants, and those affected by decisions made. PART 2 - PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual specification sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. 03876503 ADNMSTRATIVE REQUIREMENTS 01300 - 3 06/03 3.1 EXANMATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify that utility services are available, of the correct characteristics, and in the correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. . B. Seal cracks or openings of substrate prior to applying next material or substance. ' C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, conduit, and other penetrations through surfaces. H. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For an assembly, refinish entire unit. END OF SECTION 03876503 ADMINISTRATIVE REQUIRENIENTS 01300 - 4 f 06/03 SECTION 01330 SUBMITTAL PROCEDURES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1- General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed products list. D. Shop drawings. E. Product data. F. Samples. G. Design data. H: Test reports. I. Certificates. J. Manufacturers' instructions. K. Manufacturers' field reports. 1.3 RELATED SECTIONS A. Section 01400 - Quality Requirements: Manufacturers' field services and reports; Testing Laboratory Services. B. Section 01700 - Execution Requirements: Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.4 SUBMITTAL PROCEDURES A. Submit to Architect for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Produce copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes described in Section 01700. C. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. D. Sequentially number transmittal forms using Section number or Contractors other sequential numbering system. E. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification Section number, appropriate to submittal. F. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. G. Schedule submittals to expedite the Project, and deliver to Architect at business address. Coordinate submission of related items. 03876503 SUBMITTAL PROCEDURES 01330 - 1 .e 06/03 H. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. I. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. J. Allow space on submittals for Contractor and Architect review stamps.-- K. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. L. Submittals not requested will not be recognized or processed. M. Format 1. Submit all submittals using an 8 V2 x 11 inch format. 2. For submittals larger than 8 V2 x 11 inches, prefold to an 8 Vh x 11 format. Submittals not pre -folded will be rejected. N. At Architect's option, submittals will not be individually marked, but will be reviewed using Architect's standard submittal review form. O. Copies Required l . Structural and Architectural Submittals: Number of copies Contractor requires plus three _ a copies which will be retained by Architect. 2. Mechanical, Plumbing and Electrical Submittals: Number of copies Contractor requires plus four copies which will be retained by Architect. 1.5 RESUBMITTAL REQUIREMENTS A. Revise and resubmit submittals, as required, and resubmit to meet requirements as specified and as noted on submittal reviews. B. Mark as RESUBN=AL. C. Re -use original transmittal number and supplement with sequential alphabetical or numeric suffix for each re -submittal. 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate for Architect's review within 15 days after date established hed in Notice to Proceed. ' B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since D. previous version. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. ' E. Submit computer generated network analysis schedule as specified in Section 01323. F. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float" dates, and duration. G. Indicate estimated percentage of completion for each item of Work at each submission. H. Submit separate schedule of submittal dates for shop drawings, product data, and samples,, and dates reviewed submittals will be required from Architect. Indicate decision dates for selection j of finishes. I. Revisions To Schedules: 1. Indicate progress of each activity to date of submittal, and projected completion date of each activity. 2. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. _1 03876503 SUBMITTAL PROCEDURES 01330 - 2 06/03 3. Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect including effect of changes on schedules of separate contractors. 1.7 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.8 SHOP DRAWINGS A. Indicate special utility and electrical characteristics, utility connection requirements; and location of utility outlets for service for functional equipment and appliances. B. Drawing Size: Minimum 8'h x 11 inches and maximum 30 x 42 inches. C. Form 1. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. 2. For drawings 11 x 17 inches and smaller, submit opaque reproductions. D. Draw details to a minimum size of 12 inches equal to 1 foot. E. Draw site plans to same scale indicated on contract drawings. F. Draw all other plans to a minimum size of 1/8 inch equal to 1 foot. G. At Architect's option, depending on extent of review comments, either all opaque copies will be marked or only the reproducible will be marked and returned to the Contractor to make copies required. 1.9 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B. Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. C. Include notation of special coordination requirements for interfacing with adjacent work and building utilities where applicable. D. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 — Execution Requirements. 1.10 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Unless otherwise specified, submit samples of finishes from manufacturers' full range of standard colors, textures, and patterns, for Architect's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number or samples specified in individual specification Sections; two of which will be retained by Architect. 03876503 SUBMITTAL PROCEDURES 01330 - 3 06/03 No Text I SECTION 01400 QUALITY REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality control and control of installation. B. Tolerances. C. References. D. Mock-up requirements. E. Testing and Inspection services. F. Manufacturers' field services. G. Examination H. Preparation 1.3 RELATED SECTIONS A. Section 01420 - Reference Standards. B. Section 01330 - Submittal Procedures: Submission of Manufacturers' Instructions and Certificates. C. Section 01600 - Product Requirements: Requirements for material and product quality. D. Section 01700 - Execution Requirements: Starting of Systems. 1.4 QUALITY CONTROL AND CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers; products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer. G. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 1.5 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. 03876503 QUALITY REQUIREMENTS 01400 - 1 06/03 s c I i B. Comply with manufacturers' tolerances. Should manufacturers'tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing in place. z 1.6 REFERENCES A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of Notice to Proceed, except where a specific date is established by Code. C. Obtain copy of standards when required by specification section. D. Neither contractual relationship, duties nor responsibilities of parties in Contract nor those of the Architect shall be altered from Contract Documents by mention or inference otherwise in any reference document. 1.7 MOCK-UP REQUIREMENTS A. Tests will be performed under provisions identified in this section and identified in the respective product specification sections. B. Assemble and erect specified items, with specified attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mock-ups shall be comparison standard for quality level for the Work. D. Where mock-up has been accepted by Architect and is specified in individual specification sections to be removed, remove mock-up and clear area. 1.8 TESTING AND INSPECTION SERVICES A. Employ and pay for services of an independent testing agency or laboratory acceptable to Owner and Architect to perform specified inspection and testing. 1. Prior to start of Work, submit testing laboratory name, address, and telephone number, and names of full time registered Engineer and responsible officer." 2. Submit copy of report of laboratory facilities inspection made by Materials Reference Laboratory of National Bureau of Standards during most recent inspection, with memorandum of remedies of deficiencies reported by inspection. B. The independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Architect or the Owner. 1. Laboratory: Authorized to operate at Project location in State of Texas. 2. Laboratory Staff: Maintain full time registered Engineer on staff to review services. 3. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to National Bureau of Standards or accepted values of natural physical_ C. constants. Testing, inspections and source quality control may occur on or off project site. Perform Off site testing as required by Architect or Owner. { r D. Submitted independent firm's reports to the Architect, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Owner, Architect and independent firm 48 hours prior to expected time for I operations requiring services. 03876503 QUALITY REQUIREMENTS 01400 - 2 06/03 - t 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. ,. F. Testing and employment of testing agency or laboratory does not relieve Contractor from performing Work to contract requirements. G. Perform re -testing and/or re -inspection required because of non-conformance to specified . requirements using the same independent firm on instructions by the Architect or Owner. Payment for retesting will be charged to the Contractor by deducting inspection or testing charges from the Contract Sum/Price. H. Agency Responsibilities: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Architect and Contractor in ' performance of services. 3. Perform specified sampling and testing of products in accordance with specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Architect and Contractor of observed irregularities or non-conformance of Work or products. 6. Perform additional tests required by Architect. 7. Attend preconstruction meetings and progress meetings. I. Agency Reports: After each test, promptly submit two copies of report to Architect and to Contractor. When requested by Architect, provide interpretation of test results. Include the following: 1. Date issued. 2. Project title and number. 3. Name of inspector. 4: Date and time of sampling or inspection. 5. Identification of product and specifications section. 6. Location in Project. 7. Type of inspection or test. 8. Date of test. 9. Results of tests. 10. Conformance with Contract Documents. J. Limits On Testing Authority: 1. Agency or laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency or laboratory may not approve or accept any portion of the Work. 3. Agency or laboratory may not assume duties of Contractor. 4. Agency or laboratory has no authority to stop the Work. 1.9 MANUFACTURERS'FIELD SERVICES A. When specified in individual specification Sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Architect 30 days in advance of required observations. Observer subject to approval of Architect. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 03876503 QUALPTY REQUIREMENTS 01400 - 3 06/03 D. Refer to Section 01330 - SUBMITTAL PROCEDURES, MANUFACTURERS' FIELD REPORTS article. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify existing substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify utility services are available, of correct characteristics, and in correct locations. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond. END OF SECTION 03876503 QUALITY REQUIREMENTS 01400 - 4 06/03 SECTION 01410 TESTING LABORATORY SERVICES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1- General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Selection and payment. B. Contractor submittals. C. Laboratory responsibilities. D. Laboratory reports. E. Limits on testing laboratoy authority. F. Contractor responsibilities. G. Schedule of inspections and tests. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Manufacturer's certificates. B. Section 01700 - Contract Closeout: Project Record Documents. C. Individual Specification Sections: Inspections and tests required, and standards for testing. 1.4 REFERENCES A. ANSUASTM D3740 - Practice for Evaluation of Agencies Engaged. in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSI/ASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.5 SELECTION AND PAYMENT A. Contractor shall employ and pay for services of an independent testing laboratory to perform specified inspection and testing. B. Employment of testing laboratory shall in no way relieve Contractor of obligation to perform work in accordance with requirements of Contract Documents. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSI/ASTM E329 and ANSI/ASTM D3740R. B. Laboratory: Authorized to operate in State of Texas. C. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. D. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 03876503 TESTING LABORATORY SERVICES 01410 - 1 06/03 1.7 CONTRACTOR SUBMITTALS A. Prior to start of Work, submit testing laboratory name, address, and telephone number, and names of full time registered Engineer and responsible officer. 1.8 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Architect and Contractor `performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Architect and Contractor of observed irregularities or non-conformance of Work or Products. F. Perform additional inspections and tests required by Architect. G. Attend preconstruction conferences and progress meetings. 1.9 LABORATORY REPORTS A. After each inspection and test, promptly submit three copies of laboratory report to Architect, and to Contractor. B. Include: 1.. Date issued, 2. Project title and number, 3. Name of inspector, 4. Date and time of sampling or inspection, 5. Identification of product and Specifications Section, 6. Location in the Project, 7. Type of inspection or test, 8. Date of test, 9. Results of tests and 10. Conformance with Contract Documents. C. When requested by Architect, provide interpretation of test results. 1.10 LIlVIITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 1.11 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work and to manufacturer's facilities. {' i 03876503 TESTING LABORATORY SERVICES 01410 - 2 06/03 C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify Architect and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. E. Pay costs of testing laboratory services from Allowance specified in Section 01019 on approval of invoices by Architect. F. Employ services of a separate qualified testing laboratory, arrange with laboratory and pay for additional samples and tests required by Contractor beyond specified requirements. 1.12 SCHEDULE OF INSPECTIONS AND TESTS A. At the time of final inspection and tests of the power system, all connections at panels, switches, circuit breakers, etc., and all splices shall be complete. B. Each power, lighting and control circuit shall be tested and proven free of breaks, short circuits or grounds. On all conductors rated at 600 volts, Megger shall be used to test circuits. C. As indicated in individual Specification Sections. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION .Not Used END OF SECTION 03876503 TESTING LABORATORY SERVICES 01410 - 3 P 06103 V1, IJ, SECTION 01500 TEMPORARY FACILITIES & CONTROLS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1- General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and wager control. C. Construction Facilities: Access roads, Parking, progress cleaning, project signage, and temporary buildings. 1.3 RELATED SECTIONS A. Section 01700 - Execution Requirements: Contract Closeout; final cleaning. 