Loading...
HomeMy WebLinkAboutResolution - 2017-R0443 - Tommy Klein Construction - 11_16_2017 (2)Resolution No. 2017-RO443 Item No. 6.27 November 16, 2017 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 13696 and related documents for Berry, Chatman, and Sedberry Park Pavilions as per RFP 18-13696-SS, by and between the City of Lubbock and Tommy Klein Construction, Inc., of Lubbock, Texas. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on November 16, 2017 DANIEL M. POPE, MAYOR ATTEST: Rebe ca Garza, City Secretary APPROVED AS TO CONTEN Scott Snider, Assistant City APPROVED AS TO FORM: t Justin rui Assi ant City Attomey ccdocs/RES.Public Works Contract 13696.Park Pavilions 10.30.2017 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-278435 Date Filed: 10/31/2017 Date Acknowledged: 11/02/2017 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Tommy Klein Construction, Inc. Lubbock, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13696 Berry, Chatman and Sedberry Park Pavilions 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Klein, Tommy Lubbock, TX United States X Klein, Karen Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2017-278435 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Tommy Klein Construction, Inc. Lubbock, TX United States Date Filed: 10/31/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13696 Berry, Chatman and Sedberry Park Pavilions 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Klein, Tommy Lubbock, TX United States X Klein, Karen Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP /SEAL ABOVE Sworn to and subscribed before me, by the said —r111M6% 4 this the N st day of Q[±�f_, 20�' �, to certify which, witness my hand and seal of offi e. `PR P�9 CRYSTAL HARMS ---- mac Notary Public, fts of Texts F. . Coaflf 4kn E km 03.21.201lainistering gnat re of o ce ministering oath Printed name of officer a Title of officer oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: November 16, 2017 City of Lubbock Specifications for Berry, Chatman and Sedberry Park Pavilions RFP 18-13696-SS CONTRACT 13696 PROJECT NUMBER: 92550.9246.30000 Plans & Specifications may be obtained from BidSync.com zo�7 Roqqj CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank City of Lubbock, TX .F Purchasing and Contract Management Contractor Checklist for RFP 18-13696-SS Berry Chatman and Sedberry Park Pavilions Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. ✓ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. ✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. i 6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained 1 in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAXID number or Owner's SOCIAL SECURITY number. 8. V Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. F , 9. Complete and sign Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 10. _N,/ Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. E. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 11. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 12. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 i a within the specified time according to Texas Government Code 2252.909 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE TMS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) t` �. �.a.� � �, ,�ri�� �..ro��n.�� 0 0 0 PajZe Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS *, 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) s4-1. LUMP SUM PROPOSAL PRICE SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION ' 4-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-7. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS t, 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 11. GENERAL CONDITIONS OF THE AGREEMENT 12. DAVIS-BACON WAGE DETERMINATIONS ► . 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Page Intentionally Left Blank I NOTICE TO OFFERORS Page Intentionally Left Blank t L _> NOTICE TO OFFERORS RFP 18-13696-SS Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 p.m. on October 25, 2017 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: Berry, Chatman and Sedberry Park Pavilions After the expiration of the time and date above first written, said sealed proposals. will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. -y The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 p.m. on October 25, 2017, and the City of Lubbock City Council will consider the proposals on November 16, 2017, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. The estimated budget for the construction phase of this project is $252,020.37. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER 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 proposer's sole responsibility to inspect the site of the work and to inform Offerror 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 October 10, 2017 at 11 a.m., in 1625 131h Street, Room 103, Lubbock, Texas. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office 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 Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT t_m GENERAL INSTRUCTIONS TO OFFERORS 11 Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Berry, Chatman and Sedberry Park Pavilion per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 p.m. October 25, 2017 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: RFP 18-13696-SS Berry, Chatman and Sedberry Park Pavilions and the proposal opening date and time. Offerors must also include their company name and address on the 1 4 outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management F City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 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 - mandatory pre -proposal conference will be held at 11:00 a.m., October, 2017 in 1625 13' Street, Room 103, Lubbock, Texas. All persons attending the meeting will be asked to identify - themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal- meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. I 4 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 Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at t hqp://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 Purchasing and Contract Management Office no later than seven (7) 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 explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management 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 p p Y �Y h 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 Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management 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 Director of Purchasing and Contract Management 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 seven (7) calendar days prior to the opening of proposals. 2 r5 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 aid b the proposer. p P p P P Y p P 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. C ' 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) .3 Marking our entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with 6 M kmg y p. p the Texas Open Records Act. ..y 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 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 an business p p eP � Y 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. i- 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. I- I 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. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertentiv restricts or limits the reauirements stated in this RFP to a sin -ale source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) business days before the proposal closing date. A review of such notifications will be made. Sara Summers, Senior Buyer City of Lubbock ( Purchasing and Contract Management Office 1625 13t' Street, Room 204 Lubbock, Texas79401 Fax: 806-775-2164 ._ Email: SSummers@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 75 CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 4 [, 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. P16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of: any nature whatsoever resulting in such defects, when such defects appear within TWO years 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. t 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to ,. buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during t_ 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, both known and unknown, 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, and/or the owning utility at the Contractor's - expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 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. ►-- 26 LABOR AND WORKING HOURS 1, 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 Sundays 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 i - he has made a diligent effort to complete the contract within the allotted time. r t; b, 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors .. shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES 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 bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work - contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the 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. t 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: 29.3.1 Proposer's name 29.3.2 Proposal RFP 18-13696-SS Berry, Chatman and Sedberry Park Pavilions Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. - 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Forma (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. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of'Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: 9 (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 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 five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA Q The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 10 �. _._..� .._._ ��� �.ri� ,��,� .� .�. n � . _ �.„ , _ �,�, ��»� �. �.�._.,.� .n. �._w,�,, _.__—� _ _ �,_� �. __. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $252,020.37 Proposals shall be made using the enclosed Proposal Submittal Form. 33 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 (CITY OF LUBBOCK WATER UTILITIES OR ( OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO a ; ANY CONTRACT, AGREEMENT OR 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 11 time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 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 unitprices 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 PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 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 Wag e 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 i_. 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. 12 � � [j � c; . y /\ � � � � � ) J � . � d � j \ � , � � � . � . � : . � �l [! � - � {\ � ?) � 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: htlp://www.wdol.jzov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 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. 13 Page Intentionally Left Blank TEXAS GOVERNMENT CODE 4 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the ry construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow t. , the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer 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. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor 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. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later . than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory 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. 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 I No Text W1 PROPOSAL SUBMITTAL VOMM LUMP SUM PRICE PROPOSAL CONTRACT DATE; PROJECT NUMBER- RFP 18-13696-SS Berryi Chatinarn and Sedberry Park Pavilions Proposal of :11)3mmu Viefo (hereinafterIled -Offeror) called To the Honorable Mayor and City Council City of Lubbock Texas (hereinafter called Owner) TAO* Wd Event M Offeror, _i4'compliance With. your R&q#st f6t Piopom . for the 'bogry.,Chatrhim arid 9-edberry Park PfiviliOng havi :careillye.K?qnbie4 thp. pl ans specifications, 'IpA& to offerors,notice to offerors AM ot :'at I et related . h c - ontrac _t docu merrN and e, site of the intended voik,. and: being 6mitiir with all of the conditions surrounding. the renovations ,qf tho intended proj'00t inq' ' I- ift 0,dii ig the availability of mate :and jabot, hcreb.q intends to funush,ail 16b, iraleriaits, and 0upp'lies; and to tebovate tbe project in. accordatice with. the plans, specifications and contract documents, w 'thiti C& W cover 0i.oxwom bouftd bi iDerforadne the.. i , the tine :set forth 1(berein -and at the trice stated below. The price v . I BERRY PARK PANU ION BASE PROPOSAL: iTm& NO. DESCRIPTION UNIT OWNTITY L--MT PkICE Erosion Control BMT's as neede(L LS i 4ZOO .Z.40 Demolition andremoval of designated items, including all necessary incidentals to complete The LS 1 .5 ho i Raugh grading asneeded. LS I vo All concrete sidewalks,4 itcludes -necestaty 4 incidentals to complete,the work, finnished and LS I aCi installed, complete in place- 28'iw op _Sfiucwit.Qlk picnic tablet .(4)k and -grill (I)jncludffig 0.11 -pad, engineered slab with soaje4'dra',A4bgs-' and Any' in ecessaty incidentals to LS 1 LLI- complete, the work, furnished and ihstalied, 0 cq�lete in &ce- glectrical conduit and pull boxes, including.-gealed -d "d , Aal Olin m a Agpe per d x"Mgs - MW ev, s and all a. gW� IS complete thovoik and sary incidentals ""dentals to Complete the work.. 5: FSTDMATED NO, DESMPTION UNTf I QUANTITY PRIGS PkI Ear,tht.vork and fine *idhij, tod&g, and hydro- muld).'ed:seed` planted and established to i "."uniform stanch" rdap anogilam,ca: O.rf a;"ttuf "i n te- landscape rehabilitation LS work including all necessary'Incidentalsto pctm fete the work. , 'Total !Base Proposal Oltenis 1-8.) $ -i a Initials 400)k TM AN Y4" PAV S-1 __R 5 0 ITEM NO, DESCRIPTION UNIT ESTMATED QUANTITY UNITFRICE 1 -Erosion Control BMP"s,4s needed. LS I Demolition end removal of clesignated items, indudihg all: necessary incidentals to. complete the L9 I work fignished. A Raujh-gradingas needed. LS All concrete sidewalks, includes aliziecessary 4 incidentals to. complete the work, furnished and L9 I installed, coinlileteih place. $ tiliOtutablos (4), and re 0),'picnic ( gall), including grill pack engineered slab with 5 S -ea. 4­rawk and 34Y necessary incidentals to LS 1 0 completpft work, ftMfished and installed, coffi in� wace, Electrical -eondWt -And- pi boxes, WOft*aW 6 engineered drawings and. all necessary incidentals to LS I C Wt -he - -work dig on$,. a],! A a pdohnio modifications; associated Is and d 7 equipment fully -tested and oeradonaI, including at! LS I I necessary jp4400* work Eafffiwork and fine grading; sod&j, and hydro- mulohed seed'"planted dides Wblishod- joa,umform stanO�tuff inatritenance, landscape rehabilitation LS I wbik including 11 AeP�f 9,", incidentals A T..Ow IROSO.Provolgil MUM 1-0) Mtnr'sblifiiis 6 MMEMP7MM MA $Z0WRRVPARK PAV1L U 00 - SEPR P. SAL. ITEM ESTIMATE0., DESCRIPTION UNITJANTIT Y LNJIT PRICE QT I Eros om Control BA91s as: need6d_ LS I 1 2 including all necessary incidentals to complete the 'I LS I xmniV: 4irri;Alael. 3 Rougli grad4 as nee" j's I I All eonerete sjdOWallo, includes 4-1) ecessary 4 incidentals to complete the worki. fibmished and LS___ I �nstai complete in plaoe: 28'k28_' open 4* - structure (I picRe tables (4), and grill (1)jn*d.ig grill pa d,.gin-re- d A"b 5 sealed diavvna`ga, and: any with necessary 4del,sto ts 144, Ott complete the work funushed and installed, Electrical zondnit and piAj- boxesi including sealed ehg-�heeted'.d.rawingsand all necessary _ incidental9 t complete the work. 'Total - Base Proposal (.Items -_1-6) j tv 71, v; 1. Nutba of days required for constfuction; Total Amount: $205,217.00 TOTAL CALENDAR DAYS; '15 Offeror hereby agrees to commence,.the work vi the above proigoon adAte to, be spepified in, a written NWoo: to Proceed' of the Owner .and to 9* ObS, tan fia,4 complete: the P­ within"1'50 Calendar bays... 'Y QMP Meet CO&VIeted. by Contractor.. thereafter as sdpvWted in the specif"i'cations and other contract -documents. Offeror hereby fluther agrees to, pay, to Owner as liquid4to damages the sum- of for each e,onsocuOvp calendar t excess: of the te `set forth Herein above for co plo064iof this po4j oct; all as more fully set forth in the. general -conditions of contract documents. 0verox understands. and agrees thisS propoSUbM"ItW shall becompleted and Wbir*ted in accordance ,.w-.i�6!nstraefibnnumber -Oofthe .General lnstmetiomtooff6ron. OM, ro-r umdersta4d:§ that the OWher reserves the right to re36dt any of ail proposals and Ito waive. any formality in the proposing- The Offeror agrees that ft V;ppoW shall be opod,for a period, of sixty (60) calendar da. .yA ftr .. a the sch. Wuled closing time for tece 6Z pi7oposas- The-undersigned 0ffer9r'herebY deFlaresthat hohas visited the site lof-ifie-work and has =eMy examined the plans, specifications and, contract documents pertaining: to the wadt covered by this, and J*.ftther gees to,;commgn�e,Wqik_on the date- specified intlie, written notice to pr6eb proposaL__e 'd r- Ina -6 and to substanti0ycomplift he work wfiWicla#4094 as-povided' th contract-_ 00umd0ft. 7 SO; -07611"_ I Offerors, lure te qw,-PA whether or not payment or perfosmance bond is te4pired, to submit a cashiefs check or certified ;heck 1gsuo' I b) a Or a prippo-�pl bo-nd C . Y 4 tatid'aqtory to the C itypif Lubbock Brbm4, reliAblie surety; objhpany, payable without recourse to the order of the C4 of Lubbock ml An amount not -less than five percent (5%) of &e tbtal amount --of the propoW submitted amoun .w, a guarantee that. offeror "'enter into a, Contract Obtain, all required ind cut all pects- satyboncb IfA surancepoides, an execute required) within ten (16) &ys after noticeof award of the contract to him. . 8 Offeroe'9 initials. a Enclosed with this proposal, is a Cashi&'s Check or tertifled Check Enclosed with, this pjeoposW is a- Cashier's Check or Coftd Check W. --Dpllars - $ Yor it Proposal . B ona in the sftm of. 5 476: Dollars )i which it is agreed: shall be collect6l and retained -by am*V wu dte-;Qw liquidated .., tier as. ldi-- eventtheproposal is gtgepted by the.O.WrieX and A failsto eme0ft the necessary contract doe, tijtsi '16 e ertific les, and the required mm insurance c� a req J d bond (q and) wft the. Owner Within ten (19_)'businesp. days weptante 0 . ;fter tbi� dat4-$ reo* 4 writ(efi Aoti f said proposal; otherwise, said check 6t Utid shall be returned to the undersigned upon :demand Offeror understands and agrees that ft contract to b6 qxemtod by. 004a shall be bound and ini:10de all contract f,4. 1 1 6 , adt dof uments rhade available to him for his inspection m accordance with the Notice to f.ii's[paot to !ec*M'L W G C _ocal #;)ver0kxt Code a be tfil, 04 0". A) tint ties otmod niay 'A' changed for the -'f �U. IRg 'a.. error ft V tO Toss price. 1MREV611k, ANY CO TOiM PROPOSAL PRICE MUST BE MAMO IN 1 E- PROP . 0 1 SA-L SUBMM. -AL FORM' PRIOR :TO PROPOSAL. "4_. - Addenda N` 'o-w patc:_ Addenda, No. - :pate: :Addenda. No, - Datx� Ad4drid . No TDate M/VVIBE rmw L UbbW11_ Caqnty Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS, That we, Tommy Klein Construction, Inc. :as Principal hereinafter called the Principal, and U.S. Specialty Insurance Company a corporation created and existing under the laws of the State of TX whose principal office is in Houston, TIC as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars ($5% GAB) for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents Whereas, the Principal has submitted a bid for Berry, Chatman, and Sedberry Park Pavilions NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 25th day of October, 2017 Tommy Klein Construction, Inc. (Principal) By (SEAL) By No Text No Text Kan't Kopy" K1 { Security Paper • Hidden Pantograph • Color Match • Artificial Watermark I • Anti -Copy Coin Rub • Erasure Protection • Security Features Box • Microprint Protection • Acid Free ' I i Kant Kopy" K1 Security Paper • Hidden Pantograph • Color Match • Artificial Watermark • Anti -Copy Coin Rub • Erasure Protection • Security Features Box • Microprint Protection • Acid Free Kan't Kopy" K1 j Security Paper i j • Hidden Pantograph • Color Match • Artificial Watermark • Anti -Copy Coin Rub • Erasure Protection • Security Features Box • Microprint Protection i • Acid Free Kan't Kopy K1 Security Paper • Hidden Pantograph • Color Match • Artificial Watermark • Anti -Copy Coin Rub • Erasure Protection • Security Features Box • Microprint Protection • Acid Free i _ I' Paize Intentionally Left Blank t CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material. misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 10 r r, Contractor's General Information Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Principle Office 7312 Upland Avenue Lubbock, Texas 79424 Telephone Numbers Main Number 806438-8777 Fax Number 806-797-2959 Web Site Address www.tkleinnconst.com Form of Business (Check One) Date of Incorporation x A Corporation A Partnership An Individual November 1998 State of Incorporation Texas Chief Executive Officer's Name President's Name Karen Klein Vice President's Name(s) Tommy Klein Jonathan Klein Secretary's Name Tommy Klein Treasurer's Name Date of Organization Karen Klein State whether partnership is general or limited Name Business Address organization Indicators of Organi7ation Size Average Number of Current Full Time 9 Average Estimate of Revenue for $ 5,000,000.00 Employees I the Current Year 10 No Text 1` f Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Regional Office 7312 Upland Avenue Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806438-8777 Fax Number 806-797-2959 Web Site Address www.tkleinconst.com List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Inc. 11-16-1998 To present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership onstruction Experience Years experience in projects similar to the proposed project: As a General Contractor 131 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local state or federal agency within the last five s? No If yes provide full details in a separate attachment See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment See attachment No. 11 No Text Contractor's Proposed Key Personnel Organization Doing Business As Tommy Klein Construction, Inc. Proposed Preject Orgaiiizatioll Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers and Superintendents as needed. Superintendents are Eddie Klein and Craig Wallace. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. 2 Tommy Klein is General Project Manager. Tommy Klein will serve as Project Manager and alternately, Jonathan Klein will serve as project manager. Shad Hartman will be our Job Superintendent on this project. Alternately, Craig Wallace will serve as Alternate Project Superintendent. Experience of Kc�, Personnel Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included Role Primary Candidate Alternate Candidate Project Manager Tommy Klein Jonathan Klein Project Superintendent Shad Hartman Craig Wallace Project Safety Officer Tommy Klein Jonathan Klein Quality Control Manager Shad Hartman Craig Wallace If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 12 No Text �-^^",. f --•.-t /�yr..r-� .-�"'-, r'."'^,, r-^--, , r-----� f^"7 r�---. .-....� r.�.^1 r--^-'1 ('-� �� r'^-� `�"'-, n Project Manager Quality Control. Safety Jonathan Klein Project Superintendent Quality Control Safety Eddie Klein Tommy Klein Construction, Inc General Project Manager Quality Control Safety Tommy Klein Estimator/Project Manager/Superintendent/ Safety Officer/Quality Control Shad Hartman Jeneral Office Manager Chief Financial Officer Project Superintendent Quality Control Safety Craig Wallace Karen Klein Master Carpenter Quality Control Safety Jerry Lafuente Attachment No.1 Carpentry Laborers (as needed) Project Superintendent Project Superintendent General Laborers (as needed) (as needed) (as needed) ��___� �. m, �. � ,��..�..�, ,von. ��., ... -- O ... �,�_ r •'f4 4 Attachment No. 2 Tommy Klein Construction, Inc RFP 18-13696 - SS Berry, Chatman and Sedberry Park Pavilions General Project Manager General Office Manager Quality Control Chief Financial Officer Safety Tommy Klein Karen Klein (Alternate) (Proposed) Project Manager Project Manager Safety Safety Tommy Klein Jonathan Klein (Proposed) (Alternate) Project Superintendent L Project Superintendent Quality Control Quality Control Shad Hartman Craig Wallace No Text - Tommy Klein 10709 Justice Avenue, Lubbock, Texas 79424 —1 (806) 438-8777 ddein@ddeinconst.com Title: Vice President, Tommy Klein Construction, Inc. Skills & Assets • 45 years of experience in the construction field. • Profound knowledge of all phases of construction. . Accomplished at ➢ Reading blueprints ➢ Estimating/Budgeting ➢ Taking Bids ➢ Subcontracts ➢ Job Layout ➢ Scheduling _. Superior • Resourceful in finding innovative ways to accomplish goals Strengths . Quick thinking • Exceptional communication skills in working with all parties involved in the construction process • Congenial personality with associates, building strong partnerships resulting in timely results. • Emphasis on quality workmanship at a reasonable cost • EXPERIENCE, KNOWLEDGE, EXPERIENCE, KNOWLEDGE Work Experience • Vice President, Tommy Klein Construction, Inc. 1986 present General Construction — all phases from start to finish • Superintendent, Mike Klein General Contractors, Inc. 1978-1986 General Construction, Commercial • Residential Framer, Vic Johnson Construction, Lubbock, Texas 1976-1977 New Construction • Carpentry, Concrete, Framing — Mo Turner Construction, 1974-1976 l ° Lubbock, Texas :.'3. � . - References Darren Densford, Architect - Texas Tech University — 806-834-4791, Darren.densford@ttu.edu Jeff Vitale, Construction Project Manager — University Medical Center - 806-775-9307, Jeff.Vitale@umchealthsystem.com a a o .1. 