Loading...
HomeMy WebLinkAboutResolution - 2009-R0094 - Contract - West Texas Services Inc.- Streetscape And Landscape Project - 03_05_2009Resolution No. 2009—R0094 March 5, 2009 Item No. 5.6 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Construction Contract No. 8848 for North Overton Park Lubbock Hotel Streetscape and Landscape project per RFP #09-711-DD, by and between the City of Lubbock and West Texas Services, Inc. dba Tom's Tree Place of Lubbock, Texas, and related documents. Said Construction Contract No. 8848 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 5th day of March , 2009. ATTEST: Rebecc Garza, City Secretary VED AS TO CONTENT: Loomis, Assistant City Manager ar of Transportation and Public Works APPROVED AS TO FORM: I� Chad Weaver, Assistant City Attorney 75W 4(=; lJ5Ve0qt walBr ��v vw/ccdocs/Chad/Resolutions/RES.Contract-West Texas Services, Inc. February 19, 2009 CITY OF LUBBOCK SPECIFICATIONS FOR NORTH OVERTON PARK LUBBOCK HOTEL STREETSCAPE AND LANDSCAPE RFP # 09-711-DD Contract # 8848 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thereproductioncoMpM.com/ 2o o 9 - (gp oli4 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank CITY OF LUBBOCK �- REQUEST FOR PROPOSALS FOR TITLE: NORTH OVERTON PARK LUBBOCK HOTEL STREETSCAPE AND LANDSCAPE ADDRESS: LUBBOCK, TEXAS RFP NUMBER: 09-711-DD CONTRACT NUMBER: 8848 f.: PROJECT NUMBER: 91060-91063-92151 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE 8.. Page Intentionally Left Blank City of Lubbock, TX Public Works Contracting Office Contractor Checklist for RFP # 09-711-DD t Before sub ' mg your proposal, please ensure you have completed and included the following: 1. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. 2. Include PROPOSAL BOND or CASHIER'S OR CERTIFI ED CHECK as your proposal surety. 3.7 Failure to provide a proposal surety WILL result in automatic rejection of your proposal. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 4. Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late proposals will not be accepted. 5. Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". 6. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be ` explained in detail and submitted with the questionnaire. 8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's " ~ FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. z Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. ' DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING: t. 5. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. _rom 5 1 re , PIAC6 (Type or Print Company Name) Page Intentionally Left Blank 1. .. 2. .. 3. 4. i �., 5 6. `.. 7. 8. 9. jr 10 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS LOCAL GOVERNMENT CODE § 271.116 PROPOSAL SUBMITTAL — (must be submitted by published due date & time) 4-1. LUMP SUM PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 44. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS t, 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Paue Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP # 09-711-DD Sealed proposals addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the Public Works Contracting Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on February 17, 2009, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "NORTH OVERTON PARK LUBBOCK HOTEL STREETSCAPE AND LANDSCAPE" After the expiration of the time and date above first written, said sealed proposals will be opened in the Public Works Contracting Office and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the Buyer for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 1:00 PM. on February 17, 2009, and the City of Lubbock City Council will consider the proposals on March 5, 2009, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror 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 offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each offeror's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on February 10, 2009 at 9:00 A.M., in the Municipal Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http:// rp thergroductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Buyer of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2168 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK DARLENE DOSS, BUYER I GENERAL INSTRUCTIONS TO OFFERORS Pape Intentionally Left Blank __ GENERAL INSTRUCTIONS TO OFFERORS f 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish NORTH OVERTON PARK LUBBOCK HOTEL STREETSCPE AND LANDSCAPE' per the attached specifications and contract documents. Sealed proposals will be received no later than 1:00 P.M., February 17, 2009 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand comer: "RFP # 09-711- DD, North Overton Park Lubbock Hotel Streetscape and Landscape" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Darlene Doss, Buyer City of Lubbock 162513th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort Q- of delivery service that provides a receipt. 1.2 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals . through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - Municipal Building, Room CR204. 1625-13`" Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. IL 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any f_ 1 addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most pgwk libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request - of the proposer, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works 1 t Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at www.bidsync.com and will become part of the proposal package having the same binding effect as - provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Buyer and a clarification obtained before the proposals are received, and if no such notice is received by the Buyer prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Buyer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT { �r 7 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 7.1 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your proposal is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your proposal that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 7.2 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 8 LICENSES PERMITS TAXES The ,price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Offerors. i 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer if any language._Leguirements. etc.. or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a singJe source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: ddoss(a)mylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be SUBSTANTIALLY COMPLETED within ONE HUNDRED FIFTY (150) CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. SUBSTANTIAL COMPLETION IS MORE SPECIFICALLY DETAILED IN PARAGRAPH 34 OF GENERAL CONDITIONS OF THE AGREEMENT. 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 3 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 _ �t to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. l fx_, 16 MATERIALS AND WORKMANSHIP 17 18 The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK 20 21 22 23 The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has b6en awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage LJ completed. (b) A sworn statement of the current financial condition of the proposer. r (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 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. 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. EXPLOSIVES [.1 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 1 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 1 corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS tj 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the 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 g 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 constriction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. ° f, 30 31 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Proposer's name 28.3.2 Proposal for (description of the project [proposal number and title}). 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j} All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the 32 33 ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: a The ability,capacity,skill and financial resources to perform the work or provide the service ' () P required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. BASIS OF PROPOSALS AND SELECTION CRITERIA The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: 32.1 70% Price. v 32.2 20% Contractor qualifications. Complete and submit the "Contractor's Statement of Qualifications". City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. 32.3 5% Safety Record Questionnaire. 32.4 5% Construction time. The estimated budget for the construction phase of this project is $1,100,000. Proposals shall be made using the enclosed Proposal Submittal Form. SELECTION - 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR II PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate N a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to i and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: i hM://www.gpo.gov/davisbacon/allstates.htrnl 35.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. �s 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Pate Intentionally Left Blank r_ I § 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank I PROPOSAL SUBMITTAL FORM LUMP SUM PROPOSAL CONTRACT DATE: February 17, 2009 PROJECT NUMBER: # 09-711-DD -North Overton Park Lubbock Hotel Streetscape and Landscape �Y Proposal ofWest Texas Services Inc. dba Tom ' s Tree Place (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a North Overton Park Lubbock Hotel Streetscape and Landscape having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE PROPOSAL 1 Includes pedestrian lighting, landscape irrigation, concrete and brick paver sidewalks, concrete landscape curbs, decorative concrete bollards, installation of site furnishings and landscape plantings for the right-of- way area immediately adjacent to the Lubbock Hotel property. One hundred thirty one thousand MATERIALS: six hundred ten dollars $131,610.00 One hundred sixty thousand eight hundred fifty LABOR: six dollars $ 160856.00 Two Hundred ninety two thousand SUBTOTAL BASE PROPOSAL #1:f our hundred sixty six doll. $ 292,466.00 (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) BASE PROPOSAL 2 t t Includes pedestrian lighting, landscape irrigation, concrete and brick paver sidewalks, concrete landscape curbs, raised masonry planters, decorative concrete bollards, installation of site furnishings and landscape plantings for the Right-of-way area immediately adjacent to the City of Lubbock Conference Center property, in the medians of Avenue X from Mac Davis Lane to the Marsha Sharp Freeway, and in the right- of-way on the northwest corner of Ave. X and the Marsha Sharp Freeway. One hundred sixty two thousand two hundred MATERIALS: twenty one dollars $162, 221.00 One hundred ninety eight thousand two hundred LABOR: seventy one dollars $198 , 271.00 Three hundred sixty thousand four SUBTOTAL BASE PROPOSAL #2:hundred ninety two dollars $ 360 , 492.00 (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Offeror's Initials BASE PROPOSAL 3 Includes pedestrian lighting, landscape irrigation, concrete and brick paver sidewalks, concrete landscape curbs, decorative concrete bollards, installation of site furnishings and landscape plantings for the right-of- way area immediately adjacent to the Shafer property on the west side of Avenue X. One Hundred twenty two thousand four hundred MATERIALS: seventy dollars $122, 470.00 One hundred forty nine thousand six hundred LABOR:eighty seven dollars $149,687.00 Two hundred seventy two thousand one SUBTOTAL BASE 3:hundred fifty seven dollars $ 272,157.00 (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL BASE PROPOSALS #1- #2 - #3 Four hundred sixteen thousand three hundred MATERIALS: and one dollars $416 , 3 01. 0 0 Five hundred and eight thousand eight hundred LABOR: fourteen dollars $ 508, 814. 00 Nine hundred twenty five thousand TOTAL BASE PROPOSALS #1 - #2 - #3:one hundred fifteen dol . $ 925, 115.00 (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ADDITIVE OPTION 1 Includes an alternative design for the medians in Avenue X including pedestrian lighting, landscape irrigation, concrete and brick paver sidewalks, concrete landscape curbs, raised masonry planters, and landscape plantings in a different design than the Base Proposal. This alternate should be an additive option to the Base Proposal — Area 2 proposal for medians. MATERIALS: Eighty nine thousand fifteen dollars $89,015.00 One hundred eight thousand seven hundred ninety LABOR: seven dollars $108, 797 . 00 One hundred ninety seven t ousan SUBTOTAL ADDITIVE OPTION #leicrht hundred twelve dollars$ 197, 812.00 (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ADDITIVE OPTION 2 Includes a monument sign consisting of concrete footings, electrical connections, masonry, lighting, translucent panels and frames, cut steel plates, lettering, irrigation and landscape plantings. Thirty three thousand eight hundred MATERIALS: eighty six dollars $ 33, 886 . 00 Forty one thousand four hundred LABOR: seventeen dollars $ 41, 417 . 00 Seventy five thousand three SUBTOTAL ADDITIVE OPTION #2:hundred and three dollars, $ 75, 303.00 (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) i GOfferor's Initials t t Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within ( 195 ) # Days Completed by Contractor ( one hundred ninety five ) Written Days Completed by. Contractor CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of: (a) FOUR HUNDRED TWO DOLLARS ($402) per day for each and every CALENDAR DAY past JUNE 1, 2009 to substantially complete Phase One of the project consisting of improvements in the right-of-way adjacent to the Lubbock Hotel and the City of Lubbock Conference Center. Phase One shall be complete by June 1 st, 2009, due to the opening of the Hotel and Conference Center. (b) FOUR HUNDRED TWO DOLLARS ($402) per day for each and every CALENDAR DAY past the 60 CALENDAR DAYS AFTER JUNE 1st. Phase Two of the project shall consist of the improvements in the medians in Ave. X from Mac Davis Lane to the Marsha Sharp Freeway. Phase Two shall be complete 60 calendar days after the completion of Phase One. (c) FOUR HUNDRED TWO DOLLARS ($402) ner day for each and every CALENDAR DAY past 150 (ONE HUNDRED FIFTY) CALENDAR DAYS, from the completion of Phase One to substantially complete the work for the entire project, including (a) and (b) above and Phase 2 of the contract. Phase Three of the project shall include all improvements in the right-of-way adjacent to the property on the west side of Ave. X from Mac Davis Lane to the Marsha Sharp Freeway. Phase Three shall be complete 90 calendar days after the completion of Phase Two. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. _A6COfferor's Initials Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of 5% of greatest amount bid Dollars ($ N/A ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. is a Offeror acknowledges receipt of the Addenda No. 1 Date 2 12 2 0 09 Addenda No. Addenda No. Date Date Date: Februalry 17, 2009 Auth r zed ignature Alex Scarborouah P' d T dN ( rune or ype ame) -, West Texas Services Inc., dba Tom's Tree PlaL addenda: Company 5104-34th Street Address Lubbock Lubbock City, County Texas 79410 State Zip Code Telephone: 8 0 6 - 7 9 9- 3 6 7 7 Fax: 806 _ 799-8743 FEDERAL TAX ID or SOCIAL SECURITY No. 75-1224222 M/WBE Firm: Woman I IBlack American I Native American Hispanic American I I Asian Pacific American I I Other (Specify) CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS RFP # 09-711-DD NORTH OVERTON PARK LUBBOCK HOTEL STREETSCAPE AND LANDSCAPE Candidates must complete each of the following items in order to be considered. 1. FIRM NAME: West Texas Services, Inc. DBA Tom' s Tree Place 2. BUSINESS ADDRESS: 5104 34th Street Lubbock, TX 79410 3. TELEPHONE, WITH AREA CODE: 8 0 6- 7 9 9- 3 6 7 7 FAX, WITH AREA CODE: 8 0 6- 7 9 9- 8 74 3 E MAIL ADDRESS: alexs@tomstreeplace.com INTERNET URL ADDRESS: www.tomstreeplace.com 4. 5. 3 TYPE OF ORGANIZATION: (CHECK ONE) a. SOLE PROPRIETORSHIP ( ) b. PARTNERSHIP ( ) c. CORPORATION (X ) d. JOINT VENTURE ( ) PRINCIPALS (P) AND ASSOCIATES (A): (WRITE "P" OR "A" FOR EACH) DEGREE OR NAME P/A CERTIFICATE INSTITUTION Tom R. Scarborough P TTU BS 1950 a b Jeanne Scarborough P TTU BA 1948 C. Alex Scarborough P Texas LA 1234 TTU BLA 1983 Scott Scarborough P Texas LA 1913 TTU BSLA 1988 d Tom Mitt Scarborough P TTU BS 1975 e. f Dale Rowin P CITY OF LUBBOCK r� CONTRACTOR'S STATEMENT OF QUALIFICATIONS CONTINUED C 6. LIST 5 MAJOR PROJECTS WITHIN THE PAST THREE YEARS THAT ILLUSTRATE YOUR EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S. PROJECT OWNER YEAR COST Andrews Streetscape City of Andrews 2008 2,500,000 a Cottages of b Cottages Overton Streetscape Alabama 2009 2,300,000 Covenant Farmer Garden Covenant Health 2008 720,000 C. Overton Residential McDougal Dev. 2008 930,000 d. e. Overton Streetscape City of Lubbock 2007 3,200,000 7. REFERENCES: (INCLUDE AT LEAST THREE REFERENCES FROM THREE PROJECTS SIMILAR TO THE ONE FOR WHICH YOU ARE COMPETING) [-I NAME RELATIONSHIP PHONE NUMBER a. David Miller Pres. McDougal Co. 806-239-5914 City Manager b. Glen Hackler City of Andrews 432-523-4820 Neighbors Project Manager C. Anderson Nei g Cot-tages of Alabama 205-358-2398 I- V.rlTlq= Date SUBMITTED BY: Printed Name: Alex Scarborough I } Title: Vice President Firm Name: West Texas Services, Inc. DBA Tom's Tree Place j Tel#: 806-799-366 {-- Address: 5104 34th Street City: Lubbock State: TX Zip: 79410 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted with Proposal 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been r- reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificateito the City meeting all of the requirements defined in this proposal. Alex Scarborough Contractor (Print) CONTRACTOR'S FIRM NAME, West Texas Services, Inc. DBA Tom's Tree Place (Print or Type) CONTRACTOR'S FIRM ADDRESS: 5104 34th Street Lubbock,TX 79410 Name ofAnt/Broker: /G9kdon,04ler Butler Carson Insurance Agent / Broker (Signature) Address ofAgent/Broker: 4505 82nd Streeet Suite 10 City/State/Zip: Lubbock, TX_ 79424 Agent/Broker Telephone Number: ( 8 05) 7 98 - 7 97 9 Date: NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Buyer for the City of Lubbock at (806) 775-2168. PROPOSAL # 09-711-DD - NORTH OVERTON PARK LUBBOCK HOTEL STREETSCAPE AND LANDSCAPE Pate Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential _ contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: �. Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials i ] UESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. r YES NO X 1 If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK E I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the informati n given by me in this questionnaire will be investigated, with my full permission, and that any misrepre ntations or issions may cause my proposal to be rejected. Vice President Title 2 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: West Texas Services, Inc. DBA Tom' s Tree Place FEDERAL TAX ID or SOCIAL SkCURITX N4 _ 7 5 -12 2 4 2 2 2 Signature of Company h Printed name of coinpanl official Date Page Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS Company Name and City Minority Owned Yes or No 1. Wallace Irrigation ❑ 2 2. Metro,City Electric ❑ 3. A and A Construction ❑ 4. Steve plank ❑ 14 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 9. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG VVITEI-YOUR PROPOSAL IF NO SUS -CONTRACTORS WILL BE USED PLEASE INDICATE SO' 20/20 L69'ON 617:90 60, W20 EIMS 66L 902 33VId 33bi SWOT Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank III I] FINAL LIST OF SUB -CONTRACTORS Company Name and City Minority Owned Yes or No 1. Wallace Sprinkler Company ❑ 99 2. Metro City Electric ❑ IN 3. A and A Construction N ❑ 4. Steve Plank Masonry ❑ 5. Lydick Hooks Roofing ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. 0 ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN TWO BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Page Intentionally Left Blank PAYMENT BOND .Page Intentionally Left Blank BOND NO. 4371294 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) WEST TEXAS SERVICES, INC. KNOW ALL MEN BY THESE PRESENTS, that DBA TOM' S TREE PLACE (hereinafter called the Principal(s), as Principal(s), and SURETEC INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of0NE MILLION FOUR HUNDRED EIGHTEEN Dollars ($1_, 000 , 418 . i Oawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 5TH day of MARCH ,2009,to COMPLETE PROPOSAL # 09-711-DD - NORTH OVERTON PARK LUBBOCK HOTEL STREETSCAPE AND LANDSCAPE and said Principal under the law is required before commencing the work provided for in said contract to execute a bond E ' in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 9TH day of MARCH 2O09. SURETEC INSURANCE COMPANY Surety *By: Ttle) HOWA C WAN WEST TEXAS SERVICES, INC. (Company Name))BA TOM' S TREE PLACE VICE-PRESIDENT (Title) _V The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby - designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. f SURETEC INSURANCE COMPANY Surety *B . (Title) HAM COWAN ATTORNEY -IN -FACT Approved as to form: City of c C By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. PERFORMANCE BOND Page Intentionally Left Blank r t BOND NO. 4371294 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) WEST TEXAS SERVICES, INC. KNOW ALL MEN BY THESE PRESENTS, that DBA TOM' S (hereinafter called the Principal(s), as Principal(s), and TREE PLACE SURETEC INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of ONE MILLION FOUR HUNDRED EIGHTEEN Dollars ($1, 000 , 418.9(lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 5TH day of rrrrr MARCH 2O09, to COMPLETE PROPOSAL # 09-711—DD — NORTH OVERTON PARK LUBBOCK HOTEL STREETSCAPE AND LANDSCAPE and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 9TH day of MARCH , 2009. SURETEC INSURANCE COMPANY WEST TEXAS SERVICES,INC. DBA Surety (Company Name) TOM S TREE PLACE * By (Title) AWARD COWAN ATTORNEY —IN —FACT (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SURETEC INSURANCE COMPANY Surety * (Title) HOWARD COWAN ATTORNEY -IN -FACT Approved as to Form City of Ltib ck By: tty Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. t_ 2 SureTec Insurance Company Required Notices Rider Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act'), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten -by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules of law. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. POA #: 4221000 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Mere by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Howard Cowan, Marla Hill of Lubbock, Texas its true and lawful Attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings of other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and no/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/09 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 201h of April, 1999) In Witness Wleereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. N URETEC INS ICE COMPANY w i w s Bill King, re nt cc State of Texas ss: i ;t, County of Harris ",0�nnrru*urv'� On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE. COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. FMV ichelle Denny ateof iexeracommloon Exphes Michelle Denny, Notary Pubrc ugust 21, 2008 My commission expires August 27, 2008 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 9TH day of MARCH , 20 09, A.D. O M. Brent Be, stant Se re ry Beaty, A.� Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. CERTIFICATE OF INSURANCE Page Intentionally Left Blau U i 1 I I 4 AC -OM CERTIFICATE OF LIABILITY INSURANCE zA 2/200 "' PRODUCER (806) 798-7979 FAX: (806) 798-7888 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Butler Carson Insurance ONLY AND CONFERS NO RIOMTS UPON THE CERTIFICATE MOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4505 82nd St, Suite 10 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lubbock TX 79424 INSURERS AFFORDING COVERAGE NAIC # INSURED Tom' s Tree Place, Tom' s Tree Place INSURER A: America First Lloyds Lightscapes and Patterned Concrete INSURER BThe Netherlands Insurance West Texas Services, Inc. dba INSURER c: America First Insurance 1.234 5104 34th Street INSURERD:Texas Mutual insurance 0051 Lubbock TX 79410 INSURERE Lloyd's of London OVERAGEa THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGaE LIMITS SHOINN MAY HAVE BEE 4 REDUCED BY PAID CLAIMS. INSR ADO'L TYPEOFINSURANCE POLICY NUMBER DATTEEYMMIODIYYE ON PRATE(MM! DIICY YY) LIMITS GENERAL LIABILITY E8CH OCCURREbICE S 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FXJ OCCUR CBP0440636 9/27/2008 9/27/2009 DAMAGE TO RENTED PREMISESr $ 100,000 MED£XP(Any one son $ 5, 000 PERSONAL & Wy INJURY $ 1,000,000 fN RA AGGREGATE $ 2,000,000 GEN L AGGREGATE LIMIT APPLIES PER CT - COmPiOP AGO 8 2,000,000 X F71- POLICY PROLOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ B ALL OWNED AUTOS SCHEDULED AUTOS BAS440935 9/27/2008 9/27/2009 BODILY INJURY (Per aaml lom) $ MIRED AUTOS NON -OWNED AUTOS PROPERTYDAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHERTHAN EAACC S ANY AUTO $ AUTO ONLY. AGG EXCESS/UMBRELLA LIABILITY 11000,000 X OCCUR CLAIMS MADE AGGREGATE S -� 1,000,000 5 C DEDUCTIBLE CUB444636 9/27/2008 9/27/2009 $ X RETENTION $ 10,000 n WORKERS COMPENSATION AND $ WC 5TATU- OTH- FR EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE E L. EACH ACCIDENT 1,000,000 E.LDISEASE- EAEMPLOYEES Ir000,000 OFFICERIMEMBEREXCLUDED? TSF0001184331 9/27/2008 9/27/2009 If yes, desuibe under SPECIALPROVISIONS below E-LDISEASE -POLI LIMIT Is 1,000,000 8 OTHER Professional AE080404 9/25/2008 9/25/2009 occurrence Limit 1,000,000 Liability Aggregate Limit 11000,000 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIFXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS #09-711-DD North Overton Park Landscape Hotel streetscape and Landscape Certificate Holder is named as Additional Insured on General Liability where coverage is on a Primary & Non -Contributory basis with Waiver of Subrogation on General Liability, Auto Liability and Workers' Compensation as their interest may appear where required by written contract. J CERTIFICATE HOLDER GANGELLA I ION 1 shellieo@tomstreeplace.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Public Works Contracting Office 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT Attn : Darlene Doss - Buyer FAILURE TO DO SO SHALL I OSE NO OBLIGATION OR ITY OF ANY UPON THE 1625 13th Street Room 204 INSURER ITS AGENTS OR R R SENTA7IV Lubbock, TX 79401 AUTHORIZED REPRESENTATI Gordon Butler \ y ACORD 25 (2001/08) © ACORD CORPORATION 1988 v,INS025 (oloe).oaa Page 1 or I No Text IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. so L ACORa 25 (2001108) page 2 of 2 INS025 (oioop8a 1-4 I r ACORD OP ID SZ DATE (MMIDDm CERTIFICATE OF LIABILITY INSURANCE A&ACO-2 03/11 09YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO First Texas Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Services, L.C. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 700 Highlander, Ste. 350 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Arlington TX 76015 Phone: 817-275-2626 Fax: 817-275-2661 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: America First Lloyds A & A Constriction CoINSURER B: Netherlands Insurance Coapany Antonio EsFqus 121, Indmpany ividual INSURER C: America First Insurance co. P.O. Box 20Ove INSURER D: Arlington TX 76006 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MMlDD E PDAITE MCY MIDDNY) LIMITS j GENERAL LIABILITY EACH OCCURRENCE S 1, U U 0,000 A IX COMMERCIAL GENERAL LIABILITY CBP 8544929 11/10/08 11/10/09 PREM'SES(Ea occurence) s100,000 CLAIMS MADE C] OCCUR MED EXP (Anyone person) E S 5 , 000 X CG0001 12/04 PERSONAL & ADV INJURY �$ 1,000,000 I X Blanket AI & WOS GENERAL AGGREGATE 1 $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPIOPAGG I S 2 , 000 , 000 POLICY [X—] E O- LOG AUTOMOBILE LIABILITY y COMBINED SINGLE LIMIT $ 1 000 00C (Ea accident) B X ANYAUTO f BA 8545929 11/10/06 11/10/09 BODILY INJURY $ ALL OWNED AUTDS E SCHEDULED AUTOS I (Per person) BODILY INJURY ( i X HIRED AUTOS E IX NON -OWNED AUTOS (Peraccident) s PROPERTY DAMAGE S I j i (Per accident) GARAGE LIABILITY I AUTO ONLY - EA ACCIDENT 5 ANYAUTO I OTHER THAN EA ACC S AUTO ONLY: AGG s j EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE s3,000,000 A EX OCCUR CLAIMSMADECU 8546929 11/10/08 11/10/09 AGGREGATE s3,000,000 I j 5 jX IDEDUCTIBLE RETENTION $10 , 0 0 0 s WORKERS COMPENSATION AND X TORY LIMITS I I ER B EMPLOYERS' LIABILITY WC 8546329 11/10/08 11/10/09 E.L. EACH ACCIDENT , $ 1,000,000 ANY PROPRIETORrPARTNERIEXECLTIVE E.L DISEASE - EA EMPLOYE $ 1,000,000 OFFICERIMEMBER EXCLUDED? If yes: describe under SPECIAL PROVISIONS belcw --- — E.L. DISEASE - POLICY LIMIT s 1,000,000 OTHER A Leased & Rented CBP 8544929 11/10/08 11/10/09 Max Value $40,000 ,Equipment Ded $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT i SPECIAL PROVISIONS BID 09-711-DD North Overton Park Lubbock Hotel Streetscape & Landscape. Holder is an additional insured with respects to General Liability on a primary & noncontributory basis with a waiver of subrogation in regards to all policies as long as there is an executed written contractual obligation requiring such coverages as provided for in the attached endts. see attached � ' CERTIFICATE HOLDER CANCELLATION TOMSTRE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Tom' s Tree Place IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 5104 34th St Lubbock TX 79.410 REPRESENTATIVES. 98i IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 12001/081 Forming a part of Policy Number: CU 8546929 Coverage Is Provided In AMERICA FIRST INSURANCE COMPANY - A STOCK COMPANY Named Insured: Agent: j A & A CONSTRUCTION COMPANY FIRST TEXAS INSURANCE SERVICES I LC Agent Code: 4284811 Agent Phone: (817)-275-2626 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART The following is added to condition 9. Transfer 0f Rights Of Recovery Against Others To Us under SECTION IV — CONDITIONS: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name Of Person Or Organization: BLANKET AS REQUIRED BY WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) I_' ' 14-246 (02104y n/�rr.�T r�na ACORD_ CERTIFICATE OF LIABILITY INSURANCE DATE 0008 `Y PRODUCER (806) 798-7979 FAX: (806) 798-7888 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Butler Carson Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4505 82nd St, Suite 10 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lubbock TX 79424 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA-America First Lloyds Wallace Sprinkler Systems, Inc. INSURER D:Peerless Insurance P. 0. Box 53821 INSURERc:America First Insurance 1234 INSURERD:The Netherlands Insurance Lubbock TX 79453 INSURERE: HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT 70 ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. kTE LIMITS SHOWN MAY WAVE BEE 4 REDUCED BY D CLAIMS. II T Imcmn R TYPE OF INSURANCE POLICY NUMBER POLICY I EFFECTY] POLICYM EXPIRATION LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLANsMADE CJ OCCUR CBP9836454 4/1/2008 4/1/2009 EACH OCCURRENCE $ 1,000,000 DPARN'4GE TO RENTED 1� $ 100,000 MEDEXP LAryl one S 51000 -PERSONALS 11000,000 GENFRAL AWREGATE $ 2,000,000 GEKL AGGREGATE LIMIT APPLIES PER P ICY X PR PRODUCTS - P AGG $ 2,000,000 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BA9836554 4/l/2008 4/1/2009 COMBINED SNGLS LIMIT (Eaacudant) S 1,000r000 X BODILY INJURY (Pe, Per—) S BODILY INJURY (Pen accidel'A) $ PROPERTY DAMAGE (Per accrdart) $ GARAGE LIABILITY ANYAUTO AUTQ ONLY -EA ACCIDENT S OTHER THAN EA ACCS AUTO ONLY: GG $ C EXCESSJUMBRELLA LABIUIY X OCCUR CLAIMSMADE DEDUCTIBLE RX RFTENTIDN S10,000 C09836354 4/l/2008 4/l/2009 FACH OCCURRENCE $ l r 0 0 0 r 0 0 0 AGGREGATE $ 1, 000, 000 $ $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROP RIETORIPARTNERIEXECLTiVE OFFICERIME)ABEREXCLUDED9 It yes, describe caxler SPECIALPROVISION WCB12185B 4/l/2008 4/l/2009 WCM - OTIi- X STA EL EACH ACCIDENT " S 1,000,000 E L. DISEASE - EA EMPLOYEE S 11000,000 E L DISEASE POLICY LIMIT 1 S 1,000,000 OTHER DESCRIPTION OF OPERATIONMOCAT10NSNEMCLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS City of Lubbock Job #07-7:.1-DD North Overton Park Landscape Hotel Streetscape and Landscape, Certificate Holder is named as Additional Insured on General Liability where coverage is on a Primary & Non -Contributory basis with waiver of Subrogation on General Liability, Auto Liability and Workers' Compensation as their interest may appear where required by written contract. �JCERTIFICATE HOLDER 1(806)799-8743 Tom's Tree Place 5104 34th Street Lubbock, TX 79410 ACORD 25 (2001108) INR(19F rr.+rr--+ ec� CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THE F, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN C£ TO THE CERTIFICh HO ER NAME I� THE LEFT, BUT FAILURE TO DO 50 OSE NO IGATR)N OR Ll BILITY ANk KIND UPON THE i INSURE ITS AGENTS OR A ES. AUTHORIZED REPRESENT. - Gordon Butte l f C,ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED. the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contras behveen 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. ACORD 25 (2001108) r INS025 moe?.cea Page z a ACORD,� CERTIFICATE OF LIABILITY INSURANCE DATE03/11/2009 PRODUCER DAVID TATE INSURANCE AGENCY 5233 79TH LUBBOCK TX 79424- THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Metro City Electric Inc. 6806 2nd Lubbock TX 79416— INSURERA:UNION STANDARD INSURER B: SOUTHERN VANGUARD INSURERC: INSURER D: INSURERE: I COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDD POLICY EXPIRATION DATE MMIDD LIMITS A GENERAL LIABILITY CNA4162307 07/03/2008 07/03/2009 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 100,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FRI OCCUR / / / / MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENTAGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ 2,000,000 POLICY JECOT LOC A AUTOMOBILE LIABILITY CA4212325 07/03/2008 07/03/2009 COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ 1,000,000 BODILYINJURY ALLOWNEDAUTOS / / / / X SCHEDULED AUTOS (Per person) $ X BODILY INJURY HIRED AUTOS / / / / X NON -OWNED AUTOS (Per accident) $ PROPERTYDAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO / / / / $ AUTO ONLY: AGG A EXCESS LIABILITY OCCUR CLAIMS MADE CUA4212065 07/03/2008 07/03/2009 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ DEDUCTIBLE / / / / $ RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITI' TSV0000568-02 04/24/2008 04/24/2009 X TORYIIMITS I OER E.L. EACH ACCIDENT $ 1 , 000, 000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS PROJECT: NORTH OVERTON PARK LUBBOCK HOTEL STREETSCAPE AND LANDSCAPE Certificate holder is named as additional insured on the general liability where coverage is primary & non contibutory with waiver of subrogation on the commercial general liablity, business auto and work comp as per written contract CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: _ UANLELLA I IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT TOM' S TREE PLACE FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE 5104 3 4 TH INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE e. LUBBOCK TX 79414- ACORD 25.S 171971 n ACORD CORPORATION 19RR INS025S (9910).01 ELECTRONIC LASER FORMS, INC. - (800)327-0545 Page 1 of 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. �.,.! ACORD 25-S (7/97) INS025S (9910).01 f: Page 2 of 2 ' REQUIRED WORKERS' COMPENSATION COVERAGE } ' "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current. certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 1.0 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. Paee Intentionally Left Blank CONTRACT Paine Intentionally Left Blank i CONTRACT # 8848 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 5th day of March, 2009 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and West Texas Services Inc., dba Tom's Tree Place of the City of Lubbock, County of Lubbock and the State of Texas, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL # 09-711-DD - NORTH OVERTON PARK LUBBOCK HOTEL STREETSCAPE AND LANDSCAPE - $1,000,418 �~ 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. West Texas Services Inc. dba Tom's Tree Place's proposal dated February 17, 2009 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance ' with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: COMPLETE ADDRESS: YOR City Secre ry APPROVED City Attorney TEXAS (OWNER): FORM: Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT f 1. 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 West Texas Services Inc. dba 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 KEITH SMITH. ASSISTANT CITY ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 11 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been dulyserved if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished 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 I ` 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., j 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. i_ 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY ' Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the �- authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION I 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. P . 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. y 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and t location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. �i Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be i approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such ,I tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owners Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additionat work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. 9 _y @at R In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is finther agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. F 6 If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the 1 Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance.as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such �- - insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury XCU Endorsement B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, 50$ 0,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance - NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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 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, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; _ F (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage far the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date bome by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or t cancellation of the policies shown on the certificate. - (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job - specifications. No substitute of nor amendment thereto will be acceptable. t �a (8) If policy limits are paid, new policy must be secured for new coverage to complete project. r_ (9) A Contractor shall: `- 10 t I g t (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental s entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing (' coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for s- one year thereafter; _ (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-77I3 or 5I2-804- 4000 (www tdi.state.mus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and -- (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll ` amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; � 11 (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will [ provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; -� (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (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 1 project; ._ (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of 12 i l 8 S this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor f ' shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the a Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's J Representative prior to offering. 32. LAWS AND ORDINANCES e The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, 1 state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may '! enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 (a) (b) (c) 35. 36. 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 listed below for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. FOUR HUNDRED TWO DOLLARS ($402) per day for each and every CALENDAR DAY past JUNE 1, 2009 to substantially complete Phase One of the project consisting of improvements in the right-of-way adjacent to the Lubbock Hotel and the City of Lubbock Conference Center. Phase One shall be complete by June 1 st, 2009, due to the opening of the Hotel and Conference Center. FOUR HUNDRED TWO DOLLARS ($402) per day for each and every CALENDAR DAY past the 60 CALENDAR DAYS AFTER JUNE 15'. Phase Two of the project shall consist of the improvements in the medians in Ave. X from Mac Davis Lane to the Marsha Sharp Freeway. Phase Two shall be complete 60 calendar days after the coWletion of Phase One. FOUR HUNDRED TWO DOLLARS ($402) per day for each and every CALENDAR DAY past 150 (ONE HUNDRED FIFTY) CALENDAR DAYS, from the completion of Phase One to substantially complete the work for the entire project, including (a) and (b) above. Phase Three of the project shall include all improvements in the right-of-way adjacent to the property on the west side of Ave. X from Mac Davis Lane to the Marsha Sharp Freeway. Phase Three shall be complete 90 calendar days after the completion of Phase Two. 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. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God 14 or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall f be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be famished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK a In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 15 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said v partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. t 16 F �_ 1 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the 17 Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, - then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated 1_.1 hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, 18 equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus 19 i materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. r' 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NON -APPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 20 DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02/08/2008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 02/08/2008 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician ....................$ 17.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough .... $ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer.......................$ 8.98 Slip Form Machine Operator ..... $ 13.64 Tractor operator, Pneumatic .... $ 12.00 Traveling Mixer Operator ....... $ 12.00 Truck driver, lowboy -Float ..... $ 12.67 Truck driver, Single Axle, Heavy ..........................$ 8.50 Truck driver, Single Axle, Light ..........................$ 8.08 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 Welder .........................$ 15.25 Work Zone Barricade Servicer... ---------------------------------------- $ 8.28 MW HM 0.00 0.00 0.00 ------------------------ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division in U.S. Department of Labor t 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISIONEXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. I SPECIFICATIONS I Page Intentionally Left Blank ril a Project Manual City of Lubbock North Overton Park Lubbock Hotel Streetscape and Landscape Design January 2009 PSC Project #: 03830708 Parkhill, Smith & Cooper, Inc. Engineers a Architects n Planners TABLE OF CONTENTS DIVISIONS 0 -1 Not Used DIVISION 2 — SITE WORK 02523 Concrete Sidewalks 02780 Unit Pavers 02810 Irrigation Systems 02870 Site Furnishings 02920 Lawns and Grasses 02930 Exterior Plants DIVISION 3 -CONCRETE Not I-tseci DIVISION =4 — MASONRY 04200 Unit Masonry 04720 Cast Signs DIVSIONS 5 - 6 Not Used DIVISION 7 — THERMAL AND MOISTURE PROTECTION 07900 Joint Sealers DIVISIONS 8 -15 Not Used !26 1. 23.0' 03830708 TABLE OF CONVENTS RAGE - t 01 /09 DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods 16111 Conduit 16123 Wire and Cable 16130 Boxes 16140 Wiring Devices 16170 Grtwnding and Bonding 16190 Supporting Devices 16195 Electrical Identification 16470 Panelboards "'L�W6aStA a%- V c!' % 1 79 ES- w CIF 0-1830708 TABLE OF CONTENTS PAGE - 2 01/09 I 1— DESIGN PROFESSIONAL RESPONSIBILITY _ The specification sections wthenticated by my seal and signature are limited to the following; DIVISION 16 - ELECTRICAL 1600D Basic Electrical Methods 16111 Conduit 16123 Wire and Cable 16130 Boxes 16140 Wiring Devices 16170 Grounding and Banding 16190 Supporting Devices 16195 ElectricalIdentYflcation 16470 Paneftards TQ()Y D. '57MI01[y rf�� 03830708 DESIGN PROFESSIONAL RESPONSIBILITY TDS -1 01109 SECTION 02523 CONCRETE SIDEWALKS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions ofthe Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Concrete sidewalks (includes all flat work, regardless of thickness, that is placed for pedestrian walkways). 1.3 REFERENCES A. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. B. ASTM C33 - Concrete Aggregates. C. ASTM C78 - Standard Test Method for Flexural Strength of Concrete. D. ASTM C94 - Ready Mix Concrete. E. ASTM C143 - Slump of Hydraulic Cement Concrete. F. ASTM C150 - Portland Cement. G. ASTM C172 - Sampling Freshly Mixed Concrete. H. ASTM C173 - Air Content of Freshly Mixed Concrete by the Volumetric Method. 1. ASTM C260 - Air -Entraining Admixtures for Concrete. J. ASTM C309 - Liquid Membrane -Forming Compounds for Curing Concrete. K. ASTM C494 - Chemical Admixtures for Concrete. L. ASTM C1116 - Fiber -Reinforced Concrete and Shotcrete. M. ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. 1.4 SUBMITTALS A. Submit following in accordance with Section 01300 - Submittals. B. Product Data: Submit manufacturer's product data for the following: 1. Joint filler admixtures. 2. Curing compounds. 3. Fibrous reinforcing. C. Quality Control Submittals: Submit the following information related to quality assurance requirements specified: 1. Design data: Submit proposed mix designs and test data before concrete operations begin. Identify for each mix submitted the method by which proportions have been selected. a. For mix designs based on field experience, include individual strength test results, standard deviation, and required average compressive strength f(cr) calculations. b. For mix designs based on trial mixtures, include trial mix proportions, test results, and graphical analysis and show required average compressive strength f(cr). 03830708 CONCRETE SIDEWALKS 02523 - 1 01/09 C. Indicate quantity of each ingredient per cubic yard of concrete. d. Indicate type and quantity of admixtures proposed or required. 2. Test reports: Submit laboratory test reports for all testing specified. 3. Certifications: Submit affidavits from an independent testing agency certifying that all materials furnished under this section conform to specifications. 4. Certifications: Provide certification from manufacturers of concrete admixtures that chloride content complies with specified requirements. 5. Delivery tickets: Submit copies of delivery tickets complying with ASTM C 94 for each load of concrete delivered to site. D. Submit manufacturers printed product data, clearly marked, indicating required volume of fibrous concrete reinforcement materials to be added to each cubic yard of concrete. E. Submit manufacturers printed batching mixing instructions. F. Submit certificate prepared by concrete supplier under provisions of Section 01400 stating that approved fibrous concrete reinforcement materials were added at the required volume to each batch of concrete delivered to project site. Accompanied each certificate by one (1) copy of each batch delivery ticket indicating amount of fibrous concrete reinforcement material added to each batch of concrete. 1.5 QUALITY ASSURANCE A. Testing Agency Qualification: 1. An independent testing agency acceptable to the architect to perform specified tests and other services required for quality assurance. a. Testing agency shall meet ASTM E 329 requirements. b. The Contractor will be responsible for coordinating and scheduling required testing. B. Source of Materials: Obtain materials of each type from same source for the entire project. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver reinforcement to project site bundled and tagged with metal tags indicating bar size, lengths, and other data corresponding to information shown on placement drawings. 1. Store concrete reinforcement materials at the site to prevent damage and accumulation of dirt or rust. B. Store cementitious materials in a dry, weathertight location. Maintain accurate records of shipment and use. C. Store aggregates to permit free drainage and to avoid contamination with deleterious matter or other aggregates. When stockpiled on ground, discard bottom 6 inches of pile. D. Handle aggregates to avoid segregation. 1.7 ENVIRONMENTAL REQUIREMENTS A. Cold Weather Requirements. 1. Do not place concrete when base surface temperature is less than 40 degrees F or surface is wet or frozen. B. Warm Weather Requirements. 1. Do not place concrete when temperature of mix exceeds 85 degrees F without approved retarder nor 95 degrees F with approved retarder. 03830708 CONCRETE SIDEWALKS 02523 - 2 O1/09 E, �f PART 2 - PRODUCTS 2.1 FORM MATERIALS A. Sidewalks 1. Steel or wood at contractor's option. B. Joint Filler: ASTM D1751 type; 1/2 inch thick. 