1.4 TEMPORARY ELECTRICITY A. Provide temporary electric feeder from electrical service at location as indicated. B. Owner will pay cost of energy used. Exercise measures to conserve energy. ***OR*** C. Power Service Characteristics: As indicated on drawings. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electric Code. E. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1. Provide 20 ampere duplex outlets, single phase circuits for power tools 2. Provide flexible power cords as required. 3. Provide 20 ampere, single phase branch circuits for lighting. 1.5 TEMPORARY LIGHTING A. Provide and maintain lighting for construction operations to achieve a minimum lighting level of 2 watts/sq ft. B. Provide and maintain 1 watt/sq ft lighting to exterior staging and storage areas after dark for security purposes. C. Provide and maintain 0.25 watt/sq ft H.I.D. lighting to interior work areas after dark for security purposes. D. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. 03876503 TEMPORARY FACILITIES & CONTROLS 01500 - 1 06/03 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Products. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. .7.. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 8. Materials, products and equipment may be stored off site in a bonded and insured warehouse approved by the Architect and Owner. Pay all costs incurred for off site storage facilities. Products properly stored in off -site storage facilities may be included -in progress pay requests with written approval of the Architect. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. " Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. 1.7 SUBSTITUTIONS A. Architect will consider requests for substitutions only within 15 days after date established in Notice to Proceed. B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension- which may subsequently become apparent. 5. Will reimburse Owner and Architect and Engineer for review or redesign services associated with re -approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. 03876503 PRODUCT REQUIREMENTS 01600 - 2 a 06/03- F. Substitution Submittal Procedure: 1 Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certifiedtest results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Architect will notify Contractor, in writing, of decision to accept or reject request. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03876503 06/03 PRODUCT REQUIREMENTS 01600-3 No Text SECTION 01650 STARTING OF SYSTEMS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1- General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Starting systems. B. Demonstration and instructions. C. Testing, adjusting, and balancing. 1.3 RELATED SECTIONS A. Section 01400 - Quality Control: Manufacturers field reports. B. Section 01410 - Testing Laboratory Services: Manufacturers field reports. C. Section 01700 - Contract Closeout: System operation and maintenance data and extra materials. 1.4 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, control sequence, or other conditions which may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01400 that equipment or system has been properly installed and is functioning correctly. 1.5 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. B. For equipment or systems requiring seasonal operation, perform demonstration for other season. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. 03876503 STARTING OF SYSTEMS 01650 - 1 06/03 — ^ E. Prepare and insert additional data in operations and maintenance manuals when need for {} , additional d data become apparent during inatrucbo. . ! PART2.PRODUCTS \ Not Used PART 3-EXECUTION . No Used END OF SECTION ) . ... . } . .. . . . . . ; � \/ . » tj (} )( \} f\ 03876503 STARTING OF SYSTEMS 0160-2 06m3 \! SECTION 01700 EXECUTION REQUIREMENTS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.3 RELATED SECTIONS A. Section 01500 - Temporary Facilities and Controls: Progress cleaning. B. Section 01650 - Starting of Systems: System start-up, testing, adjusting, and balancing. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect's inspection. B. Provide submittals to Architect that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean equipment and fixtures to a sanitary condition. C. Clean debris from drainage systems. D. Clean site; sweep paved areas, rake clean landscaped surfaces. E. Remove waste and surplus materials, rubbish, and construction facilities from the site. F. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 03876503 EXECUTION REQUIREMENTS 01700 - 1 _' 06/03 1 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda and modification. F. Submit documents to Architect with claim for final Application for Payment. 1.8 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, 8 V2 x 11 inch text pages, bound in three Eli D-ring binders with durable plastic covers. g B. This copy will be returned after final inspection, with Architect *comments. Revise content of documents as required prior to final submittal. C. Submit two final volumes revised within ten days after final inspection. .y D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are E. required. Internally subdivide the binder contents with permanent page dividers, logically organized as _' described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. G. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, . Subcontractors, and major equipment suppliers. i H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of , Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. f j 3. Parts list for each component. 03876503 EXECUTION REQUIREMENTS 01700 - 2 06l03 4. . Operating instructions necessary for Owner to make full and efficient use of equipment including recommended maintenance and seasonal change -over procedures for HVAC systems. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. I. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Air and water balance reports. 3. Certificates. 4. Photocopies of warranties and bonds. 1.9 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.10 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03876503 EXECUTION REQUIREMENTS 01700 - 3 �; 06/03 ,� � �.. r� .� „m_ _, _._..... SECTION 02521 CONCRETE SIDEWALKS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract For Construction and Division 1 General Requirements apply to the work of this section. 1.2 SECTION INCLUDES A. Sidewalks. 1.3 RELATED SECTIONS A. Section 02230 - Aggregate Base Course: Base preparation. B. Section 02520 - Portland cement concrete Paving: Adjacent construction. C. Section 07900 — Joint Sealers: Joint sealants used in concrete sidewalks. 1.4 REFERENCES A. ASTM A615 - Deformed Billet -Steel Bars for Concrete Reinforcement. B. ASTM C-33 - Standard Specification for Concrete Aggregates C. ASTM C-150 - Standard Specification for Portland Cement D. ASTM C-309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. E. ACI Manual of Standard Practice F. ACI Detailing Manual G. ASTM D 1751- Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 1.5 SUBMITTALS A. Certificates: 1. The Contractor shall furnish results of tests made by a competent commercial laboratory on each material source he proposes to use before start of construction and material shall not be shipped until such results have been examined by the Architect and the source of material approved. Laboratory mix designs and conformation cylinders will not be required for this project. However, the proposed mix for each class of concrete shall be submitted to the Architect for approval prior to placing any concrete. The cost of all pre -construction tests shall be borne by the Contractor. Additional test certificates shall be furnished on the aggregate if the material source is changed. B. Reinforcing 1. Four (4) sets of Fabrication shop drawings shall be furnished the Architect and shall receive his approval before any reinforcing steel is fabricated. 1 03876503 CONCRETE SIDEWALKS 02521 - 1 �- _' 06/03 C. Curing 1. The materials and method of application shall be approved by the Architect before concrete placement begins. 1.6 QUALITY CONTROL A. Concrete shall not be placed when the temperature is less than 40° F. and under no circumstances shall it be placed on frozen ground. B. All reinforcement shall be permanently marked with grade identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee of grade and compliance with these specifications. C. Templates shall be maintained in good condition and warped or bent templates shall not be used 1.7 DELIVERY, STORAGE, AND HANDLING A. Cement delivered in bags shall be marked plainly with the brand name of the manufacturer and a bag shall contain ninety-four (94) pounds of cement. Cement from different mills, though tested and approved, shall not be mixed. Cement shall be stored and handled in manner which will protect it from dampness and any cement which has become partially set or which contains hard lumps or cakes shall not be used. B. Reinforcement stored on the site shall be protected for accumulations of grease mud or other foreign matter and from rust producing conditions. Bars shall be free from rust, scale, oil, mud or structural defects when incorporated in the structures. PART 2 - MATERIALS 2.1 FORMS A. Sidewalk Forms 2.2 CONCRETE MATERIALS A. Cement: ASTM C-150, Type I or ASTM C-150, Type III, High Early Strength Cement with approval by the Engineer. B. Fine Aggregate: Natural sand or mixture of such sands, consisting of clean, hard, durable uncoated grains, free from lumps. Deleterious substances shall not exceed the following percentages by weight: Material removed by decantation ............. ........ 3.0% ClayLumps.....................................................0.5% Other deleterious substances such as coal, shale coated grains and soft flaky particles ...... 3.0% 1. The aggregate shall be free from a harmful amount of salt or alkali and, when subjected to the color test for organic impurities shall not have a color darker than Fig. No. 2 (Test in accordance with A.S.T.M. Designation C-40). 2. Material which contains frozen lumps or wood, hay, burlap, paper, dirt or other foreign matter mixed with the aggregate in stock piles or in handling shall not be used 03876503 CONCRETE SIDEWALKS 02521 - 2 06l03 3. Fine aggregate shall be well graded from fine to coarse and shall meet the following requirements (ASTM C-33): Passing 3/8" Sieve........................................100% Passing No. 4 Sieve .............................. 95 -100% Passing No. 8 Sieve .............................. 80 -100% Passing No. 16 Sieve .............................. 50 - 85% Passing No. 30 Sieve .............................. 25 - 60% Passing No. 50 Sieve .............................. 10 - 30% Passing No. 100 Sieve ............................... 2 -10% C. Coarse Aggregate: Crushed stone, gravel, or crushed gravel, or any combination of them, composed of hard, tough and durable particles free from adherent coating, free of salt, alkali, vegetable matter and soft, friable, thin or elongated particles and the substances listed below shall not be present in excess of the amounts indicated: Soft Fragments ........................................... 5% by weight Clay Lumps ......................................... 0.25% by weight Removed by decantation ..................I....... * I % by weight (* Vz ? percent if consisting essentially of crusher dust) The total deleterious substances shall not exceed 5% by weight 1. Grading of coarse aggregate shall conform to the following requirements (ASTM C-33 Size No. 57): Maximum size -1?-inch sieve Passing 1-inch sieve .............................. 95 - 100% Passing 1/2-inch sieve ............................. 25 - 60% Passing No. 4 sieve ................................... u - IWO 2. The coarse aggregate shall not show evidence of disintegration, nor show a total loss greater than eighteen (18) percent when subjected to five cycles of the sodium sulphate y accelerated soundness test using AASHTO Designation T-104. 3. The percentage of wear shall not be more than 45 at 500 revolutions as determined by AASHTO Designation T-96. D. Water: Fresh, clean and free from injurious amounts of oil, acid, alkali or organic matter. The Contractor will provide at his expense the transportation of the water from the City mains to the places where it is to be used. E. Reinforcing 1. Fiber Reinforcing: 'Fiber Mesh" or "Caprolan RC" or approved equal. F. Expansion joint material shall be an approved preformed bituminous impregnated non -extruding type jointing material, 1/2" thick (3/4" thick for machine laid curb and gutter), and shaped to the section of the curb and gutter, or concrete drainage apron. G. Fabrication and Placing 1. Accurately fabricate to the dimensions and shapes shown on the drawings in accordance with ACI Manual of Standard Practice unless variations are specifically shown on the drawings. 03876503 CONCRETE SIDEWALKS 02521 - 3 _3 06/03 2.3 PROPORTIONING A. The exact amounts of all material entering into the concrete shall be determined in the field in order to produce the desired durability, density, uniformity, workability and the specified strength. All materials shall be measured separately by methods, satisfactory to the Engineer, which will permit control of the concrete and production of a product of uniform quality. Particular care shall be used in measuring cement and water. One bag of cement will be considered as ninety-four (94) pounds and one gallon of water as eight and thirty-three one -hundredths (8.33) pounds. Water contained in the aggregates shall be taken into account in calculating the amount of water to be added to the mixture. The percentage of fine aggregate to total aggregate shall be between 33% and 45%. B. Concrete for the designated uses shall conform to the following: Max. Water Content Min. Cement Content Compressive U.S. Gallons 94-1b. Sacks Strength, Lbs. Per Sack of Cement Per Cu Yd. Per Sq. In. Concrete Work 6.5 5.0 3000 at 28 days 2.4 MIXING A. Mix concrete in an approved batch type mixer equipped with a device for measuring the water which is accurate to within two percent (2%). B. Minimum time for mixing each batch after all ingredients are in the mixer: One and one-half (1 1/2) minutes. C. The speed of the mixer shall not exceed that recommended by the manufacturer. D. Excessive overmixing, requiring the addition of water to preserve the required consistency, will not be permitted. E. Discard concrete not in place within 45 minutes from the time of charging the drum, or which has developed initial hardening. F. Transit mixed concrete conforming to ACI 94 will be acceptable. G. Mix concrete for use in a curb and gutter laydown machine as specified above, and as required to form curb and gutter section with the laydown machine. Accurately control slump of concrete to prevent sagging or slumping of curb section behind laydown machine. Batches with excessive slump will be rejected. PART 3 - EXECUTION 3.1 PREPARATION LJ A. Before placing concrete, sprinkle subgrade or base surface so that it is in a thoroughly = , moistened condition (but not muddy). L l B. Oil forms with a light oil before each use and clean forms which are to be reused immediately after use. 03876563 CONCRETE SIDEWALKS 02521 - 4 06/03 3.2 EXCAVATION AND GRADING A. Conform to lines and grades shown on drawings or as established in field for excavation or embankment for concrete work. 3.3 FORMS A. Construct forms accurately to line and grade as established in the field and adequately brace so that they will not move during placing of the concrete. B. Leave forms in place at least twelve (12) hours after placing of concrete. ; 3.4 JOINTS A. Expansion Joints: Provide an expansion joint at tangent point of each return at intersections, at intervals of not more than forty feet (40) between intersections (odd length sections as directed by Architect), and at end of each day's concrete pour. B. Construction or Contraction Joints 1. Locate at 5-foot intervals, or at each template or as directed by Architect. 