10701 Justice Avenue, Lubbock, Texas 79424.806438-33849jklein@tkleinconst.wm D Jonathan Klein Project Manager Skilled at communicating ideas clearly and effectively, exceptional ability to manage others, excellent working relationships with owners, subcontractors, and architects. Professional Experience Project Manager Estimating job order projects Managing superintendents on multiple projects Working with owners, subcontractors, and architects to bring projects to a smooth completion • Managed in 2016 - $ 3,304,000.00 • Managed in 2015 - $ 3,782,000.00 • Managed in 2014 - $ 2,786,000.00 Project Superintendent ■ Partnering with owners in communicating project progress Scheduling and managing subcontractors ■ Ensuring all projects are completed with quality control and safety • Supervised in 2013 —$ 2,681,000.00 ---_ • Supervised in 2012 - $ 944,291.00 • Supervised in 2011 - $ 302,275.00 • Supervised in 2010 - $ 525,567.00 Marketing Manager ■ Meet with potential member clients to educate them on the job order contracting method ■ Continually stay in contact with current clients, at the ready to help them with upcoming projects ■ Maintain the company's website, updating as needed • Order company shirts, approved all advertising Employment History June 2008-present June 2004-May 2008 June 1998-June 2004 Project Manager Business Manager Sales Consultant Project Superintendent Tommy Mein Construction, Inc., Lubbock, Texas Gene Messer Toyota Lubbock, Texas Tommy Klein Construction, Inc., Lubbock, Texas Education May 1997 High School Diploma Monterey High School Lubbock, Texas References -a Darren Densford, Architect - Texas Tech University — 806-834-4791, darren.densford@ttg.edu . > : -t: :�,. ... -- wow .... Craig Wallace 3403 Pontiac, Lubbock, Texas 79407 806-544-5161 cwallace@tkleinconst.com Profile Excellent Communication Skills, Good time -management, self -driven, certified license for forklift, commitment to safety within daily work activities Experience April 22, 2015 to Date Tommy Klein Construction, Inc. Lubbock, Texas 79424 Project Superintendent - Tommy Klein Construction, Inc. ■ 2017 — Texas Tech University — Horn Hall — Shower/Toilet Renovations - $1,493,800 ■ 2016-2017 — University Medical Center — SWCC Southwest Pediatric Renovations - $ 226,463 ■ 2016 — Texas Tech University — Knapp Hall- Shower/Toilet Renovations - $1,528,160 ■ 2016 — University Medical Center — Monument Sign - $154,463 ■ 2015-2016 — University Medical Center— Sterile Processing - $182,763 ■ 2015 - Texas Tech University - Weeks Hall CVPA Costume Shop Relocation - $ 722,355 Project Superintendent - Minnix Commercial Construction May 2011 2/1/2015 - ! Lubbock, Texas ■ University Medical Center Kingspark V Floor Renovation - $ 875,000 ■ Texas Tech University - The Cottage Renovation - $ 990,000 Assistant Superintendent ■ Texas Tech University - Rawls Golf Course - $ 3.5 million ■ University Medical Center —Surgery Remodel - $ 2.9 million Carpenter - Nelson Interior Construction November 2006 2011 Colorado Springs, Colorado ■ Built and installed cabinets and countertops ■ Attention to safety in the workplace ■ Read blueprints Professional Education Dates of Attendance : 1996 To 2003 Texas Tech University Lubbock, Texas Major area of study — Mechanical Engineering and General Studies .. � ..} �. 1 .. .. - .. z. z ... ��2 .. . _. "1 � ._ �� •.� Proposed Project Managers Organization Doing Business As Name of Individual Tommy Klein Construction, Inc. Tommy Klein Years of Experience as Project Manager 31 Years of Experience with this organization 31 Number of similar projects as Project Manager 750+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date General Project Manager 100% On -going Reference Contact Information(listing names indicates a royal to contactingthe names individuals as a reference Name Gary Hughes Name Stephanie Laughlin Title/ Position Title/ Position Sr. Interior Designer Organization Texas Tech University Organization Texas Tech University Telephone 806-834-3814 Telephone 806-834-1231 E-mail Ga .hn h ttu.edu E-mail Ste hanie.Lau hlin ttu.edu Project TTU CHACP H Project Wiggins Hall Offices, Wall/Gates Shower/Toilet Renovations Candidate role on Project project Manager Candidates role on Protect project Manager Alternate Candidate Name of Individual Jonathan Klein Years of Experience as Project Manager 9 Years of Experience with this organization 15 Number of similar projects as Project Manager 50+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Estimator 50% On -going Projecct Manager — City of Lubbock Projects JOC 50% On -going Name Darren Densford Name Stephanie Laughlin Title/ Position Engineer Title/ Position Senior Designer Organization Texas Tech University Organization Texas Tech University Telephone 806-834-4791 Tel hone 806-834-1241 E-mail Darren.Densford tta.edu E-mail Stephanie.Laugblin@tttLedu Project KnappHaUShower/Toilet Renovations Project Wiggins Hall Student Housing Candidate role on Project project Manager Candidate role on Project Superintendent 13 No Text Proposed Project Superintendent Organization Doing Business As Name of Individual Tommy Klein Constriction, Inc. Shad Hartman Years of Experience as Project Superintendent 17 Years of Experience with this organization 7 Number of similar projects as Superintendent 350+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Various Project at the City of Lubbock 25% Reference Contact Information(listing names indicates a roval to contactingthe names individuals as a reference Name George Lisenbe Name RodneyUnrein Title/ Position Project Manager Title/ Position Project Manager Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2632 Telephone 806-775-2207 E-mail Glisen .ci,lubbock.tx.us E-mail runrein lubbockus Project Mae Simmons Project City of Lubbock Water & Streets Dept. Renovation Candidate role on Project project Manager Candidate role on Project Project Manager. Name of Individual Craig Wallace Years of Experience as Project Superintendent 5-1/2 years Years of Experience with this organization 2-1/2 years Number of similar projects as Superintendent 12 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Superintendent — UMC HVAC Renovations 50% 02/28/2018 LZ • Name • • Darren Densford • • Name Jeff Vitale Title/ Position Engineer Title/ Position Sr. Project Manager Organization Texas Tech University Organization Universitv Medical Center Telephone 806-834-4791 Telephone 806-775-9307 E-mail Darren.densfor ttu.edu E-mail Jeff. vitale umcheal stem.corn Project weeks Hall CVPA Costume Shop Relocation Project University Medical Center Sterile Processing Candidate role on Project project Superintendent Candidate role I on Project project Superintendent 14 _., .----� m--. �.-------�, �--n-- �.._. � - � __-_____..i L O O (J Proposed Project Safety Officer Organization Doing Business As Pfiinarv Name of Individual Tommy Kein(See Project Manager) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Us Project Estimated Project Completion Date Reference Contact Information (listing names indicates a roval to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Name of Individual Candidate role on Project Jonathan Klein (See Project Manager Alternate) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name IMMI . . . . Name Title/ Position Title/ Position 7 Organization Organization Telephone Telephone E-mail E-mail Project Protect Candidate role on Project Candidate role on Project 15 No Text Proposed Project Quality Control Manager Organization Doing Business As Priniary Candidate Name of Individual Tommy Klein Construction, Inc. Shad Hartman (see Project Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates a royal to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Or "on Or 'on Telephone Telephone E-mail E-mail Project Project Candidate role on Project Name of Individual Candidate role on Project Craig Wallace(see Project Superintendent alternate) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Refcrence Contact Name Informatioll (listing names indicates appfoll'al to Contacting the Name nanies individuals as a reference) Title/ Position Title/ Position Or lion Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 16 not X, art - .its.§x)%'.?k s' :. .,, ft•.:4 .. .� { �� � . _ ;} .ter `� � �.�z': �. `"' 7 'wK r y,c vri Contractor's Project Experience and Resources Organization Doing Business As Tommy Klein Construction, Inc. PrQjects Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Provide a list of major went proposed for use on this project Attach Additional Information if necessary Equipment Item Primary Use on Project Own Bum Lease Divisioll of Work between • What work will the organization complete using its own resources? Project Managemen and Project Supervision What work does the organization propose to subcontract on this pro'ect? All other divisions 17 � � ,. 6 � � _} mm � .�_ ,�,. �... � �. � � .. � � � ... _.. .M.... _ w Contractor's Subcontractors and Vendors Organization Doing Business As Tommy HIcin Construction, Inc. Project Subcontractors, Provide a list of subcontractors that will provide more than 10 percent of the work ased on contract amounts Name Work to be Provided Est. Percent Contract HUB/MWBEof Firm c Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above usin the Project Information Forms. Equipment Vendors Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Only Furnish and Install HUB/M WBE Firm C I,L 18 I • , ,,.> . . �:� .. � :;::. .��:,,�- M �+ ,.� t'.J• . .f'� �''�'� - l .. �� j.1 r • ,, t �j1 •'�, (�__)hment A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University Project Name TTU Knapp Hall Shower Toilet Renovations General Description of Project Renovations Project Cost $1,598,858.00 Date Project Completed 08/01/2016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Craig Wallace Jonathan Klein Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer Texas Tech University 806-8344791 Darren.densford@ttu.edu Project Owner Texas Tech University Project Name I TTU Chitwood Learning Center General Description of Project: Renovation Project Cost $ 796,793.00 Date Project Completed 08/11/2016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner University Medical Center Designer Construction Manager Jeff Sutherland Project Manager Operations Division 806-834-3359 Jeffsutherland@ttu.edu Project Owner Texas Tech University Project Name TTU Wall Gates Lobby General Description of Project: Project Cost S 218,871.00 Date Project Completed 08/31/2016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Stephanie Laughlin Sr. Designer Texas Tech University 806-834-1241 Stephanie.laughlin@ttu.edu 19 No Text Current Projects and Project Completed within the last 10 Years Project Owner i City of Lubbock Project Name I Mae Simmons Senior Center General Description of Project Renovations Project Cost $ 257,498 Date Project Completed 03//2016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Project Owner I University Rodney Unrein Project Manager City of Lubbock Medical Center Project Name I UMC Sterile 806-775-2207 Processing Department runrein@mylubbockus Renovation General Description of Project: Renovation Project Cost 182,763 Date Project Completed 05/31/2016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Craig Wallace Shad Hartman Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner University Medical Center Designer Construction Manager Project Owner I University Jeff Vitale Project Manager University Medical 806-775-9307 Jeffvitale@umchealthsystem.com Center Medical Center Project Name I UMC Monument Sign General Description of Project: Project Cost $154,463 Date Project Completed 05/31/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Craig Wallace Shad Hartman Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner University Medical Center Designer Construction Manager Jeff Vitale Project Manager University Medical Center 806-775-9307 Jeffvitale@umchealthsystem.com 19 No Text / ment A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University System I Project Name I Wall Hall-Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost $1,222,318 Date Project Completed 08/02/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Chip Prosser Jonathan Klein Chip Prosser Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University Project Name I Gates Hall-Shower/Toilet Renovations General Description of Project:Asbestos Abatement/Shower/Toilet Renovations Project Cost $1,222,058 Date Project Completed 08/02/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner Texas Tech University System Project Name Weeks Hall CVPA Costume Relocation General Description of Project: Project Cost $1,354,551 Date Project Completed Current Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Craig Wallace Jonathan Klein Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-8344791 Darren.densford@ttu.edu 19 10 t t tv, „ P w �ment A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University System Project Name I Murdough Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost TS 1,593,160.00 Date Project Completed 08/08/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division Project Owner I City of Lubbock Project Name City of Lubbock 806-834-4791 Darren.densford@ttu.edu Water & Streets Administration & Streets Dept. General Description of Project: Office Remodel, New Restrooms Project Cost 795,144 Date Project Completed 08/05/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Project Owner I Texas Tech University System Project Name I Weeks Hall CVPA Costume Relocation General Description of Project: Project Cost S 720,203 Date Project Completed 15 Key Project Personnel Project Manager Project Su ent Safety Officer Quality Control Manager Name Jonathan Klei raig Wallace Jonathan Klein Craig Wallace Reference Contact Information (listing names indicates approval to cont names individuals as a reference) Name 4iffMition Organization Telephone E-mail Owner Texas Te rsity Designer ion Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu 19 No Text A fnent A Current Projects and Project Completed within the last 10 Years Project Owner Lubbock Independent School District Project Name Restroom Renovations at Smylie Wilson Middle School General Description of Project: Restroom Renovations Project Cost $ 131,601.35 Date Project Completed 08/05/2014 Key Project Personnel Project Manager Project Superintendent I Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Kevin Cockrell Project Manager Lubbock Independent 806-766-1457 kcockrell@lubbocisd.org School District Project Owner I Texas Tech University Project Name I Remodel Study Lounges, Coleman/Chitwood/Weymouth/ General Description of Project: Project Cost $ 836,845 Date Project Completed 08/04/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Stephanie Laughlin Project Manager Texas Tech University Project Owner Texas A & M Agrilife Project Name Restroom Renovations 806-834-1241 Stephanie.laughlin@ttu.edu General Description of Project: Remodel existing restrooms to bring them up to ADA standards Project Cost $ 62,509 1 Date Project Completed 05/31/2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas A & M Agrilife Designer Construction Manager Mika Wyatt Project Manager Texas Agrilife 806-746-6101 ext 4032 mwyatt@ag.tamu.edu 19 0 L J A',-Jment A Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University Project Name Sneed Hall — Construction of 2 restrooms General Description of Project: Demolition and construction of two guest restrooms Project Cost $ 94,060 Date Project Completed 01/10/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Dale Blevins Project Manager Texas Tech Housing 806-834-3462 d.blevins@ttu.edu Project Owner Texas Tech University Project Name I Stangel Concrete Dock General Description of Project: Dock Repair Project Cost $122,182 Date Project Completed 01/08/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Mike Glass Project Manager Texas Tech Hospitality 806-834-5512 Michael.glass@ttu.edu Project Owner I City of Lubbock Project Name I Land Application Office General Description of Project: Asbestos Abatement Project Cost $ 24,219 Date Project Completed 01/03/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager T.J. Carpenter Project Manager City of Lubbock 806-775-3078 tarpenter@mylubbock.us 19 No Text 1 Ajrnent A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University System I Project Name I Clement Hall-Shower/Toilet Renovations General Description of Project: Asbestos Abatement/Shower/Toilet Renovations Project Cost $1,350,144.00 I Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Jonathan Klein Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University Project Name I Hulen Hall-Shower/Toilet Renovations General Description of Project:Asbestos Abatement/Shower/Toilet Renovations Project Cost F$ 11114,787.00 Date Project Completed 08-19-2013 Key Project Personnel. Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University System Project Name I Wiggins Hall University Student Housing Office Remodel General Description of Project: Project Cost $1,354,551.00 Date Project Completed 08-21-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Shad Hartman Tommy Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Stephanie Laughlin Sr. Interior Designer TTU — Student Housing 806-834-1231 Sqp4aqie,lRpghlin@ttu.edu Construction Manager David Bradshaw Engineer TTU Operations Division 806-834-2239 David.bradshaw@ttu.edu 19 —'-"7 ­7 OT NOW WO -On j "to! all Royal lwoc OW& WO "Us own 1: mw N. W! ­� . ...... ...... A OW 0 0 1"n low !Any Prniprt Tnfnrmatinn Project Owner City of Lubbock Project Name Water & Streets Department Renovations at Municipal Hill General Description of Project Office Remodel, New Restrooms Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 692,463 Notice to Proceed 01-08-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 07-08-2015 Owner Enhancements 52,891 6% Contract Final Completion Date at Notice to Proceed 08-18-2015 Unforeseen Conditions 45,669 5% Change Order Authorized Substantial Completion Date Design Issues 4,121 1 % Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-05-2015 Final Cost 795,144 Actual / Estimated Final Completion Date 08-15-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Eddie Klein Shad Hartman Eddie Klein Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Sure Number of Issues Total Amount involved in olved NSA Resolved Issues N/A Res-7 Number of Issues Total ° Amount involved in N/A N/AResolved Issues N/A 16 No Text Proiect Information Project Owner Lubbock Independent School District Project Name Cavazos Middle School and Matthews Alternative High School General Description of Project Restroom Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 87,463 Notice to Proceed 06-01-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-03-2015 Owner Enhancements Contract Final Completion Date'at Notice to Proceed 08-10-2015 Unforeseen .Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-03-2015 Final Cost 87,463 Actual / Estimated Final Completion Date 08-10-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Shad Hartman Shad Hartman Shad Hartman Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. • Name Title/ Position Organization Telephone E-mail Owner Lubbock Independent School District Designer Construction Manager Kevin Cockrell Project Manager Purchasing 806-766-1457 1 kcockrell@lubbockisd.org Sure s Number of Issues NA Total Amount involved in Resolved Resolved Issues Number of Issues N/A Total Amount involved in N/A Pending Resolved Issues 16 No Text rro-ect lntormation Project Owner I Lubbock Independent School District Project Name ADA Restroom Renovations at Various Campuses General Description of Project Restroom Renovations Budget History Schedule Performance Amount of Bid Amount Date Days Bid 143,463 Notice to Proceed 06-01-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-03-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-10-2015 Unforeseen Conditions 9,725.00 6 Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized. Final Completion Date Total Actual / Estimated Substantial Completion Date 08-03-2015 Final Cost 151,188 R 0 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 08-10-2015 Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Shad Hartman Shad Hartman Shad Hartman Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for chanee. Name Title/ Position Organization Telephone E-mail Owner Lubbock Independent School District Designer Construction Manager Kevin Cockrell Project Manager Purchasing 1 806-766-1.457 lccockrell@lubbockisd.org Sure Number of Issues N/A Total Amount involved in N/A Number of Issues N/A Total Amount involved vi N/A Resolved Resolved Issues Pending Resolved Issues 16 No Text rrolect iwormation _ Project Owner I Texas Tech General Description of Project Shower/Toilet Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,344,841 Notice to Proceed 05-18-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-02-201.5 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-09-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total (47,221) Contingency Actual / Estimated Substantial Completion Date 08-02-2015 Final Cost 1,297,620 r Actual / Estimated Final Completion Date 08-07-2015 Project Manager Project Sup Safety Officer Quality Control Manager Nance Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer Texas Tech Purchasing 806-834-4791 Darren.densford.ttu.edu Surety I Number of Issues N/A Total Amount involved in To N/A Number Number of Issues N/A Total Amount involved in N/A Resolved Issues Resolved Issues 16 No Text rro ect lntormation Project Owner Texas Tech University Project Name Gates Hall Shower/Toilet Renovations General Description of Project Shower/Toilet Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,339,723 Notice to Proceed 05-18-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-02-2015 Owner Enhancements Contract ,Final Completion Date at Notice to Proceed 08-09-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total (47,460) Contingency Actual / Estimated Substantial Completion Date 08-02-2015 Final Cost 1,292,263 p Actual / Estimated Final Completion Date 08-07-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Michael Prosser Jonathan Klein Michael Prosser Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Michael Prosser Jonathan Klein Michael Prosser Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer Texas Tech Purchasing 806-834-4791 Darren.densford.ttu.edu Surety Number of Issues N/A N/A Total Amount involved in Number of Issues Total Amount involved in N/A Resolved Resolved Issues PendingN/A Resolved Issues 16 No Text e Current Projects and Project Completed within the last 10 Years pment A Project Owner I Texas Tech University System Project Name I Clement Hall-Shower/Toilet Renovations General Description of Project: Asbestos Abatement/Shower/Toilet Renovations Project Cost $1,350,144.00 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer T Quality Control Manager Name Shad Hartman Jonathan Klein Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University Project NameI Hulen Hall-Shower/Toilet Renovations General Description of Project:Asbestos Abatement/Shower/Toilet Renovations Project Cost $1,114,787.00 1 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction, Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University System Project Name I Wiggins Hall University Student Housing Office Remodel General Description of Project: Project Cost $1,354,551.00 Date Project Completed 08-21-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name I Tommy Klein Jonathan Klein Shad Hartman Tommy Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization . Telephone E-mail Owner Texas Tech University Designer Stephanie Laughlin Sr. Interior Designer TTU — Student Housing 806-834-1231 Stephanie.laughlin@ttu.edu Construction Manager David Bradshaw Engineer TTU Operations Division Retired David.bradshaw@ttu.edu 19 �_._.._.� Sf} �� r--.____�- . i�q{ t � «y f w"..�.��'wmrz S j _ _ i �m..wy �""..."""".mow! - - L.-.mb b.�'-.�.w" lvr� 0.�'w.ap.r.� -,-_ =�^+ `u�..-,�..�r `..,.�,..w...x.J --^--�.ud 4.........