2.2 REINFORCEMENT A. 100 percent virgin homopolymer polypropylene fibrillated fibers specifically manufactured for use as concrete reinforcement and containing no reprocessed olefin materials. B. Reinforcing Bars: Provide deformed bars complying with the following, except where otherwise indicated: 1. ASTM A 615, Grade 60. C. Welded Wire Fabric: ASTM A 185, cold -drawn steel, plain. D. Reinforcing Accessories: l . Tie wire: Black annealed type, 16-1/2 gage or heavier. 2. Supports: Bar supports conforming to specifications of CRSI "Manual of Standard Practice." a. Precast concrete blocks of strength equal to or greater than specified strength of concrete or Class 3 supports equipped with sand plates, where concrete will be cast against earth. Concrete masonry units will not be accepted. E. Load Transfer Devices: 1. Dowels: Plain round or deformed bars, as shown on the drawings. Provide corrosion inhibitor on unbonded end. a. Metal expansion caps: Designed to provide not less than 1 inch of bar movement. 2.3 CONCRETE MATERIALS A. Cement: ASTM C150 Air Entraining -Type IA, Portland type, grey color. B. Fine and Coarse Mix Aggregates: ASTM C33, Size No. 57. C. Water: Potable, not detrimental to concrete. D. Air Entrainment: ASTM C260. 2.4 ACCESSORIES A. Curing/Sealing Compound: ASTM C309, Type 1, Class B; equal to MB-429 manufactured by Master Builders, Inc. B. Joint Sealers: Specified in Section 07900. 2.5 CONCRETE MIX - BY PERFORMANCE CRITERIA A. Mix concrete in accordance with ACI 304. Deliver concrete in accordance with ASTM C94. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1 or Method 2. C. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in amounts in accord with approved submittals. D. Mix batched concrete in strict accord with fibrous concrete reinforcement manufacturer's instructions and recommendations for uniform and complete dispersion. 03830708 CONCRETE SIDEWALKS 02523 - 3 01/09 3.6 CONCRETE PLACEMENT A. Preparation: Provide materials necessary to ensure adequate protection of concrete during inclement weather before beginning installation of concrete. B. Inspection: Before beginning concrete placement, inspect formwork, reinforcing steel, and items to be embedded, verifying that all such work has been completed. C. Placement - General: Comply with requirements of ACI 304 and as follows: 1. Schedule continuous placement of concrete to prevent the formation of cold joints. 2. If a section cannot be placed continuously, provide keyed construction joints with tie bars of size and spacing as approved by the architect. 3. Deposit concrete as close as possible to its final location, to avoid segregation. D. Slab Placement: Schedule continuous placement and consolidation of concrete within planned construction joints. 1. Thoroughly consolidate concrete without displacing reinforcement or embedded items, using internal vibrators, vibrating screeds, roller pipe screeds, or other means acceptable to architect. E. Cold Weather Placement: Comply with recommendations of ACI 306 when air temperatures are expected to drop below 40 degrees F either during concrete placement operations or before concrete has cured. I. Do not use frozen or ice -laden materials. 2. Do not place concrete on frozen substrates. F. Hot Weather Placement: Comply with recommendations of ACI 305R when ambient temperature before, during, or after concrete placement is expected to exceed 90 degrees F or when combinations of high air temperature, low relative humidity, and wind speed are such that the rate of evaporation from freshly poured concrete would otherwise exceed 0.2 pounds per square foot per hour. I . Do not add water to approved concrete mixes under hot weather conditions. 2. Provide mixing water at lowest feasible temperature, and provide adequate protection of poured concrete to reduce rate of evaporation. 3. Use fog nozzle to cool formwork and reinforcing steel immediately prior to placing concrete. 3.7 FINISHING A. Sidewalk Paving: Light broom, radius to 3/8 inch radius, and trowel joint edges. B. Direction of Texturing: Transverse to longest dimension. C. Place curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instructions. 3.8 CONCRETE CURING AND PROTECTION A. General: 1. Prevent premature drying of freshly placed concrete, and protect from excessively cold or hot temperatures until concrete has cured. 2. Provide curing of concrete by one of the methods listed and as appropriate to service conditions and type of applied finish in each case. B. Curing Period: I. Not less than 7 days for standard cements and mixes. 03830708 CONCRETE SIDEWALKS 02523 - 6 01 /09 C. Surfaces Not in Contact with Forms: 1. Start initial curing as soon as free water has disappeared, but before surface is dry. 2. Keep continuously moist for not less than 3 days by uninterrupted use of any of the following: a. Water ponding. b. Water -saturated sand. C. Water -fog spray. d. Saturated burlap: Provide 4-inch minimum overlap at joints. 3. Begin final curing procedures immediately following initial curing and before concrete has dried. a. Moisture -retaining cover: Lap not less than 3 inches at edges and ends, and seal with waterprooftape or adhesive. Repair holes or tears during curing period with same tape or adhesive. Maintain covering in intimate contact with concrete surface. Secure to avoid displacement. 1) Extend covering past slab edges at least twice the thickness of slab. 2) Do not use plastic sheeting on surfaces which will be exposed to view when in service. b. Curing compound: Apply at rate stated by manufacturer to conform with moisture -retention requirements specified, using second, immediate application at right angles to first, if necessary, and reapply if damaged by rain. 4. Continue final curing to end of curing period. D. Avoid rapid drying at end of curing period. E. Ensure that joints and slab edges receive adequate curing. l . Ensure that sawn joints receive adequate curing after sawing. 2. Where joints subsequently will be sealed, do not apply curing compounds unless joint faces will be sandblasted free of compound. F. During and following curing period, protect concrete from temperature changes of adjacent air in excess of 5 degrees F per hour and 50 degrees F per 24 hours. Progressively adjust protective measures to provide uniform temperature changes over entire concrete surface. 3.9 REMOVAL OF FORMS AND SUPPORTS A. Provided that concrete has hardened sufficiently that it will not be damaged, forms may be removed after concrete has cured at not less than 50 degrees F for 8 hours. Maintain curing and protection operations after form removal. 3.10 JOINT SEALING A. Separate pavement from vertical surfaces with 1/2 inch thick joint filler. B. Place joint filler in pavement pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. C. Extend joint filler from bottom of pavement to within 1/4 inch of finished surface. 3.11 TOLERANCES A. Maximum Variation of Surface Flatness: 1/4 inch in 10 ft. B. Maximum Variation From True Position: 1/4 inch. 03830708 CONCRETE SIDEWALKS 02523 - 7 _ 01/09 3.12 FIELD QUALITY CONTROL A. Strength Tests 1. Take minimum of one set of 3 samples for each day's pour but not less than one set for each 25 cubic yards placed. 2. Take samples in accordance with ASTM C172. B. Air Content 1. Perform two tests for air content on randomly selected batches of concrete for each days pour but not less than two for each 25 cubic yards placed. C. Slump Test 1. Perform two slump tests in accordance with ASTM C 143 on randomly selected batches for every 25 cubic yards or fraction thereof of concrete placed each day. D. One additional test cylinder will be taken during cold weather and cured on site under same conditions as concrete it represents. E. Maintain records of placed concrete items. Record date, location of pour, quantity, ailr temperature and test samples taken. END OF SECTION 03830708 CONCRETE SIDEWALKS 02523 - 8 01 /09 SECTION 02780 UNIT PAVERS 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. Mortarless brick pavers set on flexible base (course sand) setting beds. 2. Mortarless brick pavers set on a rigid base (concrete). B. Related Sections include the following: 1. Division 2 Section "Concrete sidewalks and curb and gutters" for concrete base under unit pavers and concrete edge restraints. 1.3 SUBMITTALS A. Product Data: For materials other than water and aggregates. B. Product Data: For the following: 1. Pavers. C. Samples for Verification: 1. Full-size units of each type of unit paver indicated. Assemble not less than five Samples of each type of unit. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain each type of unit paver and setting material from one source with resources to provide materials and products of consistent quality in appearance and physical properties. B. Mockups: Build brick panel mockups, as dimensional on plans to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 2. Build mockups where directed. C. Preinstallation Conference: Conduct conference at Project site ten days before work is to begin. i 1.5 DELIVERY, STORAGE, AND HANDLING A. Store pavers on elevated platforms in a dry location. If units are not stored in an enclosed ' location, cover tops and sides of stacks with waterproof sheeting, securely tied. B. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. 1.6 PROJECT CONDITIONS 03830708 UNIT PAVERS 02780 - 1 01 /09 SECTION 02810 IRRIGATION SYSTEMS PARTI-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. The work consists of installing a complete underground irrigation system as shown on the Drawings and as specified hereafter. The Contractor performing this work shall furnish all labor, equipment, materials and permits necessary for the completion of the system, except those specified to be furnished by other. Unless otherwise specified or indicated on the Drawings, the construction of the irrigation system shall include the furnishing, installing and testing of all pipe, fittings, valves, heads, controllers, wires, air release and vacuum valves, backflow preventers, inlet and discharge piping, automatic drain valves, manual drain valves, manual drain valves, valve boxes, water meters, and all other components pertinent to the plans and specifications of this system. The Contractor shall perform all trenching, excavating, boring, backfilling, compacting, concrete pouring, electrical work, welding, and any other work necessary for the completion of the project. B. Section Includes: 1. Piping. 2. Manual valves. 3. Automatic control valves. 4. Transition fittings. 5. Miscellaneous piping specialties. 6. Sprinklers. 7. Controllers. 8. Boxes for automatic control valves. 1.3 SITE INVESTIGATION A. The contractor shall examine related work and surfaces before starting the work of this section. The Contractor shall report to the Landscape Architect or his authorized representative, in writing, conditions which will prevent the proper execution of irrigation installation. Deviations from plans and specifications shall be executed only with the express permission of the Landscape Architect and at no cost to the Owner. if obvious inadequacies or inappropriate design are found on the drawings, they shall be promptly brought to the attention of the Landscape Architect in writing before proceeding with installation of the system. 1.4 CODES, RULES AND SAFETY ORDERS A. All work and materials shall be in full accordance with the latest local rules and regulations of safety. i 03830708 IRRIGATION SYSTEMS 02810 -1 01/09 1.5 PROTECTION A. The Contractor shall furnish and maintain all warning signs, shoring, barricades, red lanterns, etc., as required by the Safety Orders of the Division of Industrial Safety and local ordinances. 1.6 DEFINITIONS A. Circuit Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. C. Low Voltage: As defined in NFPA 70 for circuits and equipment operating at less than 50 V or for remote -control, signaling power -limited circuits. 1.7 PERFORMANCE REQUIREMENTS A. Irrigation zone control shall be automatic operation with controller and automatic control valves. B. 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 irrigation coverage of areas indicated. C. Minimum Working Pressures: The following are minimum pressure requirements for piping, valves, and specialties unless otherwise indicated: 1. Irrigation Main Piping: 200 psi. 2. Circuit Piping: 200 psi. 1.8 SUBMITTALS A. Prepare and make five sets of submittals providing manufacturer's specifications and "cut sheets" on the following components: 1. Controllers 2. Manual and automatic valves 3. Emitters 4. Enclosures for backflow preventer 5. 24 volt wire 6. Piping 7. Joint materials 8. Backflow preventers 9. Irrigation heads 10. Filters 11. Valves boxes 12. Wire splicing materials 13. PVC fittings 14. Line location tape B. Provide irrigation system record drawings: 1. Legibly mark drawings to record actual construction. 2. Indicate horizontal and vertical locations, referenced to permanent surface improvements 3. Identify field changes of dimension and detail any changes made by Change Order. 11 03830708 IRRIGATION SYSTEMS 02810 - 2 01/09 C. The Contractor shall provide one controller chart showing the area covered by a controller for each automatic valve. The chart shall be a reduced drawing of the actual "Record Drawing" system. The size of the chart shall be the maximum size that the controller door will allow. if controller sequence is not legible when the drawing is reduced, drawing shall be enlarged to a size that is readable. D. Chart shall be a blackline print with a different color used to show areas of coverage for each system. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum 20 mils. thick. Charts shall be completed and approved prior to final inspection and acceptance of the irrigation system. E. Wiring Diagrams: For power, signal, and control wiring. F. Coordination Drawings: Irrigation systems, drawn to scale, on which components are shown and coordinated with each other, using input from Installers of the items involved. Also include adjustments necessary to avoid plantings and obstructions such as signs and light standards. G. Qualification Data: For qualified Installer. H. Controller Timing Schedule: Indicate timing settings for each automatic controller zone. I. Field quality -control reports. J. Operation and Maintenance Data: For sprinklers, controllers and automatic control valves to include in operation and maintenance manuals. 1.9 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers that include a licensed Irrigator of the State of Texas. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with sections on general conditions. Quality control and Standard landscape practices. D. Installer's Qualifications: Minimum of 5 years experience installing irrigation systems of comparable size, and current Irrigator's License. Submit a copy of Irrigator's License to the Landscape Architect. E. Materials, equipment and methods of installation shall comply with the following codes and standards: 1. Manufacturer's Instructions. 2. National Fire Protection Association (NFPA): National Electrical Code. 3. American Society for Testing Materials (ASTM). 4. National Sanitation Foundation (NSF). 5. The Irrigation Association (IA). 6. Texas Commission on Environmental Quality (TCEQ). F. Excavation, backfilling and compaction operations: Contractor shall meet State and Local requirements. G. Obtain Owner's and Landscape Architect's acceptance of installed and tested irrigation system prior to installing backfill materials. 1.10 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. g 03830708 IRRIGATION SYSTEMS 02810 - 3 z' 01 /09 k r C. Store and handle materials to prevent damage and deterioration. D. Provide secure, locked storage for valves, sprinklers heads, and similar components that can not be immediately replaced, to prevent installation delays. E. Contractor to provide and honor all manufacturer warranties on all irrigation products. 1.11 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 Owner no fewer than two days in advance of proposed interruption of water service. 2. Do not proceed with interruption of water service without Landscape Architect's written permission. 1.12 COORDINATION A. The Contractor shall coordinate and cooperate with other contractors on site to ensure rapid and efficient completion of all contracted work. 1.13 WARRANTY A. Irrigation system shall be guaranteed against defects in materials and workmanship for one (1) year after final acceptance. Work covered under the guarantee period will include, but not be limited to, emergency repairs. Repair settling backfilling trenches, and repair replacement of any malfunctioning equipment. B. Correct all defects and resulting damages within 24 hours after the Owner's notification. if no response to the notification is made within the 24 hour period, the Owner may proceed with repairs and charge the expenses incurred with the work to the Contractor. The Owner may make emergency repairs as necessary without voiding the guarantee. C. Furnish all materials, labor and equipment for correction at no expense to the Owner. PART 2 - PRODUCTS 2.1 PIPES, TUBES, AND FITTINGS A. PVC Pipe, Pressure Rated: ASTM D 1785, PVC 1120 compound. 1. PVC Socket Fittings: ASTM D 2467, Schedule 80. 2. PVC Socket Unions: Construction similar to MSS SP-107, except both headpiece and tailpiece shall be PVC with socket or threaded ends. 2.2 PIPING JOINING MATERIALS A. Solvent Cements for Joining PVC Piping: ASTM D 2564. Include primer according to ASTM F656. B. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer unless otherwise indicated. 's 03830708 IRRIGATION SYSTEMS 02810 - 4 01 /09 2.3 MANUAL VALVES A. Brass Ball Valves: 9 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: a. Crane Co.; Crane Valve Group; Crane Valves. b. Crane Co.; Crane Valve Group; Jenkins Valves. C. DynaQuip Controls. d. Flow-Tek, Inc.; a subsidiary of Bray International, Inc. e. Hammond Valve. ri f. Jamesbury; a subsidiary of Metso Automation. g. Jomar International, LTD. w h. KITZ Corporation. i. Legend Valve. j. Marwin Valve; a division of Richards Industries. k. Milwaukee Valve Company. I. NIBCO INC. M. Red -White Valve Corporation. n. RuB Inc. 3. Description: a. Standard: MSS SP-110. b. SWP Rating: 150 psig. C. CWP Rating: 600 psig. d. Body Design: Two piece. e. Body Material: Forged brass. f. Ends: Threaded or solder joint if indicated. g. Seats: PTFE or TFE. h. Stem: Brass. i. Ball: Chrome -plated brass. j. Port: Full. B. Plastic Ball Valves: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. American Valve, Inc. b. Asahi/America, Inc. C. Colonial Engineering, Inc. d. Fischer, George Inc. e. Hayward Flow Control Systems; Hayward Industrial Products, Inc. f. IPEX Inc. g. Jomar International, LTD. h. KBI (King Bros. Industries). i. Legend Valve. t, j. NIBCO INC. k. Sloane, George Fischer, Inc. 1. Spears Manufacturing Company. j. M. Thermoplastic Valves Inc. n. Watts Regulator Co.; a division of Watts Water Technologies, Inc. 03830708 IRRIGATION SYSTEMS 02810 - 5 01/09 2. Description: a. Standard: MSS SP-122. b. Pressure Rating: 125 psig minimum. C. Body Material: PVC. d. Type Union. e. End Connections: Socket or threaded. f. Port: Full. 2.4 AUTOMATIC CONTROL VALVES A. Bronze Automatic control Valves: Remote control valve shall be No. 8200CR Series Valves as manufactured by Weathermatic Sprinkler Division of Telsco Industries. 1. Valve shall have hand operated manual internal bleed and flow control. Valve shall be solenoid cooperated, diaphragm, reverse flow type, with 200 psi CWP rating, giving NPT threads and suitable for underground burial without protection. 2. Valve shall be bronze body and cover with stainless steel spring. Cover shall be secured to body with stainless steel cover bolts tapped into the body casting. 3. Diaphragm shall be nylon -reinforced, chlorine/chloramines resistant, molded material with heavy seat to form an integral unit. Design shall be reverse flow causing automatic closure in event of diaphragm wall failure. 4. Valve shall be packless, without sliding seals, and completely serviceable without removing body from pipeline. Design shall be "normally closed" requiring solenoid to be energized to open valve, thereby causing automatic closure in event of power failure. 5. Solenoid shall comply with Class 11 National Electric code and when operating require a maximum of 5.7 VA at 24 volts ac. Stainless steel actuator shall be of a coated type to inhibit corrosion. Solenoid shall be integrally mounted in valve cover and encapsulated in molded -resin to form a moisture -proof unit with exposed metal components of non -corrosive material. 6. Flow control shall be brass with O-ring seal and adjustable from outside the valve for permanent throttling or complete closing of valve. Valve shall accept the Weathermatic PRK-24 pressure -regulating device without replacement of the valve body or cover. Solenoid shall be energized to open the valve hydraulically and de -energized to close. 7. Pressure to the hydraulic chamber shall be supplied internally through non-metallic, corrosion -free orifices in the diaphragm causing a cleansing action of the orifices. Contamination resistance shall be provided without the use of screens, filters or strainers. In even of tear in diaphragm wall valve shall remain in the closed position. Minimum flow range shall be no more than 1 GPH. The valve shall have a manufacturer's limited warranty of not less than ten (10) years. B. Plastic Automatic Control Valves: RainBird Model PESB electric remote control valve. 1. The electric remote control valve shall be a normally closed 24 VAC 50/60 cycle solenoid actuated globe pattern design. The valve pressure rating shall not be less than 200 psi. The valve shall have the following characteristics: Flow rate: 50 gpm m3/hl/s. Pressure loss not to exceed: 3.1 psi bars. The valve body and bonnet shall be constructed of heavy-duty glass -filled UV resistant nylon and have stainless steel suds and flange nuts; diaphragm shall be of nylon reinforced nitrile rubber. 2. 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. j 03830708 IRRIGATION SYSTEMS 02810 - 6 01/09 3. The valve shall house a fully -encapsulated, one-piece solenoid. The solenoid shall have a captured plunger with a removable retainer for easy servicing and a leverage handle for easy turning. This 24 VAC 50/60 Hz solenoid shall open with 19.6 volt minimum at 200 psi. At 24 VAC, average inrush current shall not exceed 0.41 amps. Average holding current shall not exceed 0.23 amps. 4. The valve shall have a brass flow control stem for accurate manual regulation and/or shutoff of outlet flow. The valve must open or close in less than 1 minute at 200 psi and less then 30 seconds at 20 psi. 5. The PESB valve shall have a self-cleaning stainless steel screen designed for use in dirty water applications. 6. 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. 2.5 SPECIALTY VALVES A. Backflow Prevention: Febco Model 850 Double Check,'/2" to 2" or `Approved Equal'. B. Medium Flow Control Zone Kit with Basket Filter: Rain Bird XCZ-100-B-COM Control Zone Kit. 1. Control Zone Kit shall be Rain Bird's Commercial Control Zone Kit with Rain Bird's 1" PESB valve, Quick Check Basket Filter with 200-mesh (75 micron) screen and 40 psi Pressure Regulator. 2. The 1" control zone kit shall have a 1" isolation ball valve. 3. The filter shall be a I" inline Quick Check Basket Filter body constructed of heavy- duty, glass -filled, UV resistant polypropylene capable of withstanding pressures of not less than 150 psi (10,3 bars). The design shall be a basket style body with jar - top cap. The cap shall incorporate an indicator that goes from green to red during operation when the filter element needs cleaning. The dimensions for the filter shall not exceed the following: Height: 6 %2" (16,5 cm), Length: 6 '/s" (16,5 cm), Width: 3 '/2" (8,9 cm). The filter element shall be constructed of a durable stainless steel mesh attached to a propylene frame and shall be a standard 200-mesh (75 micron). The screen shall be serviceable for cleaning purposes by unscrewing the cap from the body and removing the filter element. 4. The control zone kit shall have an inline pressure regulator. The pressure regulator shall be constructed of durable, UV resistant non -corrosive material able to accommodate an inlet pressure rating of not less than 150 psi (10,3 bar). The pressure regulating device is a normally open device that allows full flow with little pressure loss unless the inlet pressure is greater than the preset level. As the inlet pressure increases above the preset level it compresses a spring and begins to reduce the flow and downstream pressure. The inline pressure regulator shall have a preset outlet pressure of approximately 40 psi (2,8 bar). 5. The control zone kit shall have a I" Rain Bird PESB series automatic irrigation control valve. The valve pressure rating not to be less than 150 psi (10,3 bars). The valve body and bonnet shall be constructed of high -impact, weather -resistant plastic, stainless steel and other chemical/UV resistant materials. The valve shall have a diaphragm constructed of a durable Buna-N rubber material reinforced with nylon. The valve shall be fitted with a TBOS Potted Latching Solenoid. 