2. Form construction or contraction joints for curb and gutter poured in metal forms using metal template plates accurately shaped to cross-section shown on drawings plans and so constructed that they can be removed during finishing operations. C. Place all joints perpendicular to surface of concrete and to axis of section. 3.5 REINFORCING A. Fiber reinforcing may be used in lieu of wire mesh for pedestrian sidewalks with material and rate of application approved by Architect. 3.6 CONCRETE A. Deposit in place in such a manner as to require minimum of re -handling and place in a manner which will produce a uniformly dense section, free of honeycomb or other voids, conforming to grade, thickness, and shapes shown on drawings. B. Thoroughly spade or vibrate concrete adjacent to forms or joints in order to eliminate honeycombing. 3.7 FINISHING A. Finished to a surface of uniform texture by floating with a wood float and troweling. B. At construction and contraction joints cut mortar full width of joint, and neatly finish with an approved edging or grooving tool of such design to groove the joint approximately 2" in depth. 3.8 PROTECTING AND CURING A. Burlap Method 1. Cover all concrete work with burlap or other suitable material as soon as it has set sufficiently to prevent marking and keep wet continuously for at least four (4) days. B. Care shall be taken to prevent mechanical injury to concrete work during this period and until the work is accepted. C. All work damaged prior to acceptance shall be repaired to the satisfaction of the Architect. 03876503 CONCRETE SIDEWALKS 02521 - 5 06/03 D. Curing compound method 1. In lieu of the above method of curing, the curb and gutter may be cured by applying a liquid membrane coating, conforming to ASTM C-309, to all exposed surfaces as soon as concrete has set sufficiently. 2. Apply membrane to back and front of concrete curb and gutter as soon as forms have been removed. 3.9 PROTECTION A. Provide suitable means to prevent concrete from freezing for not less than 72 hours after placing. Remove and replace all concrete damaged by freezing. The addition of any admixture of chemicals to the concrete to prevent freezing shall not be allowed, unless specifically approved by the Architect. B. Provide suitable means to protect freshly poured concrete from rain damage. Keep such means readily accessible at all times during placement of concrete.- C. Care shall be taken during the backfill and cleanup process not to scrape, chip, crack or otherwise damage the concrete including tire marks from equipment or trucks. All damaged concrete will be removed and replaced at the expense of the Contractor. 3.10 REMOVAL OF SIDEWALKS A. The removal of all sidewalks that are required for the construction of the improvements as shown on the plans or as directed by the Architect shall be removed and disposed of by the Contractor and no separate payment will be made for this item of work. B. Remove sidewalks to the limits as directed by the Architect, and saw cut with a concrete saw unless the concrete is being removed to an existing construction joint. 3.11 DEFECTIVE WORK A. Removed and replace all defective work disclosed after forms have been removed. B. Defective work includes, but is not limited to deficient dimensions, section not constructed to the proper grade, concrete surface bulged, uneven, or shows honeycomb, which in the opinion of the Architect cannot be repaired satisfactorily. 3.12 BACKFILLING A. Backfill behind and adjacent to all concrete work including sidewalks, drainage structures and other miscellaneous concrete work using good quality topsoil free from organic material,such as leaves, grass, roots and other unsuitable materials and free of rocks or stones. B. Provide a smooth, even slope between property line grade and top of curb or other concrete structure. C. Compact backfill behind curb and gutter to at least density of undisturbed natural ground in adjacent area. END OF SECTION 03876503 CONCRETE SIDEWALKS 02521 - 6 { 06103 SECTION 02780 UNIT PAVERS PART1-GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Brick pavers set in mortar setting bed. 1.2 SUBMITTALS A. Product Data: For each product indicated. B. Samples: Showing the full range of colors, textures, and patterns available for each type of unit paver indicated. 1. Include Samples of material for joints and accessories involving color selection. 1.3 QUALITY ASSURANCE A. Build mockups for each form and pattern of unit paver. 1. Build mockups where directed. 2. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.4 ' PROJECT CONDITIONS A. Cold -Weather Protection: Do not use frozen materials or build on frozen subgrade or setting beds. B. Weather Limitations for Bituminous Setting Bed: Install bituminous setting bed only when atmospheric temperature is above 40 deg F (4 deg C) and when base is dry. C. Cold -Weather Requirements for Mortar and Grout: Heat materials to provide mortar and grout temperatures between 40 and 120 deg F (4 and 49 deg C). Protect unit paver work against freezing for 24 hours after installation. PART2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the manufacturers specified. 2. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. 2.2 COLORS AND TEXTURES A. Colors and Textures: Kansas Brick and Tile Company, "Old Colonial" selected from manufacturer's full range. 03876503 UNIT PAVERS 02780 - 1 06/03 2.3 UNIT PAVERS A. Brick Pavers: Light -traffic paving brick; ASTM C 902, Class SX, Type H, Application PX. Provide brick without frogs or cores in surfaces exposed to view in the completed Work. 1. Manufacturers: a. Kansas Brick & Tile Co.; Hoisington, KS,1-800-999-0480. b. Substititions: Under provisions of Section 01600. 2. Temporary Protective Coating: Precoat exposed surfaces of brick pavers with a temporary protective coating that is compatible with brick, mortar, and grout products. 2.4 AGGREGATE SETTING -BED MATERIALS A. Graded Aggregate for Base: Sound crushed stone or gravel complying with ASTM D 448 for Size No. 8. B. Geotextile: Woven or nonwoven polyester or polypropylene geotextile, with a permeability rating 10 times greater than that of subgrade soil and an apparent opening size small enough to prevent passage of fines from leveling course into base course. C. Sand for Leveling Course: Sound, sharp, washed sand complying with gradation requirements of ASTM C 33 for fine aggregate. D. Sand for Joints: Sharp, washed sand with 100 percent passing No. 16 (1.18-mm) sieve. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. B. Cut unit pavers with motor -driven masonry saw to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. 1. For concrete pavers, a block splitter may be used. C. Joint Pattern: As indicated on drawings. D. Tolerances: Do not exceed 1/16-inch (1.6-mm) unit -to -unit offset from flush nor 1/8 inch in 24 inches (3 nun in 600 nun) and 1/4 inch in 10 feet (6 mm in 3 m) from level, or indicated slope. E. Expansion and Control Joints: Provide joint filler as backing for sealant -filled joints where indicated. Install joint filler before setting pavers. 3.2 .AGGREGATE SETTING -BED PAVER APPLICATIONS A. Compact soil subgrade uniformly to at least 95 percent of ASTM D 1557 laboratory density. B. Proof -roll prepared subgrade and correct deficient areas. C. Place aggregate base in thickness indicated. Compact by tamping with plate vibrator. D. Place geotextile over base course, overlapping ends and edges at least 12 inches (300 mm). E. Place leveling course and screed to a thickness of 1 to 1-1/2 inches (25 to 38 nun), taking care that moisture content remains constant and density is loose and constant until pavers are set and compacted. F. Treat leveling base with soil sterilizer to inhibit growth of grass and weeds. 03876503 UNIT PAVERS 02780 - 2 06/03 G. Set pavers with a minimum joint width of 1/16 inch (1.6 nun) and a maximum of 1/8 inch (3 nun), being careful not to disturb leveling base. If pavers have spacer bars, place pavers hand tight against spacer bars. H. Vibrate pavers into leveling. course with a low -amplitude plate vibrator capable of a 3500- to 5000-lbf (16- to MAN) compaction force at 80 to 90 Hz. I. Spread dry sand and fill joints immediately after vibrating pavers into leveling course. Vibrate pavers and add sand until joints are completely filled, then remove excess sand. _J Leave a slight surplus of sand on the surface for joint filling. END OF SECTION 02780 L i.._ �u 03876503 UNIT PAVERS 02780 - 3 06/03 a SECTION 02810 IRRIGATION SYSTEMS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes piping, valves, sprinklers, specialties, controls, and wiring for automatic -control irrigation system. 1.3 DEFINITIONS A. Circuit Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. C. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile-butadiene-styrene plastic. 2. FRP: Fiberglass -reinforced plastic. 3. PA: Polyamide (nylon) plastic. 4. PE: Polyethylene plastic. 5. PP: Polypropylene plastic. 6. PTFE: Polytetrafluoroethylene plastic. 7. PVC: Polyvinyl chloride plastic. 8. TFE: Tetrafluoroethylene plastic. 1.4 PERFORMANCE REQUIREMENTS A. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent water coverage of turf and planting areas indicated. 1.5 SUBMITTALS A. Product Data: Include required copies of manufacture's literature, certifications, and operating instructions for the following: 1. Irrigation Piping. 2. General -duty valves. 3. Specialty valves. 4. Control -valve boxes. 5. Sprinklers. 6. Irrigation specialties. 7. Controllers. Include wiring diagrams. 8. Control cables. Include splice kits. 9. Freeze and Rain Sensor and Mounting Device. 03876503 IRRIGATION SYSTEMS 02810 - 1 09/03 B. Operation and Maintenance Data: For irrigation systems, to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 1 Section "Closeout Procedures and Operation and Maintenance Data," include data for the following: 1. Automatic -control valves. 2. Sprinklers. 3. Controllers. C. Substitutions: All substitutions shall conform to the following provisions: 1. All proposed substitutions must be submitted to the Architect no later than 15 days before the project bid date for approval. Substitution submittals must include all manufacturer's literature, certifications and operating instructions as well as shop drawings proving service and performance equal to or better than that depicted on the plans. The owner reserves all right to deny any substitution that does not provide equal performance or quality. 2. Installation of any approved substitution is the Contractor's responsibility. Any changes required for installation of the substitution must be made to the satisfaction of the Architect and Owner at the Contractor's expense only. Approval of substitutions does not constitute approval of installation. D. Record Irrigation Drawings: Contractor shall furnish Record Drawings of the complete irrigation system in accordance with the General and Special Conditions. Construction drawings shall be on the construction site at all times while the irrigation system is being installed. Contractor shall make a daily record of all work installed during each day. Actual location of valves and quick couplers and all irrigation and drainage piping shall be shown on the prints by dimensions from easily identified permanent features, such as buildings, curbs, fences, walks or property lines. Drawings shall show approved substitutions, if any, of material including manufacturer's name, and catalog number. The drawings shall be to scale and all indications shall be neat. All information noted on the print shall be transferred to sepia by Contractor and all indications shall be recorded in a neat, orderly way. The record drawings shall be turned over to the Owner at or before the Final Acceptance of the project. 1.6 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. All work and materials shall be in full accordance with current rules and regulations of safety orders of Division of Industrial Safety, the Uniform Plumbing Code, TCEQ and other applicable laws or regulations. C. Preliminary review of system installation will be made by Architect prior to backfrlling of trenches and during testing. D. Installer Qualifications: Engage an experienced Installer who has completed irrigation systems similar in material, design, and extent to that indicated for Project that have resulted in construction with a five year record of successful local in-service performance. 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. 03876503 IRRIGATION SYSTEMS 02810 - 2 09/03 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver piping with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture. B. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. 1.8 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated: 1. Notify Architect no fewer than four 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 Owner 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. 1.9 COORDINATION A. Coordinate size and location of concrete bases for irrigation controllers. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. 1.10 FINAL ACCEPTANCE A. Work under this Section will be accepted by Owner upon satisfactory completion of all work. Upon Final Acceptance, Owner will assume responsibility for maintenance of the work. Said assumption does not relieve Contractor of obligations under Warranty. 1.11 WARRANTY A. In addition to manufacturer's guarantees or warranties, all work shall be warranted for one year from the date of Final Acceptance against defects in material, equipment and workmanship by Contractor. Warranty shall also cover repair of damage to any part of the premises resulting from leaks or other defects in materials, equipment and workmanship to the satisfaction of the Owner. B. Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during Warranty Period. 03876503 IRRIGATION SYSTEMS 02810 - 3 09/03 PART2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 PIPES, TUBES, AND FITTINGS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, fitting, and joining materials. B. Piping on pressure side of irrigation control valves: 1. Two and one-half (2 11T) inch diameter and smaller . Polyvinyl chloride (PVC) 1120-1220, Schedule 40 and shall conform to ASTM D-1785-73. C. Piping on non -pressure side of irrigation control valves: 1. Polyvinyl chloride (PVC) 1120-1220, Schedule 40 and shall conform to ASTM D-1 785-73. D. Identification: All piping shall be continuously and permanently marked with the following: 1. Manufacturer's name or trademark, size, schedule, and type of pipe, working pressure at 73 degrees F. and National Sanitation Foundation (N.S.F.) approval. E. Fittings for Solvent -Welded Pipe: 1. Schedule 40, polyvinyl chloride, standard weight, as manufactured by "Spears", "Lasco", or approved equal, to meet ASTM D-2466-73 and D-2467-73. 2. Threaded PVC nipples .Schedule 80 PVC. F. Fittings for Swing Joints: 1. Supply three (3) Schedule 40 "Spears" elbows. 2. Threaded PVC nipples .Schedule 80 PVC. G. Sleeve For Control Wire And Water Line: PVC 1126-1220, Schedule 40 pipe or Schedule 40 galvanized steel pipe under roadways. 2.3 GENERAL -DUTY VALVES A. PVC Ball Valves: MSS SP-122, union or nonunion type, with full -port ball, socket or threaded detachable end connectors, and pressure rating not less than 150 prig (1035 kPa). 1. Material Option: MSS SP-122, of plastic other than PVC and suitable for potable water. Include threaded ends and pressure rating not less than 150 psig (1035 kPa), unless otherwise indicated. 2.4 SPECIALTY VALVES A. Plastic Automatic Control Valves: The electric remote control valve shall be normally closed 24 VAC 50/60 cycle solenoid actuated globe pattern design. The valve pressure rating shall not be less than 200 psi (13,80 bars). The valve body and bonnet shall be constructed of heavy-duty glass -filled UV -resistant nylon and have stainless steel studs and flange nuts; diaphragm shall be of nylon reinforced nitrile rubber. 