�.._..w O O M O Proiect Information Project Owner I Texas Tech University I Project Name I Hulen Hall - Shower/Toilet Renovations General Description of Project Renovation of 8 community bathrooms and a private guest bathroom Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,114,787.00 Notice to Proceed 05/.30/2013 Change Orders is.1m.on I o Contract Substantial Completion Date at Notice to Proceed 08/02/2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08/12/2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date 08/09/2013 7 Design Issues Change Order Authorized Final Completion Date 08/19/2013 7 Total Actual / Estimated Substantial Completion Date 08/09/2013 Final Cost 1,129,920.00 Actual / Estimated Final Completion Date 08/19/2013 Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Cory Mce wee Jonathan Klein Cory Mcelwee Percentage -of Time Devoted to the Project 50% 100% 50% 100% Proposed for this Project Jonathan Klein Cory Mcetwee Jonathan Klein Cory Mcetwee Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Project Manager Operations Div./Eng Serv. 806-834-4791 darren.densford@ttu.edu Surety Suretec Insurance Comp ny 1 713-812-0800 meiliot@suretec.corn n e 2 Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved N/A Resolved Issues N/A Pending N/A Resolved Issues I N/A 16 Oil J Prnieet Whrmation Project Owner I Texas Tech University System Project Name Wiggins Hall University Student Housing Office Remodel General Description of Project University Student Housing office remodel / rBudgety Schedule Performance Amount % of Bid Date Days Amount Bid 1,363,898 Notice to Proceed 11-14-2012 Change Orders -9,347 Contract Substantial Completion Date at Notice to Proceed 05-01-2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 05-11-2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date 06-01-2013 Design Issues Change Order Authorized Final Completion Date 06-11-2013 Total Actual / Estimated Substantial Completion Date 06-01-2013 Final Cost 1,354,551 Actual / Estimated Final Completion Date 06-05-2013 • • Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Percentage of Time Devoted to the Project 50% 100% 100% 100% Proposed for this Project 50% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change, Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager j Stephanie Laughlin Sr. Designer TTU — Student Housing 806-834-1231 Darren.densford@ttu.edu Sure Suretec ' • ° • 0EMMMI • • Number of Issues Total Amount involved in Number of Issues Total Amount involved in1 N/A N/�' N/A N/A Resolved Resolved Issues Pendin Resolved Issues 16 No Text r=, Contract Administration Upon being awarded a contract, we meet with subcontractors to go over their portion of the work, sign subcontracts and verify their required paperwork is on file, such as w-9's, certificates of insurances, etc. Once the notice to proceed is issued, we begin ordering materials and compiling any submittals, safety and material data required. A list of all subcontractors' contact numbers are distributed to all parties involved in the project Based on subcontractor's bids, a schedule of values is compiled and given to the owner. The office manager generates pay requests on AIA Documents, according to specifications. All required Davis -Bacon reports are kept on file at our office. Attention is given to respond quickly to any requests from owners. We strive to have no punch list items, even on large projects. Once the owner and contractor have inspected and accepted the project, all close-out documents are completed in a timely manner. Management of Subcontractors and Suppliers We expect and demand high quality workmanship from our subcontractors. In fact, we are driven to excel because of our high expectations. Quality is achieved by working with subcontractors who share our high standards of excellence. Our project manager meets with subcontractors to go over the construction schedule. Work begins upon our notice to proceed. Required paperwork, shop drawings and submittals are checked and delivered. Materials are ordered, subcontractors are scheduled and supervised. We believe that our experience and ability to communicate our expectations, along with using the best subcontractors in the area, accounts for the successful completion of all our projects. Subcontractors continue to work with us because our projects run smoothly. We all work well together and share the same high expectations. Subcontractors are paid promptly within 5 days of receipt of payment from the owner. Another characteristic important to the smooth flow of any project is the quality of supervision. Quality supervision equals quality workmanship. Our supervision is done by individuals that know construction and know it well. Superintendents insure that subcontractors are scheduled properly, materials are ordered in the right quantity, work is. done according to plans and specifications and the finished product is of the highest quality. No Text Time Management Scheduling is one of the most important aspects in delivering a project in a timely manner. It is one of our greatest strengths. Having been in business here in Lubbock for 31 years, we have worked with and know many subcontractors of all trades in the area. In order to maintain our schedule, we have weekly progress meetings with owners and subcontractors. Because our company continually delivers high quality projects, on time, owners are pleased with the final product Another characteristic important to the smooth flow of any project is the quality of C ' supervision. Quality supervision equals quality workmanship. Our supervision is done by individuals that know construction and know it well. Superintendents insure that subcontractors are scheduled properly, materials are ordered in the right quantity, work is done according to plans and specifications and the finished product is of the rDhighest quality. Cost Control Over forty years of construction experience gives us an edge in knowing the cost involved in a project Should the project involve owner enhancements, unforeseen conditions or design issues, we work with the owner to find the best solution at the lowest cost to the owner. Tommy is ingenious with coming up with solutions to construction problems, which is of great benefit to owners. No Text C 1 L Quality Assurance/Quality Control Program Quality control is the focus of our company. Defects or failures in constructed facilities can result in very large costs. Even with minor defects, re -construction may be required and facility operations impaired. Increased costs and delays are the result. We believe that good project managers ensure the job is done right the first time. The most important decisions regarding the quality of a completed facility begins during the design and planning stages. It is important that we conform to the original design and planning decisions, unless unforeseen circumstances, incorrect design decisions or changes desired by an owner in the facility function may require re-evaluation of design decisions during the course of construction. Quality control is a primary objective for all the members of our team. Managers take responsibility for maintaining and improving quality control. Most important of all, quality improvement means improved productivity and cost efficiency. Day to day surveillance of work and documentation of deficiencies result in corrective actions in order to avoid serious problems. As we are working cooperatively with subcontractors, their compliance to quality control is essential. All parties involved have the responsibility to be diligent in delivering the highest quality product possible. Compliance issues are dealt with immediately, circumventing delays on projects. If clients see a problem with quality, subcontractors will remedy the problem, to the satisfaction of the client. In working with clients previously, we have been able to avert potential problems in making detailed planning decisions with owners before work begins. For example, under a job order contract, our company completed the remodel of fourteen laundry rooms for Texas Tech University Housing. In the planning phase, we were given an incomplete design to replace millwork and sinks. Together, the owner's representative and our company designed a project that covered exposed plumbing pipes by incorporating access panels to the plumbing. The project was designed to give better access and functionality to students, while also providing a pleasant environment for them. The owners were pleased with the finished laundry rooms. Partnering with the client before work even began, resulted in the delivery of a project that met the high standards we expect on all our projects. No Text Project Site Safety Tommy Klein Construction, Inc. SAFETY AND HEALTH PROGRAM Tommy Klein Construction, Inc. commits the necessary resources of staff, money, and time to ensure that all persons on the worksite are protected from injury and illness hazards. In addition, the company visibly leads in the design, implementation, and continuous improvement of the site's safety and health activities. Specifically, the highest level management establishes and reviews annually the site's safety and health policy and ensures that all employees know, understand, and support that policy. The company ensures that all visitors to the site, including contract and temporary labor, vendors, and sales people, have knowledge of site hazards applicable to them and how to protect themselves against those hazards, including emergency alarms and procedures. Management also ensures that these visitors do not introduce to the site hazards that can be prevented or that are not properly controlled. Shad Hartman, Safety Manager, is OSHA certified. The company complies with all OSHA Standards for the Construction Industry (29 CFR 1926) Subcontractors will be held to the same standards of OSHA compliance. Safety depends largely on education, vigilance and cooperation during the construction process. All workers should be constantly alert to the possibility of accidents and avoid taking unnecessary risks. Superintendents, as well as Project Managers are responsible for site management. Each week, at the beginning of work on Monday morning, the entire worksite shall be inspected. All hazards found, will be documented in writing, including their location. The superintendent assigns appropriate persons responsible for seeing that the hazard is corrected and documenting the date of the correction. Any near miss, first aid incident, or accident is investigated. All investigations have as a goal the identification of the root cause of the accident, rather than assigning blame. After the investigation, management will assign responsibility to appropriate employees �y for correcting any hazards found and for assigning a date by which the correction must be completed. Management and employees work together to analyze safety and health hazards inherent in each job site and to find means to eliminate those hazards whenever ,,. _a_ .. .. ._. rvrv... , 7 �, ...e..., w a^. `°, �+^. ...,� �„ �,..—.._... ,.w a^'w ,.:�.„� µ..„„. ....�. wvq ...... �,xwr� ....�mq .,.,`.w�. p�F+....:«�.,..,wq ....a-....,....,,,,� '"""^% ,,......_,_.... ,.. ate...... e.--..mn�... o� �� �w«m .,..�..°'g ,� ���.�,.,«.-�oa-....K✓1 ,..,....-----...» �... .. �, .. _.... ..... 0 0 0 possible, and otherwise to protect persons against those hazards. These job hazard analyses QHAs) are revised as appropriate, for example, following a change in the job, the reappearance of a hazard, or an accident at this job. All employees at this site are trained to recognize hazards and to report any hazard they find to the appropriate person so that the hazard can be corrected as soon as possible. In addition to taking immediate action to report a hazard orally and to provide interim protection, if necessary, including stopping the work causing the hazard, employees may submit a safety work order to the management, or they may submit a safety suggestion form. Safety work orders take priority over any other work order. Safety suggestions will be considered each week during the site inspection by the site inspection tean-L All employee reports of hazards must be eventually written, with the correction date recorded. As part of the annual safety and health program evaluation, management and employees will review all near misses, first aid incidents, and entries on the OSHA 300 Log, as well as employee reports of hazards, to determine if any pattern exists that can be addressed. The results of this analysis are considered in setting the goal, objectives, and action plans for the next year. Hazard Prevention and Control Management ensures that the this priority is followed to protect persons at this site: (1) Hazards will be eliminated when economically feasible, such as replacing a more hazardous chemical with a less hazardous one; (2) Barriers will protect persons from the hazard, such as machine guards and personal protective equipment (PPE); (3) Exposure to hazards will be controlled through administrative procedures, such as more frequent breaks and job rotation. Management ensures that the worksite and all machinery is cared for properly so that the environment remains safe and healthy. If maintenance needs exceed the capability of the worksite employees, contract employees are hired to do the work and are screened and supervised to ensure they work according to the site's safety and health procedures All employees, including all levels of management, are held accountable for obeying site safety and health rules. The following four step disciplinary policy will be applied to everyone by the appropriate level of supervisor: 1) oral warning 2) written reprimand 3) three day's away from work 4) dismissal. No Text �T Visitors, including contractors who violate safety and health rules and procedures, will be escorted from the site. Should the disciplined person request a review of the �l disciplinary action, an ad hoc committee of three people, one project manager and two salaried workers, chosen by their respective colleagues, will review the situation and make a recommendation to the owner, who reserves the right for final decision. If his �l decision differs from the committee, he may, within confidentially strictures, make public his reasons. Persons needing emergency care are transported by company vehicle or community ambulance to the hospital, located five miles from the site. Usually that trip can be made in less than ten minutes. Onsite during all shifts designated persons fully trained in cardiac pulmonary resuscitation (CPR), first aid, and the requirements of OSHA's Bloodborne Pathogen Standard, are the fast responders to any emergency. These persons are trained by qualified Red Cross instructors. One of these designated persons' safety and health responsibilities is to ensure that first aid kits are stocked and readily accessible in the marked locations on the jobsite and at the office/warehouse. Appropriate personal protective equipment (PPE) is provided for the different types of - accidents possible at the site. Training Management believes that employee involvement in the site's safety and health program can only be successful when everyone on the site receives sufficient training to understand what their safety and health responsibilities and opportunities are and how to fulfill them. Therefore, training is a high priority to ensure a safe and healthy �} workplace. Shad Hartman will provide training to employees. The following training will be required of employees. Each employee is responsible for ensuring that he/she masters the year's training topics. Training will take place quarterly. General Safety and Health Provisions Occupational Health and Environmental Controls Personal Protective and Life Saving Equipment Fire Protection and Prevention Signs, Signals and Barricades Materials Handling, Storage, Use and Disposal Tools - Hand and Power Scaffolds Fall Protection No Text Il' 0 Managing Changes to the Project All requests for changes will be worked through with the owner to give the best solution at the lowest cost to the owner. We believe that we partner with owners on all our projects. We share the desire to have a project that is completed with quality, that is on schedule, and with a minimal amount of changes to the project. If changes are necessary, we follow the listed methods in the specifications for this project. Method A By agreed unit prices; or fMethod 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 to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; 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, as estimated by the Engineer and approved by the Owner. No extra work will be performed unless ordered in writing by Owner's Representative. Written request is made to the Owner's Representative for a written order authorizing such extra work. Managing Equipment Tommy Klein Construction, Inc. owns equipment and machinery that may be needed to complete work for owners, on jobsites. This equipment includes scissor lifts, a boom lift, and scaffolding for drywall work (( Tommy Klein Construction owns a 30' job trailer for use as office area and storage if required on l _ site. A Wells Fargo enclosed trailer is used for moving furniture or other items if needed. Flat bed utility trailers, a 35' goose neck trailer and a 15 yd. dump trailer, are utilized as needed on projects. 01-1 C! Meeting HUB/MWBE Participation Goal Tommy Klein Construction, Inc. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. If a HUB subcontractor gives us best -value for owners, we would be happy to use their services. Tommy Klein Construction, Inc. has used the CMBL to search for HUBS many times, as we have bid projects for government entities. We will make our best effort to help agencies meet their goals. 0 LA P ou r- i I� City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. A Ir-, 6 � - //& -4- - Contractor (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: aQwn 14 (Print or Type) CONTRACTOR'S FIRM ADDRESS: uplaa± V'1ZrPnAt2e, u 6 V-Yj ok, I Cnce-� S 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 Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 18-13696-SS, Berry, Chatman and Sedberry Park Pavilions D w I Page Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding 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, suspensionlrevocations of state or federal licenses or registrations, fines I'D 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 four (4) 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 _ Z 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. + / K . �� • Offeror's Initials t_, w QUESTION 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. YES NO 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 NOV.--, 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. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: s g ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. A//ai Signature a Title No Text WORKERS COMPENSATION EXPERIENCE RATING Risk Name: TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 Rating Effective Date: 10/3112017 Production Date: 05/04/2017 State: TEXAS s Tx 061 5,75 9,403 3,6501 01 24,750 0 .06 5,753 9,403 3,6501 01 24,750 01 01 '5A' N .4 50 IL -11 MAO jw e$"V 0- O.N.- (1) C (1 -A) + G (A) (F) (J) Actual 0 30,158 0 30,158 (E) C (1 - A) + G (A) (C) (K) Expected 3,650 30,158 1 345 1 34,153 S, . . . . . . . . . -M Factors I88 0 GopyrW 1993-2017, AP rights reserved. This product Is comprised of compilations and Information which we the proprietary and exclusive prop" of the National CouncH on compensation Insurance, Inc, (NCCIY No A~ use, dWsernkudion, sale, transfer, assignment or disposition of this product, In whole or In park may be made wWuPA the prior written consent of NCGL This product is Rjffdshed "As W 'As availabW VM all defects- and Inctudes (rdbramfion available at the firm of pubication only. NGGI makes no representations or warranties of any Und relating to the product and hereby expressly disclaims any and ag express, statutory. or implied warranties, Including the ftled warranty of merchantabirity, fitness for a particular purpose, accu racy, completeness, currentness, or correctness of any WarniaLlon or product furrdshe d hereunder. AD respon sbW for the use of and for any and all rez utts derived or obtained through the use of the product are the end user's and NCCI shaN not have any liabRity thereto. Page 1 of 2 No Text WORKERS COMPENSATION EXPERIENCE RATING NC Tr - Risk Name: TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 Rating Effective Date: 10/31/2017 Production Date: 05/04/2017 State: TEXAS 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 24570 Policy No. WC00001874 Eff Date: 10/31/2013 Exp Date: 10/31/2014 Codes- 5403 1.98 .39 76,2681 1,510 589 5606 .31 .38 114,2461 354 135 8810 .05, .371 210,1461 1051 39 ISubject Total Act Inc 01 IPolicy Total: 400,660Premium: 6, Losses: 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 24570 Policy No. WC00001874 Eff Date: 10/31/2014 Exp Data: 10/31/2015 C -'N� 5 c- 7 3.ase Losses 5403 1.98 .39 174,671 3,458 1,349 5606 .31 .38 115,477 358 136 8810 1 .051 .371 236,638 1181 44 1 Subject Total To Act Inc Policy Total: 526,780 Premium: 12,004 01 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier. 24570 Policy No. WC00001874 Eff Date: 10/31/2015 Exp Date: 10/31/2016 5403 1.98 .391 151,086 2,992 1,167 5606 .31 .38 124,775 387 147 1 8809 .051 .34 62,400 31 11 18810 1 .051 .37 179204 90 33 1PolicyTotal: 517,465 Subject Premium: 10,131 Total Act Inc Losses: 0 0 Copyright 1993-20I7, All rights reserved. Ttft product is comprised of compilations and Wonnatiort which are the proprietary and exclusive property of the National Council on Compensation Insurance. Inc. (NCCI). No further use, clisseminafti, sale. Varmf4r, asskFmwd or disposition of this product in whole or in part, may be made without the prior written consent of NCCl. This product Is furntahed 'As W—As avaftW 'Mth all defects' and includes Information evallable at the tirne of pubk&Wn only. NCCI metes no representations or warranties of any Idind reWUN to the product and hereby expressly disclaims any and all express. staMory. or Implied warranties, Wu*Q the Implied warranty of rnerchantablifty, fitness for a particular purpose, accuracy, completeness. currentness, or correctness of arty Intonnallon or product Unishad hereunder. AN responsibility for the use of and for any wW all results defted or obtained thmio the use of the product are the encl user's and NCCI shell riot have any ffahifty thereto. *Toted by Poflcy Year of all cases $20M or less. DDisease Loss X Ex -Medical Coverage U USURIN C Catastrophic Loss E Employers LWAty Loss # Urrifted Loss Page 2 of 2 .___ � r- - � _., .. � .�.,_��, �.. � �� �.��,� �...�...� � � �. _.w.,, � �� .�.._ ., .� _ _. O � O ' SUSPENSION AND DEBARMENT CERTIFICATION Federal Law A-102 Common Rule and OMB Circular A-110 rohibits non -Federal entities from contracting ( )P g with or malting 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: FEDERAL TAX ID or SOCIAL SEC RITY No. 3 5 - a i 4 .0 1'7 3 Lp Signature of Company Official: Printed name of company official signing above: Date Signed: ) o - a 5 — �?O 1-7 No Text CITY OF LUBBOCK, TX Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel House Bill 89, adopted by the 851 Legislature, created §2270.001, Texas Government Code, Section Subtitle F, Title 10, requires a company entering to a contract with a governmental entity or state agency to verify that the company: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (Effective September 1, 2017) I, the undersigned agent for the company named below, certify that the Company does not boycott Israel and will not boycott Israel during the term of the contract. COMPANY NAME: a Signature of Company Official: Date Signed: .1 Q _D ff _ ',D, ®1 1 ��C` I'D Printed name of company official signing above: �,rP�1n kt mil 1n NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE BID/PROPOSAL �. � � __ .a � a�. � ��.���w� �,.ma� �, _ A. .� '. ,.....__..,gym.: 'a- ` �.,-�—; � °mm.�,.� k � � .,-.� e.....—.......,✓ LIST OF SUB -CONTRACTORS 2. 3. 4. 5. 6. 7. 9, 0. 10. 11. .., 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided F1 1 AISCs GQ i �.\ Cs Sv�t�� Minority Owned Yes No ❑ of ❑ ❑ ❑ ❑ 'pl-, ❑ ❑ ❑ Cl Cl ❑ ❑ ❑ ❑ ❑ ❑ Cl ❑ Cl ❑ ❑ ❑ Cl ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: i 4 e,CQDS-bCUfLQjQ (PRINT NAME OF COMPANY) RFP 18-13696-SS, Berry, Chatman and Sedberry Park Pavilions No Text POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS �a FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Sg-C urr-� 5 Lu A-43 3. Lu 13 ISO CAI C- Lr`C--w&C )_ ° 4• t�f2:u (IA\ _Z Er 1._'113130ti1Z �N4t_�CG ► tiru2-cwclLt� ° v� 5. �L�i�L Nava M►`CicLcv �C�+4�Cri �%�L�i1 C1 .Sv�t��`t6tZ ° 6. 7. ° ° 8. ° ° 9. ° ° 10. ° ° 11. ° ° 12. ° ° 13. ° ° 14. ° ° 15. ° ° 16. ° ° SUBMITTED BY: 1 O VAM (PRINT NAME OF COMPANY THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 18-13696-SS Berry, Chatman and Sedberry Park Pavilions Page Intentionally Left Blank Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Bond #1001092810 KNOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and U.S. Specialty Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Two Hundred and Five Thousand and Two Hundred and Seventeen ($205,217.00 lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 16" day of November, 2017 to RFP 18-13696-SS Berry, Chatman and Sedberry Park Pavilions 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 17th day of November , 2017. U.S. S ecialt I r nce Corn a Surety fl 1 r * By. (Tit e I nny Moss ttorney-in-Fact— Tommy Klein Construction, Inc. (Company Name) �( By: k�&8n (Printed Name) ( ignature) (Title) No Text 0 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) Bond #1001092810 KNOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and U.S. Specialty Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Two Hundred and Five Thousand and Two Hundred and Seventeen ($205,217.