6. Models: a. Medium Flow Kit for 3.0 to 20.0 GPM (I I to 76 1/m). Includes a 1" PESB Valve, Basket Filter with 200 mesh (75 micron) screen, 40 psi Pressure Regulator and ball valve. 03830708 IRRIGATION SYSTEMS 02810 - 7 01 /09 t E� d ) C. Low Flow Control Zone 1. Low Flow Control Zone Kit for zones with flows from 0.2 to 5.0 GPM (1 to 191/m) a. Control zone kits shall be Rain Bird Control Zone Kits with a Rain Bird Pressure Regulating (PR) Filter. b. The Pressure Regulating Filter combines filtration and pressure regulation in one unit for protection of downstream components of a drip irrigation system. The pressure regulator is integrated into the filter body. The unit contains both a 200 mesh (75 micron) filter and a pressure regulator. The PR Filter shall have a body and cap that are made of glass -filled, UV -resistant polypropylene, with 120 psi (8,3 bars) pressure rating. The pressure regulating device is a normally open device that allows full flow with little pressure loss unless the inlet pressure is greater than the preset level. As the inlet pressure increases above the preset level it compresses a spring and begins to reduce the downstream pressure. The pressure regulator built into the PR Filter body shall have a preset outlet pressure of approximately 30 psi (2,1 bars). The filter screen shall be constructed of durable polyester fabric attached to propylene frame. The standard 200-mesh screen (75 micron) shall be serviceable for cleaning purposes by unscrewing the cap from the body and removing the filter element. The design shall be of a compact "Y" body and cap configuration. The 3/4" filter body shall have a 3/4" male threaded inlet and outlet. The dimension for the PR filter shall not exceed the following: Height: 4 1/2" (11,4 cm), Length: 5 1/2" (14 cm), Width: 2" (5,1 cm). C. The control zone kits shall have an automatic irrigation control valve that is Rain Bird's Low Flow Valve or Low Flow Anti -Siphon Valve. d. The Rain Bird Low Flow Valve shall have a diaphragm with a double -knife seal and constructed of durable Buna-N rubber with a clog -resistant metering orifice. The valve shall have one 90-mesh (200 micron) filter attached to the solenoid base. The valve shall have a'/z" diameter seat. The valve body and bonnet shall be constructed of high impact, weather -resistant plastic, stainless steel and other chemical/UV resistant materials. e. Control zone kits with the Low Flow Anti -Siphon Valve shall have all the specifications of the Rain Bird control zone kits except that it shall include as one unit an electric irrigation control valve and atmospheric backflow preventer with an IAPMO approved listing. f. Models: 1) Low Flow Kit with Low Flow Valve and Pressure Regulating Filter with 200 mesh (75 micron) screen. (a) XCZ-075-PRF (3/4" Low Flow Valve and 3/4" PR Filter). 2.6 SPRINKLERS A. General Requirements: Designed for uniform coverage over entire spray area indicated at available water pressure. B. Plastic, Pop-up Spray Sprinklers: 1. The sprinkler shall be of the fixed -spray type designed for in -ground installation. 2. The sprinkler shall be capable of accepting all 570 series spray, stream, flood, and microspray nozzles and male -threaded risers and extenders. 3. The sprinkler shall operate within a 20-75 PSI (1.4-5.2 Bar) pressure range. ` 03830708 IRRIGATION SYSTEMS 02810 - 8 01/09 4. The sprinkler shall have a high -flow shut-off device built into the riser that restricts water loss if the nozzle is removed or damaged, eliminating potential erosion or safety issues. The shut-off device shall allow for nozzle and filter replacement or maintenance while the system is running. The body of the sprinkler shall be injection molded from ABS, a non -corrosive, impact -resistant, UV -resistant, heavy- duty plastic material. 5. The sprinkler shall have a color -coded riser screen filter, stainless steel or plastic, appropriately sized to prevent entry of foreign material to the nozzle. All parts shall be removable through the top of the sprinkler case. 6. The sprinkler shall have a single -piece riser/body seal, that flushes only upon retraction to clear any debris from around the riser, and a stainless -steel spring to ensure positive retraction. The seal shall have no flush during pop-up to allow the maximum number of sprinklers per station. The seal shall be a single piece injection molded from Alcryn, a synthetic rubber. 7. The sprinkler shall be capable of nozzle alignment via a two-piece ratcheting riser. 8. The sprinkler shall be of pop-up design with an overall body height of 8-1/4", a body diameter of 1-3/8", a cap diameter of 2", and having a pop-up stroke of 6-1/4".The sprinkler shall be developed and manufactured by an ISO 9001-certified facility. 9. The sprinkler shall be a model number 570Z-6P-SI-XF and shall be manufactured by The Toro Company, Irrigation Division, Riverside, California, USA. C. Adjustable arc, adjustable radius, matched precipitation rate, multi -stream, multi -trajectory, rotating stream sprinkler nozzles. 1. The sprinkler shall be of the viscous fluid brake rotary type and be a multi -stream, multi -trajectory rotating stream sprinkler. 2. The sprinkler shall produce and maintain a matched precipitation rate no greater than 0.6" per hour throughout the arc adjustment range and radius adjustment range, (up to 25% of radius reduction), when spaced at 50% of wetted diameter. 3. The part circle -sprinkler shall have an infinitely adjustable arc from 45' to 105°, 90' to 210' or between 2101 to 270' depending on the model selected. 4. The full circle sprinkler shall irrigate a full 360°. 5. The 45' to 105' model shall not require coverage from adjacent sprinklers closer then 3' from the head. 6. Full or part circle sprinklers shall be capable of up to 25% radius reduction using a stainless steel radius adjustment screw. a. The radius reduction screw shall have a slip clutch mechanism to prevent internal damage if turned past the minimum or maximum radius settings. The radius reduction screw shall reduce the pressure and flow upstream of the adjustable orifice thereby maintaining stream integrity. 7. Part circle sprinklers shall have arc adjustment capabilities using a stainless steel ring. a. The adjustment ring shall be effective only while the sprinkler is popped up and shall be ineffective while the sprinkler is popped down. b. When turned past the minimum or maximum arc limits the adjustment mechanism shall have a slip clutch action to prevent internal damage. 1) This same slip clutch action shall allow the orientation of the fixed edge of the variable arc when installed on a fixed riser or in a popup body. This is independent of and in addition to any ratchet that may exist in a popup body. 03830708 IRRIGATION SYSTEMS 02810 - 9 3 j 01/09 8. The sprinkler itself shall popup at approximately 15 psi of water pressure. a. Upon cessation of water pressure, the sprinkler itself shall retract. b. When installed in a popup body the sprinkler itself shall pop-up after the popup of the body stem has begun. C. Upon decreasing pressure the sprinkler itself shall pop -down before the pop - down of the body stem is complete. 9. The sprinklers adjustable orifice shall be manufactured from poly -urethane and acetyl plastic materials for durability. 10. The sprinkler shall be fitted with a detachable filter. 11. Sprinkler Assembly models MP Corner, MP Side Strip, MP Left Strip, MP Right Strip, MP1000, MP2000 & MP3000 shall be able to be installed in popup bodies having a 5/8-27 UNS male threaded stem, at all common popup heights. 12. Sprinkler Assembly shall also be able to be attached to a 1/2 FIPT x 5/8-27 UNS male threaded adapter for use on fixed pipe risers. Models MP Corner T, MP Side Strip T. MP Left Strip T, MP Right Strip T, MP 1000T, MP2000T & MP3000T shall be able to be installed in popup spray head bodies having a 5/8-28 UNS female threaded stem, at all common popup heights. 13. Sprinkler Assembly shall also be able to be attached to a 1/2 FIPT x 5/8-28 UNS female threaded adapter for use on fixed pipe risers. 14. The sprinkler shall be as manufactured by Walla Walla Sprinkler Company, a subsidiary of Nelson Irrigation Corporation, Walla Walla, WA. D. Model 1. RWS-B-C-1401 — Root Watering with 0.25 GPM blubber and check valve on riser, 4" grate, versatile swing assembly with'/2" M NPT inlet. 2.7 SPRINKLER SPECIALTIES A. Wireless Rain/Freeze Sensor: Irritrol RFS1000 Wireless RainSensor Series or approved equal. 1. The sensor shall have enhanced communication and signal link integrity features. 2. The sensor shall have constant transitter power over the entire battery life. P ry 3. The sensor shall have fully adjustable shutoff points from 1/8" to 1" of accumulated rainfall. 4. The sensor shall have over 300-foot transmission range. 5. The sensor shall have one-piece mounting Quick -Clip gutter bracket. L6. The sensor shall include Smart Bypass for easy system override (sensor switches back automatically on next activation). 7. The sensor shall have an approximate battery life of five years. 8. The sensor shall have Rain and freeze sensors fully integrated into one unit. 2.8 CONTROLLERS A. Automatic Controller(s) shall be the Smart Dial series with 12 stations in outdoor (EXT) model as manufactured under the brand name of Irritrol Systems to be installed or wired in accordance with manufacturer's published instructions and applicable local codes. B. Description: 1. Controller shall have the capability of receiving daily downloads of local, weather related data from an orbiting satellite and shall have the WeatherTRAK® capability of automatically reprogramming its irrigation schedule to closely parallel the changes in the local weather and Evapotranspiration Rate. The downloaded data 03830708 IRRIGATION SYSTEMS 02810 - 10 O1/09 shall be supplied through the, for fee, subscription service of ET Everywhere7m as supplied by Hydro Point Data Systems. 2. Controller shall have automatic, semiautomatic and manual operation and shall provide a programming interface consisting of a large, 3- line display, a rotary dial, two knobs and a "Copy" button for ease of programming. Controller shall allow the programmer to enter data for each station (zone) to include: type of watering device, soil type, plant type, solar aspect and slope factor with default and/or adjustable custom settings for each of the site specific values. 3. Controller shall provide the feature of adjustable settings for manual watering of single or multiple stations, station watering time adjustments in 1-minute increments up to 99 minutes as well as time adjustments by percentages, active water day adjustments by weekday (7-day calendar) by month, Odd/Even date or day interval between water days from 1 day (every day watering) up to once every 30 days. 4. Controller shall provide a method for establishing a watering time window in which the irrigation cycles shall automatically occur, to avoid irrigation operations crossing into watering restricted time. 5. Controller shall have a non-volatile memory to maintain the program memory in the absence of A.C. power and shall have alert functions for short circuit detection and programming conflicts. 6. Controller shall be compatible with normally closed rain sensors and shall provide screw -terminal connections for two sensor wires and shall provide a sensor bypass switch. 7. Controller shall provide a program review mode, a feature for cycling irrigation and then allowing a "soak in" before another application, a "Help" feature for assisting in programming, a master valve/pump start circuit, a "stacking" function for sequential operation of overlapping programs, a protection system to reduce the risk of damage from electrical surges through input or output lines. C. Construction: 1. Outdoor models shall be enclosed in UV and weather -resistant, locking cabinets with built-in transformers. Indoor models shall be enclosed in durable cabinets with external, plug-in type transformers. D. Electrical: 1. Transformer input shall be 120 V ac 60Hz. Maximum output per station shall be 24 V ac, 0.5 amp per station, 0.375 amps for master valve, 1.0 amps total (1.0 amp, 30 VA at 24 V ac, including 0.375 amps for the master valve /pump start.) E. The controller model number Irritrol SD1200-EXT shall be manufactured by Irritrol. I. Wiring: UL 493, Type OF single conductor, with solid -copper conductors; insulated cable; suitable for direct burial. a. Feeder -Circuit Cables: No. 12 AWG minimum, between building and controllers. b. Low -Voltage, Branch -Circuit Cables: No. 14 AWG minimum, between controllers and automatic control valves; color -coded different from feeder - circuit -cable jacket color; with jackets of different colors for multiple -cable installation in same trench. C. Splicing Materials: Manufacturer's packaged kit consisting of insulating, spring -type connector or crimped joint and epoxy resin moisture seal; suitable for direct burial. 2. Concrete Base: Reinforced concrete not less than 36 by 24 by 4 inches thick, and 6 inches greater in each direction than overall dimensions of controller. Include opening for wiring. 11 03830708 IRRIGATION SYSTEMS 02810 - l l 01/09 `-1 1 Il 2.9 BOXES FOR AUTOMATIC CONTROL VALVES A. Plastic Boxes: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. C. Nationwide Plastics, Inc. d. NewBasis. e. Oldcastle, Inc. f. Orbit Irrigation Products, Inc. g. USFilter/Plymouth Products, Inc. 2. Description: Box and cover, with open bottom and openings for piping; designed for installing flush with grade. a. Size: As required for valves and service. b. Shape: Rectangular. C. Sidewall Material: PE, ABS, or FRP. d. Cover Material: PE, ABS, or FRP. 1) Lettering: "IRRIGATION'. B. Drainage Backfill: Cleaned gravel or crushed stone, graded from 3/4 inch minimum to 3 inches maximum. 2.10 BACKFLOW PREVENTER A. 1 '/2" Febco 850 .double check assembly; with 1 '/z" Series 650A Wye Strainer, install in plastic vault, sized accordingly. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify location of existing utilities. B. Verify that required utilities are available, in proper location, and ready for use. 3.2 EARTHWORK A. Install warning tape directly above pressure piping, 12 inches below finished grades, except 6 inches below subgrade under pavement and slabs. B. Provide minimum cover over top of underground piping according to the following: 1. Irrigation Main Piping: Minimum depth of 18 inches below finished grade, or not less than 6 inches below average local frost depth, whichever is deeper. 2. Circuit Piping: 12 inches. 3. Drain Piping: 12 inches. 4. Sleeves: 18 inches. 3.3 PREPARATION A. Piping layout indicated is diagrammatic only. Route piping to avoid plants, ground cover, and structures. 03830708 IRRIGATION SYSTEMS 02810 -12 01/09 B. Before installation begins, the Contractor shall place a flag stake where each and every sprinkler is to be located in accordance with the plans. Should a discrepancy in the plans become apparent at this time, in regard to size, shape or coverage of the areas, the discrepancy shall be submitted in writing to the Architect. C. Review layout requirements with other affected work. Coordinate locations of sleeves under paving to accommodate system. 3.4 TRENCHING A. Trench Size: l . Minimum Width: 4 inches wider than max. o.d. of piping to be installed. 2. Minimum Cover Over Installed Supply Piping: 24 inches total. 3. Minimum Cover Over Installed Branch Piping: 18 inches total. 4. Minimum Cover Over Installed Outlet Piping: 18 inches total. B. Trench to accommodate grade changes. C. Maintain trenches free of debris, material, or obstructions that may damage pipe. D. If rock is encountered, trenches are to be over excavated by 3 inches to allow for a 3" layer of finely graded sand under all piping. After the piping is installed, finely graded sand shall be placed around the piping up to a point 3" above the piping. E. All trenches are to be inspected and approved by Owner before covering. F. Trench digging machinery may be used to make trench excavation except in places where operation of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. The Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the drawings, sufficiently in advance of the trenching to make whatever provisions necessary to prevent damage thereto. Extreme care shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. G. There will be no classification of, or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by construction equipment. All excavated material shall be piled in a manner which will not endanger the work or existing structures and which will cause the least obstruction to roadways. H. The Contractor will be required to locate all known utility lines far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. 1. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor, and at the Contractor's expense as directed by the Owner. J. All trenches and adjoining areas shall be hand raked to leave the grade in as good or better condition than before construction. K. All trench backfill shall be compacted as per City of Lubbock Ordinance 2007-00122. See detail attached to this section. L. All settling and low areas that occur within the first twelve (12) months will be the responsibility of the Contractor to fill and level. M. It is understood that the piping layout is diagrammatic and piping shall be routed in such a manner to achieve the intent of the plan. 3.5 PIPING INSTALLATION A. Location and Arrangement: Drawings indicate location and arrangement of piping systems. Install piping as indicated unless deviations are approved on Coordination Drawings. B. Install piping free of sags and bends. 03830708 IRRIGATION SYSTEMS 02810 - 13 01 /09 C. install groups of pipes parallel to each other, spaced to permit valve servicing. D. Install fittings for changes in direction and branch connections. E. Install unions adjacent to valves and to final connections to other components with NPS 2 or smaller pipe connection. F. Install expansion loops in control -valve boxes for plastic piping. G. Lay piping on solid subbase, uniformly sloped without humps or depressions. H. install PVC piping in dry weather when temperature is above 40 deg F. Allow joints to cure at least 24 hours at temperatures above 40 deg F before testing. 1. Install piping in sleeves under parking lots, roadways, and sidewalks. J. Install sleeves made of Schedule 40 PVC pipe and socket fittings, and solvent -cemented joints. 3.6 JOINT CONSTRUCTION A. Ream ends of pipes and tubes and remove burrs. B. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B 1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. D. PVC Piping Solvent -Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe -handling practice of cleaners, primers, and solvent cements. 2. PVC Pressure Piping: Join schedule number, ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other -than -schedule -number PVC pipe and socket fittings according to ASTM D 2855. 3. PVC Nonpressure Piping: Join according to ASTM D 2855. 3.7 VALVE INSTALLATION A. Underground Manual Valves: Install in valve box with top 6" below finish grade, cover box with steel plate and bury. 1. Install valve boxes on a minimum 4" depth base of pea gravel with landscape fabric beneath. Valve boxes shall be Iarge enough to house the entire valve assembly and allow for maintenance. 2. Provide valve box extension, if necessary, to ensure that entire valve assembly is enclosed in valve box and top of box or extension is 6" below adjacent grade. B. Backflow prevention valves: 1. Install backflow prevention valve, fittings and accessories as shown or required to complete the system Insulate against freezing weather. Install per local plumbing codes and per manufacturer's specifications. 2. Backflow prevention valve installed below grade shall have a minimum of 12" clear space above and below assembly with 4" base of pea gravel below clear space. 3. VaIve boxes shall be large enough to house the entire assembly and allow for removal and maintenance. } 03830708 IRRIGATION SYSTEMS 02810 - 14 01/09 C. Automatic Control Valve: Install in valve box with top 6" below finish grade, cover with ''/4" steel plate and bury. 1. Install valve boxes on a minimum 4" depth base of pea gravel with landscape fabric beneath. Valve boxes shall be large enough to house the entire valve assembly and allow for maintenance. 2. Provide valve box extension, if necessary, to ensure that entire valve assembly is enclosed in valve box and top of box or extension is 6" below adjacent grade. 3. Automatic control valves hall be of the type and size as indicated on the Drawings. Installation shall be according to these specifications, the Drawings and the manufacturer's specifications. 4. Valve wire splices shall be waterproofed. 5. Contractor shall provide a 36" wire expansion coil to facilitate raising splices to ground level without cutting wires. 6. Seal threaded connections on pressure and non -pressure side of control valves with Teflon tape only. 3.8 SPRINKLER INSTALLATION A. Install sprinklers after hydrostatic test is completed. B. Install sprinklers at manufacturer's recommended heights. C. Locate part -circle sprinklers to maintain a minimum distance of 4 inches from all hard construction. 3.9 AUTOMATIC IRRIGATION -CONTROL SYSTEM INSTALLATION A. Equipment Mounting: Install exterior freestanding controllers on concrete bases. 1. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. install anchor bolts to elevations required for proper attachment to supported equipment. B. Install control cable in same trench as irrigation piping and at least 2 inches below or beside piping. Provide conductors of size not smaller than recommended by controller manufacturer. Install cable in separate sleeve under paved areas. 3.10 CONNECTIONS A. Install piping adjacent to equipment, valves, and devices to allow service and maintenance. B. Connect wiring between controllers and automatic control valves. 3.11 IDENTIFICATION A. Identify system components. Comply with requirements for identification specified in Division 15 Section "Identification for Plumbing Piping and Equipment." B. Equipment Nameplates and Signs: Install engraved plastic -laminate equipment nameplates and signs on each automatic controller. 1. Text: In addition to identifying unit, distinguish between multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations. C. Warning Tapes: Arrange for installation of continuous, underground, detectable warning tapes over underground piping during backfilling of trenches. 03830708 IRRIGATION SYSTEMS 02810 - 15 01 /09 3.12 TESTING AND INSPECTION A. Do not allow any of the work in this section to be covered or enclosed until it has been inspected, tested and approved by the Owner's Representative. B. Fill the main line with water for a 24-hour period priorto testing. C. Pressure test main lines with 150 psi for a period of 2 hours. Allowable leakage shall be as determined by the formula listed in AWWA C600. Owner's Representative will witness and approve all tests. Notify Owner's Representative at least 24 hours in advance of all testing. D. Provide all testing equipment and personnel required to complete the testing procedure. Repeat testing as required. E. Flush, clean, adjust and balance all systems. F. Adjust heads for proper coverage. 3.13 STARTUP SERVICE A. Perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 2. Verify that controllers are installed and connected according to the Contract Documents. 3. Verify that electrical wiring installation complies with manufacturer's submittal. 3.14 ADJUSTING A. Adjust settings of controllers. B. Adjust automatic control valves to provide flow rate at rated operating pressure required for each sprinkler circuit. C. Adjust sprinklers and devices, except those intended to be mounted aboveground, so they will be flush with, or not more than 1/2 inch above, finish grade. 3.15 CLEANING A. Flush dirt and debris from piping before installing sprinklers and other devices. 3.16 DEMONSTRATION A. Train Owner`s maintenance personnel to adjust, operate, and maintain automatic control valves and controllers. 3.17 PIPING SCHEDULE A. Install components having pressure rating equal to or greater than system operating pressure. B. Piping in control -valve boxes and aboveground may be joined with flanges or unions instead of joints indicated. C. Underground irrigation main piping, NPS 2 to 3, shall be one of the following: 1. SDR 21, PVC, pressure -rated pipe; Schedule 80, PVC socket fittings; and solvent - cemented joints. D. Circuit piping, NPS 1, shall be one of the following: 1. SDR 21, PVC, pressure -rated pipe; Schedule 40, PVC socket fittings; and solvent - cemented joints. f 03830708 IRRIGATION SYSTEMS 02810 - 16 _; 01/09 E. Underground Branches and Offsets at Sprinklers and Devices: Schedule 80, PVC pipe; threaded PVC fittings; and threaded joints. 