03876503 IRRIGATION SYSTEMS 02810 - 4 09/03 The valve shall have both internal and external manual open/close control (internal and external bleed) to manually open and close the valve without electrically energizing the solenoid. The valve's internal bleed shall prevent flooding of the valve box. . The valve shall house a fully -encapsulated, one-piece solenoid. The solenoid shall have a captured plunger with a removal retainer for easy servicing and a leverage handle for easy turning. This 24 VAC 50/60 Hz solenoid shall pen with 19.6 volt minimum at 200 psi (13,80 bars). At 24 VAC, average inrush current shall not exceed 0.41 amps. Average holding current shall not exceed 0.23 amps. The valve shall have a brass flow control stem for accurate manual regulation and/or shut- off of outlet flow. The valve must open or close in less than 1 minute at 200 psi (13,80 bars), and less than 30 seconds at 20 psi (1,38 bars). The PESB valve shall have a self-cleaning stainless steel screen designed for use in dirty . water applications. The valve construction shall be such as to provide for all internal parts to be removable from the top of the valve without disturbing the valve installation. The valve shall be the PESB valve as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California. B. Quick -Couplers: Factory -fabricated, bronze or brass, two-piece assembly. Include coupler water -seal valve; removable upper body with spring -loaded or weighted, rubber -covered cap; hose swivel with ASME B 1.20.7, 3/4-11.5NH threads for garden hose on outlet; and operating key. Quick Coupler shall be Buckner by Storm #QB44RC10 or equal. Furnish two valve keys per quick coupler fitted with Ile' swivel hose ells. 2.5 CONTROL -VALVE BOXES A. Plastic Control -Valve Boxes: Box and cover, with open bottom and openings for piping; designed for installing flush with grade. Include size as required for valves and service. 1. Shape: Round, Square or Rectangular. 2. Sidewall Material: PE, ABS, or FRP. 3. Cover Material: PE, ABS, FRP, or polymer concrete. a. Lettering: IRRIGATION. B. Available Manufacturers: a. Ametek or equal. 2.6 PIPING SPECIALTIES A. Line Flushing Valve: All Techline systems shall be installed with Netafim Automatic Line Flushing Valves as indicated on drawings. The line flushing valve shall be constructed of brown molded plastic and shall be a normally open hydraulic valve which flushes base on volumetric quantities of water. Inlet and outlet configurations shall be of one of the following configurations: W MPT, or a barbed insert fitting with color. The line flushing valve shall be serviceable by removing a threaded cover from a base, exposing the internal components. The internal components of the line flushing valve shall consist of: 03876503 IRRIGATION SYSTEMS 02810 - 5 09/03 a a molded diaphragm retainer, • a high density plastic flush regulator, and ' ■ a diaphragm 2" in diameter. �F The line flushing valve shall be capable of automatically operating during initial system pressure build-up to discharge approximately one gallon of water. One line flushing valve shall be used for each 15 GPM of zone flow, and be able to operate at 57 psi maximum, or 1.5 psi minimum pressure at line ends. _.. B. Pressure Regulator Valves: Pressure regulators shall be Netafim Pressure Regulators as regulator valves shall be a spring -operated piston indicated on drawings. The pressure g O type. The regulator shall be constructed from molded black plastic with six pressure settings available. The BF regulator shall have a built-in indicator that shows when the proper outlet pressure is reached. Operating ranges for the regulators shall be from 15-50 x psi. Inlet and outlet ports of the 3/a" HF regulator FPT x MPT. The LF regulator shall be 3/a FPT x FPT. C. Disk Filter: A disc filter shall be installed at each drip zone valve to ensure proper M1 filtration. The filter shall be a Netafim Disc Filter. Model number and mesh as indicated on drawings. The disc filter body shall be molded of black plastic with male pipe threads (MPT) for both the inlet and outlet ports. A threaded cap on one end of the body shall be } capable of periodic servicing by unscrewing the cap or releasing the latched band from the main filter body. On one 3/a" model, a manual shut-off valve shallbe co -molded to the opposing end of the removable cap as part of the main body. This device shall be capable of closing off the inlet port so the disc element can be removed when the mainline is still pressurized. 2.7 SPRINKLERS A. Pop-up, Full or Part Circle Spray Sprinklers: The overall pop-up height shall be 4 inches. The sprinkler body, stem, nozzle and screen shall be constructed of heavy-duty, ultra -violet resistant plastic. It shall have a heavy-duty stainless steel retract spring for positive pop - down and a ratcheting system for easy alignment of the pattern. The sprinkler shall have a soft elastomer pressure -activated comolded wiper seal for cleaning debris from the pop-up stem as it retracts into the case to prevent the sprinkler from sticking up to minimize "flow - by„ The sprinkler shall have a matched precipitation rate (MPR) plastic nozzle with an adjusting screw capable of regulating the radius and now. The sprinkler shall be capable of housing under the nozzle protective, non -clogging filter screens or pressure compensating screens (PCS). The screen shall be used in conjunction with the adjusting screw for regulating. The 6" (15 cm) and 12" (30 cm) models shall have both a side and a bottom 1P' (15/21) (FNPT) inlet for ease of installation. The sprinkler shall have a Pop -Top Flush Plug pre -installed. The plug shall prevent debris from clogging the sprinkler during installation and allow for the system to be flushed before nuzzling. The plug shall be bright orange in color and constructed of polypropylene material. The sprinkler shall be the 1800 series as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California. 03876503 IRRIGATION SYSTEMS 02810 - 6 09/03 B. Pop-up, Rotary, Spray Sprinklers: The sprinkler shall be of the gear -driven, rotary type. The sprinkler shall be available with eight (8) standard nozzles discharging from .9 to 8.2 GPM (0.20 to 1.86 m3/hr; 3.4 to 31.0 Urn), or four (4) low -angle nozzles discharging from 1.6 to 4.7 GPM (0.36 to 1.07 m3/hr; 6.1 to 17.8 Urn). There shall also be two sets of specialty nozzles available: A short distance set discharging from .36 to 3.1 GPM (0.08 to. 0.7 m3/hr; 1.3 to 11.7 Urn), and a high flow set discharging from 4.2 to 14.8 GPM (0.95 to 3.36 rn hr; 15.9 to 56.0 Um). The sprinkler shall have radius adjustment capabilities by means of a stainless -steel nozzle retainer/radius adjustment screw. The sprinkler shall have a FloStopTM feature that will enable the user to stop the water flow through an individual sprinkler head. The sprinkler shall be available in both full -circle and adjustable part -circle configurations. The adjustable part circle unit shall be minutely adjustable from 400 to 3600: The adjustable unit shall be adjustable in all phases of installation (i.e., before installation, after installation while static, and after installation while in operation). The sprinkler shall have a minimum of 4-inch (10 cm) pop-up stroke to bring the rotating nozzle turret into a clean environment. The sprinkler shall be available as an above -ground shrub head (1-10), a 6-inch (15cm) pop-up (I-20-6P), and as a 12-inch (30cm) pop-up (1- 20-HP). The sprinkler shall have a rubber cover firmly attached to the top of the sprinkler riser. When specified, the sprinkler shall have a cover molded of purple Alcryn rubber to indicate the use of reclaimed water. The sprinkler shall be equipped with a drain check valve to prevent low head drainage, and be capable of checking up to 10 feet (3.0 m) 'in elevation change. An optional version of the 4-inch model, less the check valve, shall be available (1-20-ADJ). The sprinkler shall have an exposed surface diameter after installation of 1-3/4 inches (4 cm). The 4-inch pop-up sprinkler shall have an overall height of 7-3/8 inches (19 cm). The shrub sprinkler shall have an overall height of 7-3/4 inches (20 cm). The 6-inch popup model shall have an overall height of 9-7/8 inches (25 cm). The 12-inch pop-up model shall have an overall height of 17-inches (43cm). The unit shall have a 3/4-inch Female National Pipe Thread (FNPT) inlet. The sprinkler shall be serviceable after installation in the field by unscrewing the body cap, removing the riser assembly, and extracting the inlet filter screen. The body and riser of the sprinkler shall be constructed of non -corrodible, heavy-duty A.B.S. It shall have a stainless steel spring for positive retraction of the riser when irrigation is complete. When specified, the 4 and 6-inch models shall have the riser and nozzle -turret assembly encased in stainless steel. The sprinkler shall carry a five-year, exchange warranty (not prorated). The sprinkler shall be manufactured by Hunter Industries Incorporated, San Marcos, California. 2.8 SPRINKLER SPECIALTIES A. Dripplerline and Integral Dripperline Components: The dripperline shall be Techline y pressure compensating dripperline as manufactured by Netafim Irrigation, Inc. Dripper flow rate and spacing shall be as indicated on drawings. Dripperline shall be of nominal sized one-half (W') inch low density, ultra -violet -resistant, linear polyethylene tubing with internal pressure -compensating, continuous self-cleaning, integral drippers at a specified 03876503 IRRIGATION SYSTEMS 02810 - 7 09/03 M interval. The tubing shall be brown in color and shall conform to an outside diameter (O:D.) of 0.66" and an inside diameter (l.D.) of 0.5T'. The dripperline shall be capable of a discharge rate of 0.4, 0.6, or 0.9 gallons per hour (GPI) between operating pressures of 7- 70 psi for each individual dripper. The individual continuous self-cleaning, pressure compensating drippers shall be welded to the inside of the tubing wall. The drippers shall be constructed of three individual pieces: • a black -colored dripper containing a filtration system on the inlet side, compensation cell, and recessed chamber with a water outlet, ■ a hard plastic diaphragm retainer with color denoting discharge rate, with chamfered edges and a recessed groove in the center extending the full length of the diaphragm and, ■ a flexible black elastomer diaphragm that allows pressure to build up within the chamber to purge sediment or other debris that may not have been captured by the disc filter. Dripper spacings shall be available in the following on -center intervals .12", 18", and 24". 1. Techline Fittings: All Techline connections shall be made with approved Techline insert fittings. 2. Soil Staples (TLS6): All on-surfacelunder mulch Techline installations shall be held in place with Techline Soil Staples spaced evenly every 3' on center, and with two staples on each change of location. 3. Line Flushing Valves: All Techline systems shall be installed with Netafim Automatic Line Flushing Valves as indicated on drawings. 4. Pressure Regulator: A pressure regulator shall be installed at each zone valve or on the main line to ensure operating pressures do no exceed system requirements. The pressure regulator shall be a Netafim Pressure Regulator. Model number as indicated on drawings. 5. Disc Filter: A disc filter shall be installed attach zone valve or on the main line to ensure proper filtration. The filter shall be a Netafim Disc Filter. Model number and mesh as indicated on drawings. 2.9 AUTOMATIC -CONTROL SYSTEM A. Irrigation Controller: The controller shall be of a modular design with a standard 8 station model. There shall be 4 station and 8 station modules that enable the controller to be customized from 8 stations up to 32 stations in the plastic cabinet and up to 48 stations in the steel cabinets, in 4 stations increments. The controller shall have three independent programs (A,. B, C) with 8 start times per - program for a total of up to 24 start times per zone and one program (D) that can run concurrently with the other programs. Watering times shall be available from 1 minute to 2 hours in 1-minute increments per station on programs A, B, and C, and from 1 minute to 12 hours in 1 minute increments on program D. The controller shall have 4 weekly schedule options to choose from: 7-day calendar, 31-day calendar, odd day programming and even day programming. It shall also have a 365-day calendar clock to accommodate true odd -even watering. Operation shall be available in automatic, semi -automatic and manual modes. All programming shall be accomplished by use of a programming dial and - selection buttons with user feed back provided by a LCD display. The controller shall be equipped with a rain sensor on -off switch that allows the user to override a sensor that has 4 suspended watering. 03876503 IRRIGATION SYSTEMS 02810 - 8 09l03 �4 The controller shall have a cycle and soak scheduling capability that allows a cycle to be programmed for up to 60 minutes and a soak period to be programmed for up to 60 minutes. The controller shall also have a seasonal adjust feature that allows for station run times to be changed from 10% to 150% in 10% increments to compensate for weather z changes. - The controller shall be equipped with a programmable pump circuit that can activate the pump start relay by zone. It shall also have a programmable delay between valve stations. Delays between stations shall be programmable in 5 second increments up to a maximum ., of a 100 second delay. Transformer input shall be 120 VAC, 60Hz or 230 VAC 501-lz depending on requirements. Transformer output shall be 24 VAC, 1 .5A (4OVA). Maximum output per station shall be 24 VAC, 0.56A. Program backup shall be provided by a non-volatile memory circuit that will hold the program information indefinitely. The controller shall have Metal Oxide Varistors (MOVs) on the power input portion and the secondary output portion to help protect the micro -circuitry from power surges. There shall be self -diagnostic, electronic short circuit protection that detects a faulty circuit, continues watering the remainder of the program, and reports the faulty station on the display. The pedestal versions shall have the option of a Pedestal Wiring Board (PWB) that allows connection of_the field wiring in the pedestal. Additionally, the PWB shall be equipped with MOVs that help protect the secondary output portion of the controller. The controller shall have the option of 3 different enclosures; one in plastic, one in powder coated steel and the other in stainless steel. The controller shall have as an option, the SRR remote control package that enables remote operation of the controller up to 450 feet away. It shall also have a personal. computer (_ programming option (SRP Programmer) that allows the watering schedule to be written on a computer, downloaded to the SRP Programmer and uploaded into the memory of the controller through the SmartPort® outlet. The controller shall be installed in accordance with the manufacturer's published instructions. The controller shall carry a conditional five year exchange warranty. The automatic controller(s) shall be the ICC series controller as manufactured for Hunter Industries Incorporated, San Marcos, California. B. Wiring: UL 493, Type OF-B multiconductor, with solid -copper conductors and insulated cable; suitable for direct burial. 1. Feeder -Circuit Cables: No. 12 AWG minimum, between building and controllers and for runs over 1,000 If. 2. Low -Voltage, Branch -Circuit Cables: No. 14 AWG minimum, between controllers aand automatic control valves; color -coded different from feeder -circuit -cable jacket color; with jackets of different colors for multiple -cable installation in same trench. Common ground wire shall be white. 3. Splicing Materials: Manufacturer's packaged kit consisting of insulating, spring -type connector or crimped joint and epoxy resin moisture seal; suitable for direct burial. C. Concrete Base: Reinforced concrete with opening for wiring. D. Rain Sensor: Rain sensor to be R&D Engineering or equal. Install as per manufacturer's directions. 03876503 IRRIGATION SYSTEMS 02810 - 9 09/03 E. Freeze Sensor: Freeze sensor to be R&D Engineering. Install as per manufacturer's directions. 