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. Mo WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 16th day of November, 2017 to RFP 18-13696-SS Berry, Chatman and Sedberry Park Pavilions and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 19 17th day of Novemeber 2017. U.S. Specialtv Insurance Comoan Surety / r , *By:� TTe) Johnny ass, Attorney -in -Fact :1 Tommy Klein Construction, Inc. (Company Name) 7Priz� i d"4,- (Title) 11 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Johnny Moss 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. U.S. Special Insurance Company Surety *B - CI'� e)Johnny oss, Attorney -in -Fact Approved as to Form City of Lubbock t BY 0 C ty Att rney * Note: fined 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. No Text consti�ile and p '� Johnny Moss, Jay Jd Robert ore othor instrumentsor contracts '"rety*ip tto. include. ridi penalty does not exceed ******Ten 1KiWio This Power of Attorney shall expire ;without further action on NO authority of the_following resolutions adopted by the Boards of Dilree Be��-I��g that the P &ident, any Vice-Presideot, any /lssist it Vier Presider nw�auirita appoint any one or more s¢itaole petsotis as' Attorneys)-in-p Attorney -in Fact may be "given full power and authority for and in the natnc of and recognizances, contracts, agreements or indemnity and other conditional or oblij percentages and/or final estimates on engineering and construction contracts, and at thereunder, and any such instruments so executed by any such Attorney --in- act shall the -Corporate Secretary, - _ — _- bond or undertaking to which it is attached, IN WITNESS WHEREOF, The Companies have caused this instrument. to be signed F l st day of November, 2016. AMEWCAN COrITRACTQkS V1D I ITl' COMPANY T=EXM C-or�oe � UNITED A Eli (JRPtY C011 PANY U.S. SPEMIs I`lt `�\in111(u,Iq, `NOW Onfi 04,d1�IN N`�,0unugn[gi - µ►fro 6Stitt [ P 0 '. �� �nw.e 4 qrG. Fj . O. 6 '. a`�`` �aJY o�ls l� h t M y y' �+ c Iii Ilk qi [O ip'�$ zN F' 'r n y] 30€ i== zWi ro� By. �f i3r1„V t - j Y D Dailll — _mnnn-�.a �rmunn A notary public or other officer completin a tfi" �rifres only the identity of the indiv doc>itment to which this certificate is attached#nee t�hlu`-lness, accuracy, or validity of t State of California County of Los Angeles SS: On this tst day cal —her, 2016, before me, Sabina Morgens em, a notary public, personally ;ap Contractars Tnd(MM) Oany, Texas Bonding Company, tit Ited States Surety Coni ft J `ftI f satisfactory tdence to be the'person Whbse mime t� subscribed to the wittnstn�trt�me lt"tIM— apacity, and that by his signature on the instrument the person, or the entity upon 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing WITNESS my hand and official seal. 4 gnN1 my C 1, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Botid rig C Specialty Insurance Cornnpany, do hereby certify that the above and foregoing is a true and corn on atucs wh"clt Waill1in full force and effect; urthennorq� the resolutions of the=11oWS on IfiVitn�"Mr 613 have hereunto set my hand and a' red the seals of said tam sa of=Noye.MhPaf` con@n,,,,h, `npni7lq,,,, "pp/n1�W14gq, ,nnuwq, Corporate Seals acrogyo, 5su _ �oN�!NRca ���Ianau�e m Agency No.17042 '/iiFOAµ` Vice President off ampatiywho prove+ e that he etl ed, executecitwinsl ect. E KC ,n't Kopy KI K an't Kopy" KI Sr:c inty Paper Sexurify Paper Hidden r'antoguaol'r F{idr.f rn Hantog,aph ® 'Color r"hich Color Ma4ch e Ar'i F £4i WaW ermark a Attific: al Watorm ark Anti Copy Coin Rut;. n Ant, Copy Coin Flub Eru, .ram Protocimn n f-_MSUrer Protection a Se c rf'y Fc,a, rum Box a Seer city f'eaEr.irerr Box tit <,p"nt Pr")Lctiora Microprint Pr,,Aection .r'r¢aid Free e Acid Fmc. . Kai; t a n� ,r' KI "tiarrs°¢ Kupy= 4C'i . .?k,cu,Oy Vapa -r S,ciofty Paper m Hi 7s r �trfr �,.t�>it m 3 uRI' t Panroc"' aph Cr r f.' rtch: Co!or Miatc,, . 1',aa.i , -„a>rrtrark a ,"m rpy Cc C Arn apy com Rub Pmt,ction ti .. Ay FcaLur ..; C-iox Ac!d. -ree> STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Tommy Mein Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Two Hundred and Five Thousand and Two Hundred and Seventeen ($205,217.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 16th day of November, 2017 to RFP 18-13696-SS Berry, Chatman and Sedberry Park Pavilions and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 2017. (Company Name) *By: By: (Title) (Printed Name) (Signature) (Title) No Text No Text �l Pan Intentionally Left Blank No Text STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Tommy HIein Construction, Inc. (hereinafter called the Principal(s), as Principal(s), _ and (hereinafter called the Suret s as Sure s are held and firmly bound unto the City of Lubbock hereinafter called the (h Y( ), Surety(s), Y ty ( Obligee), in the amount of Two Hundred and Five Thousand and Two Hundred and Seventeen ($205,217.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, l ' 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 16' day of t I November, 2017 to REP 18-13696-SS Berry, Chatman and Sedberry Park Pavilions 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 t 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 _ t day of , 2017. Surety (Company Name) * By: (Title) By: (Printed Name) (Signature) (Title) ,_ .__ w— �,.... , � �„ . , n� , M ,.,.�. ,. ..� � ,,.„_.�, � �,.„�ww� � �. r ,�. �,,.w� m� � a n_ � __ i ,..„ � �,.,� m � � � ; 9 ® B t h i The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. . , 2 is CERTIFICATE OF INSURANCE Page Intentionally Left Blank fih A� ROF CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNY1'Y) 10/27/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE PO)_ICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHlyRIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy()es) must have ADDITIONAL INSURED provisions ortbe endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Honey Counts NAME: Insurance Agency F`cNo,2-7262K&S A/Ext : AIC No): (972)771-4695 IL ADDRESS. hcounts@kandsins.com 2255 Ridge Road, Ste. 333 INSURER($) AFFORDING COVERAGE NAIL P. O. Box 277 INSURERA: FCCI Insurance Co. Rockwall TX 75087 INSURED INSURER B : National Trust Insurance CO. Tommy Klein Construction, Inc. INSURER C : Hanover Insurance Group INSURER D : 7312 Upland Ave INSURER E : INSURERF: Lubbock TX 79424 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AIJUL INSD SUSH WVD POLICY NUMBER POLICY EFF MM/DD POLICY EXP MMIDO/YYYY) LIMBS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE ® OCCUR DAMAGE TO RENTEEI ) PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 10,000 PERSONAL& ADV INJURY $ 1,000,000 A CPP0015426 10/31/2017 10/31/2018 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ® PRO. LOC PRODUCTS -COMPIOPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ X ANYAUTO A OWNED SCHEDULED AUTOS ONLY AUTOS CA100007123 10/31/2017 10/31/2018 BODILY INJURY (Par accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 B EXCESS LIAB CLAIMS -MADE UMB100018947 10/31/2017 10/31/2018 DED I X1 RETENTION $ 101000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE Li OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA WCOOD01874 10/31/2017 10/31/2018 X STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ Leased/Rented Equip 200,000 C Contractors Equipment IHDA76758702 10/31/2017 10/31/2018 Deductible 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) SEE ATTACHED L":;;4I12 Lfr_I I Z SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. 1625 13(h Street AUTHORIZED REPRESENTATIVES _ - Lubbock TX 79457 /` lam• C=ydsrL� ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD d........_----.� ... ......... ..... ......... .. ......... ......... ......... ......... _._.. ......_ i. .........� ................. ..... g' V COMMENTS/REMARKS f *Additional Insured, Waiver of Subrogation & Primary & Non -Contributory forms CGLO88 10/13, CGLO84 10/13, CGL025 11/08 apply to the General Liability policy. *Additional Insured & Waiver of Subrogation form CAU058 01/15 apply to the Auto Liability policy. *Waiver of Subrogation form WC420304B 0614 apply to the Workers Compensation policy. GENERAL LIABLITY Automatic Additional Insured - Any person or organization whom your required to add as such by reason of a written contract or agreement Blanket Waiver of Subrogation as required by written contract between the named insured and any person or organization that requires such status. Primary & Non -Contributory as required by written contract between the named insured and any person or organization that requires such status. AUTOMOBILE LIABILITY Additional Insured by Contract - Any person or organization that you are required by a written contract to name as additional insured. Blanket Waiver of Subrogation - We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" arising out of the operation of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "insured contract", provided the "bodily injury" or "property damage" occurs subsequent to the execution of the "insured contract". WORKERS COMPENSATION Blanket Waiver of Subrogation as required by written contract between the named insured and any person or organization that requires such status. *ALWAYS REFER TO POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS AND EXCLUSIONS. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. No Text CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions or me stanaara policies usea Dy mts company, me runner neremarter aescnoea. nxcepnons to stanaara poncy notea hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDERS RISK 100% of the Total Contract Price $ 1NSTALLATIONFLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a.Waiver.of Subrogation -in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. No Text CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENTS SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS. t t_ 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 and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their C-. 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 contractually require each person with whom it contracts to provide services on a project, to: 1 (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) provide the contractor, prior to the end of the coverage period, a new certificate of coverage i- 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: (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; (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 (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT Pate Intentionally Left Blank Contract 13696 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 1611 day of November, 2017 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 Tommy Klein Construction, Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 18-13696-SS Berry, Chatman and Sedberry Park Pavilions 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. Tommy Klein Construction, Inc.'s proposal dated October 25, 2017 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: Tommy Klein Constructions, Inc. By: PRINTE AME: TITLE: 1(P-S COMPLETE ADDRESS: Company Tommy Klein Construction, Inc. Address 7312 Upland Avenue City, State, Zip Lubbock, TX 79424 CITY OF LUBBOCK EXAS (OWNER): By: Daniel M. Pope, Mayor ATTEST: Reb cca Garza, City Secr APPROVED AS TO CONTENT: Bridget Faulkenberry, OVED AS TO FO Just' Pru , Ass tart City Attorney reation Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 I I CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84 h Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 70` business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmental- websites/departments/purchasing/vendor-information I Page Intentionally Left Blank 1..` GENERAL CONDITIONS OF THE AGREEMENT 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, person, co- partnership or corporation, to wit Tommy Klein Construction, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives 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". t 5. INTERPRETATION OF PHRASES ` Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. } 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 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 ten 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 The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work {. 2 contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All. stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, 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. f--, 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 L - 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 r subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. E� 4 z_ 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work, and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and ., it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and { ' accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be I approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to E 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 4 Owner's Representative has previously accepted the work. 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 F_, at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where. that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 1 _ _ 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation 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 to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; 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, as estimated by the Engineer and approved by the Owner.. 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 k 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. 6 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these 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 seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of - work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 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 Engineer 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 !V 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 P 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 1 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 AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENTS SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury 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, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. i 8 D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED 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. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of { authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and t" i t_ (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; (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 with the certificates of coverage to be provided to the person for whom they are providing services. 4 10 F. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: 11 (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days, after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.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; (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 12 a �. �,. � �� � � — ,... �__ w� _....�, ..��_ � ,n..�_� the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ` (vi) retain all required certificates of coverage on file for the duration of the project __. and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACH VERY, 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 Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. } t 13 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 r Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, ( the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. _ 32. LAWS AND ORDINANCES 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 Engineer 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 i . notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's ` Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. - SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, t 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 Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby, agree as part of the consideration for the awarding of this contract, the Owner 14 may withhold permanently from Contractor's total compensation, the sum of $150.00 (One Hundred and Fifty Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially { completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. - IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, { also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it -request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner., or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for 15 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. OUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 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 Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 16 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. 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. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, ( Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final ` completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of k other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay _. 17 s all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. 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 WITHIELD 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: r (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, ' (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the r_ 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 E. 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 gqj...... 18 ' 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 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 19 }fr E or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the i . 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 a Surety Company listed on the State Treasury's "Approved" list and 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 t 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. { 20 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper 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 i_. petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year- or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT - At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 21 j-- 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all fortes of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual 60. HOUSE BILL 1295 DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http://www. ci.lubbock.tx.us/dgpartm ental-websites/departments/purchasing/vendor-information r 61. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, r and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 62. HOUSE BILL 89 The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. 22 { _` 63. SENATE BILL 252 SB 252 prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 23 Page Intentionally Left Blank �? i} EXHIBIT A General Decision Number: TX170334 09/22/2017 TX334 Superseded General Decision Number: TX20160334 State: Texas Construction Type: Building Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 1 04/14/2017 2 09/08/2017 3 09/22/2017 BOIL0074-003 01/01/2017 Rates Fringes BOILERMAKER ...................... $ 28.00 22.35 ---------------------------------------------------------------- CARP0665-001 05/01 /2017 Rates Fringes CARPENTER ........................ $ 22.25 7.31 ELEC0602-008 09/01/2016 � Rates Fringes ELECTRICIAN ...................... $ 21.31 3%+9.05 ENGI0118-005 06/01/2014 t.: Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane ...................... $ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above .......... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under ........................ $ 27.50 10.60 IRON0084-011 06/01/2017 Rates Fringes IRONWORKER, ORNAMENTAL..$ 23.27 7.12 IRON0263-003 06/01/2017 Rates Fringes IRONWORKER, STRUCTURAL.$ 23.25 7.32 PLUM0404-001 07/01 /2016 Rates Fringes PLUMBER ............................. $ 25.91 9.40 * SHEE0049-001 06/01/2017 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ................... $ 23.93 11.66 SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER ....................... $ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER ... $ 19.60 0.00 INSULATOR - MECHANICAL - (Duct, Pipe & Mechanical System Insulation) ............... $ 19.77 7.13 IRONWORKER, REINFORCING .......... $ 12.27 0.00 LABORER: Common or General ...... $ 12.35 0.00 LABORER: Mason Tender - Brick ... $ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 10.58 0.00 LABORER: Pipelayer.............. $ 12.49 2.13 LABORER: Roof Tearoff........... $ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe ....... $14.25 0.00 li : OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 13.93 0.00 .' OPERATOR: Bulldozer .............$ 18.29 1.31 OPERATOR: Drill ................. $ 16.22 0.34 OPERATOR: Forklift .............. $ 14.83 0.00 i OPERATOR: Grader/Blade .......... $ 13.37 0.00 OPERATOR: Loader ................$ 13.55 0.94 t ` OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 16.03 0.00 OPERATOR: Roller ................ $ 12.70 0.00 PAINTER (Brush, Roller, and k.. Spray) ........................... $ 14.27 0.00 ROOFER ........................... $ 13.75 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 21.13 6.53 TILE FINISHER .................... $ 11.22 0.00 TILE SETTER ...................... $ 14.00 2.01 TRUCK DRIVER: Dump Track ........ $ 12.39 y 1.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck ............................$ 12.50 0.00 TRUCK DRIVER: Water Truck ....... $ 12.00 4.11 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide_ employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health - related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 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)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0 19 8. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01 /2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and No Text are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. P' ' Survey wage rates are not updated and remain in __, effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EYAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 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 ti survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. No Text Pal4e Intentionally Left Blank Page Intentionally Left Blank I SPECIFICATIONS ` INFRASTRUCTURE IMPROVEMENTS i BERRY, CHATMAN & SEDBERRY PARK PAVILIONS CITY OF LUBBOCK PARKS & RECREATION PARK DEVELOPMENT, 2017 version Lubbock TEXAS DEMOLITION/SITEWORK/ELECTRICAL/IRRIGATION TECHNICAL SPECIFICATIONS x f f .. SECTION 01000: TABLE OF CONTENTS SECTION 01000: TABLE OF CONTENTS................................................................................................2 SECTION 01100: SEALS -DESIGN RESPONSIBILITY......................................................................... 3 SECTION01200: SUMMARY OF WORK.................................................................................................4 SECTION 01300: MEASUREMENT AND PAYMENT............................................................................ 6 SECTION01400: SUBMITTALS................................................................................................................ 8 SECTION 01500: QUALITY CONTROL.................................................................................................10 SECTION 01600: TESTING LABORATORY SERVICES......................................................................12 SECTION 01700 TEMPORARY FACILITIES AND CONTROLS.........................................................16 SECTION 01800: ENVIRONMENTAL PROTECTION..........................................................................18 SECTION 01900: MATERIAL AND EQUIPMENT................................................................................ 22 SECTION 02000: SUBSTITUTIONS AND PRODUCT OPTIONS.........................................................25 SECTION 02100: CONTRACT CLOSEOUT...........................................................................................29 SECTION 02200: DEMOLITION AND NOTIFICATIONS..................................................................... 33 SECTION 02300: EARTHWORK.............................................................................................................38 SECTION02400: CONCRETE..................................................................................................................40 SECTION 02500: ELECTRICAL & LIGHTING...................................................................................... 46 SECTION 02600: IRRIGATION SYSTEM...............................................................................................50 SECTION 02900: TURFGRASS LAWNS................................................................................................ 71 SECTION 03000: SITE FURNISHINGS...................................................................................................81 SECTION 03050: PAVILION.................................................................................................................... 83 SECTION 03100: SPECIAL CONDITIONS............................................................................................. 