1. Option: Plastic swing joint assemblies, with offsets for flexible joints, manufactured for this application. END OF SECTION 03830708 IRRIGATION SYSTEMS 02810 - 17 01/09 r_. SECTION 02870 SITE FURNISHINGS 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. Benches. 2. Trash receptacles. 1.3 SUBMITTALS A. Product Data: For each type of product indicated: Bench, trash receptacle, bicycle rack and decorative planters. B. Samples for Initial Selection: For units with factory -applied color finishes. C. Product Schedule: For site furnishings. Use same designations indicated on Drawings. D. Material Certificates: For site furnishings, signed by manufacturers. E. Maintenance Data: For site furnishings to include in maintenance manuals. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain all site furnishings through one source from a single manufacturer. Obtain decorative planters from specified sources. 1.5 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. PART 2 - PRODUCTS 2.1 MATERIALS A. Landscape Forms, Inc. Scarborough 6' Bench 1. Composition and Materials: i a. Seat Panels: 1) Woven Metal: For exterior or interior applications.. Constructed of steel straps 1-1/2" x 1/8". 2) Woven Supports: End Frames are l"x 1" solid steel, joined by 1- 1/2" dia., .120 wall thickness stainless steel tube. Seat panels are perimeter welded to the end frames. b. Sizes: Backed benches nominal size is 28" deep x 34" high and in 72" lengths. 03830708 SITE FURNISHINGS 02870 - 1 01 /09 C. Mounting Options: Shipped with freestanding glides, which may be removed for surface mounting. d. Finishes: Finish on metal is Landscape Forms' Pangard II® finishing process that includes a rust inhibitor and top coat finish of thermosetting polyester powdercoat that is U.V., chip and flake resistant. e. Color: Stormcloud. 2. Technical Data: The following are test results for Landscape Forms, Inc. Pangard II polyester powdercoat. a. Gloss according to Garner 60 deg. ASTN D 523: 80-90. b. Cross hatch adhesion, ASTM D 3359 method B. C. Mandrel bending test, ASTM D 522: 1/8"(3mm). d. Erichsen cupping, ISO 1520: 5/16" (8mm). e. Impression hardness according to Buchholz, ISO 2215: 95 f. Impact test ASTM D 2794-90: 1/10" distortion up to 160 in/lb. g. Pencil hardness, ASTM D 3363074: 2H (min.), Drill mill tests: OK. h. Saltspray Resistance 1500 hr test, ASTM B 117: max. undercutting 1/16"(lmm). 3. Installation: No assembly is necessary for Scarborough benches. When surface mounting units, remove glides at support ends. Installation is to be done by Contractor in accordance with specifications of Landscape Architect or Planner. Surface mount benches to concrete with corrosion -resistant anchor bolts. 4. Recycled Content: a. The Landscape Forms Scarborough Weave Benches have a recycled material content of 73% or greater. The post consumer content of the bench is 53% or greater and the post industrial content is 20% or greater. b. All benches are 100% recyclable. B. Scarborough Litter Receptracles 1. Composition and Materials: a. Supports: Three support legs are 1" x 1" stainless steel tube. Liner rests on x 3/4" steel straps, welded to support legs. Collar is tubular steel 1-1/4" dia., .120" wall thickness. b. Side Panels: Vertical straps are 1-1/2" x 3/16" aluminum. Vertical square bars are 3/8" x 3/8" aluminum. Straps and bars are welded to aluminum rings at top and bottom, which are 2-21/2" wide. Panel is bolted to support structure with stainless steel hardware. C. Tops: Top opening top (opening is 8" in diameter) is formed of 14 gauge pun steel. Both top styles are bolted with stainless steel hardware to 14 gauge spun steel diverter ring. d. Pop Up Rod: Stainless steel rod is 19/32" in diameter. Pop up mechanism incorporates two sizes of stainless steel roll pins, which allow proper guidance of top. e. Liners: Receptacle liners have 30-gallon capacity and are formed of polyethylene. f. Sizes: Top opening unit nominal size is 25" x 33". Side opening unit nominal size is 25" x 40". g. Mounting Options: Shipped with freestanding glides, which may be removed for surface mounting. h. Finishes: Finish on metal is Landscape Forms' Pangard II® finishing process that includes a rust inhibitor and top coat finish of thermosetting polyester powdercoat that is U.V., chip and flake resistant. i. Color: Stormcloud. 03830708 SITE FURNISHINGS 02870 - 2 01/09 -i 2. Technical Data: The following are test results for Landscape Forms, Inc. Pangard II polyester powdercoat. a. Gloss according to Garner 60 deg. ASTN D 523: 80-90. b. Cross hatch adhesion, ASTM D 3359 method B. C. Mandrel bending test, ASTM D 522: 1/8"(3mm). d. Erichsen cupping, ISO 1520: 5/16" (8mm). e. Impression hardness according to Buchholz, ISO 2215: 95 f. Impact test ASTM D 2794-90: 1/ 10" distortion up to 160 in/lb. g. Pencil hardness, ASTM D 3363074: 2H (min.), Drill mill tests: OK. h. Saltspray Resistance 1500 hr test, ASTM B 117: max. undercutting 1/16"(lmm). i. Humidity Resistance 1500 hr test, ASTM D 2247-68: max. blisters 1/16" (1 mm). 3. Installation: No assembly is necessary for Scarborough benches. When surface mounting units, remove glides at support ends. Installation is to be done by contractor in accordance with specifications of landscape architect or planner. Surface mount trash receptacle to concrete with corrosion -resistant anchor bolts. 4. Recycled Content a. The Landscape Forms Scarborough Litters have a recycled material content of 74% or greater. The post consumer content of the litter is 42% or greater and the post industrial content is 33% or greater. b. All litters are 100% recyclable. C. Washington Concrete Bollard, Stresscrete, Inc. 1. Model: KN-C-W, Non -Lighted. 2. Color: Saluki Bronze. 3. Base Plate mounting option. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions, with Installer present, for compliance with requirements for correct and level finished grade, mounting surfaces, installation tolerances, and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Comply with manufacturer's written installation instructions unless more stringent requirements are indicated. Complete field assembly of site furnishings where required. B. Unless otherwise indicated, install site furnishings after landscaping and paving have been completed. C. Install site furnishings level, plumb, true, and securely anchored at locations indicated on Drawings. 1. Installation: Scarborough Bench: No assembly is necessary for Scarborough benches. When surface mounting units, remove glides at support ends. Installation is to be done by contractor in accordance with specifications of landscape architect or planner. Provide corrosion -resistant anchor bolts for surface mount option. i 03830708 SITE FURNISHINGS 02870 - 3 . 01/09 2. Installation: Scarborough Litter Receptacles: No assembly is necessary for Scarborough benches. When surface mounting units, remove glides at support ends. Installation is to be done by contractor in accordance with specifications of landscape architect or planner. Provide corrosion -resistant anchor bolts for surface mount option. 3. Installation: Washington Concrete Bollard, Stresscrete, Inc., as per manufacturer's recommendations. 3.3 CLEANING A. After completing site furnishing installation, inspect components. Remove spots, dirt, and debris. Repair damaged finishes to match original finish or replace component. END OF SECTION 02870 03830708 SITE FURNISHINGS 02870 - 4 01/091.111-1 I 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. Section Includes: 1. Sodding. 1.3 DEFINITIONS A. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. B. Finish Grade: Elevation of finished surface of planting soil. C. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. D. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. E. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. F. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in -place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. G. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or top surface of a fill or backfilI before planting soil is placed. H. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. 1. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil, but in disturbed areas such as urban environments, the surface soil can be subsoil. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. I. Pesticides and Herbicides: Include product label and manufacturer's application instructions specific to this Project. B. Qualification Data: For qualified landscape Installer. C. Product Certificates: For soil amendments and fertilizers, from manufacturer. D. Material Test Reports: For existing native surface topsoil and imported or manufactured topsoil. 03830708 LAWNS AND GRASSES 02920 - 1 _; 01/09 E. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of turf during a calendar year. Submit before expiration of required initial maintenance periods. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful turf establishment. ' 1. Professional Membership: Installer shall be a member in good standing of either the Professional Landcare Network or the American Nursery and Landscape Association. 2. Experience: Five years' experience in turf installation in addition to requirements in Division 1 Section "Quality Requirements." 3. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 4. Maintenance Proximity: Not more than two hours' normal travel time from Installer's place of business to Project site. 5. Pesticide Applicator: State licensed, commercial. B. Soil -Testing Laboratory Qualifications: An independent laboratory or university 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. Soil Analysis: For each unamended soil type, furnish soil analysis and a written report by a _I 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 the soil. 1. Testing methods and written recommendations shall comply with USDA's Handbook No. 60. 2. The soil -testing laboratory shall oversee soil sampling, with depth, location, and number of samples to be taken per instructions from Landscape Architect. A minimum of three representative samples shall be taken from varied locations for each soil to be used or amended for planting purposes. 3. Report suitability of tested soil for turf growth. JJ a. Based on the test results, state recommendations for soil treatments and soil amendments to be incorporated. State recommendations in weight per 1000 sq. ft. and volume per cu. yd. for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. b. Report presence of problem salts, minerals, or heavy metals, including j aluminum, arsenic, barium, cadmium, chromium, cobalt, lead, lithium, and vanadium. If such problem materials are present, provide additional recommendations for corrective action. D. Preinstallation Conference: Conduct conference at Project site. 1.6 DELIVERY, STORAGE, AND HANDLING A. Sod: Harvest, deliver, store, and handle sod according to requirements in "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in TPI's "Guideline Specifications to Turfgrass Sodding." Deliver sod in time for planting within 24 hours of harvesting. Protect sod from breakage and drying. 03830708 LAWNS AND GRASSES 02920 - 2 01/09 d _1 �r B. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials, discharge of soil -bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk fertilizers, lime, and soil amendments with appropriate certificates. 1.7 PROJECT CONDITIONS A. Planting Restrictions: Plant during the following period. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of planting completion. 1. Planting: May l — September 1. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions. I", 1.8 MAINTENANCE SERVICE A. Initial Turf Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after each area is planted and continue until acceptable turf is established but for not less than the following periods: 1. Sodded Turf. One full year of maintenance, including mowing, edging and maintenance of weeds and trash. PART 2 - PRODUCTS 2.1 TURFGRASS SOD A. Turfgrass Sod: Approved complying with "Specifications for Turfgrass Sod Materials" in TPI's "Guideline Specifications to Turfgrass Sodding." Fumish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Prairie Buffalo Sod (Buchloe Dactyloides `Prairie'). 2.2 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1. Class: T, with a minimum of 99 percent passing through No. 8 (2.36-mm) sieve and a minimum of 75 percent passing through No. 60 (0.25-mm) sieve. 2. Class: O, with a minimum of 95 percent passing through No. 8 (2.36-mm) sieve and a minimum of 55 percent passing through No. 60 (0.25-mm) sieve. 3. Provide lime in form of ground calcitic limestone. B. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, and with a minimum of 99 percent passing through No. 6 (3.35-mm) sieve and a maximum of 10 percent passing through No. 40 (0.425-mm) sieve. 03830708 LAWNS AND GRASSES 02920 - 3 01/09 C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Aluminum Sulfate: Commercial grade, unadulterated. E. Perlite: Horticultural perlite, soil amendment grade. F. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through No. 50 (0.30-mm) sieve. G. Sand: Clean, washed, natural or manufactured, and free of toxic materials. 2.3 ORGANIC SOIL AMENDMENTS A. 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 1/2-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: B. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil, or toxic materials. C. 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. 2.4 FERTILIZERS A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. B. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing laboratory. C. 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 laboratory. 2.5 PLANTING SOILS A. Planting Soil: Existing, native surface topsoil formed under natural conditions with the duff layer retained during excavation process and stockpiled on -site. Verify suitability of native surface topsoil to produce viable planting soil. Clean soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. 1. Mix existing, native surface topsoil with the following soil amendments and fertilizers in the following quantities to produce planting soil: a. Loose Compost per acre: 4 tons b. Weight of Sulfur per acre: 20 lb. C. Weight of Zinc per acre: 1.5 lb. d. Weight of Boron per acre: 0.5 lb. e. Weight of 11-52-0 mono ammonium phosphate (MAP) per acre: 200 lb. 03830708 LAWNS AND GRASSES 02920 - 4 O1/09- 2.6 MULCHES A. Fiber Mulch: Biodegradable, dyed -wood, cellulose -fiber mulch; nontoxic and free of plant - growth or germination inhibitors; with a maximum moisture content of 15 percent and a pH range of 4.5 to 6.5. B. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber -mulch manufacturer for slurry application; nontoxic and free of plant -growth or germination inhibitors. 2.7 PESTICIDES A. General: Pesticide, registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre -Emergent Herbicide (Selective and Non -Selective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C. Post -Emergent Herbicide (Selective and Non -Selective): Effective for controlling weed growth that has already germinated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to be planted for compliance with requirements and other conditions affecting performance. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2. Do not mix or place soils and soil amendments in frozen, wet, or muddy conditions. 3. Suspend soil spreading, grading, and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 4. Uniformly moisten excessively dry soil that is not workable and which is too dusty. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Architect and replace with new planting soil. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect grade stakes set by others until directed to remove them. B. Install 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. 03830708 LAWNS AND GRASSES 02920 - 5 01 /09 3.3 TURF AREA PREPARATION A. Limit turf subgrade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 6 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. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil. a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. b. Mix lime with dry soil before mixing fertilizer. 3. Spread planting soil 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. Reduce elevation of planting soil to allow for soil thickness of sod. C. Unchanged Subgrades: If turf is 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 6 inches. Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 6 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 finish grading to areas that can be planted in the immediate future. E. Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Before planting, obtain Landscape Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.4 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. C. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 03830708 LAWNS AND GRASSES 02920 - 6 01/09 3.5 TURF MAINTENANCE A. Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. 1. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace materials and turf damaged or lost in areas of subsidence. 2. Apply treatments as required to keep turf and soil free of pests and pathogens or disease. Use integrated pest management practices whenever possible to minimize the use of pesticides and reduce hazards. B. Watering: Keep turf uniformly moist to a depth of 4 inches. l . Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. 2. Water turf with fine spray at a minimum rate of 1 inch per week unless rainfall precipitation is adequate. C. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 1/3 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: l . Mow Buffalo to a height of 1" to 2". D. Turf 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 turf area. 3.6 SATISFACTORY TURF A. Turf installations shall meet the following criteria as determined by Landscape Architect: 1. Satisfactory Sodded Turf At end of maintenance period, a healthy, well -rooted, even -colored, viable turf has been established, free of weeds, open joints, bare areas, and surface irregularities. B. Use specified materials to reestablish turf that does not comply with requirements and continue maintenance until turf is satisfactory. 3.7 PESTICIDE APPLICATION A. Apply pesticides and other chemical products and biological control agents in accordance with requirements of authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B. Post -Emergent Herbicides (Selective and Non -Selective): Apply only as necessary to treat already -germinated weeds and in accordance with manufacturer's written recommendations. 3.8 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by turf work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. 03830708 LAWNS AND GRASSES 02920 - 7 - 0l/09 B. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established. C. Remove nondegradable erosion -control measures after grass establishment period. END OF SECTION 02920 03830708 LAWNS AND GRASSES 02920 - 8 01/09 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 SECTION INCLUDES A. Plants. B. Planting soils. C. Tree stabilization. D. Landscape edgings. E. Tree grates. 1.3 RELATED SECTIONS A. Division 2 Section "Site Clearing" for protection of existing trees and plantings, topsoil stripping and stockpiling, and site clearing. B. Division 2 Section "Earthwork" for excavation, filling, and rough grading and for subsurface aggregate drainage and drainage backfill materials. C. Division 2 Section "Lawns and Grasses" for turf (lawn) and meadow planting, hydroseeding, and erosion -control materials. 1.4 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Plants dug with firm, natural balls of earth in which they were grown, with ball size not less than diameter and depth recommended by ANSI Z60.1 for type and size of plant required; wrapped with burlap, tied, rigidly supported, and drum laced with twine with the root flare visible at the surface of the ball as recommended by ANSI Z60.1. C. Container -Grown Stock: Healthy, vigorous, well -rooted plants grown in a container, with a 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 type and size of plant required. D. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. E. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted 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 plant. F. Finish Grade: Elevation of finished surface of planting soil. G. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. 03830708 EXTERIOR PLANTS 02930 - 1 01 /09 H. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. 1. Pests: Living organisms that occur where they are not desired, or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. J. Planting Area: Areas to be planted. K. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in -place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. L. Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines, ground covers, ornamental grasses, bulbs, corms, tubers, or herbaceous vegetation. M. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. N. Stem Girdling Roots: Roots that encircle the stems (trunks) of trees below the soil surface. O. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. P. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. Q. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as urban environments, the surface soil can be subsoil. 1.5 SUBMITTALS A. Product Data: For each type of product indicated, including soils. 1. Plant Materials: Include quantities, sizes, quality, and sources for plant materials. 2. Pesticides and Herbicides: Include product label and manufacturer's application instructions specific to the Project. B. Samples for Verification: For each of the following: 1. Trees and Shrubs: Three samples of each variety and size delivered to the site for review. Maintain approved samples on -site as a standard for comparison. 2. Organic Mulch: 1-bag volume of each organic mulch required; in sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. Each Sample shall be typical of the lot of material to be furnished; provide an accurate representation of color, texture, and organic makeup. 3. Weed Control Barrier: 12 by 12 inches. Submit Cut -Sheet (Mfg. and type). 4. Edging Materials and Accessories: Manufacturer's standard size, to verify color selected. C. Qualification Data: For qualified landscape Installer. Include list of similar projects completed by Installer demonstrating Installer's capabilities and experience. Include project names, addresses, and year completed, and include names and addresses of owners' contact persons. Also see Quality Assurance. D. Product Certificates: For each type of manufactured product, from manufacturer, and complying with the following: 1. Manufacturer's certified analysis of standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. 03830708 EXTERIOR PLANTS 02930 - 2 01/09 11 E. Material Test Reports: For existing in -place surface soil and imported or manufactured topsoil. F. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. Submit before start of required maintenance periods. G. Warranty: Sample of special warranty. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful establishment of plants. 1. Experience: Three years' experience in landscape and installation experience of size and scope commensurate with this project, in addition to requirements in Division 1 Section "Quality Requirements." 2. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 3. Pesticide Applicator: State licensed, commercial. B. Soil -Testing Laboratory Qualifications: An independent or university 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. Soil Analysis: For each unamended soil type, furnish soil analysis and a written report 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 the soil. 1. Testing methods and written recommendations shall comply with USDA's Handbook No. 60. 2. The soil -testing laboratory shall oversee soil sampling; with depth, location, and number of samples to be taken per instructions from Architect. A minimum of three representative samples shall be taken from varied locations for each soil to be used or amended for planting purposes. 3. Report suitability of tested soil for plant growth. a. Based upon the test results, state recommendations for soil treatments and soil amendments to be incorporated. State recommendations in weight per 1000 sq. ft. or volume per cu. yd. for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. b. Report presence of problem salts, minerals, or heavy metals, including aluminum, arsenic, barium, cadmium, chromium, cobalt, lead, lithium, and vanadium. If such problem materials are present, provide additional recommendations for corrective action. D. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. 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 site, and before they are prepared for transplanting. 03830708 EXTERIOR PLANTS 02930 - 3 01/09 E. Measurements: Measure according to ANSI Z60.1. Do not prune to obtain required sizes. 