2.10 GUARANTEES A. Provide a guarantee for all labor and material for a period of one year, from the date of substantial completion. B. Provide a manufacturer's guarantee for all sprinkler system components, i.e., controllers, valves, and heads, for a period of five years, from the date of substantial completion. C. Service calls during the one-year warranty period shall require a qualified technician on site within 24 hours. PART 3 - EXECUTION 3.1 LAYOUT A. Full and complete coverage is required. Contractor shall make any necessary minor adjustments to layout required to achieve full coverage of irrigated areas at no additional cost to Owner. B. Where connections to existing stubouts are required, make necessary adjustments should stubs be located differently. Adjust layout as necessary to install around existing work. C. Where piping occurs under paved areas but running parallel and adjacent to planted area, the intent is to install piping in planted areas. Do not install directly over another line in same trench. D. It shall be the Contractor's responsibility to establish the location of all sprinkler heads on all turf areas in order to assure proper coverage of all areas. No substitutions of smaller pipe sizes will be permitted but substitutions of larger sizes may be approved. All pipe damaged or rejected because of defects shall be removed from the site at the.time of said rejection. E. The Contractor will stake out the location of each run of pipe and all sprinkler heads of sprinkler valve locations prior to trenching. Before installation is started in a given area, the Owner shall check all locations and give his approval. 3.2 EXCAVATING AND TRENCHING A. Perform all excavations as required for installation of work included under this Section, including shoring of earth banks, if necessary. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations, to their original condition. B. Should utilities not shown on the plans be found during excavations, Contractor -should promptly notify Owner 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 t promptly. C. Dig trenches wide enough to allow a minimum of four (4") inches between parallel pipelines. Trenches shall be of sufficient depth to provide minimum cover from finish L� grade as follows: 1. Over pipe on pressure side of irrigation control valve, control wires and quick coupling valves: 18 inches. 2. Over pipe on non -pressure side of irrigation control valve: 12 inches. 03876503 IRRIGATION SYSTEMS 02810 - 10 09/03 t 3. Backfill all pressurized mains and marker boxes with a minimum of four (4") inches of sand backfill on all sides to protect lines and boxes from expansion and contraction. D. Should existing paving require cutting, saw cut paving a minimum twelve (12') inches wide, compact backfill to ninety five (95%) percent dry density; dispose of waste off site. Patch to match existing pavement. 3.3 BORING UNDER EXISTING PAVEMENTS A. The boring shall proceed from a pit provided for the boring equipment and workmen. Excavation for pits and installation shall be as described under `Excavating 'and Trenching". The location of the pit shall not interfere with existing plant materials ' or structures designated to remain. B. Holes shall be bored mechanically. Where holes required are larger than two (2") inches, the bore shall be completed using a pilot hole. The two (2") inch hole shall be bored the entire length of the crossing and shall be checked on the opposite end for line and grade. If acceptable, this hole shall serve as the centerline for the larger hole to be bored. Lateral and vertical tolerance is limited to one (1") inch in ten (10') feet, provided that the variation be regular and occur only in one direction. C. The use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuffing. Jetting shall not be permitted. (In unconsolidated soil, formations, a gel -forming colloidal drilling fluid consisting of at least ten (10%) percent of high-grade processed bentonite may be used to consolidate cuttings, seal the hole walls and furnish lubrication for subsequent removal of cuttings and installation of the pipe.) D. Excavated material will be placed near the top of the working pit and disposed of as required. E. Refer to other authorities for jurisdiction over other installations. 3.4 WATER METER(S) Install as per the requirements of the local water district and local codes. Costs will be paid by General Contractor. 3.5 BACKFLOW PREVENTION DEVICE Install according to local codes and manufacturer's latest printed instructions. 3.6 CONDUITS AND SLEEVES A. Furnish and install conduit where control wires pass under or through walls. Conduits to be of adequate size to accommodate retrieval for repair of wiring and shall extend twelve (12") inches beyond edge of walls. B. Install sleeves for all pipes passing through or under walls, walks and paving. Sleeving to be of adequate size to accommodate retrieval for repair of wiring or piping and shall extend twelve (12") inches beyond edge of paving or other construction. C. Coordinate conduit and sleeve installation with other trades as required. 3.7 PIPE LINE ASSEMBLY A. General: 1. Install pipes and fittings in accordance with manufacturer's latest printed instructions. 03876503 IRRIGATION SYSTEMS 02810 - 11 09/03 2. Clean all pipes and fittings of dirt, scales and moisture before assembly. 3. All pipe, fittings and valves, etc., shall be carefully placed in the trenches. Interior of pipes shall be kept free from dirt and debris and when pipe laying is not in progress, open ends of pipe shall be closed by approved means, 4. All lateral connections to the mainline as well as all other connections shall be made to the side of the mainline pipe. No connections to the top of the line shall be allowed. B. Solvent -Welded Joints for PVC Pipes: 1. Use solvents and methods by pipe manufacturer. ' 2. Cure joint a minimum of one hour before applying any external stress on the piping and at least twenty four (24) hours before placing the joint under water pressure. C. Threaded Joints for Plastic Pipes: 1. Use Teflon tape on the threaded PVC fittings except where Marlex fittings are used. 2. Use strap -type friction wrench only. Do not use metal jawed wrench. 3. When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Teflon tape or equal upon approval. D. Threaded Joints for Galvanized Steel Pipes: 1. Factory -made nipples shall be used wherever possible. Field -cut threads in pipes will be permitted only where absolutely necessary; when field threading, cut threads accurately on axis with sharp dies. 2. Use pipe joint compound to make threads only. E. Laying of Pipe: 1. Pipes shall be bedded in at least two (2") inches of finely divided material with no rocks or clods over one (1") inch diameter to provide a uniform bearing. 2. Pipe shall 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. 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 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. 3.8 BALL VALVES Group valves together and locate in planted areas where possible. Box shall be flush with finish !fie• 3.9 IRRIGATION CONTROL VALVES Install control valves in valve boxes and group together where practical. Place no closer than twelve (IT') inches to walk edges, buildings and walls. Valve boxes shall be flush with finish grade. 03876503 IRRIGATION SYSTEMS 02810 -12 09l03 3.10 SPRINKLER HEADS A. Place part -circle rotary pop-up sprinkler heads twelve (IT) 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. B. Install all spray heads on a cut off nipple. 3.11 QUICK COUPLING VALVES Quick coupling valves shall be installed on a swing joint assembly. 3.12 AUTOMATIC CONTROLLER A. Install per local code and manufacturer's latest printed instructions. B. Connect remote control valves to controller in sequence approved by Owner. C. Affix controller name (i.e. "Controller A") on inside of controller cabinet door with letters minimum of one (1") inch high. Affix a non -fading copy of irrigation diagram to cabinet door.below controller name. Irrigation diagram to be sealed between two sheets of 20 mil (minimum) plastic. Irrigation diagram shall be a reduced copy of the as -built drawing and shall show clearly all valves operated by the controller, showing station number, valve size, and type of vegetation irrigated. 3.13 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. Tie wires in bundles at ten (101) foot intervals. B. Control wire splices at remote control valves to be crimped and sealed with specified splicing materials. Line splices will be allowed only on runs of more than 500 feet. Line splices to be Marconi -type taped and sealed with Scotchkote sealer. C. Install a minimum of one (2) extra control wire in a unique color to the control valve located the greatest distance from the controller in both directions and label each end blank. 3.14 CLOSING OF PIPE AND FLUSHING OF LINES A. Cap or plug all openings as soon as lines have been installed to prevent entrance of materials that would obstruct the pipe. Leave in place until removal is necessary for completion of installation. B. Thoroughly flush out all water lines before installing heads, valves and other hydrants. C. Test as specified. D. Upon completion of testing, complete assembly and adjust sprinkler heads for proper distribution. E. All sprinkler heads and quick coupling valves shall be set perpendicular to finished grades unless otherwise specified. Sprinkler heads adjacent to existing walls, curbs and other paved areas, shall be set to grade. Sprinkler heads which are to be installed in lawn areas where the turf has not yet been established shall be set one (1") inch above the proposed finish grade. Heads installed in this manner will be lowered to grade when the turf is sufficiently established to allow walking on it without appreciable destruction. Such lowering of heads shall be done by this Contractor as part of the original contract with no additional cost to the Owner. 03876503 IRRIGATION SYSTEMS 02810 - 13 09/03 3.15 TESTING A. Make hydrostatic tests when welded PVC joints have cured as per manufacturer's instructions. 1. Pressurized Mains: a. Completely install mains, isolation valves and control valves. Do not install laterals. b. Open all isolation valves. C. Fill all lines with water and shut off at meter. d. Pressurize the main with air to 70 psi. Monitor gauge for pressure loss for four (4) hours. Maximum loss allowable 3 P.5.1. in 4 hours. e. Leave lines and fittings exposed throughout testing period. f. Leaks resulting from tests shall be repaired and tests repeated until.the system passes. g. Test all isolation valves for leakage 2. Non -Pressure Laterals: a. Test piping after laterals and risers are installed and system is fully operational. b. Leave trenches open to detect possible leaks. B. Submit written requests for inspections to the Owner at least forty eight (48) hours prior to anticipated inspection date. 3.16 BACKFILL AND COMPACTING A. After system is operating and required tests and inspections have been made, backfill excavations and trenches with clean soil, free of debris. B. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to minimum ninety five (95%) percent density under pavements, eighty five (85%) percent under planted areas. C. Compact trenches in areas to be planted by thoroughly flooding the backfill. Jetting process may be used in those areas. D. Dress off all areas to finish grades. 3.17 COMMISSIONING A. Starting Procedures: Follow manufacturer's written procedures. If no procedures are prescribed by manufacturers, proceed as follows: 1. Verify that specialty valves and their accessories have been installed correctly and operate correctly. 2. Verify that specified tests of piping are complete. 3. Check that sprinklers and devices are correct type. " 4. Check that damaged sprinklers and devices have been replaced with new materials. 5. Check that potable water supplies have correct type backflow preventers. 6. Energize circuits to electrical equipment and devices. 7. Adjust operating controls. B. Operational Testing: Perform operational testing after hydrostatic testing is completed, backfill is in place, and sprinklers are adjusted to final position. 3.18 DEMONSTRATION A. Demonstrate to Owner that system meets coverage requirements and that automatic E controls function properly. - 03876503 IRRIGATION SYSTEMS 02810 -14 09/03 `•t. Demonstrate to Owner's maintenance personnel operation of equipment, sprinklers, specialties, and accessories. Review operating and maintenance information. C. Provide 7 days' written notice in advance of demonstration. 3.19 GUARANTEE The Contractor shall warrant all materials and workmanship for (one (1) year from Final Acceptance). . 3.20 CLEAN UP Clean up and remove all debris from the entire work area. prior to Final Acceptance to satisfaction . of Owner. END OF SECTION 02810 03876503 IRRIGATION SYSTEMS 02810 - 15 09/03 C-- ---.d SECTION 02920 LAWNS AND GRASSES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Seeding. 2. Sodding. 3. Lawn renovation. 1.3 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. C. Turfgrass Sod Type: Identifying source, including name and telephone number of supplier. D. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. E. Qualification Data: For landscape Installer. F. Material Test Reports: For existing surface soil and imported topsoil. G. Planting Schedule: Indicating anticipated planting dates for each type of planting. L r 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer with three years previous experience of size and scope commensurate with this project and whose work has resulted in successful lawn establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 03876503 LAWNS AND GRASSES 02920 -1 06/03 B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for lawn growth. State recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce a satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.6 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers: Notify Landscape Architect of seed delivery to site before containers are opened. B. Sod: Harvest, deliver, store and handle sod according to requirements in TPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.7 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. April 15th to September 15th. 2. Overseeding — Annual Rye Grass a. If the bermuda sod cannot be established by September 15, 2003, lawn areas are to be over -seeded with annual rye grass at a rate of 4-lbs/1,000sf. If this required, the contractor shall maintain the annual grass lawn, as needed, including, but not limited to irrigation, mowing to maintain a maximum height of 3", and edging , as required. b. This annual rye grass maintenance shall be considered as a separate item from the 90-day maintenance period specified for the bermuda sod grass. C. The Contractor shall apply a minimum of two applications of Roundup to the annual rye grass between in early spring in preparation for sod installation. The two applications should be separated by a period of 10-14 days and contractor should notify the LA of the schedule of Roundup application. d. After sufficient annual grass kill has been verified by the Landscape Architect, lawn areas should be tilled to a depth of 2"-3" prior to installing the Tifton bermuda sod as specified. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. 03876503 LAWNS AND GRASSES 02920 - 2 :r 06/03 - 1.8 LAWN MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until acceptable lawn is established, but for not less than the following periods: 1. Sodded Lawns: 90 days from date of Substantial Completion. a. The sodded turf maintenance period will temporarily suspend October 31, 2003 and will resume April 15, 2004. Contractor will be responsible for a total of 90 days maintenance period during the two growing seasons if so required by the schedule of the project. B. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn. 1. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch. Anchor as required to prevent displacement. C. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep lawn uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water lawn at a minimum rate of 1 inch per week. D. Mow lawn as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay, mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: I., Mow grass 1 to 2 inches high. E. Lawn Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. PART 2 - PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds for purity and germination tolerances. B. Seed Species: State -certified seed of grass species, as follows: C. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Annual Ryegrass (Lolium multiflorum). 2.2 TURFGRASS SOD A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Joumal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Tifton 419 Bermudagrass (Cynodon dactylon "Tifton 419"). 03876503 LAWNS AND GRASSES 02920 - 3 06/03 2.3 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 2 percent organic material content; free of stones 1 inch or larger in any dimension and other extraneous materials harmful to plant growth. 1. Topsoil Source: Amend existing in -place surface soil to produce topsoil as reco mmended by Y the soil analysis. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. Surface soil may be supplemented with imported or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from playa lake areas. 2.4 INORGANIC SOIL AMENDMENTS A. The following inorganic soil amendments are to be added in portions recommended by the topsoil analysis and/or as per instructions on the plans: 1. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum 99 percent passing through No.6 sieve and a maximum 10 percent passing through No. 40 sieve. 2. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. 3. Aluminum Sulfate: Commercial grade, unadulterated. 4. Perlite: Horticultural perlite, soil amendment grade. 5. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. 6. Sand: Clean, washed, natural or manufactured, free of toxic materials. 7. Diatomaceous Earth: Calcined, diatomaceous earth, 90 percent silica, with approximately 140 percent water absorption capacity by weight. 8. Zeolites: Mineral clinoptilolite with at least 60 percent water absorption by weight. 2.5 ORGANIC SOIL AMENDMENTS A. The following inorganic soil amendments are to be added in portions recommended by the topsoil analysis and/or as per instructions on the plans: 1. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch sieve; soluble salt content of 5 to 10 decisiemenslm; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: a. Organic Matter Content: 50 to 60 percent of dry weight. 2. Peat: Finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat, or reed -sedge peat and having a water - absorbing capacity of 1100 to 2000 percent. 3. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture, free of chips, stones, sticks, soil, or toxic materials. LJ a. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with at least 0.15 lb of ammonium nitrate or 0.25 lb of ammonium bark. _ 1 sulfate per cubic foot of loose sawdust or ground 4. Manure: Well -rotted, unleached, stable or cattle manure containing not more than - 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 03876503 LAWNS AND GRASSES 02920 - 4 t'•0ltX, 2.6 `PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.7 FERTILIZER A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. B. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended -in soil reports from a qualified soil -testing agency. 2.8 MULCHES A. Straw Mulch: Provide air-dry, clean, mildew- and seed -free, salt hay or threshed straw of wheat, rye, oats, or barley. 2.9 PLANTING SOIL MIX A. Planting Soil Mix: Mix topsoil with soil amendments and fertilizers in portions recommended by the topsoil analysis and/or as per instructions on the plans. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive lawns and grass for compliance with. requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 LAWN PREPARATION y A. Limit lawn subgrade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply fertilizer directly to subgrade before loosening. 2. Thoroughly blend planting soil mix off -site before spreading or spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. a. Delay mixing fertilizer with planting soil if planting will not proceed within five days. �1 03876503 LAWNS AND GRASSES 02920 - 5 06/03 3. Spread planting soil mix to a depth of 6 inches but not less than required to meet finish grades after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. a. Spread approximately one-half the thickness of planting soil mix over loosened subgrade. Mix thoroughly into top 4 inches of subgrade. Spread remainder of planting soil mix. C. Unchanged Subgrades: If lawns are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations, prepare surface soil as follows: 1. Remove existing grass, vegetation, and turf. Do not mix into surface soil. 2. Loosen surface soil to a depth of at least of 6 inches. Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 4 inches of soil. Till soil to a homogeneous mixture of fine texture. a. Apply fertilizer directly to surface soil before loosening. 3. Remove stones larger than 1 inch in any dimension and sticks, roots, trash, and other extraneous matter. 4. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property- D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.4 SEEDING A. Contractor may sow seed by spreader, seeding machine or by hydroseeding. If hydroseeding is selected, see Hydroseeding section 3.6 for specifications. 3.5 SODDING A. Lay sod within 24 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering 'sod and adjacent grass. 1. Lay sod across angle of slopes exceeding 1:3. 3.6 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. Apply mulch at a minimum rate of 1500-lb/acre dry weight but not less than the rate required to obtain specified seed -sowing rate. 03876503 LAWNS AND GRASSES 02920 - 6 .4 �t 06/03_ 3.7 3.8 3. Apply slurry uniformly to all areas to be seeded in a two-step process. Apply first slurry application at a minimum rate of 500-lb/acre dry weight but not less than the rate required to obtain specified seed -sowing rate. Apply slurry cover coat of fiber mulch at a rate of 1000 lb/acre. LAWN RENOVATION A. Renovate existing lawn. B. Renovate existing lawn damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is , required. C. Remove sod.and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. D. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. E. Mow, dethatch, core aerate, and rake existing lawn. F. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. G. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. H. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. I. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. J. Apply seed and protect with straw mulch as required for new lawns. K. Water newly planted areas and keep moist until new lawn is established. SATISFACTORY LAWNS A. _ Satisfactory Seeded Lawn: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory Sodded Lawn: At end of maintenance period, a healthy, well -rooted, even -colored, viable lawn has been established, free of weeds, open joints, bare areas and surface irregularities. C. Reestablish lawns that do not comply with requirements and continue maintenance until lawns are satisfactory. 3.9 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by lawn work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period. END OF SECTION 02920 03876503 LAWNS AND GRASSES 02920 - 7 06/03 No Text SECTION 02930 EXTERIOR PLANTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Trees. 2. Shrubs. 3. Ground cover. 4. Plants. 1.3 DEFINITIONS A. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which they are grown, with ball size not less than diameter and depth recommended by ANSI Z60.1 for type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum -laced as recommended by ANSI Z60.1. B. Balled and Potted Stock: Exterior plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by ANSI Z60.1 for type and size of exterior plant required. C. Container -Grown Stock: Healthy, . vigorous, well -rooted exterior plants grown in a container with well -established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for kind, type, and size of exterior plant required. D. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted exterior plants established and grown in -ground in a porous fabric bag with well -established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by ANSI Z60.1 for type and size of exterior plant. E. Finish Grade: Elevation of finished surface of planting soil. F. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. G. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. H. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill, before placing planting soil. 1.4 SUBMITTALS A. Samples for Verification: For each of the following: 1. One bag cypress mulch for Landscape Architect's approval. B. Topsoil Analysis: For existing surface soil and imported topsoil. C. Planting Schedule: Indicating anticipated planting dates for exterior plants. 03876503 EXTERIOR PLANTS 02930 -1 06/03 s D. All plants for planting plan as located and selected by the Landscape Contractor at a i nursery, place of supply, or site within a 30-mile radius of the existing project. Plants will be submitted to Landscape Architect for approval before delivering to project site. If the Contractor wants plants approved beyond 30 miles from the project site, he will pay for the Landscape Architect's time and travel expenses as required. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer with three years previous of size and scope commensurate with this project and whose work has resulted experience in successful establishment of exterior plants. 1. ' Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when exterior planting is in progress. B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating percentages of organic matter, gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for plant growth. State recommended quantities of m nitrogen, phosphorus, and potash nutrients and soil amendments to be added to Produce a satisfactory topsoil. D. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with applicable requirements in ANSI Z60.1, "American Standard for Nursery Stock" and any additional comments listed on the plans. 1. Approval of exterior plants will be made by Landscape. Architect, who will observe plants at their place of growth, supplier, or remote site before delivery to the project E. site. Tree and Shrub Measurements: Measure according to ANSI Z60.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper measurements 6 inches above ground for trees up to 4-inch caliper size, and 12 inches above ground for larger sizes. Measure main body of tree or shrub for height and spread; F. do not measure branches or roots tip -to -tip. Observation: Landscape Architect may observe trees and shrubs at place of growth, supplier, or remote site within 30 miles of the project site before planting for compliance with requirements for genus, species, variety, size, and quality. Landscape Architect retains right to observe trees and shrubs further for size and condition of balls. and root systems, insects, injuries, and latent defects and to -reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site and supply acceptable material at .no additional cost. 1. Notify Landscape Architect of availability of planting materials for approval fourteen days in advance of delivery to site. G. Preinstallation Conference: Conduct conference at . Project site to comply with 11 requirements in Division 1 Section "Project Management and Coordination. 03876503 EXTERIOR PLANTS 02930 - 2 r, 06/03 -t 1:6ELIVERY, STORAGE, AND HANDLING A. Deliver exterior plants to site in a healthy and stable condition with no damage or injuries. B. Do not prune trees and shrubs before delivery, except as approved by Landscape Architect. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery. C. Handle planting stock by root ball. Do not strap tree trunks for loading, unloading or planting. D. Deliver exterior plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set exterior plants trees in shade, protect from weather and mechanical damage, and keep roots moist. 1. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 2. Do not remove container -grown stock from containers before time of planting. 3. Water root systems of exterior plants stored on -site with a fine -mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.7 COORDINATION A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Trees and shrubs may be planted form September 1 to May 1. 2. Groundcovers, perennials and ornamental grasses may be planted from April 15th to May 31 st. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. Coordination with Lawns: Plant trees and shrubs after finish grades are established and before planting lawns, unless otherwise acceptable to Landscape Architect. 1. When planting trees and shrubs after lawns, protect lawn areas and promptly repair damage caused by planting operations. 1.8 WARRANTY A. Special Warranty: Warrant the following exterior plants, for the warranty period indicated, against defects including death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, or abuse by Owner, or incidents that are beyond Contractor's control 1. Warranty Period for Trees and Shrubs: One year from date of Substantial .: Completion. 2. Warranty Period for Ground Cover, Perennials and Ornamental Grasses: One year from date of Substantial Completion. 3. Remove dead exterior plants as directed by Landscape Architect. Replace immediately unless required to plant in the succeeding planting season. 4. Replace exterior plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. 5. A limit of one replacement of each exterior plant will be required, except for losses or replacements due to failure to comply with requirements. 03876503 EXTERIOR PLANTS 02930 - 3 .a'' 06/03 a 1.9 MAINTENANCE A. Trees and Shrubs: Maintain for the following maintenance period by pruning, cultivating, watering, weeding, fertilizing, restoring planting saucers, tightening and repairing stakes and guy supports, and resetting to proper grades or vertical position, as required to establish healthy, viable plantings. Spray as required to keep trees and shrubs free of insects and disease. Restore or replace damaged tree wrappings. 1. Maintenance Period: One year from date of Substantial Completion. Remove all tree staking from trees one year from Substantial Completion. B. Ground Cover and Plants: Maintain for the following maintenance period by watering, weeding, fertilizing, and other operations as required to establish healthy, viable plantings: 1. ' Maintenance Period: One year from date of Substantial Completion. 2. Nut Sedge Control: Apply. "Pennant" pre -emergent herbicide to all planted areas according to manufacturer's label directions. Apply "Manage" post -emergent herbicide according to manufacturer's label directions to control nut sedge during the one-year maintenance period, as required. PART 2 - PRODUCTS 2.1 TREE AND SHRUB MATERIAL A. General: Furnish nursery -grown trees and shrubs complying with ANSI Z60.1, with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Grade: Provide trees and shrubs of sizes and grades complying with ANSI Z60.1 for type of trees and shrubs required. Trees and shrubs of a larger size may be used if acceptable to Landscape Architect, with a proportionate increase in size of roots or balls. C. Label each tree and shrub with securely attached, waterproof tag bearing legible designation of botanical and common name. Do not remove tags from plants until Substantial Completion. D. Label at least one tree and one shrub of each variety and caliper with a securely attached, waterproof tag bearing legible designation of botanical and common name. E. If formal arrangements or consecutive order of trees or shrubs is shown, select stock for uniform height and spread, and number label to assure symmetry in planting. 