92 Table of Contents 12 , SECTION 01100: SEALS - DESIGN RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: 01200: Summary 01400: Submittals 01500: Quality Control 01700: Temporary Facilities and Controls 01900: Materials and Equipment 02000: Substitutions and Product Options 02100: Contract Closeout 02200: Demolition and Notifications 02300: Earthwork 02400: Concrete 02600: Irrigation System 02900: Turfgrass Lawns 03000: Site Furnishings 03100: Special Conditions Landscape Architecture in Texas is regulated by: Texas Board of Architectural Examiners PO Box 12337, Austin, TX 78711 Irrigation in Texas is regulated by: Texas Commission on Environmental Quality PO Box 13087, Austin, TX 78711-3087 Cs� END OF SECTION Seals 13 SECTION 01200: SUMMARY OF WORK 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. Work Covered by Contract Documents B. Contractor Use of Premises C. Owner Occupancy 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: 1. Berry Park i. Location: E 36" Street & Cedar Avenue Lubbock, TX 79404 ii. Owner: City of Lubbock 2. Chatman Park iii. Location: E 29`h Street & Juniper Avenue Lubbock, TX 79404 iv. Owner: City of Lubbock 3. Sedberry Park v. Location: E 10`h Street & Guava Avenue Lubbock, TX 79403 vi. Owner: City of Lubbock B. Verbal Summary: Drawings and general provisions of the Contract, including General Conditions, apply to this Section. Without force or effect on requirements of the Contract Documents, a brief description of the Project is as follows: Summary of Work (4 1. The Base Proposal includes all labor, materials, services, and equipment required in conjunction with, or properly incidental to work described in the plans and specifications. Work includes concrete sidewalk, engineered pavilion slab, pavilion and site furnishing installation, irrigation modifications, electrical access with sealed drawings, and fine grading with turf re-establishment. C. The work will be constructed under a single prime contract. 1.4 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1.5 OWNER OCCUPANCY A. Allow for owner occupancy. B. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at alltimes. END OF SECTION Summary of Work 15 SECTION 01300: MEASUREMENT AND PAYMENT 1.1 SECTION INCLUDES A. Bid Price B. Lump Sum Items C. Mobilization/Demolition D. Electrical E. Clean-up 1.2 BID PRICE A. The lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid price with the most applicable item(s). 1.3 LUMP SUM ITEMS A. Lump sum items to be paid for at a lump sum price per job shall include all work and materials involved in the installation within the limits designated on the plans. No measurement of the work or material included in such items will be made. All work so included shall be installed, constructed or performed as shown on the drawings and specified herein. 1.4 MOBILIZATION/DEMOLITION A. Mobilization and demobilization shall include costs associated with move-in/move- out related equipment and labor, bid bond, performance bond and insurance required for this project. Total mobilization/demobilization costs allowed in the pay request sheet shall be limited to 7.5% of the total bid price and shall be paid based on actual expenses. 1.5 ELECTRICAL A. This work to be performed by Contractor. See Section 02500: ELECTRICAL & LIGHTING and reference plans. Measurement & Payment 16 1.6 CLEAN-UP A. No measurement or separate payment will be made for site cleanup. Cost for cleanup shall be included as a part of the cost of the various items of workinvolved. END OF SECTION f Measurement & Payment 17 r SECTION 01400: SUBMITTALS 1.1 SECTION INCLUDES A. Procedures B. Schedule of Values C. Shop Drawings D. Product Data E. Manufacturer's Certificates F. Samples 1.2 PROCEDURES A. Deliver submittals to Landscape Architect at the following address: 1. City of Lubbock, Park Development, 1611 10`h Street, Lubbock, TX 79401 G. Transmit each item under Landscape Architect accepted form. Identify Project, Contractor, Subcontractor and major supplier. Identify pertinent drawing sheet and detail number (if applicable). Identify deviations from Contract Documents. Provide space for Contractor and Landscape Architect review stamps. H. After Landscape Architect review of submittal, revise and resubmit as required, identifying changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. 1.3 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G703. Contractor's standard form or media driven printout will be considered on request. B. Format: Table of contents of this Project Manual. Identify each line item with number and title of major Specification sections. Submittals 18 B 1.4 SHOP DRAWINGS A. Prepared by a qualified detailer. B. Submitted as required by the individual Sections and to clarify information shown or called for in the Contract Documents. 1.5 PRODUCT DATA A. Mark each copy to identify applicable Products, models, options, and other data. Supplement manufacturer's standard data to provide information unique to the work. Include manufacturer's instructions when required by the Specification section. B. Submit the number of copies that the Contractor requires plus two copies that will be retained by the Architect. 1.6 MANUFACTURER'S CERTIFICATES A. Submit certificates, in duplicate, in accordance with requirements ofeach Specification section. B. Manufacturer's standard schematic drawings and diagrams: 1. Modify drawings to delete information that is not applicable to thework. 2. Supplement standard information to provide additional information specifically applicable to the work. C. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data: 1. Clearly mark each copy to identify pertinent materials, products, or models. 2. Show dimensions and clearances required. 3. Show performance characteristics and capabilities. 4. Show writing or piping diagrams and controls. 1.7 SAMPLES A. Submit samples as required by the individual Specification Sections. END OF SECTION Submittals 19 SECTION 01500: QUALITY CONTROL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality Assurance and Control of Installation B. Inspection and Testing Laboratory Services C. Tolerances D. Field Samples 1.3 RELATED SECTIONS A. General Conditions of the Agreement B. Section 01300 Submittals: Submission of Manufacturers' Instructions and Certificates 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owners Representative before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. F. Perform work by persons qualified to produce workmanship of specified quality. Quality Control 110 1.5 INSPECTION AND TESTING LABORATORY A. The Contractor will perform inspections, tests, and other services specified in individual specification Sections and as required by the Owners Representative. B. Reports will be submitted by the Contractor to the Owners Representative, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Retesting required because of non-conformance to specified requirements shall be performed on instructions by the Owners Representative. Payment for retesting will be charged to the Contractor. 1.6 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Owners Representative before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.7 FIELD SAMPLES A. field samples at the site as required by individual specifications Sections for review. B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by Owners Representative. END OF SECTION Quality Control 111 SECTION 01600: TESTING LABORATORY SERVICES 1911". 1iQH:01 f,7:fil 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. Selection and Payment B. Contractor Submittals C. Laboratory Responsibilities D. Laboratory Reports E. Limits on Testing Laboratory Authority F. Contractor Responsibilities G. Schedule of Inspections and Tests 1.3 RELATED SECTIONS A. Section 01300 Submittals: Manufacturer's certificates B. Section 01700 Contract Closeout: Project Record Documents C. Individual Specification Sections: Inspections and tests required, and standards for testing 1.4 REFERENCES A. ANSUASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSUASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.5 SELECTION AND PAYMENT Testing Laboratory Services 112 ' A. Contractor shall employ and pay for services of an independent testing laboratory to perform specified inspection and testing. B. Employment of testing laboratory shall in no way relieve Contractor of obligationto perform work in accordance with requirements of Contract Documents. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSUASTM E329 and ANSUASTM D3740R. B. Laboratory: Authorized to operate in State ofTexas. C. Laboratory Staff. Maintain a full time registered Engineer on staff to review services. D. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.7 CONTRACTOR SUBMITTALS A. Prior to start of Work, submit testing laboratory name, address, and telephone number, and names of full time registered Engineer and responsible officer. 1.8 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Landscape Architectand Contractor in performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Landscape Architect and Contractor of observed irregularities or non- conformance of Work or Products. F. Perform additional inspections and tests required by Landscape Architect. 1.9 LABORATORY REPORTS A. After each inspection and test, promptly submit three copies of laboratory report to Landscape Architect and to Contractor. Include: 1. Date issued 2. Project title and number Testing Laboratory Services 113 3. Name of inspector 4. Date and time of sampling or inspection 5. Identification of product and Specifications Section 6. Location in the Project 7. Type of inspection or test 8. Date of test 9. Results of tests 10. Conformance with Contract Documents B. When requested by Landscape Architect, provide interpretation of testresults. 1.10 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 1.11 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work and to manufacturer's facilities. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify Landscape Architect and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. E. Pay costs of testing laboratory services from Allowance specified in Section 01019 on approval of invoices by Landscape Architect. F. Employ services of a separate qualified testing laboratory, arrange with laboratory and pay for additional samples and tests required by Contractor beyond specified requirements. Testing Laboratory Services 114 i 1.12 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections Not Used PART 3 - EXECUTION Not Used END OF SECTION Testing Laboratory Services 115 SECTION 01700: TEMPORARY FACILITIES AND CONTROLS 1.1 SUMMARY OF REQUIRMENTS A. Furnish, install and maintain temporary items required for construction. Remove on completion of Work. B. Comply with federal, state and local codes and regulations, and with utility company requirements. 1.2 SECTION INCLUDES A. Storage Units B. Fencing C. Sanitary Facilities D. Storage and Stockpile of Excavated Dirt E. De -Watering F. Barricades G. Traffic Control H. Removal of Temporary Facilities I. Parking facilities 1.3 STORAGE UNITS A. The Contractor may provide on the premises, suitable watertight storage units for storage of materials. Storage will be maintained in good condition. Coordinate location w/Owner. 1.4 FENCING A. The Contractor may provide temporary fencing. Fencing will be maintained in good condition. Coordinate location w/Owner. 1.5 SANITARY FACILITIES Temporary Facilities & Controls 116 A. The Contractor may provide toilet facilities for the use of all persons employed on the job. He shall post notices, take such precautions as may be necessary, remove any refuse deposited in or about the building, and maintain the premises in a sanitary condition. 1.6 STORAGE AND STOCKPILE OF EXCAVATED DIRT A. All dirt excavated during the construction process shall be removed to an approved location. Temporary stockpile locations, if required, will be approved by the Landscape Architect. 1.7 DE -WATERING A. Surface or subsurface water or other fluid shall not be permitted to accumulate in excavations. Should such conditions develop, water and other fluids shall be controlled and disposed of by means of temporary pumps, piping, drain lines, ditches, dams, or other approved methods. 1.8 BARRICADES A. Barricades and Protective Measures. The Contractor shall be responsible for the protection of unfinished work. The Contractor shall, at his own expense, furnish and erect such i barricades, fences, lights, and danger signals. He shall also take such other precautionary measures for the protection of persons, property, and the work as may be necessary. B. The Contractor shall be responsible for all damage to the work due to failure of barricades, signs, and lights to protect it. When damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own cost and expense. 1.9 TRAFFIC CONTROL A. The Contractor shall be responsible for all traffic control and safety during construction. The Contractor shall meet all City requirements for public safety, barriers, and traffic control. The Contractor shall coordinate traffic control with the City of Lubbock. 1.10 REMOVAL OF TEMPORARY FACILITIES A. When any temporary facility is no longer needed for the proper conduct of the work, the Contractor shall completely remove it from the project and shall repair or replace any material, equipment, or finished surface damaged by doing so. 1.11 PARKING FACILITIES A. Restrict parking of construction personnel vehicles to areas designated on Drawings or as directed by Owner. END OF SECTION Temporary Facilities & Controls 117 SECTION 01800: ENVIRONMENTAL PROTECTION 1.1 SECTION INCLUDES A. Definitions B. Environmental Protection Requirements C. Protection of Natural Resources D. Erosion and Sediment Control Measures E. Control and Disposal of Solid and Sanitary Wastes F. Dust Control G. Storm water Pollution Prevention Plan (SWPPP) 1.2 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. 1. CODE OF FEDERAL REGULATIONS (CFR) 2. 29 CFR 1910-SUBPART G: Occupational Health and Environmental Control 3. CORPS OF ENGINEERS (COE) 4. COE EP-1165-2-304 1976: Flood Plain Regulations for Flood Plain Management 1.3 DEFINITIONS A. Sediment is defined as soil and other debris that has eroded and transported by runoff water or wind. B. Solid Waste is defined as rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. C. Rubbish is defined as combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, andbones. D. Debris is defined as combustible and noncombustible wastes such as ashes and waste Environmental Protection 118 materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. E. Chemical Waste is defined as salts, acids, alkalis, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Waste defined as sewage, domestic sanitary sewage, garbage, and any refuse and scraps resulting from preparation, cooking, dispensing, and consumption offood. G. Oily Waste is defined as any petroleum products and bituminous materials. 1.4 ENVIRONMENTAL PROTECTION REQUIREMENTS A. Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct conditions that develop during the construction of permanent or temporary environmental features associated with the project. Comply with Federal, state, and local regulations pertaining to the environment, including but not limited to water, air, and noisepollution. 1. Preconstruction Survey: perform a preconstruction survey of the project site with the Owners Representative, and pollution prevention measures necessary to assess existing environmental conditions in, and adjacent to the site. Not Used 3.1 PROTECTION OF NATURAL RESOURCES A. Natural Resources: preserve within the project boundaries and outside the limits of permanent work. Restore to an equivalent or improved condition upon completion of work. Confine construction activities to within the limits of the work indicated or specified. B. Land Resources (except in areas to be cleared): do not remove, cut, deface, injure, or destroy trees or shrubs without the Landscape Architect's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Owners Representative. Where such use of attach ropes, cables, or guys is authorized, the Contractor shall be responsiblefor any resultant damage. C. Water Resources: prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage orspillage. Environmental Protection 119 D. Protection: protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 percent or more of their root systems destroyed. E. Replacement: Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Landscape Architect's approval beforereplacement. F. Temporary Construction: Remove traces of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. 3.2 EROSION AND SEDIMENT CONTROL MEASURES A. Burnoff. burnoff of groundcover is notpermitted B. Borrow Areas: manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils: immediately finish the earthwork brought to a final grade, as indicated or specified. Immediately protect the side slopes and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils: Mechanically retard and control the rate of runoff from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.3 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES A. Solid Waste Pickup: solid waste to be placed in containers which are regularly emptied. Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose ofwaste. B. Disposal of Rubbish and Debris: dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. C. Garbage Disposal: place garbage in approved containers and move to a pickup point or disposal area where directed. 3.4 DUST CONTROL A. Contractor will be fully responsible for dust control along all haul roads and in the project area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat, Environmental Protection 120 with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. 3.5 STORM WATER POLLUTION PREVENTION PLAN A. Compliance with TCEQ TPDES Construction General Permit and/or City of Lubbock Storm Water Ordinance. For City review, provide Storm Water Plan Review application and fee, Storm Water Pollution Prevention Plan, Construction Site Notice, and if applicable Notice of Intent and upon completion Notice of Termination. Implement, maintain, and inspect BMPs such as silt fence, sand bags, diversion swales, and other measures and/or incidentals forcompliance. END OF SECTION Environmental Protection 121 SECTION 01900: MATERIAL AND EQUIPMENT 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. Products B. Product Delivery, Storage, and Handling C. Product Options D. Substitutions 1.3 RELATED SECTIONS A. General Conditions B. Information to Bidders: Product Options and Substitution Procedures C. Section 01400 Quality Control: Product Quality Monitoring 1.4 PRODUCTS A. Products are new material, machinery, components, equipment, fixtures, and systems forming the Work. This does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. B. Provide interchangeable components of the same manufacturer, forsimilar components. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING C. Delivery: 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, Material & Equipment 122 quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. D. Storage: 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. E. Handling: 1. Handle materials, products, and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products specified by Reference Standards or by description only are any product meeting those standards or description. B. Products specified by naming one or more manufacturers are products of manufacturers named and meeting specifications (no options or substitutions allowed). C. Products specified by naming one or more manufacturers with a Provision for Substitutions require the submittal of a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. Material & Equipment 123 B. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. C. A request constitutes a representation that the Contractor: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specifiedproduct. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. D. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. E. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Owners Representative will notify Contractor, in writing, of decision to accept or reject request. Noted Above 1 Not Used END OF SECTION Material & Equipment 124 SECTION 02000: SUBSTITUTIONS AND PRODUCT OPTIONS PART 1-GENERAL i 1.1 SUMMARY OF REQUIREMENTS A. Furnish and install products specified under the options and conditions for substitutions stated in this section. B. The General Conditions, the Supplementary General Conditions and the Special Conditions apply to the work specified in this section. C. Related Requirements: 1. Section 01060 Regulatory Requirements 2. Section 01300 Submittals 3. Section 01720 Record Documents 4_ 1.2 SECTION INCLUDES A. Product List B. Contractor's Options C. Substitutions D. Contractor's Representation f E. Landscape Architect's Duties t 1.3 PRODUCT LIST A. Within 30 days after award of Contract, submit to Landscape Architect five (5) copies of a complete list of materials and equipment proposed to be substitutedfor specified product. B. Prepare list by Specification Section Number and Title C. For products specified only by reference standards, list for each suchProduct: 1. Name and address of manufacturer g 2. Trade name 3. Model or catalog designation b_4 Substitutions and Product Options ( 25 4. Manufacturer's data, including performance and test data, and reference standards 1.4 CONTRACTOR'S OPTIONS A. For products specified only by reference standard, select product meeting that standard, by any manufacturer, and submit to Landscape Architect for approval. B. For products specified by naming several products or manufacturers, select any product and manufacturer named which complies with Specifications, and submit to Landscape Architect for approval. Note: The listing of a manufacturer as an acceptable manufacturer is not necessarily an acceptance of their standard product unless it meets specified requirements. C. For products specified by naming one or more products or another manufacturer's "approved equal", submit a request as for substitutions, for any product or manufacturer which is not specifically named. 1.5 SUBSTITUTIONS A. During Bidding Period, Landscape Architect will consider written requests from Bidders and manufacturers for substitutions. Such requests must be received at least 10 days prior to Bid Date. Requests received after that time will not be considered. Approval of proposed substitutions will be set forth in Addenda to the Specifications. Requests for substitutions shall include data listedbelow. B. Within a period of 30 days after award of Contract, Landscape Architect will consider formal requests from the Contractor for substitutions of products in lieu of those specified. C. Beyond 30 days after award of Contract, requests will be considered only in case of product unavailability or other conditions beyond the control of the Contractor. D. Submit separate request for each substitution. E. Support each request with complete data substantiating compliance of proposed substitutions following the requirements stated in Contract Documents: 1. Product identification; including manufacturer's name and address 2. Manufacturer's literature; identify: i. Product description ii. Reference standards iii. Performance and test data iv. Samples, as required by specific Specification Sections v. Name and address of similar projects on which product has been used, and date of each installation. Substitutions and Product Options 126 II I 7 f- i 3. The construction methods: i. Detailed written description of proposed method. i ii. Complete and comprehensive drawings illustrating methods orrevisions. 4. Itemized comparison of the proposed substitution with product or method specified; list significant variations. 5. Data relating to changes in construction schedule. 6. List of changes required in other work or products. 7. Accurate cost data comparing proposed substitution with product or method specified, including amount of any net change to Contract Sum. 8. Designation of availability of maintenance services; sources ofreplacement materials F. Substitutions will not be considered for acceptance when: 1. They are indicated or implied on shop drawings or product datasubmittals without a formal request from Contractor 2. They are requested directly by a subcontractor or supplier 3. Acceptance will require substantial revision of Contract Documents 4. They are submitted at times other than specified above G. Substitute products shall not be ordered or installed without written approval of Landscape Architect. H. Landscape Architect will determine acceptability of all proposed substitutions. I. Should accepted substitution prove defective or unsatisfactory during warranty period, the Contractor shall bear costs of replacing defective or unsatisfactory material with item originally specified, or: 1. Replace with other approved substitution 2. Extend warranty period for one (1) year on replaced materials 3. Bear costs of replacing defective or unsatisfactory materials 0 1630-3 1.6 CONTRACTOR'S REPRESENTATION A. In making formal request for substitution, Contractor represents that: 1. He has investigated proposed product or method and has determined that it is equal to or superior in all respects to that specified and that the product is compatible with interfacing systems, products andmethods. Substitutions and Product Options 127 2. He will provide same warranties or guarantees for substitution as for product specified. t 3. He will coordinate installation of accepted substitution into the Work and will make such changes as may be required for the Work to be complete in all respects. 4. He waives claims for additional costs caused by substitution which may subsequently become apparent and agrees to bear the costs of any addition to the work required by the substitution. 