1. Trees and Shrubs: Measure with branches and trunks or canes in their normal position. Take height measurements from or near the top of the root flare for field - grown stock and container grown stock. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip to tip. Take caliper measurements 6 inches above the root flare for trees up to 4-inch caliper size, and 12 inches above the root flare for larger sizes. 2. Other Plants: Measure with stems, petioles, and foliage in their normal position. F. Plant Material Observation: Landscape Architect may observe plant material either at place of growth or supplier, or remote site within 30 miles of project site before planting for compliance with requirements for genus, species, variety, cultivar, size, and quality. Landscape Architect retains right to observe trees and shrubs further for size and condition of balls and root systems, pests, disease symptoms, 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. 1. Notify Architect of sources of planting materials fourteen (14) days in advance of delivery to site. G. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination". 1.7 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws if applicable. B. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials, discharge of soil -bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk fertilizers and soil amendments with appropriate certificates. C. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind bum, 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 plants during shipping and delivery. Do not drop plants during delivery and handling. D. Handle planting stock by root ball. E. Store bulbs, corms, and tubers in a dry place at 60 to 65 deg F until planting. F. Deliver plants after preparations for planting have been completed, and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or 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 plants stored on -site deeply and thoroughly with a fine -mist spray. Water as often as necessary to maintain root systems in a moist, but not overly -wet condition. 03830708 EXTERIOR PLANTS 02930 - 4 01 /09 i : 1.8 PROJECT CONDITIONS A. Field Measurements: Verify actual grade elevations, service and utility locations, irrigation system components, and dimensions of plantings and construction contiguous with new plantings by field measurements before proceeding with planting work. B. Interruption of Existing Services or Utilities: Do not interrupt services or utilities to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary services or utilities according to requirements indicated: 1. Notify Landscape Architect and Owner no fewer than five days in advance of proposed interruption of each service or utility. 2. Do not proceed with interruption of services or utilities without Owner's written permission. C. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. l . Trees may be planted at any time during the year. D. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions and warranty requirements. E. Coordination with Turf Areas (Lawns): Plant trees, shrubs, and other plants after finish grades are established and before planting turf areas unless otherwise indicated. 1. When planting trees, shrubs, and other plants after planting turf areas, protect turf areas, and promptly repair damage caused by planting operations. 1.9 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner, or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. C. Faulty performance of tree stabilization. d. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Periods from Date of Twelve (12) months from Final Acceptance: a. Trees, Shrubs, Vines, and Ornamental Grasses: Twelve (12) months from Final Acceptance. b. Ground Covers, Biennials, Perennials, and Other Plants: Twelve (12) months from Final Acceptance. C. Annuals: Twelve (12) months from Final Acceptance. 3. Include the following remedial actions as a minimum: a. Immediately remove dead plants and replace unless required to plant in the succeeding planting season. b. Replace plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. 03830708 EXTERIOR PLANTS 02930 - 5 01 /09 C. A limit of one replacement of each plant will be required except for losses or replacements due to failure to comply with requirements, or seasonal color rotation. d. Provide extended warranty for period equal to original warranty period, for replaced plant material. 1.10 MAINTENANCE SERVICE A. Initial Maintenance Service for Trees and Shrubs: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: Twelve (12) months from date of Final Acceptance. B. Initial Maintenance Service for Ground Cover Seasonal Cover and Other Plants: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: Twelve (12) months from date of Final Acceptance. 2. Planting Schedule for Seasonal Color: Re -install new plantings near the following dates, as allowable by weather. a. Jan 15 —evaluation and infill as needed b. April 15 —full replacement C. July 15 — evaluation and infill as needed d. September 15 — full replacement C. Continuing Maintenance Proposal: From Installer to Owner, in the form of a standard yearly (or other period) maintenance agreement, starting on date initial maintenance service is concluded. State services, obligations, conditions, and terms for agreement period and for future renewal options. PART 2 - PRODUCTS 2.1 PLANT MATERIAL A. General: Furnish nursery -grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant Schedule or Plant Legend shown on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. 1. Provide trees which are matched, by species, in caliper, crown shape and size, trunk size and form, and branching lift to assure symmetry in planting. 2. Trees with damaged, crooked, or multiple leaders; tight vertical branches where bark is squeezed between two branches or between branch and trunk ("included bark"); crossing trunks; cut-off limbs more than 3/4 inch in diameter; or with stem girdling roots will be rejected. 3. Collected Stock: Do not use plants harvested from the wild, from native stands, from an established landscape planting, or not grown in a nursery unless otherwise indicated. 03830708 EXTERIOR PLANTS 02930 - 6 01/09 B. Provide plants of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for types and form of plants required. Plants of a larger size may be used if acceptable to Architect, with a proportionate increase in size of roots or balls. C. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1. Root flare shall be visible before planting. D. Labeling: Label each plant of each variety, size, and caliper with a securely attached, waterproof tag bearing legible designation of common name and full scientific name, including genus and species. Include nomenclature for hybrid, variety, or cultivar, if applicable for the plant as shown on Drawings. E. Annuals and Biennials: Provide healthy, disease -free plants of species and variety shown or listed, with well -established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. `Provide only plants that are acclimated to outdoor conditions before delivery. 2.2 INORGANIC SOIL AMENDMENTS A. Planting Soil Mix: Mix topsoil with soil amendments and fertilizers in portions as 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, and containing a minimum of 90 percent sulfur, with a minimum of 99 percent passing through No. 6 sieve and a maximum of 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: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through No. 50 sieve. 6. Sand: Clean, washed, natural or manufactured, and free of toxic materials. 7. Diatomaceous Earth: Calcined, 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. 2.3 ORGANIC SOIL AMENDMENTS A. Planting Soil Mix: Mix topsoil with soil amendments and fertilizers in portions recommended by 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. C. 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: 1. Organic Matter Content: 50 to 60 percent of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. D. Peat: Partially decomposed moss peat, native peat, or reed -sedge peat, finely divided or of granular texture, with a pH range of 6 to 7.5, and having a water -absorbing capacity of 1100 to 2000 percent. 03830708 EXTERIOR PLANTS 02930 - 7 g 01 /09 E. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil, or toxic materials. I . In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with ammonium nitrate at a minimum rate of 0.15 lb/cu. ft. of loose sawdust or ground bark, or with ammonium sulfate at a minimum rate of 0.25 lb/cu. ft. of loose sawdust or ground bark. F. 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, debris, and material harmful to plant growth. 2.4 FERTILIZERS A. Planting Tablets: Tightly compressed chip type, long-lasting, slow -release, commercial - grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. B. Bonemeal: Commercial, raw or steamed, finely ground; a minimum of [1] [4] percent with nitrogen and phosphoric acid content as recommended by soil analysis. C. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. D. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing laboratory. E. 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. F. Chelated Iron: Commercial -grade FeEDDHA for dicots and woody plants, and commercial -grade FeDTPA for ornamental grasses and monocots. 2.5 PLANTING SOILS A. Planting Soil: ASTM D 5268 topsoil, with pH range of 5.5 to 7, a minimum of 4 percent organic material content; free of stones l inch (25 mm) or larger in any dimension and other extraneous materials harmful to plant growth. Mix ASTM D 5268 topsoil with soil amendments and fertilizers in the quantities as recommended by the topsoil analysis, to produce planting soil. 2.6 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of the following: 1. Type: Original Grade "A" shredded Cypress mulch, Florida Gold. 2. Color: Natural. 3. Shredded and/or recycled natural redwood mulch products are not acceptable and will be rejected. 03830708 EXTERIOR PLANTS 02930 - 8 01/09 1- 2.7 WEED -CONTROL BARRIERS A. Nonwoven Geotextile Filter Fabric: Polypropylene or polyester fabric, 5 oz./sq. yd. minimum, composed of fibers formed into a stable network so that fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally - encountered chemicals, alkalis, and acids. 1. Manufacturer: DeWitt 2. Product: Pro 5 Weed Barrier. 2.8 PESTICIDES A. General: Pesticide registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre -Emergent Herbicide (Selective and Non -Selective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C. Post -Emergent Herbicide (Selective and Non -Selective): Effective for controlling weed growth that has already germinated. 2.9 TREE STABILIZATION MATERIALS A. Stakes and Guys: 1. Upright and Guy Stakes: Rough -sawn, sound, new hardwood, free of knots, holes, cross grain, and other defects, 2-by-2-inch nominal by length indicated, pointed at one end. 2. Guys and Tie Wires: ASTM A 641/A 641M, Class 1, galvanized -steel wire, two - strand, twisted, 0.106 inch in diameter. 3. Flags: Standard surveyor's plastic flagging tape, yellow, 6 inches long. 4. Proprietary Staking -and -Guying Devices: Proprietary stake and adjustable tie systems to secure each new planting by plant stem; sized as indicated and per manufacturer's written recommendations. a. Products: Subject to compliance with requirements, provide the following: 1) Camb Guards, Keslick and Son Modern Arboriculture. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive plants for compliance with requirements and conditions affecting installation and performance. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2. Do not mix or place soils and soil amendments in frozen, wet, or muddy conditions. 3. Suspend soil spreading, grading, and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 03830708 EXTERIOR PLANTS 02930 - 9 01 /09 4. Uniformly moisten excessively dry soil that is not workable and which is too dusty. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. if contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Architect and replace with new planting soil. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. B. Install 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 plantings. Stake locations, outline areas, adjust locations when requested, and obtain Architect's acceptance of layout before excavating or planting. Make minor adjustments as required. D. Lay out plants at locations directed by Landscape Architect. Stake locations of individual trees and shrubs and outline areas for multiple plantings. E. Apply antidesiccant to trees and shrubs using power spray to provide an adequate film over trunks (before wrapping), 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. F. Wrap trees and shrubs with burlap fabric over trunks, branches, stems, twigs, and foliage to protect from wind and other damage during digging, handling, and transportation. 3.3 PLANTING AREA ESTABLISHMENT A. Loosen subgrade of planting areas 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. 1. Apply fertilizer directly to subgrade before loosening. 2. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil. a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. 3. Place planting soil mix to a depth required to achieve finish grades after natural settlements, that are 2 inches below adjacent planting wall or curb. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. a. Spread approximately one-half the thickness of planting soil over loosened subgrade. Mix thoroughly into top 4 inches of subgrade. Spread remainder of planting soil. B. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. C. Before planting, obtain Landscape Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 03830708 EXTERIOR PLANTS 02930 -10 O1/09-- 3.4 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits with sides sloping inward. Excavations with vertical sides are not acceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. 1. Excavate approximately two times as wide as ball diameter for balled and burlapped, container -grown, and fabric bag -grown stock. 2. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. 3. If area under the plant was initially dug too deep, add soil to raise it to the correct level and thoroughly tamp the added soil to prevent settling. 4. Maintain required angles of repose of adjacent materials. Do not excavate subgrades of adjacent paving, structures, hardscapes, or other new or existing improvements. 5. Maintain supervision of excavations during working hours. 6. Keep excavations covered or otherwise protected when unattended by Installer's personnel. B. Subsoil and topsoil removed from excavations may be used as planting soil. 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, 24 inches apart, 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 planting pits. E. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 3.5 TREE AND SHRUB PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where the top -most root emerges from the trunk. After soil removal to expose the root flare, verify that root ball still meets size requirements. B. Plant materials with stem girdling roots and kinked roots are not acceptable. C. Set balled and burlapped stock plumb and in center of planting pit or trench with root flare 1 inch above adjacent finish grades. l . Use planting soil for backfill. 2. After placing some backfill around root ball to stabilize plant, carefully cut and remove burlap, rope, strapping, and wire baskets from tops of root balls and 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. 3. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 03830708 EXTERIOR PLANTS 02930 - 11 O1 /09 4. Place planting tablets in each planting pit when pit is approximately one-half filled; in amounts recommended in soil reports from soil -testing laboratory. Place tablets beside the root ball about 1 inch from root tips; do not place tablets in bottom of the hole. 5. Continue backfilling process. Water again after placing and tamping final layer of soil. D. Set container -grown and fabric bag -grown stock plumb and in center of planting pit or trench with root flare 1 inch above adjacent finish grades. 1. Use planting soil for backfill. 2. Carefully remove root ball from container without damaging root ball or plant. 3. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 4. Place planting tablets in each planting pit when pit is approximately one-half filled; in amounts recommended in soil reports from soil -testing laboratory. Place tablets beside the root ball about l inch from root tips; do not place tablets in bottom of the hole. 5. Continue backfilling process. Water again after placing and tamping final layer of soil. 3.6 TREE, SHRUB, AND VINE PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees, shrubs, and vines as directed by Landscape Architect. C. Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by Architect, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. D. Do not apply pruning paint to wounds. 3.7 TREE STABILIZATION A. Install trunk stabilization as follows unless otherwise indicated: 1. Upright Staking and Tying: Stake trees of 2- through 5-inch caliper. Stake trees of less than 2-inch caliper only as required to prevent wind tip out. Use a minimum of two 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. 2. Use two stakes for trees up to 12 feet high and 2-1/2 inches or less in caliper; three stakes for trees less than 14 feet high and up to 4 inches in caliper. Space stakes equally around trees. 3. Support trees with bands of flexible ties at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. 4. Support trees with two strands of tie wire, connected to the brass grommets of tree - tie webbing at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. 5. Proprietary Staking and Guying Device: Install staking and guying system sized and positioned as recommended by manufacturer unless otherwise indicated and according to manufacturer's written instructions. 03830708 EXTERIOR PLANTS 02930 - l2 O1/09 - 3.8 PLANTING IN PLANTERS A. Place a layer of drainage gravel at least 4 inches thick in bottom of planter. Cover bottom with filter fabric and wrap filter fabric 6 inches up on all sides. Duct tape along the entire top edge of the filter fabric, to secure the filter fabric against the sides during the soil - filling process. B. Fill planter with planting soil. Place soil in lightly compacted layers to an elevation of 2 inches below top of planter, allowing natural settlement. 3.9 GROUND COVER AND PLANT PLANTING A. Set out and space ground cover and plants other than trees, shrubs, and vines as indicated on plans. B. Use planting soil for backfill. C. Dig holes large enough to allow spreading of roots. D. For rooted cutting plants supplied in flats, plant each in a manner that will minimally disturb the root system but to a depth not less than two nodes. E. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. F. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. G. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. 3.10 PLANTING AREA MULCHING A. Mulch backfilled surfaces of planting areas and other areas indicated. 1. Trees and Tree -like Shrubs in Turf Areas: Apply organic mulch ring of 2-inch average thickness, with 36-inch radius around trunks or stems. Do not place mulch within 3 inches of trunks or stems. 2. Organic Mulch in Planting Areas: Apply 2-inch average thickness of organic mulch over whole surface of planting area, and finish level with adjacent finish grades. Do not place mulch within 3 inches of trunks or stems. 3.11 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, adjusting and repairing tree -stabilization devices, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. B. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. C. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use integrated past management practices whenever possible to minimize the use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage, mechanical controls such as traps, and biological control agents. 03830708 EXTERIOR PLANTS 02930 - 13 O1/09 3.12 PESTICIDE APPLICATION A. Apply pesticides and other chemical products and biological control agents in accordance with authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B. Pre -Emergent Herbicides (Selective and Non -Selective): Apply to tree, shrub, and ground - cover areas in accordance with manufacturer's written recommendations. Do not apply to seeded areas. C. Post -Emergent Herbicides (Selective and Non -Selective): Apply only as necessary to treat already -germinated weeds and in accordance with manufacturer's written recommendations. 3.13 CLEANUP AND PROTECTION A. During planting, keep adjacent paving and construction clean and work area in an orderly condition. B. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. C. After installation and before Substantial Completion, remove nursery tags, nursery stakes, tie tape, labels, wire, burlap, and other debris from plant material, planting areas, and Project site. 3.14 DISPOSAL A. 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 03830708 EXTERIOR PLANTS 02930 -14 01/09 SECTION 04200 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. Concrete masonry units (CMU). B. Face Brick. C. Mortar and pointing mortar. D. Grout for masonry. E. Reinforcement, anchorage, and accessories. 1.3 RELATED SECTIONS A. Section 01400 - Quality Control: 01410 - Testing Laboratory Services: Testing laboratory services. B. Section 07900 - Joint Sealers: Rod and sealant at control and expansion joints. 1.4 REFERENCES A. AC1530 - Building Code Requirements for Masonry Structures. B. ACI 530.1 — Specifications for Masonry Structures. C. ASTM A82 - Cold -Drawn Steel Wire for Concrete Reinforcement. D. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. 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 C90 — Load -Bearing Concrete Masonry Units. I. ASTM C91 — Masonry Cement. J. ASTM C94 - Ready -Mixed Concrete. K. ASTM 129 — Non -Load Bearing Concrete Masonry Units. L. ASTM C 144 - Aggregate for Masonry Mortar. M. ASTM C150 - Portland Cement. N. ASTM C207 - Hydrated Lime for Masonry Purposes. O. ASTM C216 - Facing Brick (Solid Masonry Units Made From Clay or Shale). P. ASTM C270 - Mortar for Unit Masonry. Q. ASTM C404 - Aggregates for Masonry Grout. R. ASTM C476 - Grout for Masonry. S. ASTM C652 - Hollow Brick (Hollow Masonry Units Made From Clay or Shale). T. ASTM C780 - Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. U. ASTM C 1019 - Method of Sampling and Testing Grout. 03830708 UNIT MASONRY 04200 - 1 O l/09 I V. ASTM C 1072 - Method for Measurement of Masonry Flexural Bond Strength. W. ASTM E447 - Test Methods for Compressive Strength of Masonry Prisms. X. ASTM E518 - Test Method for Flexural Bond Strength of Masonry. Y. 1MIAC - International Masonry Industry All -Weather Council: Recommended Practices and Guide Specification for Cold Weather Masonry Construction. Z. 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 I . 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 CMU, 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. B. Mockup may remain as part of the Work, if accepted and approved by Landscape Architect. 03830708 UNIT MASONRY 04200 - 2 01 /09 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site. B. Accept units on site. Inspect for damage. C. Maintain packaged materials clean, dry, and protected against dampness, freezing, 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. C1.12 COORDINATION A. Coordinate work under provisions of Section 0 13 00. 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. Ground Face (Burnished) Concrete Masonry Units 1. Featherlite Building Products, Corp. C. 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. D. Mortar Pigments 1. Davis Colors. 2. Lafarge Corporation. 3. Solomon Grind -Chem Services, Inc. E. Joint Reinforcement, Ties, and Anchors 1. Dur-O-Wal, Inc. 2. Heckman Building Products, Inc. 3. Hohmann & Barnard, Inc. 4. Masonry Reinforcing Corp. of America. 5. National Wire Products Industries. 6. Southern Construction Products. 03830708 UNIT MASONRY 04200 - 3 01/09 F. 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. lj 3. Water -Repellent Admixture J a. W.R. Grace & Co. b. Master Builders, Inc. C. Addiment, Inc. 2.2 CONCRETE MASONRY UNITS A. Hollow Load Bearing Block Units (CMU): ASTM C90, Type I - Moisture Controlled; medium weight, with integral water repellent admixture. l . Smooth Face: Manufacturer's standard line production with smooth, uniform texture, and integral color at exterior walls. 2. Ground Face: Manufacturer's ground face CMU factory ground with integral color. a. Texas Cream. B. Provide special units for 90 degree comers, bond beams, lintels and bullnosed corners, as required and indicated on plans. 2.3 BRICK UNITS A. Face Brick l . Conformance: ASTM C216, Type FBS, Grade SW. 2. Size and Shape: Nominal modular 2'/4 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': Velour B. Building Brick: ASTM C62, Grade NW; solid units. C. Hollow Facing and Building Brick I. Conformance: ASTM. C652, Grade NW, Type HBS. 2. Size and Shape: Nominal size of 2 '/4 x 4 x 8 inches. 