2.2 TREES A. Trees: Single -stem trees unless specified differently on plans, with straight trunk, well-balanced crown, and intact leader, of height and caliper indicated, complying with ANSI Z60.1 for type of trees required. 1. Provide balled and burlapped, balled and potted, container -grown or fabric bag -grown trees. 2. Branching Height: One-third to one-half of tree height or as specified on drawings. 2.3 DECIDUOUS SHRUBS A. Form and Size: Deciduous shrubs with not less than the minimum number of canes required by and measured according to ANSI Z60.1 for type, shape, and height of shrub. 1. Provide balled and burlapped, balled and potted, container -grown or fabric bag -grown deciduous shrubs. . 03876503 EXTERIOR PLANTS 02930 - 4 06103 2.4 BROADLEAF EVERGREENS A. Form and Size: Normal -quality, well-balanced, broadleaf spread, and shape required, complying with ANSI Z60.1. 1. Provide balled and burlapped, balled and potted, bag -grown trees. 2.5 GROUND COVER PLANTS evergreens, of type, height, container -grown or fabric A. Ground Cover: Provide ground cover of species indicated, established and well rooted in pots or similar containers, and complying with ANSI Z60.1. 2.6 PLANTS 2.7 A. Annuals: Provide healthy, disease -free plants of species and variety shown or listed. Provide only plants that are acclimated to outdoor conditions before delivery and that are in bud but not yet in bloom. B. Perennials: Provide healthy, field -grown plants from a commercial nursery, of species and variety shown or listed. C. Fast -Growing Vines: Provide vines of species indicated complying with requirements in ANSI Z60.1 as follows: 1. Two-year plants with heavy, well -branched tops, with not less than 3 runners 18 inches or more in length, and with a vigorous well -developed root system. 2. Provide field -grown vines. Vines grown in pots or other containers of adequate size and acclimated to outside conditions will also be acceptable. D. Ornamental Grasses: Provide healthy, fully and consistently green, field -grown plants from a commercial nursery, of species and variety shown or listed. TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 2 percent organic material content; free of stones 1 inch or larger in any dimension and other extraneous materials harmful to plant growth. 1. Topsoil Source: Amend existing in -place surface soil to produce topsoil as recommended by the topsoil analysis. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. . a. Surface soil may be supplemented with imported or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from playa lake areas. b. Incorporate "Pennant' pre -emergent herbicide according to manufacturer's label directions in all areas where topsoil is supplied or amended in place for planting. 03876503 EXTERIOR PLANTS 02930 - 5 °' 06l03 2.8 INORGANIC SOIL AMENDMENTS A. Planting Soil Mix: Mix topsoil with soil amendments and fertilizers in portions recommended by the topsoil analysis and as per instructions on the plans. B. The following inorganic soil amendments are to be added in portions recommended by the topsoil analysis and/or as per instructions on the plans. 1. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum 99 percent passing through No.6 sieve and a maximum 10 percent passing through No. 40 sieve. 2. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. 3. Aluminum Sulfate: Commercial grade, unadulterated. 4. Perlite: Horticultural perlite, soil amendment grade. 5. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. 6. Sand: Clean, washed, natural or manufactured, free of toxic materials. 7. Diatomaceous Earth: Calcined, diatomaceous earth, 90 percent silica, with approximately ,140 percent water absorption capacity by weight. 8. Zeolites: Mineral clinoptilolite with at least 60 percent water absorption by weight. 2.9 ORGANIC SOIL AMENDMENTS A. Planting Soil Mix: Mix topsoil with soil amendments and fertilizers in portions recommended by the topsoil analysis and as per instructions on the plans. B. The following inorganic soil amendments are to be added in portions recommended by the topsoil analysis and/or as per instructions on the plans. 1. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5,5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: a. Organic Matter Content: 50 to 60 percent of dry weight. b. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. 2. Peat: Finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat, or reed -sedge peat and having a water - absorbing capacity of 1100 to 2000 percent. 3. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture, free of chips, stones, sticks, soil, or toxic materials. a. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with at least 0.15 lb of ammonium nitrate or 0.25 lb of ammonium sulfate per cubic foot of loose sawdust or ground bark. 4. Manure: Well -rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.10 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water - insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. j 03876503 EXTERIOR PLANTS 02930 - 6 06/03 2.11 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: 1. Type: Shredded hardwood or ground or shredded bark. 2.12 STAKES AND GUYS A. Upright and Guy Stakes: Rough -sawn, sound, new hardwood, redwood, or pressure -preservative -treated softwood, free of knots, holes, cross grain, and other defects, 3 by 3 inches minimum by length indicated, pointed at one end. B. Guy and Tie Wire: ASTM A 641/A 641M, Class 1, galvanized -steel wire, 2-strand, twisted, 0.106 inch in diameter. C. Guy Cable: 5-strand, 3/16-inch- diameter, galvanized -steel cable, with zinc -coated turnbuckles, a minimum of 3 inches long, with two 3/8-inch galvanized eyebolts. D. Hose Chafing Guard: Reinforced rubber or plastic hose at least 1/2 inch in diameter, cut to. lengths required to protect tree trunks from damage. E. Flags: Standard surveyor's plastic flagging tape, yellow, 6 inches long. 2.13 MISCELLANEOUS PRODUCTS A. Antidesiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. B. Trunk -Wrap Tape: Two layers of crinkled paper cemented together with bituminous material, 4-inch- wide minimum, with stretch factor of 33 percent. 2.14 PLANTING SOIL MIX A. Planting Soil Mix: Mix topsoil with soil amendments and fertilizers - in portions recommended by the topsoil analysis and as per instructions on the plans. PART 3 - EXECUTION 1 3.1 EXAMINATION A. Examine areas to receive exterior plants for compliance with requirements and conditions affecting installation and performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, and lawns and existing exterior plants from damage caused by planting operations. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Lay out individual tree and shrub locations and areas for multiple exterior plantings. Stake locations, outline areas, adjust locations when requested, and obtain Landscape Architect's acceptance of layout before planting. Make minor adjustments as required. D. Lay out exterior plants at locations directed by Landscape Architect. Stake locations of individual trees and shrubs and outline areas for multiple plantings. 03876503 EXTERIOR PLANTS 02930 - 7 06/03 3.3 3.4 E. Apply antidesiccant to trees and shrubs using power spray to provide an adequate film over trunks, branches, stems, twigs, and foliage to protect during digging, handling, and transportation. 1. If deciduous trees or shrubs are moved in full leaf, spray with antidesiccant at nursery before moving and again two weeks after planting. PLANTING BED ESTABLISHMENT A. Loosen subgrade of planting beds to a minimum depth of 12 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. L' ' Apply fertilizer directly to subgrade before loosening. 2. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. a. Delay mixing fertilizer with planting soil if planting will not proceed within five days. 3. Spread planting soil mix to specified depths, but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. a. Spread approximately one-half the thickness of planting soil mix over loosened subgrade. Mix thoroughly into top 4 inches of subgrade. Spread remainder of planting soil mix. B. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. C. Restore planting beds if eroded or otherwise disturbed after finish grading and before planting. TREE AND SHRUB EXCAVATION A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center area raised slightly to support root ball and assist in drainage. Do not further disturb base. Scarify sides of plant pit smeared or smoothed during excavation. 1. Excavate approximately 1.5 times as wide as ball diameter for balled and burlapped, balled and potted, container -grown and fabric bag -grown stock. B. Subsoil removed from excavations may be used as backfill. C. Obstructions: Notify Landscape Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. 1. Hardpan Layer: Drill 6-inch- diameter holes into free -draining strata or to a depth of 10 feet, whichever is less, and backfill with free -draining material. D. Drainage: Notify Landscape Architect if subsoil conditions evidence unexpected water seepage or retention in tree or shrub pits. E. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 03876503 EXTERIOR PLANTS 02930 - 8 !" > 06/03- 3.5 TREE AND SHRUB PLANTING A. Set balled and burlapped stock plumb and in center of pit or trench with top of root ball 1 inch above adjacent finish grades. 1. Remove burlap and wire baskets from tops of root balls and partially from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. B. Set balled and potted and container -grown stock plumb and in center of pit or trench, with top of root ball 1 inch above adjacent finish grades. 1. Carefully remove root ball from container without damaging root ball or plant. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. C. Set fabric bag -grown stock plumb and in center of pit or trench with top of root ball 1 inch above adjacent finish grades. 1. Carefully remove root ball from fabric bag without damaging root ball or plant. Do not use planting stock if root ball is cracked or broken before or during planting operation. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after. placing and tamping final layer of planting soil mix. D. Organic Mulching: Apply 2-inch average thickness of organic mulch extending 12 inches beyond edge of planting pit or trench. Do not place mulch within 6 inches of trunks or stems. E. Wrap trees of 2-inch caliper and larger with trunk -wrap tape. Start at base of trunk and spiral cover trunk to height of first branches. Overlap wrap, exposing half the width, and securely attach without causing girdling. Inspect tree trunks for injury, improper pruning, and insect infestation; take corrective measures required before wrapping. 3.6 TREE AND SHRUB PRUNING A. Prune, thin, and shape trees and shrubs as directed by Landscape Architect. B. Prune, thin, and shape trees and shrubs according to standard horticultural practice. Prune trees to retain required height and spread. Unless otherwise indicated by Landscape Architect, do not cut tree leaders; remove only injured or dead branches from flowering trees. Prune shrubs to retain natural character. Shrub sizes indicated are sizes after pruning. rif 03876503 EXTERIOR PLANTS 02930 - 9 06103 3.7 GUYING AND STAKING A. Upright Staking and Tying: Stake'trees of 1- through 5-inch caliper. Stake trees of less than 1-inch caliper only as required to prevent wind tip -out. Use a minimum of 2 stakes of length required to penetrate at least 18 inches below bottom of backfilled excavation and to extend at least 72 inches above grade. Set vertical stakes and space to avoid penetrating root balls or root masses. Support trees with two strands of tie wire encased in hose sections at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. Use the number of stakes as follows: 1. Use 2 stakes for trees up to 12 feet high and 2-1/2 inches or less in caliper, 3 stakes for trees less than 14 feet high and up to 5 inches in caliper. Space stakes equally around trees. 3.8 GROUND COVER AND PLANT PLANTING A. Set out and space ground cover and plants as indicated. B. Dig holes large enough to allow spreading of roots, and backfill with planting soil. C. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. D. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. E. Protect plants from hot sun and wind; remove protection if plants show evidence, of recovery from transplanting shock. 3.9 PLANTING BED MULCHING A. Mulch backfilled surfaces of planting beds and other areas indicated. 1. Organic Mulch: Apply 2-inch average thickness of organic mulch, and finish level with adjacent finish grades. Do not place mulch against plant stems. 3.10 CLEANUP AND PROTECTION A. During exterior planting, keep adjacent pavings and construction clean and work area in an orderly condition. B. Protect exterior plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged exterior planting. 3.11 DISPOSAL A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. END OF SECTION 02930 03876503 EXTERIOR PLANTS 02930 -10 06/03 SECTION 03300 CAST -IN -PLACE CONCRETE PART1-GENERAL 1.1 SUMMARY A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. C. Shop Drawings: For steel reinforcement and formwork. 1.3 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing, ready -mixed concrete products and that complies with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." B. ACI Publications: Comply with the following unless modified by' requirements in the Contract Documents: 1. ACI 301, "Specification for Structural Concrete," Sections 1 through 5. 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." PART 2 - PRODUCTS 2.1 FORM FACING MATERIALS A. Smooth Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. B. Rough Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Plain -Steel Welded Wire Reinforcement: ASTM A 185, plain, fabricated from as -drawn steel wire into flat sheets. C. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire or plastic, according to CRSI's "Manual of Standard Practice." 03876503 CAST -IN -PLACE CONCRETE 03300 - 1 �_ 06/03 i 2.3 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I/II. Supplement with the following: a. Fly Ash: ASTM C 618, Class C. B. Normal -Weight Aggregates: ASTM C 33, graded, 1-inch nominal maximum coarse - aggregate size. 1. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Water: ASTM C 94 and potable. D. Air -Entraining Admixture: ASTM C 260. E. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water -Reducing Admixture: ASTM C 494, Type A. 2. . Retarding Admixture: ASTM C 494, Type B. 3. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 4. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. 5. High -Range, Water -Reducing and Retarding Admixture: ASTM C 494, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017, Type IL F. Synthetic Fiber: fibrillated polypropylene fibers engineered and designed for use in concrete pavement, complying with ASTM C 1116, Type III, 1/2 to 1-1/2 inches long. 2.4 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film- forming, manufactured for application to fresh concrete. B. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. 2.5 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber or ASTM D 1752, cork or self -expanding cork. 2.6 CONCRETE MIXTURES A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. B. Proportion normal -weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 1 2. Maximum Water-Cementitious Materials Ratio: 0.40. ' 3. Slump Limit: 5 inches. 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery. 5. Synthetic Fiber: Uniformly disperse in concrete � mixture at manufacturer's recommended rate, but not less than 1.5 lb/cu. Yd. 2.7 FABRICATING REINFORCEMENT A: Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." i 03876503 CAST -IN -PLACE CONCRETE 03300 - 2 06/03 A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94 and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork according to ACI301 to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Chamfer exterior comers and edges of permanently exposed concrete. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 3.3 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 3.4 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8-inch- wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs -on -Grade: After removing formwork, install joint -filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 03876503 CAST -IN -PLACE CONCRETE 03300 - 3 G ' 06/03 3.5 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no. new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. C. Cold -Weather Placement: Comply with ACI 306.1. D. Hot -Weather Placement: Comply with ACI 301. 3.6 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed -surface irregularities. 1. Apply to concrete surfaces not exposed to public view. B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed -surface irregularities. 1. Apply to concrete surfaces exposed to public view, to receive a rubbed finish, to be covered with a coating or covering material applied directly to concrete. C. Rubbed Finish: Apply the following to smooth -formed finished as -cast concrete where indicated: 1. Smooth -Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.7 FINISHING FLOORS AND SLABS A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 3.8 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot - temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 301 for hot - weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot,_ dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing Ioperations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing.._ 03876503 CAST -IN -PLACE CONCRETE 03300 - 4 j 06/03- C. Cure concrete according to ACI 308.1, by of the following methods: 1. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3.9 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. 3.10 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. 1. Testing Services: Tests shall be performed according to ACI 301. END OF SECTION 03300 03876503 CAST -IN -PLACE CONCRETE 03300 - 5 06/03 No Text SECTION 04211 BRICK UNIT MASONRY PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1- General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Face Brick. B. Mortar and pointing mortar. C. Grout for masonry. D. Reinforcement, anchorage, and accessories. 1.3 RELATED SECTIONS A. Section 01400 - Quality Control: 01410 - Testing Laboratory Services: Testing laboratory services. B. Section 05500 Metal Fabrications: Loose steel lintels, Ifabricated steel items, land) C. Section 07900 - Joint Sealers: Rod and sealant at control and expansion joints. 1.4 REFERENCES A. ACI 530 - Building Code Requirements for Masonry Structures. B. ASTM A82 - Cold -Drawn Steel Wire for Concrete Reinforcement. C. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. D. ASTM A525 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process. E. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. F. ASTM A641 - Zinc -Coated (Galvanized) Carbon Steel Wire. G. ASTM C5 - Quicklime for Structural Purposes. H. ASTM C62 - Building Brick (Solid Masonry Units Made From Clay or Shale). I. ASTM C94 - Ready -Mixed Concrete. J. ASTM C144 - Aggregate for Masonry Mortar. K. ASTM C150 - Portland Cement. L. ASTM C207 - Hydrated Lime for Masonry Purposes. M. ASTM C216 - Facing Brick (Solid Masonry Units Made From Clay or Shale). N. ASTM C270 - Mortar for Unit Masonry. O. ASTM C404 - Aggregates for Masonry Grout. P. ASTM C476 - Grout for Masonry. Q. ASTM C652 - Hollow Brick (Hollow Masonry Units Made From Clay or Shale). R. ASTM C780 - Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. S. ASTM C1019 - Method of Sampling and Testing Grout. T. ASTM C1072 - Method for Measurement of Masonry Flexural Bond Strength. 03876503 BRICK UNIT MASONRY 04211 - 1 06/03 U. ASTM E447 - Test Methods for Compressive Strength of Masonry Prisms. V. ASTM E518 - Test Method for Flexural Bond Strength of Masonry. W. HVHAC - International Masonry Industry All -Weather Council: Recommended Practices and Guide Specification for Cold Weather Masonry Construction. X. IMIAC - International Masonry Industry All -Weather Council: Recommended Practices and Guide Specification for Hot Weather Masonry Construction. 1.5 SUBMITTALS A. Shop Drawings 1. Indicate bars sizes, spacings, locations, reinforcement quantities, bending and cutting schedules, supporting and spacing devices for reinforcement, accessories. B. Product Data 1. Provide data for masonry units and fabricated wire reinforcement. 2. Manufacturer's Installation Instructions: Indicate special procedures, positioning of reinforcement, perimeter conditions requiring special attention. 3. Include design mix complying with the Property specification of ASTM C270, required environmental conditions, and admixture limitations. 4. Design Data: Indicate required mortar strength, masonry unit assembly strength in all planes, supportive test data. C. Samples 1. Samples: Submit four samples of each type of face brick, and solid brick units to illustrate color, texture and extremes of color range. 2. Submit two samples of mortar, illustrating mortar color and color range. D. Reports 1. Submit reports on mortar indicating conformance of mortar to property requirements of ASTM C270 component mortar materials to requirements of ASTM C270 and test and evaluation reports to ASTM C780. 2. Submit reports on grout indicating conformance of component grout materials to requirements of ASTM C476 and test and evaluation reports to ASTM C1019. E. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with ACI 530 and ACI 530.1. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum 5 years documented experience. 1.8 REGULATORY REQUIREMENTS A. Conform to applicable code for masonry construction 1.9 MOCKUP A. Provide mockup of masonry under provisions of Section. 03876503 BRICK UNIT MASONRY 04211 - 2 `t 06/03 B. Construct a masonry wall into a panel sized 8 feet by 6 feet high, which includes mortar and accessories, structural backup, weeps, water repellent coating specified in Section 07181 - WATER REPELLENTS, joint sealant specified in Section 07900 - JOINT SEALANTS. C. Locate where directed. D. Mockup may not remain as part of the Work. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Accept units on site. Inspect for damage. C. Maintain packaged materials clean, dry, and protected against dampness, fteeiing, and foreign matter. 1.11 ENVIRONMENTAL REQUIREMENTS A. Cold Weather Requirements: Maintain materials and surrounding air temperature to minimum 40 degrees F prior to, during, and 48 hours after completion of masonry work. B. Hot Weather Requirements: Maintain materials and surrounding air temperature to maximum 90 degrees F (32 degrees C) prior to, during, and 48 hours after completion of masonry work. 1.12 COORDINATION A. Coordinate work under provisions of Section 01300. 1.13 EXTRA MATERIALS A. Submit under provisions of Section 01700. B. Provide 50 of each size, color, and type of units. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Brick Units 1. Kansas Brick & Tile Co. B. Portland Cement, Masonry Cement, and Lime 1. Essroc Materials, Inc. 2. Glen-Gery Corporation. 3. Lafarge Corporation. 4. Lehigh Portland Cement Co. 5. Riverton Corporation. C. Mortar Pigments 1. Davis Colors. 2. Lafarge Corporation. 3. Solomon Grind -Chem Services, Inc. D. Joint Reinforcement, Ties, and Anchors 1. Dur-O-Wal, Inc. 2. Heckman Building Products, Inc. 3. Hohmann & Barnard, Inc. 03876503 BRICK UNIT MASONRY 04211 - 3 06/03 i 4. Masonry Reinforcing Corp. of America. 5. National Wire Products Industries. 6. Southern Construction Products. E. Admixtures 1. Integral CMU Water Repellent a. W.R. Grace & Co. b. Master Builders, Inc. C. Addiment, Inc. 2. Cold -Weather Admixture a. Euclid Chemical Co. b. W.R. Grace & Co. 3. Water -Repellent Admixture a. W.R. Grace & Co. b. Master Builders, Inc. C. Addiment, Inc. 2.2 BRICK UNITS A. Face Brick 1. Conformance: ASTM C216, Type 1FBS' 1FBXJ -IFBA[, Grade "ISWi DM. 2. Size and Shape: Nominal modular 21/a x 4 x 8 inches. 3. Color: Kansas Brick & Tile Co., "Old Colonial". 4. Surface Finish: Kansas Brick &. Tile Co., "Old Colonial". a. Face Brick 'C': I[Velouj JCut and Rollback lWoodmouldl lVertical Score ISandfacee lRockfacedl B. Building Brick: ASTM C62, Grade NW; solid units. C. Hollow Facing and Building Brick 1. Conformance: ASTM C652, Grade NW, Type HBS. 2. Size and Shape: Nominal size of 21/a x 4 x 8 inches. 3. Color: As selected by Architect from manufacturer's full range of available colors. 2.3 REINFORCEMENT AND ANCHORAGE A. Single Wythe Joint Reinforcement: Truss type; steel wire, hot dip galvanized to ASTM A641 Class 1 after fabrication. B. Multiple Wythe Joint Reinforcement: At Contractor's option, either three sided Truss type; with moisture drip or two sided Truss type with adjustable double eye and pintel, steel wire, hot dip galvanized to ASTM A641 Class 1 after fabrication. C. Veneer Wall Ties 1. Corrugated Type: Formed sheet metal, 7/8 x 7 inch size x 18 gage thick, hot dip galvanized to ASTM A123 B2 steel finish. D. Reinforcing Steel: As specified in Section 03300 and as indicated on drawings. ****** JORI ****** E. Reinforcing Steel Positioners: 9 gage steel wire, hot dip galvanized to ASTM A641 Class 1 ; after fabrication. 03876503 BRICK UNIT MASONRY 04211 - 4 06/03__ 2.4 MORTAR AND GROUT A. Portland Cement: ASTM C150, Type I, gray color. ****** JORI ****** B. Mortar Aggregate: ASTM C144, standard masonry type. C. Hydrated Lime: ASTM C207, Type S. ****** JORI ****** D. Grout Course Aggregate: ASTM C404. ****** JORI ****** E. Water: Clean and potable. F. Bonding Agent: Epoxy type. G. Pointing Mortar. ASTM C270, Type N using the Property specification with maximum 2 percent ammonium stearate or calcium stearate per cement weight, with beach sand aggregate. ****** JORI ****** H. Pointing Sealant: type, as specified in Section 107900.1 ****** JORI ****** I. Mortar Color. as selected. 2.5 ADMIXTURES A. Plasticizer. B. Water Repellent: Liquid type; Dry -Block Mortar Admixture. C. Accelerator. Accelguard 80 or Morset. 2.6 MIX TESTS A. Test mortar in accordance with Section 01410. B. Testing of Mortar Mix: In accordance with ASTM C270. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Verify items provided by other sections of work are properly sized and located. C. Verify that built-in items are in proper location, and ready for roughing into masonry work. D. Request inspection of spaces to be grouted. ' 03876503 BRICK UNIT MASONRY 04211 - 5 x : 06/03 1= t 3.2 PREPARATION A. Direct and coordinate placement of metal anchors supplied to other sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing. C. Apply bonding agent to existing concrete surfaces. 3.3 INSTALLATION A. MORTAR M D(ING 1. Thoroughly mix mortar ingredients in accordance with ASTM C270 in quantities needed for immediate use. 2. Maintain sand uniformly damp immediately before the mixing process. 3. Add mortar color and admixtures in accordance with manufacturer's instructions. I'J Provide uniformity of mix and coloration. 4. Provide water-repellent admixture in mortar for all exterior exposed masonry. 5. Do not use anti -freeze compounds to lower the freezing point of mortar. 6. If water is lost by evaporation, re -temper only within two hours of mixing. 7. Use mortar within two hours after mixing at temperatures of 90 degrees F (32 degrees C), or two -and -one-half hours at temperatures under 40 degrees F. B. Coursing 1. General a. Establish lines, levels, and coursing indicated. Protect from displacement. b. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. 2. Brick Units: a. Bond: Running. b. Coursing: Three units and three mortar joints to equal 8 inches. C. Mortar Joints: Concave. C. Placing and Bonding 1. Lay solid masonry units in full bed of mortar, with full head joints, uniformly jointed with other work. 2. Lay hollow masonry units with face shell bedding on head and bed joints. 3. Buttering corners of joints or excessive furrowing of mortar joints are not permitted. 4. Remove excess mortar as work progresses. 5. Interlock intersections and external comers. 6. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. 7. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit comers or edges. D. Weeps 1. Install weeps in veneer at 32 inches oc horizontally where indicated for retaining wells at planter beds. E. Reinforcement and Anchorage - Single Wythe Masonry 1. Install horizontal joint reinforcement 16 inches oc. 2. Place joint reinforcement continuous in first joint below top of walls. 3. Lap joint reinforcement ends minimum 6 inches. 03876503 BRICK UNIT MASONRY 04211 - 6 06/03 3.4 REINFORCEMENT AND ANCHORAGE - MASONRY VENEER A. Install horizontal joint reinforcement 16 inches oc. B. Place joint reinforcement continuous in first and second joint below top of walls. C. Lap joint reinforcement ends minimum 6 inches. D. Embed wall ties in masonry back-up to bond veneer at maximum 16 inches oc vertically and 32 inches oc horizontally. Place at maximum 3 inches oc each way around perimeter of openings, within 12 inches of openings. 3.5 REINFORCEMENT AND ANCHORAGE - MULTIPLE WYTHE UNIT MASONRY A. Install horizontal joint reinforcement 16 inches oc. B. Place joint reinforcement continuous in first and second joint below top of walls. C. Lap joint reinforcement ends minimum 6 inches. D. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch (13 mm) of dimensioned position. E. Embed anchors embedded in concrete. Embed anchorages in every second block joint. F. Shore assembly until setting bed will maintain panel in position without movement. ******'ORI ****** G. Fill joints with pointing mortar. Pack into voids. Neatly tool surface to a concave profile. ****** JOR[ ****** H. Remove excess mortar. 3.6 CONTROL AND EXPANSION JOINTS A. Do not continue horizontal joint reinforcement through control and expansion joints. B. Form control joint with a sheet building paper bond breaker fitted to one side of the hollow contour end of the block unit. Fill the resultant core with grout fill. Rake joint at exposed unit faces for placement of backer rod and sealant. ****** JORI ****** C. Size control joint in accordance with Section 07900 for sealant performance. D. [Form expansion joint as detailed. 3.7 TOLERANCES A. Maximum Variation From Alignment of Columns: 1/4 inch. B. Maximum Variation From Unit to Adjacent Unit: 1/32 inch. C. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft (6 mm/3 m) and 1/2 inch in 20 ft (13 mm/6 m) or more. D. Maximum Variation from Plumb: 1/4 inch (6 mm) per story non -cumulative; 1/2 inch (13 mm) in two stories or more. E. Maximum Variation from Level Coursing: 1/8 inch in 3 ft (3 mm/m) and 1/4 inch in 10 ft (6 mm/3 m); 1/2 inch in 30 ft (13 mm/9 m). F. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft. 03876503 BRICK UNIT MASONRY 04211 - 7 06/03 G. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch. H. Variation From Joint Width: Plus or minus 1/8 inch and minus 0 inches (0 min). I. Maximum Variation from Plane of Unit to Adjacent Unit: 1/32 inch. J. Maximum Variation of Panel from Plane: 1/8 inch. 3.8 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Inspect and test all masonry work. C. Test and evaluate mortar in accordance with ASTM C780. D. Test and evaluate grout in accordance with ASTM C1019. E. Test mortar and masonry units to ASTM C 1072; test in conjunction with masonry unit sections specified. 3.9 CLEANING A. Clean work under provisions of 01700. B. Remove excess mortar and mortar smears as work progresses. C. Replace defective mortar. Match adjacent work. D. Clean soiled surfaces with cleaning solution. E. Use non-metallic tools in cleaning operations. F. Do not scratch or deface units. 3.10 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Without damaging completed work, provide protective boards at exposed external comers which may be damaged by construction activities. C. Maintain protective boards at exposed external comers. Provide protection without damaging completed work. END OF SECTION 03876503 BRICK UNIT MASONRY 04211 - 8 5'> 06/03 ;