5. Cost data are complete, including related costs under the Contract. L7 LANDSCAPE ARCHITECT'S DUTIES A. Review Contractor's requests for substitutions with reasonable promptness. B. Notify Contractor, in writing, of decision to acceptor reject requested substitution. C. Landscape Architect's decision on acceptance or rejection of substitutions will be final. END OF SECTION Substitutions and Product Options 128 SECTION 02100: CONTRACT CLOSEOUT 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. E E 1.2 SECTION INCLUDES A. Closeout Procedures B. Final Cleaning C. Adjusting D. Project Record Documents E. Operation and Maintenance Data F. Warranties 4 G. Spare Parts and Maintenance Materials 1.3 RELATED SECTIONS A. Section 01500 Temporary Facilities and Controls: Progress Cleaning 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Owners Representative's inspection. B. Provide submittals to Landscape Architect that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. Contract Closeout 129 B. The use of a rotating blade (RB) roof cutter or equipment that similarly damages the roofing material is used to remove Category I nonfriable asbestos -containing roofing material is acceptable as per the following conditions: 1. The removal of 5580 sq. ft. or more of asbestos -containing roofing material will create at least 160 sq. ft. of Regulated Asbestos -Containing Material (RACM) and is subject to the National Emissions Standards for Hazardous Air Pollutants (NESHAP). 2. The removal of less than 5580 sq. ft. is not subject to theNESHAP. 3. An original 10-day notice of intent to renovate or demolish pursuant to 40 CFR 61.145(b) (part of the NESHAP) is always required fordemolitions. C. This project has been determined to be less than 5580 sq. ft. 1. There is no special requirement for removal. 2. The contractors shall follow all local, state & federal regulations. 3. The Owner will file an original 10-day notice of intent to renovate and or demolish. D. All equipment and vehicles utilized by the Contractor shall meet all the requirements of federal, state and local regulations, including, without limitation, all TxDOT and safety regulations, and are subject to approval of the Owner. All loads must be secured and solid metal tailgates must be used on all loads. Sideboards must be sturdy and may not extend more than two feet above the metal sides of the truck or trailer. Trucks shall carry a supply of absorbent to be used to pick up any oil spilled from loading or hauling vehicles. 3.8 CLEAN-UP A. All pieces, parts, scraps, debris, rubbish, wood or organic materials from a structure or part of a structure, inside of the fence enclosure, in the process of being demolished shall be cleaned up and removed from the premises on a daily basis. Final cleanup after a structure is demolished shall include complete and thorough removal from the premises of all parts or pieces of the building, its contents and its furnishings, including all debris, organic materials, rubbish, wood, concrete and masonry rubble. All hazardous open pits and recesses shall be filled with thoroughly tamped earth or mortar, whichever is completely required to eliminate thehazard. B. Debris Disposal: 1. The Contractor acknowledges, represents and warrants to the City that it is familiar with all laws relating to disposal of the materials as stated herein and is familiar with and will comply with all guidelines, requirements, laws, regulations, and any other federal, state or local agencies orauthorities. 2. Contractor acknowledges and understands that any disposal, removal, transportation or pick-up of any materials not covered under the scope of work shall be at the sole risk of the Contractor. Contractor understands that it will be solely responsible for Demolition & Notifications 136 any liability, fees, fines, claims, etc., which may arise from its handling of materials not covered by the scope ofwork. 3. The Contractor is responsible for determining and complying with applicable requirements for securing loads while in transit and that all trucks have asolid tailgate made out of metal. Contractor shall assure that all loads are properly secured and transported without threat of harm to the general public, private property and public infrastructure. 4. The Contractor shall insure that all vehicles transporting debris are equipped with and use tarps or netting to prevent further spread of debris. C. Sewers, stacks, or other sanitary ducts extending to or through floors and slabs shall be filled as specified (if applicable). END OF SECTION Demolition & Notifications 1 37 SECTION 02300: EARTHWORK PART 1 - GENERAL 1.1 SUMMARY OF WORK A. Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.2 SECTION INCLUDES A. Soil Materials B. Preparation C. Stripping of Topsoil D. Grading 2.1 SOIL MATERIALS A. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off -site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: 1. Liquid Limit: 45 maximum 2. Plasticity Index: 15 maximum 3. Linear Shrinkage: 2 min — 10 max B. Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. Earthwork 138 PART 3 — EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. B. Provide erosion control measures to prevent erosion or displacement of soilsto adjacent properties, walkways or waterbodies. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. 3.2 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored and used for surface finish in preparation for seeding, sodding or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 3 feet of excavated material. Surface soil that is heavy clay, predominantly sandy or is lean in grass -and -plant growth qualities will not be saved. 3.3 GRADING A. Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross -sections, lines and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots and trim high spots to comply with required surface tolerances. B. Finish grade shall allow for top of sod at one half inch below the top of concrete. Tolerance for lawn or unpaved area shall be plus or minus 1 inch. C. 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. END OF SECTION Earthwork 139 SECTION 02400: CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Special Conditions apply to this Section. 1.2 SECTION INCLUDES A. Codes and Standards B. Concrete Strength, Mixing, and Testing C. Materials D. Site Preparation E. Concrete Forms F. Reinforcing G. Joint Types H. Concrete Placing and Workmanship I. Concrete Washout at Construction Sites 1.3 CODES AND STANDARDS A. Comply with the provisions of the following codes, specifications andstandards, except where more stringent requirements are shown or specified: 1. ASTM C94 - Ready Mixed Concrete 2. ASTM C260 - Air Entraining Admixtures for Concrete 3. ASTM C494 - Chemical Admixtures for Concrete 4. ASTM A706 - Weldable Reinforcing Steel 5. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. 6. ASTM C33 - Concrete Aggregate Concrete 140 7. ACI 347 - Recommended Practice for Concrete Form Work 8. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete 9. Concrete Reinforcing Steel Institute: Manual of Standard Practice 10. ADA and TAS guidelines and recommendations 11. Environmental Protection Agency (EPA) Regulations 2.1 CONCRETE STRENGTH, MIXING, AND TESTING A. Mix in proportion to produce minimum 3000 psi concrete at 28 days and 4 to 6 percent air entrainment per ASTM C94. Slump shall not be more than 4 inches. Addition of water because of insufficient slump will not be permitted. B. The Contractor shall employ and pay for services of an independent testing laboratory to perform testing of concrete materials. Four test cylinders shall be taken for every 75 CY or less of concrete placed, or as directed by the Landscape Architect. One additional cylinder shall be taken during cold weather (below 40 degrees f) and cylinder shall be cured on job site under same conditions as concrete being tested. One slump test shall be taken for each set of testcylinders. C. Concrete shall be tested by means of actual cylinder breaks, with all information being reported to the Owner. D. Submit test reports to Owner showing results of tests and indicating compliance or non- compliance with standards and specifications. E. Mixing and delivery time shall be 90 minutes when the air temperature is 85 degrees or less. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 90 minutes to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. The time of delivery is that time when the truck is on site and the concrete is being placed in the forms. 2.2 MATERIALS A. Concrete Materials 1. Portland Cement: ASTM C 150, Type I. (Use only one brand of cement throughout the project, unless otherwise acceptable to Owner) 2. Aggregates: ASTM C33 3. Water: clean, fresh, drinkable Concrete 141 SECTION 02500: ELECTRICAL & LIGHTING 1.1 SUMMARY OF WORK A. Work in this section includes furnishing all labor, materials, equipment, and services required to provide and install electrical service and lighting as specified herein and on the plans. 1.2 SECTION INCLUDES A. Electrical Products B. General C. Site Conditions D. Trenching E. Installation 2.1 ELECTRICAL PRODUCTS A. All light poles and fixtures to be manufactured by RAB Lighting with the following model numbers: 1. PS5-07-30WT, 5" Square 7 Gauge 30' Pole 2. RABABK5, 3/4" x 36" Anchor Bolts 3. RABMEGS400SFQT, Megaflood 40OW HPS QT HPF + Lamp Slipfitter, Bronze 4. RABBULL2, Two Light Bracket Bullhorn 5. RABBULL3, Three Light Bracket Bullhorn 6. RABBULL4, Four Light Bracket Bullhorn 7. RABGDMEGP, Megaflood Poly Shield Gaurd B. In -ground Jboxes shall be 14" W x 20" L x 12" D minimum (top dimensions) with necessary extensions (no bricks). Electrical & Lighting 146 C. PVC Sch. 40 gray electrical conduit and fittings shall be used. D. Dusk till Dawn Control shall be Photocontrol, 120VAC Voltage, 1900 Max. Wattage, Fixed Type with Built in Relay. PART 3 — EXECUTION 3.1 GENERAL A. Codes and Standards 1. All electrical installation shall be in accordance with the N.E.0 and Local Codes. B. Discrepancies 1. It is the intent of this contract that all work must be completed and all material must be furnished in accordance with the generally accepted practice of the area. In the event of any discrepancies between the plans and specifications or doubts as to the meaning and intent of any portion of the contract, the Owner shall define what is intended to apply to the work. C. Responsibility of Materials 1. The Contractor shall be responsible for all materials furnished by him and shall replace at his own expense all material found to be defective in manufacture or if it has become damaged in handling after shipment. 3.2 SITE CONDITIONS A. Electrical lines (120V) that are shown on plans and damaged during construction shall be repaired by the contractor at his expense. Terminations for repaired lines shall be at existing light poles or electrical boxes — buried splices will not be allowed. B. Contractor must verify all existing utility line locations with Owner before installation. C. The Contractor shall take all precautions necessary to protect all existing landscaping, sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done or that may be located adjacent to or in -route across city property to the job site. The Contractor shall rebuild, restore, and make good at his own expense, all injury and damage to same which may result from work being carried out under this contract. D. If existing service is not adequate to supply the new installation as specified, contractor shall make necessary upgrades to ensure service is sufficient to supply the contract need. E. Contractor to verify service location with local power company and Owner. Electrical & Lighting 147 3. The Contractor shall take all necessary precautions to ensure the safety of any pedestrians and park users during the demolition, construction, and clean-up operations. The Contractor shall maintain and keep in good repair the work intended under these plans and specifications and shall perform all necessary repair, construction, and renewal to the date of acceptance by the owner. 4. Any utility and irrigation lines shown on plans are for design and construction information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities include irrigation systems, and park lighting, all others are public utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the owner is not aware. The owner does not assume any responsibility for any public utilities that are not shown on plans. It is the Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. Park development staff will assist in the design and relocation of utility lines. 5. The Contractor shall be responsible for the protection of unfinished work and shall be responsible for the safety of individuals using the unfinished equipment. The Contractor shall, at his own expense, furnish and erect such bridges, 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. 6. The Contractor shall be responsible for all damage to work due to the failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own 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. 7. The Contractor shall be responsible for removal, hauling, and disposal of all debris and unusable material from proposed construction area and designated sites as shown on plans and in specifications. The owner shall retain the right to any existing materials deemed to have value. 8. The Contractor shall be responsible for inspection of site, to verify the completion of all work as described in the specifications and shown onplans. 9. The Contractor shall furnish and supply all supervision, equipment, and labor necessary to perform excavation, grading, backfill, compaction, and stock piling of material as specified herein and on the plans. 10. Special Guidance Regarding ASBESTOS cementpipe i. Contractor will be responsible for complying with applicable federal and state regulations regarding ASBESTOS Fement pipe that may be encountered during excavation. Specifically, no ASBESTOS cement pipe may be intentionally disturbed without appropriate training, certification, engineering controls, and worker safety protections. Waste ASBESTOS associated with the disturbance of ASBESTOS Irrigation System 152 ii cement pipe (whether intentional or unintentional) must be removed from the excavation and disposed of properly (wetted, double bagged in 6 mil poly, and transported to an authorized landfill). 11. Procedures to be followed in the event that unexpected asbestos is found or previously non -friable asbestos materials become friable: i. There will be a designated competent person as required by the United States Occupational and Health Administration regulations in 29 CFR, 1926.1101 on site during entire project. ii. All work will stop if unexpected asbestos is found or previously non -friable asbestos becomes friable and the competent person will follow all local, state, and federal regulations. 12. The contractor shall be responsible for the Texas Prevention Legislation. The Texas damage prevention law (Utilities Code Title 5, Chapter 251) took effect October 1, 1998. This law requires excavators to call 48 hours before they dig. Texas Excavation Safety System Inc. (TESS) is a nonprofit corporation formed by member companies to prevent damage to underground facilities. The service is 100 percent free to excavators by calling 1-800-DIC TESS(344-8377). 13. Any utility and irrigation lines shown on plans are for design and construction information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities are not listed with DIG TESS. They include but are not limited to irrigation systems, park lighting and all others are private utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist of public utilities that are not shown on plans. It is the Contractor's obligation to locate and familiarize themselves with all utilities that are not shown on plans. Damage to utilities will be repaired at Contractor's expense. 14. All trenching or any excavation shall be a greater distance from the trunk of any plant material than ten (10x) times the diameter of the trunk at twelve (12") inches from the ground. If questions arise, the Contractor shall contact the Owners Representative for clarification. B. Product Delivery, Storage, and Handling 1. Protect all materials from inclement weather: wet, damp, extreme heat, or cold, theft, damage, or vandalism. 2. All manufacturers' labels, installation instructions, and shop drawings shall be in included for each item ordered. C. Equipment Check 1. The Contractor shall, one week after installation of equipment, check that all parts are secure and are in good working condition. Irrigation System 153 2. Verify the completion of all work as described in the specifications and shown on plans. D. Clean-up 1. Demolition debris shall be removed from the site prior to commencement of construction work. 2. Within three (3) days after completion of the site, the Contractor shall clean, remove rubbish and temporary structures from the site. He shall restore adequately all property, to its original integrity both public and private, which has been damaged during the execution of work, and leave the entire site of the work in a neat and presentable condition. The cost of the "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work shall be done before final acceptance by the owner will be considered. 3. The Contractor shall clean up and dispose of all construction debris, including excavated rock material. The area shall be graded back into existing grade smoothly. 4. All spare parts or other pieces of equipment shall be turned over to the Owner following completion of the project. E. Warranty 1. The Contractor shall guarantee all labor, workmanship, and materials supplied by the Contractor for a period of one (1) year from date ofacceptance. i. Repairs made necessary due to faulty workmanship shall be made promptly by the Contractor at the Contractor's expense. i FAM940-91111111rw y 2.1 IRRIGATION PRODUCTS A. Performance of Specified Material 1. All specifications given for materials are based on the performance of the equipment. This is to assure the integrity and proper hydraulics for which the system is designed. If bid material does not conform to given performance specifications, the bid will be rejected by the Owner based on grounds that proper function of system could not be maintained by using equipment that does not meet the performance specifications required. 2. All material to be new, unused, and current. 3. All material must be a standard product of amanufacturer. 4. The Contractor shall provide performance records to verify equipment capabilities. Irrigation System 154 a; �f B. Materials 1. PVC Pipe i. All polyvinyl chloride pipes shall be class 200, SDR 21 un-plasticized polyvinyl chloride, Type I, Grade I. 2. Polyethylene Line i. All polyethylene line shall be Agricultural Products, Inc. 3/4" polyethylene, OD _ .710, ID = .610, and be made from low density. 3. Fittings i. All pipe must have manufacturer's markings clearly printed on them during installation. ii. All class 200 pipes must conform to ASTM. D-2241 iii. All lateral piping under four (4) inches shall be solventweld. iv. All mainline piping four (4) inches and larger shall use belled ends orbelled couplings using rubber gaskets in twenty- (20) foot laying lengths. v. All fittings for four (4) inches or larger mainline shall be 200 psi Gasketed Fittings. vi. All fittings shall be pressure rated for 200-psi maximum workingpressure. vii. Gaskets shall be designed for pressure and vacuum with maximum deflection (ASTM F-477). viii. PVC Fittings: ix. Schedule 40 fittings must conform to ASTM D-2466. x. Schedule 80 fittings must conform to ASTM D-2464. xi. Three (3) X Four (4) Reducing Male adapters shall not be used. xi i. Install concrete thrust blocks per details. 4. Swing Joints i. Nipples: Schedule 80 with molded threads on both ends, unless specified otherwise in construction detail ii. Elbows: (90 degree) Schedule 40 FIPT X FIPT iii. Pre -fabricated swing joints are acceptable as specified Sec. 06, C, 5B iv. Lateral line fittings: Schedule 40 Irrigation System 155 5. Valves i. Quick -coupler Valves a. Rain Bird # 44-RC, 1", Single lug, 2-piece body, heavy cast bronze with Rubber Cover Lid `or approved equal'. b. Standard cover c. The Contractor shall supply the Owner with two- (2) valve keys foreach Quick - coupler type. d. Installed with minimum ten (10") inch diameter plastic valve box ii. Section Valve (Hunter ICV Series or `approved equal') a. Sized according to plan b. Direct burial, remote control electric valve normally closed c. Solenoid: waterproof molded epoxy resin construction having no carbon steel components exposed d. Actuator: stainless steel enclosed in a watertight protection capsule with a molded in place rubber exhaust port seal. Spring shall be stainless steel. e. Diaphragm - Dual ported, made of nylon reinforced nitril rubber f. Flow adjustment system g. Cold water working pressure -200 psi h. Heavy-duty glass -filled UV resistant nylon with stainless steel studs and flang brass nuts 6. Valve Boxes iii. Valve Box (Ametek "or approved equal"). a. Supplied by the Contractor b. To be installed by the Contractor c. Minimum dimensions: 16" x 11" x 12" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required (no bricks shall be used). d. Bolt -in green lid with cover lift holes (rectangular, lid shall have snap lock tab closure). 7. Irrigation Heads Irrigation System 156 ( 4 4 __ i R . , i. Specified Head #1: Hunter 125 series (Hunter model #: 125 06 SS) with flow rates ranging between four (4) and twenty-eight (28) gallons per minute, `or approved r' equal'. a. Irrigation heads shall be pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. The nozzle and drive assembly shall also be encased in stainless steel. b. Irrigation heads shall be mounted up to one-half (1/2") inch below finished grade. ii. Specified Head #2, Hunter 120 series (Hunter model #: I20 06 SS) with standard nozzle flow rates ranging between one and half (1.5) and eight (8) gallons per minute `or approved equal'. a. Irrigation heads shall be pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel �,4 n and brass. The nozzle and drive assembly shall also be encased in stainless steel. b. Irrigation heads shall be mounted up to one-half (1/2") inch below finished grade. 8. Control Wiring i. All 24 volt wiring to be 14 AWG-annealed copper, Baron UF, 600 volts, PVC coated UL approved direct burial. ii. All wire to be single stranded, one wire for each electric valve and a common wire. a. 12-gauge Common wire b. 14-gauge Zone wire iii. Flow Sensor wire — EV-CAB-SEN or "approved equal" — 2 conduit or direct burial shielded cable for connecting flow sensors to controllers. Maximum allowable distance is 2000 feet. iv. Communication Cable — EV-CAB-COM or "approved equal" - 2 conductor direct burial shielded cable for connecting controllers. Maximum allowable distance is 2000 feet. l v. All control wires to be installed at minimum depth of eighteen (18") inches, with a maximum depth of twenty-four (24") inches and directly alongside any pipe if the same ditch is used. vi. Add yellow and green 14-gauge spare wires looped in mainline ditch. Contractor shall place a minimum of 18" of each spare wire in each valve box. In case of a looped mainline, run spares and common in a full continuous loop. 9. Miscellaneous Equipment i. Wire Connectors shall be DS-400 model as manufactured by Spears, Prefilled Dri- Splice Connector w/Crimp Sleeve or approved equal. Irrigation System 157 ii. Provide moisture -proof connection for underground wiring. iii. Solvent Cementing a. Primer- Weld -On P-68 Purple Colored Only (All pipe and fittings) b. Solvent-'/2" then 1 %2" Weld -On #705; 2"three- 10" Weld-On#717. c. Manufactures Recommendations shall be followed at all times. iv. Repair Coupling (Smith Blair, 461-462 Quantum Wide Range Cast Coupling "or approved equal"). a. Gasket: Nitrile (Bursa-N), compounded to resist natural gas, water, oil, acids, alkalis, most (aliphatic) hydrocarbon fluids and many chemicals. b. Follower Flanges: Cast ductile iron per ASTM A-536. c. Sleeve: Cast ductile iron per ASTM A-536.461 Style is 4" to 6.5" in length. 462 Style is 12" in length. d. Washers: Carbon steel per ASTM 633-78, electro-galvanized finish. e. Coating: Fusion bonded Flexi-Coat epoxy. f. Bolts and nuts: High strength, low alloy steel, 5/8", to AWWA C219 (ANSI A21.11) standards Flexi-coat, fusion bonded epoxy coating. Nuts are perished hexagon, fluoropolymer coated, to prevent galling. v. Thrust Blocks a. Concrete "ready -mix" - 3,000 PSI. in 28 days with number #3 rebar installed. To be placed at all angles and terminal ends of two and one-half (2 '`/2") inch or greater pipe. To be placed at all angles (90's, 45's, tees) and at terminal ends of pipe. (Refer to Thrust Block Detail) Thrust Blocks must be installed against the pipe and extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe and fittings to be wrapped in thirty (30) pound felt to protect from movement. vi. Fresh water line shall be no less than schedule 80 and have a six (6') foot minimum horizontal separation from all other underground utilities. Tracer wire is requirement of all fresh water lines. vii. All pipe to have a one (1') foot minimum vertical separation from all non -like utility lines. 2.2 PRODUCT SUBSTITUTION A. Conditions for substitutions (`or approved equal') 1. In the event that the clause `or approved equal' is used in the specifications pertaining Irrigation System 158 E to materials, the Bidder desiring to make substitutions for specified equipment shall submit the following: i. Product identification, including manufacturer's name, address, and product literature ii. Product description iii. Product performance and test date iv. Reference standards v. Manufacturer instructions for maintenance and repairs 2. Request for substitution shall be included with the overall bid and will be considered before contract is awarded. 