3. Color: As selected by Architect from manufacturer's full range of available colors. 2.4 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 Positioners: 9 gage steel wire, hot dip galvanized to ASTM A641 Class 1 after fabrication. 03830708 UNIT MASONRY 04200 - 4 l 01/09 1J Ii 2.5 MORTAR AND GROUT A. Concrete Masonry Units 1. Masonry Cement: ASTM C91, Type 5, gray color. 2. Mortar Aggregate: ASTM C 144, standard masonry type. 3. Grout Course Aggregate: ASTM C404. 4. Grout Fine Aggregate: Sand. 5. Water: Clean and potable. 6. Mortar Color: Mineral oxide pigment color as selected from manufacturer's full range. B. Brick Units 1. Portland Cement: ASTM C150, Type 1, gray color. 2. Hydrated Lime: ASTM C207, Type S. 3. Water: Clean and potable. 4. Bonding Agent: Epoxy type. 5. 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. 6. Mortar Color: as selected. 2.6 ADMIXTURES A. Plasticizer: B. Water Repellent: Liquid type; Dry -Block Mortar Admixture. C. Accelerator: Accelguard 80 or Morset. 2.7 MIX TESTS A. Test mortar in accordance with Section 01410. B. Testing of Mortar Mix: In accordance with ASTM C270. 2.8 ACCESSORIES A. Cleaning Solution: Non -acidic, not harmful to masonry work or adjacent materials. 2.9 MORTAR A. Mortar for Load and Non -Load Bearing Walls and Partitions: ASTM C270, Type S using the Property specification with water repellant admixture. 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. 03830708 UNIT MASONRY 04200 - 5 _. 01/09 (' 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 MIXING I . 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. 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. Grout Mixing 1. Thoroughly mix grout ingredients in quantities needed for immediate use in accordance with ASTM C94. 2. Add admixtures in accordance with manufacturer's instructions; mix uniformly. 3. Do not use anti -freeze compounds to lower the freezing point of grout. C. 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. D. 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 comers of joints or excessive furrowing of mortar joints are not permitted. 4. Remove excess mortar as work progresses. 5. Interlock intersections and external corners. 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. E. Weeps 1. Install weeps in veneer at 32 inches oc horizontally where indicated for retaining wells at planter beds. 03830708 UNIT MASONRY 04200 - 6 01/09 F. Reinforcement and Anchorage - Single Wythe Masonry I. 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. 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 A. Single Wythe Masonry 1. Install horizontal joint reinforcement 16 inches oc. 2. Place masonryjoint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16 inches each side of opening. 3. Place joint reinforcement continuous in first and second joint below top of walls. 4. Lap joint reinforcement ends minimum 6 inches. 5. Reinforce corners and intersections with prefabricated tees and corners at 16 inches on center. B. Multiple Wythe Unit Masonry 1. Install horizontal joint reinforcement 16 inches oc. 2. Place joint reinforcement continuous in first and second joint below top of walls. 3. Lap joint reinforcement ends minimum 6 inches. 4. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch (13 mm) of dimensioned position. 5. Embed anchors embedded in concrete. Embed anchorages in every second block joint. 6. Shore assembly until setting bed will maintain panel in position without movement. 7. Fill joints with pointing mortar. Pack into voids. Neatly tool surface to a concave profile. 8. 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. C. Size control joint in accordance with Section 07900 for sealant performance. 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. 03830708 UNIT MASONRY 04200 - 7 01/09 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. 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 mm). 1. 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 C 1019. E. Test mortar and masonry units to ASTM C1072; test in conjunction with masonry unit sections specified. 3.9 CLEANING A. Clean work. 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. B. Without damaging completed work, provide protective boards at exposed external corners which may be damaged by construction activities. C. Maintain protective boards at exposed external corners. Provide protection without damaging completed work. END OF SECTION 03830708 UNIT MASONRY 04200 - 8 01/09 1- SECTION 04720 CAST STONE 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. Cast stone trim including the following: a. Coping. b. Wall caps. C. Water tables. 1.3 DEFINITIONS A. Cast Stone: Architectural precast concrete building units intended to simulate natural cut stone. 1.4 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for cast stone units. B. Shop Drawings: Show fabrication and installation details for cast stone units. Include dimensions, details of reinforcement and anchorages if any, and indication of finished faces. 1. Include building elevations showing layout of units and locations of joints and anchors. C. Samples for Initial Selection: For colored mortar. D. Samples for Verification: 1. For each color and texture of cast stone required, 10 inches (250 mm) square in size. 2. For colored mortar. Make Samples using same sand and mortar ingredients to be used on Project. Label Samples to indicated types and amounts of pigments used. E. Full -Size Samples: For each type of cast stone unit required. 1. Make available for Architect's review at Project site or at manufacturing plant, if acceptable to Architect. 2. Make Samples from materials to be used for units used on Project. 3. Approved Samples may be installed in the Work. F. Qualification Data: For manufacturer. 1. Include copies of material test reports for completed projects, indicating compliance of cast stone with ASTM C 1364. G. Quality -Control Plan: Manufacturer's written quality -control plan that includes all elements of the Cast Stone Institute's "Quality Control Procedures Required for Plant Inspection." 1. Provide copies of documentation showing compliance with quality -control plan as requested by Architect. 03830708 CAST STONE 04720 - 1 l 01/09 H. Material Test Reports: For each mix required to produce cast stone, based on testing according to ASTM C 1364. 1. Provide test reports based on testing within previous two years. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer of cast stone units similar to those indicated for this Project, with sufficient production capacity to manufacture required units. 1. Manufacturer is a producing member of the Cast Stone Institute or has on file and follows a written quality -control plan approved by Architect that includes all elements of the Cast Stone Institute's "Quality Control Procedures Required for Plant Inspection." B. Source Limitations for Cast Stone: Obtain cast stone units through one source from a single manufacturer. C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a. uniform quality, including color, from one manufacturer for each cementitious component and from one source or producer for each aggregate. D. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockup of typical wall area as shown on Drawings. 1.6 DELIVERY, STORAGE, AND HANDLING A. Coordinate delivery of cast stone with unit masonry work to minimize the need for on -site storage and to avoid delaying the Work. B. Pack, handle, and ship cast stone units in suitable packs or pallets. 1. Lift with wide -belt slings; do not use wire rope or ropes that might cause staining. Move cast stone units, if required, using dollies with wood supports. 2. Store cast stone units on wood skids or pallets with nonstaining, waterproof covers. Arrange to distribute weight evenly and to prevent damage to units. Ventilate under covers to prevent condensation. C. Store installation materials on elevated platforms, under cover, and in a dry location. D. Store mortar aggregates where grading and other required characteristics can be maintained and contamination can be avoided. 1.7 PROJECT CONDITIONS A. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Comply with cold -weather construction requirements contained in AC1530.1/ASCE 6/TMS 602. 1. Cold -Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F (4 deg C) and above and will remain so until cast stone has dried, but not less than 7 days after completing cleaning. B. Hot -Weather Requirements: Comply with hot -weather construction requirements contained in ACI 530.1 /ASCE 6/TMS 602. 03830708 01/09 CAST STONE 04720 - 2 PART 2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. 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 CAST STONE MATERIALS A. General: Comply with ASTM C 1364 and the following: B. Portland Cement: ASTM C 150, Type 1, containing not more than 0.60 percent total alkali when tested according to ASTM C 114. C. Coarse Aggregates: Granite, quartz, or limestone complying with ASTM C 33; gradation as needed to produce required textures and colors as needed to produce required cast stone colors. D. Fine Aggregates: Natural sand or crushed stone complying with ASTM C 33, gradation as needed to produce required textures and colors as needed to produce required cast stone colors. E. Color Pigment: ASTM C 979, synthetic mineral -oxide pigments or colored water -reducing admixtures; color stable, free of carbon black, nonfading, and resistant to lime and other alkalis. F. Admixtures: Do not use admixtures unless specified or approved in writing by Architect. 1. Do not use admixtures that contain more than 0.1 percent water-soluble chloride ions by mass of cementitious materials. Do not use admixtures containing calcium chloride. 2. Use only admixtures that are certified by manufacturer to be compatible with cement and other admixtures used. 3. Air -Entraining Admixture: ASTM C 260. Add to mixes for units exposed to the exterior at manufacturer's prescribed rate to result in an air content of 4 to 6 percent, except do not add to zero -slump concrete mixes. 4. Water -Reducing Admixture: ASTM C 494/C 494M, Type A. 5. Water -Reducing, Retarding Admixture: ASTM C 494/C 494M, Type D. 6. Water -Reducing, Accelerating Admixture: ASTM C 494/C 494M, Type E. G. Reinforcement: Deformed steel bars complying with ASTM A 615/A 615M. Use galvanized or epoxy -coated reinforcement when covered with less than 1-1/2 inches (38 mm) of cast stone material. 1. Epoxy Coating: ASTM A 775/A 775M. 2. Galvanized Coating: ASTM A 767/A 767M. H. Embedded Anchors and Other Inserts: Fabricated from stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666, Type 304. 2.3 CAST STONE UNITS A. Available Manufacturers: 1. Concrete Design, Inc. 2. Artisan Stone Company, Inc. i ' 03830708 CAST STONE 04720 - 3 __ 01109 3. Cast Stone Systems, Inc. 4. Classic Cast Stone of Dallas, Inc. 5. Dallas Cast Stone Co., Inc. B. Provide cast stone units complying with ASTM C 1364 using the vibrant dry tamp or wet - cast method. 1. Provide units that are resistant to freezing and thawing as determined by laboratory testing according to ASTM C 666, Procedure A, as modified by ASTM C 1364. C. Fabricate units with sharp arris and details accurately reproduced with indicated texture on all exposed surfaces, unless otherwise indicated. 1. Slope exposed horizontal surfaces 1:12, unless otherwise indicated. 2. Provide raised fillets at backs of sills and at ends indicated to be built into jambs. 3. Provide drips on projecting elements, unless otherwise indicated. D. Fabrication Tolerances: 1. Variation in Cross Section: Do not vary from indicated dimensions by more than 1/8 inch (3 mm). 2. Variation in Length: Do not vary from indicated dimensions by more than 1/360 of the length of unit or 1/8 inch (3 mm), whichever is greater, but in no case by more than 1/4 inch (6 mm). 3. Warp, Bow, and Twist: Not to exceed 1/360 of the length of unit or 1/8 inch (3 mm), whichever is greater. 4. Location of Grooves, False Joints, Holes, Anchorages, and Similar Features: Do not vary from indicated position by more than 1/8 inch (3 mm) on formed surfaces of units and 3/8 inch (10 mm) on unformed surfaces. E. Cure units by one of the following methods: 1. Cure units with steam in enclosed curing room at temperature of 105 deg F (41 deg C) or above and 95 to 100 percent relative humidity for 6 hours. 2. Cure units with dense fog and water spray in enclosed warm curing room at 95 to 100 percent relative humidity for 24 hours. 3. Cure units to comply with one of the following: a. Not less than 5 days at mean daily temperature of 70 deg F (21 deg C) or above. b. Not less than 6 days at mean daily temperature of 60 deg F (16 deg C) or above. C. Not less than 7 days at mean daily temperature of 50 deg F (10 deg C) or above. d. Not less than 8 days at mean daily temperature of 45 deg F (7 deg C) or above. F. Acid etch units after curing to remove cement film from surfaces to be exposed to view. G. Color and Texture: Provide units with fine-grained texture and buff color resembling Indiana limestone. 2.4 MORTAR MATERIALS A. Portland Cement -Lime Mix: Packaged blend of portland cement complying with i- ASTM C 150, Type I or Type III, and hydrated lime complying with ASTM C 207, Type S. 1. Available Products: a. Colored Portland Cement -Lime Mix: 1) Capital Materials Corporation; Riverton Portland Cement Lime Custom Color. 2) Holcim (US) Inc.; Rainbow Mortamix Custom Color Cement/Lime. 03830708 01/09 CAST STONE 04720 - 4 3) Lafarge North America Inc.; Eaglebond. 4) Lehigh Cement Company; Lehigh Custom Color Portland/Lime Cement. B. Aggregate for Mortar: ASTM C 144. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. For joints less than 1/4 inch (6 mm) thick, use aggregate graded with 100 percent passing the No. 16 (1.18-mm) sieve. 3. White -Mortar Aggregates: Natural white sand or crushed white stone. C. Water: Potable. 2.5 ACCESSORIES A. Anchors: Type and size indicated, fabricated from stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666, Type 304. B. Dowels: Round stainless -steel bars complying with ASTM A 276, Type 304, and 1/2-inch (12-mm) diameter. C. Proprietary Acidic Cleaner: Manufacturer's standard -strength, general-purpose cleaner designed for removing mortar/grout stains, efflorescence, and other construction stains from new masonry surfaces without discoloring or damaging masonry surfaces; expressly approved for intended use by cast stone manufacturer and expressly approved by cleaner manufacturer for use on cast stone and adjacent masonry materials. 1. Available Manufacturers: a. Diedrich Technologies, Inc. b. EaCo Chem, Inc. C. ProSoCo, Inc. 2.6 MORTAR MIXES A. Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar. 2. Limit cementitious materials in mortar to portland cement and lime. B. Comply with ASTM C 270, Proportion Specification. 1. For setting mortar, use Type N. 2. For pointing mortar, use Type N. C. Colored -Aggregate Mortar: Produce required mortar color by using colored aggregates and natural color or white cement as necessary to produce required mortar color. 1. Mix to match Architect's sample. 2.7 SOURCE QUALITY CONTROL A. Owner will engage an independent testing agency to sample and test cast stone units according to ASTM C 1364. p' 03830708 CAST STONE 04720 - 5 01/09 PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of cast stone. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 SETTING CAST STONE IN MORTAR A. Install cast stone units to comply with requirements in Division 4 Section "Unit Masonry Assemblies." B. Set cast stone as indicated on Drawings. Set units accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. 1. Install anchors, supports, fasteners, and other attachments indicated or necessary to secure units in place. C. Wet joint surfaces thoroughly before applying mortar or setting in mortar. D. Set units in full bed of mortar with full head joints, unless otherwise indicated. 1. If not indicated, set units with joints 1/4 to 3/8 inch (6 to 10 mm) wide. 2. Build anchors and ties into mortar joints as units are set. 3. Fill dowel holes and anchor slots with mortar. 4. Fill collar joints solid as units are set. 5. Build concealed flashing into mortar joints as units are set. 6. Keep head joints in coping and other units with exposed horizontal surfaces open to receive sealant. 7. Keep joints at shelf angles open to receive sealant. E. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness, unless otherwise indicated. F. Provide expansion, control, and pressure -relieving joints of widths and at locations indicated. Keep joints free of mortar and other rigid materials. 1. Form open joint of width indicated, but not less than 3/8 inch (10 mm). G. Prepare joints indicated to receive sealant and apply sealant of type and at locations indicated to comply with applicable requirements in Division 7 Section "Joint Sealants." 1. Prime cast stone surfaces to receive sealant and install compressible backer rod in joints before applying sealant, unless otherwise indicated. 3.3 INSTALLATION TOLERANCES A. Variation from Plumb: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum. B. Variation from Level: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum. C. Variation in Joint Width: Do not vary joint thickness more than 1/8 inch in 36 inches (3 mm in 900 mm) or one-fourth of nominal joint width, whichever is less. D. Variation in Plane between Adjacent Surfaces (Lipping): Do not vary from flush alignment with adjacent units or adjacent surfaces indicated to be flush with units by more than 1/16 inch (1.5 mm), except due to warpage of units within tolerances specified. 03830708 CAST STONE 04720 - 6 01 /09- 3.4 ADJUSTING AND CLEANING A. Remove and replace stained and otherwise damaged units and units not matching approved Samples. Cast stone may be repaired if methods and results are approved by Architect. B. Replace units in a manner that results in cast stone matching approved Samples, complying with other requirements, and showing no evidence of replacement. C. In -Progress Cleaning: Clean cast stone as work progresses. I . Remove mortar fins and smears before tooling joints. 2. Remove .excess sealant immediately, including spills, smears, and spatter. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed cast stone as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample; leave one sample uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of cast stone. 3. Protect adjacent surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet surfaces with water before applying cleaners; remove cleaners promptly by rinsing thoroughly with clear water. 5. Clean cast stone by bucket -and -brush hand -cleaning method described in BIA Technical Notes No. 20. 6. Clean cast stone with proprietary acidic cleaner applied according to manufacturer's written instructions. 3.5 INSTALLATION A. Install Glass Fiber Reinforced Concrete (GFRC), both interior and exterior moldings as per manufacturer's recommendations. END OF SECTION 04720 03830708 CAST STONE 04720 - 7 01/09 SECTION 07900 JOINT SEALERS 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. Preparing sealant substrate surfaces. B. Sealant and backing. 1.3 RELATED SECTIONS A. Section 04200 — Unit Masonry. B. Section 04720 — Cast Stone. 1.4 REFERENCES A. AAMA 803.3 - Voluntary Specification for Narrow -Joint Seam Sealer. B. AAMA 808.3 - Voluntary Specification for Exterior Perimeter Sealing Compound C. ASTM C719 - Adhesion and Cohesion of Elastomeric Joint Sealants Under Cyclic Movement. D. ASTM C792 - Effects of Heat Aging on Weight Loss, Cracking, and Chalking of Elastomeric Sealants. E. ASTM C570 - Oil and Resin - Base Caulking Compound for Building Construction. F. ASTM C834 - Latex Sealing Compounds. G. ASTM C920 - Elastomeric Joint Sealants. H. ASTM C1311 -Solvent Release Sealants. I. ASTM C1193 - Use of Joint Sealants. J. ASTM D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber. K. ASTM D1667 - Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Closed -Cell Foam). 1.5 SUBMITTALS A. Product Data 1. Submit product data indicating sealant chemical characteristics, performance criteria, limitations and color availability. 2. Submit manufacturer's standard printed installation instructions. B. Certificates 1. Submit manufacturer's certificate that products meet or exceed specified requirements and are suitable for use indicated. 2. Joint sealant manufacturer's certification that sealants, primers, and cleaners required for sealant installation comply with local regulations controlling use of volatile organic compounds. 03830708 JOINT SEALERS 07900 - 1 f 01 /09-� 1.6 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing the products specified in this Section with minimum ten years documented experience. B. Applicator: Company specializing in applying the work of this Section with minimum five years documented experience. C. Conform to ASTM C1193 requirements for materials and installation. 1. Obtain joint sealant materials from a single manufacturer for each different product required. 2. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. D. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Requirements 1. Do not install solvent curing sealants in enclosed building spaces. 2. Do not install sealants when joint substrates are wet. 3. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.9 WARRANTY A. Provide five year warranty. B. Warranty: Include coverage of installed sealants and accessories which fail to achieve airtight and watertight seal, exhibit loss of adhesion or cohesion, or do not cure. PART 2-PRODUCTS 2.1 MATERIALS A. Elastomeric Sealants 1. General: Manufacturer's standard chemically curing, urethane, polyurethane, or polysulfide polymer based elastomeric sealant complying with ASTM C 920. 2. Types a. S-1: Type M, Grade P, Class 25. b. S-2: Type S, Grade P, Class 25. 03830708 JOINT SEALERS 07900 - 2 _ 01/09 C. S 3: Type M, Grade NS, Class 25. d. S-4: Type S, Grade NS, Class 25. 3. Color: As selected by Architect from manufacturer's full range of standard colors. 4. Use Locations: As indicated in Schedule at end of this Section. B. Latex Sealants 1. General: Manufacturer's standard one -part, nonsag, mildew -resistant, paintable latex sealant of formulation indicated that is recommended for exposed applications on interior and protected exterior locations and that accommodates indicated percentage change in joint width existing at time of installation without failing either adhesively or cohesively. 2. Types a. S-5; Acrylic -Emulsion Sealant 1) Composition: Manufacturer's standard product accommodating joint movement of not more than 5 percent in both extension and compression for a total of 10 percent. 2) Conformance: ASTM C 834 b. S-6; Silicone Emulsion Sealant 1) Composition: Manufacturer's standard product that accommodates joint movement of not more than 25 percent in both extension and compression for a total of 50 percent. 2) Conformance: ASTM C 834 and, except for weight loss measured per ASTM C 792, ASTM C 920. 3) Special Properties: Fungus and mildew resistant. 3. Color: As selected by Architect from manufacturer's full range of standard colors. 4. Use Locations: As indicated in Schedule at end of this Section. C. Type S-7; Acrylic Sealant I. General: Manufacturer's standard one -part, nonsag, solvent -release -curing acrylic terpolymer sealant complying with AAMA 808.3, with capability to withstand 15 percent maximum cyclic movement (7-1/2 percent movement in both extension and compression) at time of application and remain adhered to joint substrates indicated for Project without failing cohesively when tested for adhesion and cohesion per ASTM C 719. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. D. Type S-8; Butyl Sealant I. General: Manufacturer's standard one -part, nonsag, nonstaining, paintable, solvent -release -curing, polymerized butyl sealant formulated with minimum of 75 percent solids and tack -free time of 24 hours or less, complying with ASTM C 1311. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. E. Type S-9; Pigmented Narrow Joint Sealant I. General: Manufacturer's standard, solvent -release -curing, pigmented synthetic rubber sealant formulated for sealing joints 3/16 inch or smaller in width, complying with AAMA 803.3 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. F. Accessories 1. Primer: Non -staining type, recommended by sealant manufacturer to suit application. 2. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. 03830708 JOINT SEALERS 07900 - 3 01/09 i 3. Joint Backing: ANSI/ASTM 131056; round, closed cell polyethylene foam rod; oversized 30 to 50 percent larger than joint width. 4. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. 5. Masking Tape: Non -staining, non -absorbing type as recommended by sealant manufacturer. PART 3-EXECUTION 3.1 EXAMINATION A. Verify that joint openings are ready to receive work and field measurements are as shown on Drawings and recommended by the manufacturer. B. Beginning of installation means installer accepts existing conditions and substrate. 