3. After the contract is awarded, no substitutions will be considered. It will be the Bidder/Contractor's responsibility to assure the availability of specified product or substitution before the bid date. 4. The Bidder shall provide the same guarantee for substitution as for product or method specified. 5. The Bidder shall coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all aspects. 6. The Bidder shall waive all claims for additional costs related to substitution that consequently becomes apparent. 7. The Bidder shall be prepared to send the Owner a price breakdown of any and/or all items on which he has bid. Price breakdowns will only be requested after the bid opening has taken place. B. Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without being formally described in detail as to their differences from what was originally specified. 2. Acceptance will require substantial revision of the original layout of theproject. LPART 3 — EXECUTION 3.1 GENERAL A. Qualifications of Bidder -Licensing 1. The Bidder shall supply the name and license number of the licensed irrigator who is responsible for the project with the bid submittal. The licensed irrigator shall be Irrigation System 159 licensed in the state of Texas and must comply with TCEQ and the standards established by Title 30 TAC Chapter 344. A licensed irrigator or installer shall be on the job site at all times when irrigation work is inprogress. 2. The Owner reserves the right to reject any bid if bidder is not qualified based on the above given criteria. B. Codes and Standards 1. The Bidder shall conform to all local, state, and federal codes and ordinances. C. Discrepancies 1. It is the intent of this contract that all work must be completed and all material must be furnished in accordance with the generally accepted practice of the area. In the event of any discrepancies between the plans and specifications or doubts as to the meaning and intent of any portion of the contract, the Owner shall define what is intended to apply to the work. 3.2 SITE CONDITIONS A. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the Owner is not aware. It is the Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at the Contractor's expense. B. Water Supply 1. Meter or other water source already installed C. Electrical Power Supply 1. Meter or other electric source already installed D. Bores / Road crossings 1. Contractor is responsible for bores and sleeving necessary to go under city streets/utility drives to provide any utility service to the project site. Bored holes shall be of the smallest diameter that will permit installation of encasement pipe. Pipe sleeving under city streets, park roads, and or parking lots shall be 16-gauge smooth steel pipe with a minimum wall thickness of one -quarter (1/4") inch when pipe size is greater than four (4") inch diameter. 2. Irrigation lines crossing sidewalks shall be sleeved with Schedule 40 PVC pipe twice that of the pipe when line is less than six (6") inch diameter. Pipe to be large enough for irrigation pipe and conduit for electrical control wires (if necessary). Notes shown on plans shall over ride specifications. Sleeves shall extend at least two (2') feet out from under the surface structure. Irrigation System 160 i__1 3.3 FIELD QUALITY CONTROL A. Responsibility of Materials 1. The Contractor shall be responsible for all materials furnished by him and shall replace at his own expense all material found to be defective in manufacture or if it has become damaged in handling after shipment. B. Responsibility of Property 1. The Contractor shall be responsible for the protection and preservation of all plant material, monuments, and structures during installation. Any damage shall be repaired or replaced by the Contractor, at his own expense, to the satisfaction of the Owner. 2. All trenching or any excavation is to be no less than six (6) feet from the trunk of any plant material. If questions arise, the Contractor shall contact the Owner for clarification. C. Barricades and Protective Measures 1. The Contractor shall be responsible for the protection of unfinished work. The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals. He shall also take such other precautionary measures for the protection of persons, property, and the work as may be necessary. 2. The Contractor shall be responsible for all damage to the work due to failure of barricades, signs, and lights to protect it. When damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to of City's certificate of acceptance of the project. 3.4 SUBMITALS 3... A. Shop Drawings 1. Contractor shall submit shop drawings to the Owner before installation of equipment. _.. Shop drawing to include complete layout and detail drawings illustrating the location and type of all heads, valves, piping circuits, controls, and accessories. B. Maintenance Materials 1. At the completion of the job, the Contractor shall furnish spare parts, special tools, and equipment required to operate and maintain the system. C. Maintenance Data 1. The Contractor shall furnish two (2) copies of parts list and repair manuals for controllers, valves, and heads. Irrigation System 161 D. Project Record Document 1. The Contractor shall prepare "as -built" plans of system after final check. Work to be done with legend describing symbols for equipment in a digital format of AutoCAD or "approved equal". "As -built" plans shall be accurate. Inaccurate plans will not be accepted. Final payment will not be made until "as -built" plans are submitted and approved by Park Development Staff. 3.5 HANDLING OF MATERIALS A. The Contractor shall exercise care in handling, loading, and unloading of all equipment. All PVC pipe, fittings, and other equipment shall be adequately covered and protected from the elements. Pipe and fittings also shall be transported in such a fashion as to be protected from excessive bending and from external, concentrated load at any point. 3.6 TRENCHING A. Trenches to have straight, flat bottoms and of sufficient depth for irrigation head and operable swing joint. B. Trench Size: 1. Minimum width: Six (6") inches and/or six (6") inches greater than pipe size 2. Minimum cover over installed supply piping: Eighteen (18") inches 3. Minimum cover over installed branch piping: Fourteen (14") inches 4. Minimum cover over installed outlet piping: Fourteen (14") inches 5. Maximum centerline depth main line shall not exceed twenty-four (24") inches at zone valves. 6. Maximum centerline depth of zone valves shall not exceed eighteen (18") inches at zone valves. C. Pipe pulling is not acceptable. D. All trenches and adjoining areas shall be hand raked to leave the grade in as good or better condition than before construction started. E. All settling and low areas that occur within the first twelve (12) months shall be the responsibility of the Contractor to fill and level. F. Trench to accommodate grade changes. G. Maintain trenches free of debris, material, or obstructions that may damagepipe. H. Where rock or other undesirable materials are encountered trenches are to be over excavated by three (3") inches to allow for a three (3") inch layer of finely graded sand under all piping. After the piping is installed, finely graded sand shall be placed around the piping up to a point three (3") inches above the piping. Irrigation System 162 I. All trenches are to be inspected and approved by Owner before covering. J. 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. K. The Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the drawings, sufficiently in advance of the trenching to make whatever provision necessary to prevent damage thereto. Extreme care shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. L. There will be no classification of, or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by construction equipment. All excavated material shall be piled in a manner that will not endanger the work or existing structures and which will cause the least obstruction to roadways. M. The Contractor will be required to locate all known utility lines far enough in advance of the trenching to make proper provision for protecting the lines and to allow for any deviations that may be required from the establishment lines and grades. N. It is understood that the piping layout is dynamic and piping shall be routed in such a manner to achieve the intent of the plan. O. Backfill 1. Trenches to be backfilled with the excavated earth from trench work. All rocks and debris to be removed and no item larger than one (1) inch diameter to be placed back in the trench. Backfill is to be compacted and flooded to settle trench. The Contractor shall add more backfill if needed to bring trenches to existing grade. 2. Excess trench excavation, not used for backfill, shall be disposed of by the Contractor, and at the Contractor's expense as directed by the Owner. All trench backfill shall be flooded to prevent settling to 95% Standard Proctor Maximum Density. Tamping is required, at road crossings and cross country trails. The material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D698. 3.7 TUNNELING, JACKING AND BORING A. Tunneling, jacking and boring are methods used for water line placement under restrictive conditions when open cut construction is not allowed. L, 1. Only straight pipe alignments for both horizontal and vertical alignment are allowed. 2. Casing shall extend full width of right-of-way or as directed by the Chief Water Irrigation System 163 Utilities Engineer. 3. Casing pipe shall be a minimum of two standard sizes larger than encased pipe. 4. Casing Pipe thickness shall be: < 16 inches 3/8 inch > 16 inches 1/2 inch 5. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers maybe used. 6. Coal tar coating for casing pipe shall conform to AWWAC203. 7. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. B. Slick boring or directional drilling without encasement shall be considered on a case- by - case basis by the Chief Water Utilities Engineer. C. Annular space between casing or uncased pipe and bored hole shall be injection grouted. 3.8 INSTALLATION A. General Information 1. Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions. 2. Connect to utilities 3. Set outlets and box covers at finish grade elevations 4. Provide for thermal movement of components in system 5. After piping is installed, but before outlets are installed and backfill commences, open valves and flush system with full head ofwater. 6. Dissimilar Materials Piping Joints: Construct joints using adapters that are compatible with both piping materials, outside diameters, and system working pressure. 7. Concrete Thrust Blocks are required at all turns and dead -ends on pipe sizes three (Y) inches and over. Pipe of smaller sizes may also require thrust blocks if so directed by Irrigation System 164 the Owner. Concrete shall have a twenty-eight (28) day compressive strength of 3000 psi, minimum. (See Detail). Control wire shall not be encased in the thrust block. 8. Dripline to be Techline CV, Pressure compensating with check valve. As manufactured by Netafim. Emmitter spaceing to be 12" with .9gph output. 9. Filters to be manufactured by Netafim and installed as shown onplan. B. Wiring 1. Wire splices will only be allowed within an accessible control box. Inline direct burial splices will not be allowed. Wire Connectors shall be DS-400 model as manufactured by Spears, Prefilled Dri-Splice Connector w/Crimp Sleeve or approved equal. 2. Provide looped slack at valves and turns in trench to allow for contraction of wires. 3. All wire passing under existing paving, sidewalk, etc., shall be encased in plastic conduit extending at least twelve (12") inches beyond edges of paving or construction. 4. All electrical control wiring shall be wrapped together on 10-feet increments with plastic tape. An electrical wiring schematic shall be furnished with the equipment. C. Laying of PVC Pipe 1. The pipe is to be snaked from side to side of trench bottom to allow for expansion and contraction of the pipe. 2. All foreign matter is to be removed from inside of pipe before joining. Keep clean during laying operations by means of plugs or other approved methods. 3. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe shall have firm, uniform bearing for the entire length of each pipeline to prevent uneven settlement. 4. Do not lay pipe in water, or when trench or weather conditions are unsuitable for work. 5. When work is not in progress, securely close the open ends of pipe fittings so that no trench water, earth, or other substance will enter pipes or fittings. 6. Take up and relay any pipe that has the grade or joint disturbed after laying. 7. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against the vertical face of the trench, but not againstrock. 8. Thrust blocks to be used. (See V. Products, B., 12.d., Thrust Blocks) 9. Make joints in all threaded fittings by applying Teflon tape on male threads. Use of Teflon dope is prohibited. #% Irrigation System 165 s L 10. Where threaded PVC connections are required, use threaded PVC adapters. 11. There shall be no less than nine (9) inches of pipe between any two fittings, except for close nipples used in swing j oints. 12. No cross tees or street ells are to be used at anytime. 13. On cut pipe, all burrs to be removed, tees and pipe to be cleaned, and primer and solvent applied as to standard application process. 14. After pipe has been solvent weld, do not apply water pressure for a time less than that of the manufacture's recommendation, considering current weather conditions. 15. All pipe shall be installed so that manufacture's markings are facing in the up position. 16. Excess PVC Solvent shall be removed from joints before drying to prevent pipe weakening. Pipe connections made with excess solvent will not beaccepted. 17. Solvent welding will not be permitted if weather conditions prevent joints from remaining free of dirt or moisture, while the joint is being made. Also, if the temperature is below that specified by the pipe or solvent manufacturer's recommendations. 18. The Owner must be given twenty-four (24) hour notice before the pipe trenches are covered so that Landscape Architect may be present for inspection. After the pipe system has been inspected and approved, trenches may be closed. 19. All pipe shall have a one (l') foot minimum vertical separation from all utility lines in close proximity. D. Installation of Valves (gate, double check, and sectionvalves) 1. Install all new valves on a level grade with the mainline. Valve boxes shall extend a minimum of three (3") inches below bottom of valve. Valve box extensions shall be used as necessary and shall be compatible with the valve box. 2. After installing valves and valve boxes, backfill holes with a three (3") inch minimum washed gravel, three-quarters (3/4") inch size up to bottom ofvalve. 3. Quick -coupler valve to be installed on swing joint. Top to be flush with finish grade. E. Irrigation Heads 1. All irrigation heads to be installed at spacing indicated on plans. 2. Irrigation heads installed on swing joint assemblies shall be installed so that the top of head is slightly above ground level to allow for settling. i. Swing Joints: b. Swing joints shall be used on all rotary gear driven irrigation heads and shall be of Irrigation System 166 the same diameter as the inlet opening and shall have a twelve (12") lay length. c. Pre -manufactured swing joints shall be used as manufactured by Lasco, swing joint shall be schedule 80t, Lasco G132-412 noexceptions. 3. All irrigation heads to be set to property arc by the Contractor. 4. All irrigation heads to be installed six (6) inches from existing and/or proposed fence line. 3.9 FLUSHING A. The mainline and valves will be flushed after installation. Full working pressure must be used to flush all lines. On a loop system the two valves the greatest distance from the water source will be opened. On any other configuration of mainline, the last valve on each mainline will be opened for flushing. The Landscape Architects must be given twenty-four (24) hours' notice before flushing begins so they may be present for inspections. After mainlines have been inspected and flushed, the lateral lines may be installed. B. The lateral lines will be flushed just before head installation. The flushing procedure will consist of pointing all swing joints away from ditch line to prevent contamination. Next, open the valve with full working pressure and begin capping each swing joint with a threaded cap, beginning with the swing joint closest to the valve and ending with the swing joint the greatest distance from the valve. Twenty- four (24) hour notice must be given to Landscape Architects forinspection. C. Flush pipes until free of all rock, dirt, trash, pipe shavings, and debris. 3.10 LEAKAGE TEST A. After pipe is laid, line to be pressurized and all air expelled from line at highest point of each section. B. Each line to be inspected for leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with good material. 3.11 WIRING A. All wiring shall be Type UF, copper direct bury type made for the irrigation industry. 3 Wiring shall be color -keyed: 12 ga. white for ground, 14 ga. red for operation of equipment, and an eighteen inch (18") loop in each valve box of a 14 ga. green and a 14 ga. yellow spare. B. Tracer wire and warning tape shall be installed with all fresh water piping. Tracer wire 16 Gauge CU. shall have the insulation removed for at least six (6") inches every thirty (30') feet of run. Potable Water Warning tape shall be run at half the depth of the top of the pipe. C. Control wires from controller to valves shall be laid in irrigation head line trenches (if applicable -wiring to be installed along wiring route on plan). Irrigation System 167 D. Control wires to be taped together every ten (10) feet along trench. E. Expansion loops shall be made at every turn in the trench and every 50-foot length of wire run by wrapping at least five (5) turns of wire around a one (1) inch rod or pipe. Next, withdraw the rod leaving turns in wire. F. All wire connections or splicing work shall have moisture proof connectors, and their location must be denoted on the as -built plan. Contractor shall minimize amount of splices. G. Extra yellow and green wires shall be installed in mainline ditch. H. Common valve wiring shall be white through entire system. I. Section valve wiring shall be red through entire system. White wire may not beused as section wire. 3.12 TESTING AND PRELIMINARY INSPECTION A. Testing Procedure 1. Do not allow any of the work in this section to be covered or enclosed until it has been inspected, tested and approved by the Owner or Landscape Architect. 2. Prior to backfill, the main line and with control valves in place but before the lateral lines are connected, completely flush and test the mainline. 3. Fill the main line with water for a twenty-four (24)-hour period prior to testing. 4. Pressure test main lines with 100 psi for a period of two (2) hours. Allowable leakage shall be as determined by the formula listed in AWWA C600. 1. The Owner will witness and approve all tests. Notify the Owner at least twenty-four (24) hours in advance of all testing. 5. Provide all testing equipment and personnel required to complete the testing procedure (Repeat testing as required) 6. Flush, clean, adjust, and balance all systems. 7. Adjust heads for proper coverage. 8. Potable Water Lines: Hydrostatic test for six (6) hours at 150 psi. There shall be no leaks whatsoever. 9. Backflow preventer shall be tested and certified, and three (3) copies shall be provided; one to the owner, one to the water purveyor, and one to remain with the tester as required by local, state, and federal codes and ordinances B. Preliminary Inspection Irrigation System 168 1. When all initial installation is done and all incidentals necessary to the proper function of the system is done, the Contractor shall request the Owner to walk through system and visually check the operation of the system. At this time the Owner and the Contractor will discuss repairs that may need to take place. 3.13 INSPECTION/ACCEPTANCE A. Final Inspection 1. After preliminary inspection has taken place and all corrections and repairs have been completed by the Contractor, the Contractor and the Owner will again walk through system to check operation. This procedure will be repeated until system operates to the Owner satisfaction. At this time the Owner will accept system from the Contractor. An acceptance form will follow from the Owner to the Contractor. 3.14 CLEAN-UP AND ADJUSTING A. Removal of Site Debris 1. The Contractor shall: i. Make final clean-up of all parts of work. ii. Remove all construction material and equipment. iii. Prepare the site in an orderly and finished appearance. iv. Remove from site any rock or extra dirt that resulted from this and restore site to its original condition. v. Flush dirt and debris from piping before installing irrigation heads and other devices. vi. Adjust automatic control valves to provide flow rate of rated operating pressure required for each irrigation head circuit. vii. Carefully adjust lawn irrigation heads so they will be flush with, or not more than one-half (1/2") inch below finish grade after completion of landscape work. viii. Adjust settings of controllers and automatic control valves. ix. The Contractor will be required to remove all construction debris from the site. Final clean up by the Contractor must be acceptable to the Owner. 3.15 COMMISIONING A. Starting Procedures 1. Follow manufacturer's written procedures. If no specific procedures are prescribed by proceed as follows: Irrigation System 169 i. Verify that specialty valves and their accessories have been installed correctly and operate correctly. ii. Verify that specified tests of piping are complete. iii. Check that irrigation heads and devices are correct type. iv. Check that any damaged emitters, valves and devices have been replaced with new materials. v. Check that potable water supplies have correct type backflow preventers. vi. Energize circuits to electrical equipment and devices. vii. Adjust operating controls. 2. Operational Testing i. Perform operational testing after hydrostatic testing is completed, backfill is in place, and emitters are adjusted to final position. B. Demonstration 1. Demonstrate to the Owner that system meets coverage requirements and that automatic controls function properly. 2. Demonstrate to the Owner's maintenance personnel operation of equipment, irrigation heads, specialties, and accessories. Review operating and maintenance information. 3. Provide a seven (7) day written notice in advance ofdemonstration. C. Guarantee 1. The Contractor shall: i. Make all needed repairs or replacements due to defective workmanship or materials for exactly one (1) years following date of final acceptance. ii. Be responsible for all expenses necessary for repairs andreplacement. iii. Pay all expenses incurred if the Contractor fails to act upon a request from the Owner for repairs to system. If the Contractor fails to do work within ten (10) days after request has been made by the Owner, the Owner will proceed with repairs and charge all expenses to the Contractor. iv. Pay for expenses incurred to project due to vandalism prior to final acceptance. Owner shall pay for all expenses incurred due to vandalism after final acceptance. END OF SECTION Irrigation System 170 i; SECTION 02900: TURFGRASS LAWNS 1.1 SUMMARY OF WORK A. This work includes all labor, materials, and equipment for soil preparation, fertilization, planting, and other requirements regarding turfgrass areas shown on plans. 1.2 RELATED DOCUMENTS A. The Drawings and all specification herein apply to the Work in this Section. 1.3 SECTION INCLUDES A. Quality Assurance B. Submittals C. Scheduling D. Warranty Period E. Materials F. Fertilizer G. Grading and Verification H. Hydromulch Seeding on Prepared Finished Grade I. Broadcast Seeding on Prepared Finished Grade J. Sod Bed Preparation K. Planting L. Protection M. Establishment and Acceptance N. Irrigation System O. Post -Planting Maintenance P. Erosion Control Turfgrass Lawns 171 Q. Inspections R. Clean-up S. Guarantee 1.4 RELATED SECTIONS A. Section 02300 Earthwork B. Section 02810 Irrigation System 1.5 QUALITY ASSURANCE A. Source 1. Sod shall be subject to inspection and approval by Landscape Architect at the site upon delivery for conformity to specifications. Such approval shall not impair the right of inspection and rejection during progress of the work. The Landscape Architect reserves the right to refuse inspection at such time if, in his judgment, a sufficient quantity of sod is not available for inspection. 2. Seed shall conform to U.S. Department of Agriculture rules and regulations of Federal Seed Act and Texas Seed Law. Seed shall be certified 90 percent pure and furnish 80 percent germination B. Inspections 1. Make written request for inspection of finish grade prior to sod bedpreparation. 2. Make written request for the inspection of sodding operations. Such inspection is for the purpose of establishing the Maintenance Period. 3. Submit written requests for inspections to the Landscape Architect at least seven (7) days prior to anticipated Inspection date. 1.6 SUBMITIALS A. Furnish required copies of manufacturer's literature, certifications, or laboratory analytical data for the following Items: 1. Seed/Sod Source (Certifications): submit certification from supplier that each type of seed conforms to these specifications and requirements of Texas Seed Law. Certification shall accompany seed delivery. 