3.2 PREPARATION A. Clean and prime joints in accordance with manufacturer's instructions. B. Remove loose materials and foreign matter which might impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. D. Perform preparation in accordance with ASTM C 1193. E. Install masking tape where required to protect adjacent finished surfaces. 3.3 INSTALLATION A. Perform installation in accordance with ASTM C 1193 and manufacturer's written instructions. B. Measure joint dimensions and size materials to achieve required width/depth ratios. C. Install joint backing to achieve a neck dimension no greater than 1/2 the joint width. D. Install bond breaker where joint backing is not used. E. Remove and replace joint backing which has become wet, dirty, or exposed to weather for extended period of time. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. H. Tool joints concave in accordance with ASTM C l 193 and manufacturer's written instructions. 3.4 CLEANING AND REPAIRING A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. B. Repair or replace defaced or disfigured finishes caused by work of this Section. C. Cut out and remove damaged or deteriorated joint sealants and repair so that repaired areas are indistinguishable from original work. 03830708 JOINT SEALERS 07900 - 4 01 /09 C. Requirements for each submittal: 1. Bear a dated stamp or specific written indication that the Contractor has reviewed and approved all submittal prior to submission to Engineer. 2. Have all information deleted by Contractor that pertains to the means and methods of construction or to fabrication, assembly, installation, or erection (approval by Engineer shall not extend to these areas unless specifically noted by Engineer). 3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces of equipment that may occur on the same page. 4. Be clearly marked as to which available options are being submitted that are associated with a piece of equipment. 5. Be complete with respect to quantities, dimensions, specific performance, materials, and similar data to enable the Engineer to review the proposed equipment. Omission by Contractor of any of the above requirements or submittals will subject submittal to automatic rejection without review. Any submittals received by Engineer that were not requested shall be returned without review of any kind. PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the electrical drawings, the Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6" wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30" deep; colored as follows: 1. Red: Electric. E. Backfill Material 1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 03830708 BASIC ELECTRICAL METHODS 16000 - 2 01/09 2. Material more than 12" above pipes and conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8" in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such work and shall proceed in an orderly manner so as not to impede the progress of the project. B. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. C. Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. D. Surfaces requiring coatings will be completed prior to installation of any electrical work on these surfaces. E. The electrical drawings are diagrammatic. The installation requirements shall be carefully coordinated with structural, architectural and mechanical conditions and shall be adjusted to avoid conflict. F. The locations of electrical equipment is approximate and are not intended to convey the exact details and mounting of location of outlets, equipment and other items. Exact locations are to be field determined by actual measurements. G. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. H. Excavation for Pipe and Conduit 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12" higher than top of pipe or conduit, unless otherwise indicated. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4" deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand -operated tampers. I'll 03830708 BASIC ELECTRICAL METHODS 16000 - 3 O1 /09 3 5. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompacttop 12" of existing subgrade and each layer of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6" below subgmde under pavements and slabs. 7. Protection a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. b. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1) Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1) Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 8. Disposal of Surplus and Waste Materials a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property unless otherwise directed by Owner. b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. B. After the wiring system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. C. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. D. Furnish all instruments and labor for testing. E. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bearthe UL or ETL label where available. 03830708 BASIC ELECTRICAL METHODS 16000 - 4 j 01 /09 3.3 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual specification sections. 03830708 01 /09 END OF SECTION 16000 BASIC ELECTRICAL METHODS 16000 - 5 SECTION 16111 CONDUIT 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 in this section. 1.2 SECTION INCLUDES A. Non-metallic PVC Conduit. B. Fittings and conduit bodies. 1.3 RELATED SECTIONS A. Section 07270 — Fire Stopping. B. Section 16130 - Boxes. C. Section 16170 - Grounding and Bonding. D. Section 16190 - Supporting Devices. E. Section 16195 - Electrical Identification. 1.4 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.5 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide for metallic conduit, nonmetallic conduit, fittings and conduit bodies. 1.7 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 03830708 CONDUIT 16111 - 1 01 /09 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of Section 01600. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.10 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4 inch unless otherwise specified. B. Branch circuits routed beneath pedestrian areas shall be direct -buried schedule 40 PVC. C. Conduit extending below roadways, subjected to vehicular traffic, shall be concrete encased, Schedule 40 PVC. D. All non-metallic conduit shall transition to rigid steel at the 90. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied 2. Wheatland 3. Substitutions: Under provisions of Section 01600. B. Rigid Steel Conduit: ANSI C80.1. C. Intermediate Metal Conduit (IMC): Rigid steel. D. Fittings and Conduit Bodies: ANSUNEMA FB 1; all steel fittings. 2.3 NON-METALLIC PVC CONDUIT A. Manufacturers: 1. Carlon 2. Allied 3. Substitutions: Under provisions of other sections. B. Description: NEMA TC2, Schedule 40 PVC. Flame retardant type resistant to bending and cracking. r 03830708 CONDUIT 16111 - 2 01 /09 C. Fittings and Conduit Bodies: NEMA TC3. D. Vertical risers and ells installed below grade shall be rigid steel conduit with protective wrapping. E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. 2.4 CONDUIT FITTINGS A. Refer to Section 16170 for use of grounding type bushing. PART 3 - EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Maintain adequate clearance between conduit and piping. G. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. H. Cut conduit square using saw or pipecutter; de -burr cut ends. 1. Bring conduit to shoulder of fittings; fasten securely. J. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. K. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2 inch size. L. Conduit for communications cabling shall have no more than 180' worth of bends or more than 150 feet between boxes M. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. N. Provide suitable fittings to accommodate expansion and deflection where conduit crosses control and expansion joints. O. Provide suitable pull string in each empty conduit except sleeves and nipples. P. Use suitable caps to protect installed conduit against entrance of dirt and moisture. Q. Ground and bond conduit under provisions of Section 16170. R. Identify conduit under provisions of Section 16195. S. Ducts shall be cleaned with an flexible mandrel assembly. T. All conduits passing vertically through slabs on grade shall be PVC -coated, rigid steel or IMC. Rigid steel and IMC conduits shall be applied with protective coatings as indicated herein. The transition from PVC to steel conduit shall be below grade. U. Underground branch circuit extensions to lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance PVC conduits and conduits crossing roadways shall be concrete encased. V. Minimum cover for underground conduits shall be 30 inches unless otherwise noted. END OF SECTION 16111 03830708 CONDUIT 16111 - 3 01/09 - t# F� SECTION 16123 WIRE AND CABLE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions ofthe Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Wire and cable. B. Wiring connectors and connections. 1.3 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.4 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NECA Standard of Installation (National Electrical Contractors Association). C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). D. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.6 SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Test Reports: Indicate procedures and values obtained. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.7 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 03830708 WIRE AND CABLE 16123 - 1 i_ 01/09 1.9 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.10 PROJECT CONDITIONS A. Section 01039 - Coordination and Meetings. B. Verify that field measurements are as indicated. C. Conductor sizes are based on copper. D. Wire and cable routing indicated is approximate unless dimensioned. 1.11 COORDINATION A. Coordinate Work under provisions of Section 01039. B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2-PRODUCTS 2.1 WIRE A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Description: Single conductor insulated wire. C. Conductor: Copper. D. Insulation Voltage Rating: 600 volts. E. Insulation: Minimum requirements ofNFPA 70 and as specified herein. F. MC Cable: Shall not be utilized on this project. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. 11sco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Solderless Pressure Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. C. Spring Wire Connectors: 1. Ideal. 2. Substitutions: Refer to Section 01600 - Material and Equipment. 03830708 WIRE AND CABLE 16123 - 2 01 /09 C D. Compression Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. B. Verify that work likely to damage wire and cable has been completed. C. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. All Locations: Use only building wire, Type THW or THHN/THWN insulation, in raceway. B. Use wiring methods indicated. 3.4 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Route wire and cable as required to meet Project Conditions. C. Install cable in accordance with the NECA "Standard of Installation." D. Use solid conductor for feeders and branch circuits 10 AWG and smaller. E. Use stranded conductors for control circuits. F. Use conductor not smaller than 12 AWG for power with the exception of pre -manufactured fixture whips, listed for such use and not exceeding 6' in length. G. Use conductor not smaller than 14 AWG for control circuits. H. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and as indicated on the drawings. I. Install all conductors in conduit. J. Pull all conductors into raceway at same time. K. Use suitable wire pulling lubricant for building wire 4 AWG and larger. L. Protect exposed cable from damage. M. All cables shall be neatly supported. N. Use suitable cable fittings and connectors. O. Neatly train and lace wiring inside boxes, equipment, and panelboards. P. Clean conductor surfaces before installing lugs and connectors. Q. Make splices, taps, and terminations to cant' full ampacity of conductors with no perceptible temperature rise. R. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. 03830708 WIRE AND CABLE 16123 - 3 01 /09 V__ S. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. T. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. U. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. V. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and indicated in Article 310 of the 2008 National Electrical Code. 3.5 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection, testing and adjusting. B. Inspect and test in accordance with META ATS, except Section 4. C. Perform inspections and tests listed in META ATS, Section 7.3.1. END OF SECTION 16123 03830708 WIRE AND CABLE 16123 - 4 01/09 SECTION 16130 BOXES 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 SECTION INCLUDES A. Pull and junction boxes. B. Equipment enclosures. 1.3 RELATED SECTIONS A. Section 16140 - Wiring Devices: Wall plates in finished areas. 1.4 REFERENCES A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Submittals for Project closeout. B. Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. PART2-PRODUCTS 2.1 PULL AND JUNCTION BOXES A. Above Grade Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box: 1. Material: Galvanized cast iron. 2. Cover: Furnish with flange, neoprene gasket, and stainless steel cover screws. _ B. In -Grade Boxes: Reinforced fiberglass is acceptable in landscaping areas. 03830708 BOXES 16130 - 1 01 /09 2.2 EQUIPMENT ENCLOSURES A. Pad -mounted equipment enclosures shall meet the requirements as indicated on the drawings. Provide for all labor and material for custom painting of each enclosure. Color shall be selected by the Landscape Architect. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify locations of rough-in's all locations areas prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location as required to accommodate intended purpose. D. Support boxes independently of conduit. E. Use cast outlet box in exterior locations exposed to the weather and wet locations. F. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast metal box in other locations. G. Permanently mount equipment enclosures to the concrete pads. 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate Installation of outlet box for equipment connected under Section 16180. 3.4 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust flush -mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused box openings. 3.5 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. END OF SECTION 16130 03830708 BOXES 16130 - 2 01/09 l� SECTION 16140 WIRING DEVICES PARTI- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Receptacles. 1.3 RELATED SECTIONS A. Section 16130 - Boxes. 1.4 REFERENCES A. NECA - Standard of Installation. B. NEMA WD 1 - General Requirements for Wiring Devices. C. NEMA WD 6 - Wiring Device -- Dimensional Requirements. D. NFPA 70 -National Electrical Code. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide manufacturer`s catalog information showing dimensions, colors, and configurations. C. Manufacturers with similar catalog numbers will not be considered as a basis for an equivalent product. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. 03830708 WIRING DEVICES 16140 - 1 01/09 �~f PART 2-PRODUCTS 2.1 RECEPTACLES A. Manufacturers: 1. Hubbell HBL GF5352-I 2. Substitutions: Refer to Section 01600. Equivalent. B. Description: NEMA WD 1, Heavy-duty general use receptacle, with wraparound bridge, brass center rivet, triple wipe contacts and grounding contacts integral with backstrap (no rivets). C. Device Body: Ivory impact -resistant thermoplastic. D. Configuration: NEMA WD 6, type as specified and indicated. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. All devices shall be GFCI type. 2.2 WALL PLATES A. Weatherproof Cover Plate: Gasketed cast metal with weatherproof in -use device cover on exterior devices. B. Surface Mounted Plates: Galvanized steel plates PART 3 - EXECUTION .3 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that outlet boxes are installed at proper height. C. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. D. Verify locations of all receptacles in the entrance obelisks. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 3.3 INSTALLATION A. install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install receptacles with grounding pole on top. D. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. E. Connect wiring devices by wrapping conductor around screw terminal. F. Install blank cover plate to match other plates on all unused boxes. 03830708 WIRING DEVICES 16140 - 2 01/09 �- 4 3.4 3.5 3.6 3.7 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 16130 to obtain mounting heights specified and indicated on drawings. B. Refer to plans for mounting limitations and requirements. FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection, testing, adjusting, and balancing. B. Inspect each wiring device for defects. C. Operate each wall switch with circuit energized and verify proper operation. D. Verify that each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust devices and wall plates to be flush and level. CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION 16140 03830708 WIRING DEVICES 16140 - 3 01 /09 SECTION 16170 GROUNDING AND BONDING 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 in this section. 1.2 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.3 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.4 GROUNDING SYSTEM DESCRIPTION A. Metal frame of equipment. B. Rod electrodes. 1.5 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. 1.6 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for grounding electrodes and connections. 1.7 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and grounding electrodes. C. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience, and with service facilities within 100 miles of Project. 03830708 GROUNDING & BONDING 16170 - 1 01/09 i I 1.9 REGULATORY REQUIREMENTS A. Conform to requirements ofNFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. PART2-PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 3/4 inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Material: Mechanical connections shall be made with Burndy Hy -Ground, 12 ton crimping system or an approved equal. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the drawings. 2.5 CONDUIT FITTINGS A. At all feeder and service entrance conduits provide grounding type bushings and shall be bonded to the panelboard ground bus. Bushings shall be fitted with a one hole lug. PART 3 - EXECUTION 3. ] EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet. C. Provide bonding to meet Regulatory Requirements. 03830708 GROUNDING & BONDING 16170 - 2 O1/09 D. Bond together metal siding not attached to grounded structure; bond to ground. E. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. Refer to conduit fitting restrictions above. F. Grounding Electrode System: The new grounding electrode system shall consist of the common bonding of metallic panels, mounting and the associated grounding electrode system. G. Provide proper bonding of the electrical system's grounded conductor (neutral) and the grounding electrode system sized in accordance with N.E.C. Article 250 and as indicated on the drawings. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection, testing, adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 16170 03830708 GROUNDING & BONDING 16170 - 3 01/09 SECTION 16190 SUPPORTING DEVICES 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 in this section. 1.2 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA - National Electrical Contractors Association. B. ANSI/NFPA 70 - National Electrical Code. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2-PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. 4. Sheet Metal: Use sheet metal screws. 5. Wood Elements: Use wood screws. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". 03830708 SUPPORTING DEVICES 16190 - 1 01 /09 t. ; C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Engineer before drilling or cutting structural members. E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of four anchors. G. In wet and damp locations use steel channel supports to stand cabinets and panelboards one inch off wall. H. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 16190 03830708 SUPPORTING DEVICES 16190 - 2 01 /09 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division l - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 13 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2-PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Communication cabinets, and computer cabinets. 3. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4 inch letters for identifying individual equipment and loads. 2. Use 1/4 inch letters for identifying grouped equipment and loads. 3. Use 3/8 inch letters for identifying Main Disconnect equipment. 2.2 WIRE/CONDUIT/BOX MARKERS A. Description: Brady B427 Self Laminating Vinyl. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings. D. Boxes: 1. Label each junction box in accessible locations to indicate the type of system (i.e.; security; power circuit - 1,3,5; etc.) Box labeling shall be pre -manufactured adhesive type. Markers shall not be permitted. 03830708 ELECTRICAL IDENTIFICATION 16195 - 1 01/09 PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. (see specification Section 16000) D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color coding for phase identification: 120/240 volts Phase Black A Red B White Neutral Green Ground Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. END OF SECTION 16195 03830708 ELECTRICAL IDENTIFICATION 16195 -2 01 /09 SECTION 16470 PANELBOARDS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Distribution and Branch circuit panelboards. B. Switchboards. 1.3 RELATED SECTIONS A. Section 16190 - Supporting Devices. B. Section 16195 - Electrical Identification: Engraved nameplates. 1.4 REFERENCES A. NECA (National Electrical Contractors Association) "Standard of Installation." B. NEMA AB 1 - Molded Case Circuit Breakers. C. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. D. NEMA KS 1 - Enclosed Switches. E. NEMA PB 1 - Panelboards. F. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. G. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS A. Submit under provisions of General Conditions. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of General Conditions. Record actual locations of Products; indicate actual branch circuit arrangement. 03830708 PANEL BOARDS 16470 - 1 01 /09 1.7 OPERATION AND MAINTENANCE DATA A. Submit under provisions of General Conditions. Maintenance Data: Include spare parts data listing; and recommended maintenance procedures and intervals. 1.8 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years experience. 1.10 REGULATORY REQUIREMENTS A. Conform to requirements ofNFPA 70. Furnish products listed and classified by UL as suitable for purpose specified and indicated. 1. 11 FIELD MEASUREMENTS A. Verify that field measurements are as indicated. 1. 12 MAINTENANCE MATERIALS A. Provide maintenance materials under provisions of General Conditions. Provide two of each panelboard key if required. PART2-PRODUCTS 2.1 PANELBOARDS A. Manufacturers: 1. General Electric 2. Square-D 3. Westinghouse 4. Siemens panelboard products are not be acceptable. B. Description: NEMA PB-1, circuit breaker type. C. Panelboard Bus: Copper with ratings as indicated. Provide a copper ground bus in each panelboard. D. Minimum integrated short circuit rating: Fully rated devices with minimum levels as indicated. Series rated systems will not be allowed. Minimum calculated values are labeled on each panelboard and are indicated as "AIC". E. Molded Case Circuit Breakers: NEMA AB 1, bolt -on, circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as type HACR for air-conditioning equipment loads and type SWD for switching applications. F. Enclosure: NEMA. PB-1, Type 1. 03830708 PANEL BOARDS 16470 - 2 01/09 11 G. Cabinet Front: Surface or recessed type as indicated on the drawings, fastened with concealed trim clamps, hinged door with flush lock, metal directory frame, and finished in manufacturer's standard gray enamel. PART 3 - EXECUTION 3.1 INSTALLATION A. Install panelboards in accordance with NEMA PB I.I. Install panelboards plumb. Provide supports in accordance with drawings and Section 16190. Height: 6 ft maximum to top of panelboard. Provide filler plates for unused spaces in panelboards. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. Spare slots shall be labeled as such in erasable pencil on directory. Provide engraved plastic nameplates under the provisions of Section 16195. 3.2 FIELD QUALITY CONTROL A. Field inspection and test for grounds on each circuit after installation is completed. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. END OF SECTION 16470 03830708 PANEL BOARDS 16470 - 3 01 /09