2. Top Dress Fertilizer (Certification): submit certificate stating that fertilizer complies with these specifications and requirements of Texas FertilizerLaw. Turfgrass Lawns 172 1.7 SCHEDULING A. Planting Restrictions: coordinate planting periods with initial maintenance periods to 4 provide required maintenance from date of Substantial Completion. Plant during one of the following periods: 1. May 15th to August 31st for Bermuda hydromulch seeding. 2. Over seeding - Annual Rye Grass i. If Bermuda turf cannot be established by September 15, turf areas are to be over - seeded with annual rye-grass at a rate of 4-lbs'/1,000 s.f. If this is required, the contractor shall maintain the annual grass turf, as needed, including but not limited to irrigation, mowing to maintain a maximum height of three (3"), and edging, as required. ii. This annual rye grass maintenance shall be considered as a separate item from the 30- day maintenance period specified for the seeded Bermuda grass. iii. The Contractor shall apply a minimum of two applications of Roundup herbicide to the annual rye grass in early spring in preparation for Bermuda grass hydromulch seeding. The two applications should be separated by a period of 10-14 days and contractor should notify the Landscape Architect of the schedule of Roundup application. iv. After sufficient annual grass kill has been verified by the Landscape Architect, turf areas shall have an "Hera-vator" PTO driven, vibration tine, aeration device process the soil to a depth of three (3") inches to four (4") inches prior to hydromulch seeding the Bermuda grass as specified. B. Weather Limitations: Proceed with planting operations only when existing and forecasted weather conditions permit. 1.8 WARRANTY PERIOD A. Time Period: warrant that all turfs and grasses shall be in a healthy and flourishing condition of active growth six (6) months from date of Final Acceptance. B. Appearance during Warranty: turf shall be free of dead or dying patches, and all areas shall show foliage of a normal density, size and color. Complete lush cover with no brown sections or cracks showing. C. Delays: all delays in completion of planting operations which extend the planting into more than one planting season shall extend the Warranty Period correspondingly. D. Exceptions: contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during Warranty Period. Report such conditions inwriting. E. Replacements: replace, without cost to Owner, and as soon as weather conditions permit, all turf and grasses not in a vigorous, thriving condition, as determined by Landscape Architect Turfgrass Lawns 173 during and at the end of Warranty Period. F. Matching: closely match all replacement sod with adjacent areas of turf or grass. Apply all requirements of this Specification to all replacements. 1.9 REPLACEMENTS A. Unacceptable Workmanship: turf and grass areas exhibiting conditions which are determined as unacceptable workmanship shall be repaired and/or replaced at no additional cost to the Owner. 1.10 FINAL ACCEPTANCE A. Work under this Section will be accepted by Landscape Architect upon satisfactory completion of all work, but exclusive of re -application under the Guarantee Period. 2.1 MATERIALS A. Turf Seed 1. Composition: fresh, clean, certified, Class 'A', new crop seed. 2. Type: "Cynodan dactylon" Common Bermuda. 3. Deliver to the site in the original sacks as received by the Producer and each sack shall be tagged in accordance with the agricultural seed laws of the United States and the State of Texas. Each sack shall be tagged showing the dealers guarantee as to the year grown, percentage of purity, percentage of germination and the date of test by which the percentages of purity and germination were determined. All seed sown shall have a date of test within six (6) months of the date of sowing. 4. Any seed delivered prior to use, shall be stored in such a manner that it will be protected from damage by heat, moisture, rodents or other cause. 5. The mixture to be used shall be proportioned by weight and consist of the following varieties to be sown at the rate of six (6) pounds per 1,000 square feet (210 pounds per acre): Turfgrass Lawns 174 Turf Seed Mixture for turf areas Proportion Purity Minimum by weight Germination Cynodan Dactylon-Common Bermuda 85% 98% 90% Lolium perenne- Perennial Ryegrass 10% 98% 90% Poa Annual Ryegrass 5% 95% 90% 6. Weed Seed: do not exceed 0.25% B. Turf Sod 1. One -Year -Old, nursery -grown sod, of the variety Tifway 419 as approved. Sod shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than three-quarters (3/4") inch. 2. Sod shall be dense, healthy, and field -grown on fumigated soil with the grass having been mowed prior to sod cutting so that the height of the grass shall not exceed two (2")inches. 3. Sod shall be dark green in color, relatively free of thatch, free from diseases, weeds and harmful insects. 4. Sod shall be reasonably free of objectionable grassy and broadleaf weeds. Sod shall be considered weed free if no more than ten (10) such weeds are found per 100 sq. ft. of sod. 5. Sod shall be rejected if found to contain the following weeds: Quackgrass, Johnsongrass, poison ivy, nimbleweed, thistle, bindweed, bentgrass, perennial sorrel or bromegrass. C. Hydromulch 1. Mulch i. Virgin wood cellulose fibers from whole wood chips having minimum of 20 percent fibers 0.42 inches in length and 0.01 inches in diameter. ii. Cellulose fibers manufactured from recycled newspaper and meeting same fiber content and size as for cellulose fibers from wood chips. iii. Dye mulch green for coverage verification purposes. iv. Three approved mulches are manufactured by Conwed, Weyerhauser, and Texas Fiber Co. a. Submittal: submit a sample label or specification and a sample packet of the proposed mulch for the Owner's approval. Turfgrass Lawns 175 2. Soil Stabilizer "Terra Tack 1" or approved equal. 2.2 FERTILIZER A. Pre -planting Fertilizer Application for Turfgrass Planting Areas: Fertilizer for the initial planting application shall be of N-P-K ratio of 4-5-1 (19-26-5). The phosphorus component must be derived from monoammonium phosphate to stimulate vigorous development of new roots, stolons, and rhizomes. The initial application must be applied and incorporated into the soil immediately (no morethan two (2) days) prior to sodding. 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. B. Post Planting Application: Fertilizer for the post planting application will be a complete fertilizer of chemical base containing by weight the following percentages of nutrients: 273- 4 +2% Fe (N-P-K) from methylene urea or the nitrogen equivalent of 33-3-1 O. The application rate should provide one (1) lb. of N / 1000 sq. ft. 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. 3.1 GRADING AND VERIFICATION A. Coarse Grading 1. Stones, Weeds, Debris: verify that all areas to receive turf are clear of stones larger L' than one and a half (1-1/2") inches diameter, weeds, debris and other extraneous t--, materials. 2. Grades: verify that grades are within two (2) inch plus or minus of the required finished grades. No Grades greater than 1 inch shall close upon itself. 3. Tillage: larger graded areas at the South end of the park shall be tilled to a depth of six inches with a chisel type breaking plow. Initial tillage shall be followed by a disc harrow B. Final Grading 1. Stones, Weeds, Debris: verify that all areas to receive turf are clear of stones larger than 1 in. diameter, weeds, debris and other extraneous materials. 2. Grades: verify that grades are within one (1) inch plus or minus of the required finished grades. No Grades greater than 1 inch shall close upon itself. Verify that soil preparation and fertilization has been installed. Report all variations in writing. 3. Tillage: larger graded areas at the South end of the park shall be power raked to a Turfgrass Lawns 176 depth of one inches. Initial power rake pass shall be followed by a second pass at an angle between thirty (30) to sixty (60) degrees to the initial pass followed by a pass with a cultipacker or roller. C. Schedule: immediately after the finished grade has been approved, begin sodding operations to reduce excessive weed growth. If sod bed is dry immediately prior to installation, dampen surface with a fine mist ofwater. D. Soil Moisture 1. Excessive Moisture: do not commence work of this section when soil moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or that clods will not break readily. 2. Inadequate Moisture: apply water, as necessary, to bring soil to optimum moisture content for planting. 3.2 HYDROMULCH SEEDING ON PREPARED FINISHED GRADE A. Bed Preparation: immediately after the finished grade has been approved, begin hydromulch seeding operation to reduce excessive weed growth. B. Special Equipment and Procedures: hydraulic equipment used for the application of fertilizer and seed; disc, harrow or aerator and a cultipacker orroller. C. Operators of hydromulch seeding equipment shall be thoroughly experienced in this type of application. D. Application: 1. Contractor shall obtain approval of seeding area preparation from the Landscape Architect prior to application. 2. Immediately following approval, Contractor shall aerate the seed bed one (1") to two (2") inches deep in a motion to form a uniform coverage of the entire seeding area. 3. Immediately following aeration, the Contractor shall pack the soil with a cultipacker or roller to get a firm seed bed. 4. After cultipacker or roller operations apply specified hydromulch seed mix in a motion to form a uniform coverage at specified rate. 5. Immediately following hydromulch of seed, the Contractor shall not operate any equipment over the covered area. 6. Refer also to the maintenance portion of this Section. 3.3 BROADCAST SEEDING ON PREPARED FINISHED GRADE A. Bed Preparation: immediately after the finished grade has been approved, begin broadcast Turfgrass Lawns 177 seeding operation to reduce excessive weed growth. B. Special Equipment and Procedures: rotary equipment used for the application of fertilizer and seed; disc, harrow or aerator and a cultipacker orroller. C. Application: 1. Contractor shall obtain approval of seeding area preparation from the Landscape Architect prior to application. 2. Operators of broadcast seeding equipment shall be thoroughly experienced in this type of application. Apply specified seed mix in a motion to form a uniform coverage at specified rate. 3. Immediately following broadcasting of seed, Contractor shall aerate the seed bed one (1") to two (2") inches deep at a speed to cover the seed with soil one quarter (1/4) to one half (1/2") inches deep in a motion to form a uniform coverage of the entire seeding area. 4. Immediately following aeration, the Contractor shall pack the soil with a cultipacker or roller to get seed in good contact with the soil. 5. After aeration, the Contractor shall not operate any equipment over the covered area. 6. Refer also to the maintenance portion of this Section. D. Unseeded Areas: if, in the opinion of the Landscape Architect, unplanted skips and areas are noted after broadcast seeding, the Contractor shall be required to seed the unplanted areas with the grasses that were to have been planted at no additional cost to the Owner. 3.4 SOD BED PREPARATION A. Provide soil preparation per this Section 02921. B. Rake areas to set exact line and final finish grade. C. Rolling: roll amended soil with 200-pound water -ballast roller. D. Moistening: after all unevenness in the soil surface has been corrected, lightly moisten the soil immediately prior to laying the sod. E. Timing: sod immediately thereafter, provided the sod -bed has remained friable. 3.5 PLANTING A. Solid Sodding 1. Method: lay the first row of sod in a straight line, with subsequent rows parallel to and tightly against each other, with no spaces between strips. Stagger lateral joints. Do not stretch or overlap sod. Butt all joints tightly to eliminate all voids. Lay sod on V Turfgrass Lawns 178 a mounds and slopes with strips parallel to contours. Use a sharp knife to cut sod to fit curves. 2. Tamping and Rolling: thoroughly tamp and roll sod to make contact with sod bed. Roll each entire section of completed sod. 3. Following rolling, fine screened topsoil shall be used to fill all cracks between sods. Excess soil shall be worked into the grass with suitable equipment and shall be well watered. The quantity of fill soil shall be such that it will cause no smothering of the grass. 4. Watering: thoroughly water sod immediately after installation to wet the underside of the new sod pad and the soil immediately below to a depth of 6 in. 5. Immediately after installation of the sod, remove sod clumps and soil, wash off any plant materials and pavements not to have sod. Keep all areas clean during the maintenance period. 3.6 PROTECTION A. No heavy equipment shall be moved over the planted turf area unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of the Contractor to protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage. Any damages shall be repaired or replaced at no cost to Owner. 3.7 ESTABLISHMENT AND ACCEPTANCE A. Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to establish a uniform stand of turfgrass as herein specified. B. Uniform Stand of Sodded Areas: complete coverage is defined as no visible joints showing or felt between individual sections of sod and all sections of sod being firmly rooted to the prepared subgrade. C. Uniform Stand of Seeded Areas: complete coverage is defined as a healthy, uniform stand of grass which is free of weeds and surface irregularities, with coverage exceeding 90 percent over any ten (10) square feet (0.92 sq. m) and bare spots not exceeding five (5") inches by five (5") inches (125 mm x 125 mm). 3.8 IRRIGATION SYSTEM A. The proposed irrigation system must be complete in ALL respects and must be fully operational before turfgrass planting may begin. After planting, any breakdowns in the irrigation system attributable to warranty items must be immediately repaired by the Contractor. Turfgrass Lawns 179 3.9 POST -PLANTING MAINTENANCE A. Maintenance shall begin immediately alter each grass area is planted. All planted areas will be protected and maintained by watering, weed control, redressing and replanting as necessary for at least thirty (30) days after initial planting and for as much longer as necessary to establish a UNIFORM STAND OF THE SPECIFIED GRASS and until the entire project is accepted by the Owner. Grass shall be mowed to a height of two (2") inches. B. All turf areas adjacent to paved areas shall be edged to maintain a neat appearance. C. All areas which are not completely covered with the specified grass at the end of thirty (30) days will continue to be replanted, re -dressed and maintained by the Contractor until complete coverage and acceptance are achieved. 3.10 EROSION CONTROL A. Throughout the project and the maintenance period for turfgrass, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance , is achieved. } 3.11 INSPECTIONS A. Make written request for inspection after areas have been seeded and sodded. B. Submit requests for inspections to Landscape Architect at least two (2) days prior to anticipated inspection date. 3.12 CLEAN-UP A. General: keep all areas of work clean, neat and orderly at all times. Keep all paved areas clean during planting operations. B. Debris: clean up and remove all deleterious materials and debris and material unearthed as a result of turf grass planting operations from the entire work area prior to Final Acceptance. 3.13 GUARANTEE A. The Contractor shall guarantee all materials used for this work to be the type, quality and quantity specified. END OF SECTION Turfgrass Lawns 180 SECTION 03000: SITE FURNISHINGS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Special Conditions apply to this Section. 1.2 SECTION INCLUDES A. Benches and Picnic Tables B. Grill 2.1 BENCH A. Twelve picnic tables with benches will be ordered and installed by Contractor. (4 for each pavilion) The following make and model will be used: Wabash Valley Item # KE2539S 7' Table w/ Benches — Horizontal Slat — Surface Mount All Textured Black 2.2 GRILL A. Three grills will be ordered and installed by the Contractor. (1 for each pavilion.) The following make and model will be used: Pilot Rock Item # P-1000/S B7 Large Double Grate Grill — Surface Mount Site Furnishings 181 PART 3 - EXECUTION 2.3 GENERAL A. Assemble and install all site furnishings in accordance with manufacturer's written instructions. A. Contractor shall exercise care and diligence to ensure that finished surfaces are adequately protected from scratches and other damage during installation. B. Exposed portions of mounting bolts shall be sawn off 1/8" above top of nut. Alter threads to prevent removal. C. Thoroughly clean all finished surfaces upon completion ofinstallation. END OF SECTION Site Furnishings 182 SECTION 03050: PAVILION 1.1 DESCRIPTION OF PRODUCT A. Shelter Type: 28' Square style shelter with multi -rib roof panels. B. Roof Slope: 6:12 C. Clear height under Tie Beam (UTB): 8'-0". This is the clearance under the tie beam, which spans between the columns. 1.2 REFERENCED STANDARDS A. AISC — American Institute of Steel Construction 1. AISC Steel Construction Manual — 141 edition 2. AISC 360-10 Specification for Structural Steel Buildings B. ASTM — American Society for Testing and Materials 1. ASTM A36/A36M — Standard Specification for Carbon Structural Steel; 2008 2. ASTM A325 — Standard Specification for Structural Steel Bolts, Heat Treated, 120/105 ksi Minimum Tensile Strength; 2010 3. ASTM A563 — Standard Specification for Carbon and Alloy Steel Nuts; 2007a 4. ASTM A500 — Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2010a 5. ASTM A653/A653M — Standard Specification for Sheet Steel, Zinc -Coated (Galvanized) or Zinc -Iron Alloy Coated (Galvanealed) by the Hot Dip Process; 2010 6. ASTM A792/A792M — Standard Specification for Steel Sheet, 55% Aluminum -Zinc Alloy Coated by the Hot -Dip Process; 2010 7. ASTM F1554 — Standard Specification for Anchor Bolts, Steel, 36, 50 and 105 ksi Yield Strength; 2007a C. AWS — American Welding Society 1. D1.1 Pavilion 183 2. D1.3 3. 131.8 D. OSHA — Occupational Safety and Health Administration 1. Steel Erection Standard 29 CFR 1926.750 Part R E. SSPC — Steel Structures Painting Council 1. SSPC-SP 2 — Hand Tool Cleaning; 2004 2. SSPC-SP 10/NACE No. 2 —Near White Blast Cleaning; 2007 F. LEED — Leadership in Energy and Environmental Design G. ISO — International Organization for Standardization 1.3 SYSTEM DESCRIPTION A. The structure shall be a pre-engineered package and shall be shipped as a pre-cut (excluding standing seam roof panels) and pre -fabricated package that shall include the structural framing members, roof panels, fasteners and roof trim as well as job specific installation instructions. The structure will be shipped in an un-assembled package for ease of shipment and minimum shipping charges. 1.4 SUBMITTALS A. Submit a minimum of four (4) sets of submittal drawings and (2) sets of structural calculations signed and sealed by a Professional Engineer licensed in the state of Texas. B. Submit a minimum of four (4) sets of submittal drawings and (2) sets of electrical plans signed and sealed by a Professional Engineer licensed in the state of Texas. C. Product design requirements: 1. The structure shall meet the following design requirements i. Building Code: IBC 2012 ii. Ground Snow Load: 20 p.s.f. iii. Live Load: 20 p.s.f. iv. Wind Speed: 90m.p.h. v. Seismic Design Category: D Pavilion 184 D. Submittal requirements: 1. Calculations: i. Design according to the requirements of the national, state or local building codes as indicated in Section 1.04.B. ii. Calculations shall include all member design for each different member type. iii. Connection design for each different connection that will determine the design of the bolts, welds, plate thickness and anchorage to the foundation. iv. Foundation design shall be for the loads applied and not a generic foundation design, taking into account all soils information. 2. Submittal Drawings: i. Anchor bolt layout with all appropriate dimensions for installation. ii. Site -specific foundation design. i ii. Isometric as well as elevation and plan views of the farming members along with the member sizes and locations indicated on the drawings. iv. Connection details for every connection on the frame. v. Roof panel connections and trim installation details. vi. Electrical plan to include one outlet and one overhead fixture per pavilion. vii. All accessories on the structure shall have an installation detail as well as connection details. E. Foundation design: 1. The foundation design shall be supplied by the manufacturer and drawings stamped by a Professional Engineer. 2. Anchor bolts shall be supplied by the manufacturer. 3. Foundation materials and labor shall be provided by the structure contractor. 4. Owner should provide site -specific soils information for proper foundation design, if that data is not provided the foundation will be design for the minimum soil values allowed by code. 1.5 QUALITY ASSURANCE A. Manufacturer qualifications: i. The product shall be designed, engineered and fabricated at a facility operated and Pavilion 185 directly supervised by the manufacturer. ii. The manufacturer shall have a minimum of 9 years in steel shelter fabrication. iii. Full Time on Staff Quality Assurance Manager. iv. All welders must be AWS certified for welding steel structures. v. Membership in the American Welding Society (AWS). vi. Membership in the American Institute of Steel Construction (AISC). vii. Full Time on Staff Licensed Engineer. viii. Published Quality Control System manual. ix. Quality Control System must pass an annual audit by a Third Part Agency. x. ISO 9001 certification for Powder Coating System. B. Manufacturer's certifications: i. Clark County, NV Approved Fabricator. ii. City of Riverside, CA Approved Fabricator. iii. Approved Equal 1.6 FIELD OR SITE CONDITIONS A. Foundations shall be installed per the ICON or Poligon or Approved Equal installation drawings. i. All foundations shall be cast at the same elevation unless specifically noted on the ICON or Poligon or approved installation drawings. B. Anchor bolts shall be placed in the foundation as per the ICON or Poligon or Approved installation drawings utilizing the anchor bolt template supplied with the anchor bolts. i. Anchor bolts shall be installed per the dimensions and orientation shown on the drawings. 1.7 MANUFACTURER WARRANTY A. Shelter shall have a 10 year limited warranty on the steel -framing members. B. Shelter shall have a 10 year limited warranty on the powder -coated elements. C. For all Metal Roofing there will be a pass through warranty direct from the metal Roofing supplier, warranty shall be provided on request. Pavilion 186 2.1 MANUFACTURERS: A. Acceptable Manufacturer: ICON Shelter Systems, Inc., 1455 Lincoln Rd., Holland, MI, 49423 i. The Playwell Group (Icon) 4743 Iberia Avenue Suite C + Dallas, TX 75207 Ph:972-488-9355 Fx: 972-488-0642 B. Acceptable Manufacturer: Poligon by Porter Corp., 4240 136th Ave, Holland, MI 49424 i. INSITE AMENITIES (Poligon) 9176 Hyde Road Fort Worth, TX 76179 817.236.5439 l.woolseyLa)insiteamenities.com C. Approved Equal: the product shall be designed and fabricated at a facility operated and directly supervised by the manufacturer. 2.2 SUBSTITUTION LIMITATIONS: A. Substitutions must be approved a minimum of ten (10) business days prior to bid. All approved manufacturers shall be notified on writing before the bid date and shall not be allowed to bid without written notification. Any approval of an alternate manufacturer shall be through and official bid addendum prior to the bid date. B. Alternate suppliers shall meet the requirements, qualifications and provide proof of certifications listed under Section 1.05 QUALITY ASSURANCE. C. Alternate suppliers shall provide documentation that the power -coat system being provided meets or exceeds the ICON or Poligon or Approved supplied powder -coat system listed under Section 2.01(c)(8). 2.3 PRODUCT REQUIREMENTS AND MATERIALS: A. General: i. The pre-engineered and pre -fabricated package of parts shall be pre-cut and packaged Pavilion 187 unless noted otherwise. These packages will include all parts and pieces necessary to field assemble the shelter at the jobsite. The shelter shall be shipped in knocked down format to minimize shipping expenses. Field labor will be kept to a minimum with no on -site welding required. B. Concrete for foundations: i. Concrete shall have a minimum 28-day compressive strength of 2,500 psi unless noted otherwise on the foundation detail. ii. Reinforcing steel shall be ASTM A615, Grade 60. C. Columns: i. Hollow Structural Section (HSS) columns shall meet ASTM A500, Grade B with a minimum wall thickness of 3/16" (0.1875"). ii. Unless the columns are direct buried in the foundation the columns shall attach to the foundation with a minimum of four (4) anchor rods and shall meet OSHA Steel Erection Standard 29 CFR 1926.755(a)(1). D. Structural framing: i. All Hollow Structural Sections (HSS) shall meet ASTM A500, Grade B. "I" Beams, tapered columns or open channel sections shall not be accepted for primary members. E. Compression rings: i. Compression rings shall be made of ASTM A36 structural plate or of structural channel welded together to form the ring. All connections not requiring compression rings shall use ASTM A500, Grade B HSS sections for these connections. F. Connection requirements: i. Anchor rods shall be ASTM F1554, Grade 36 unless otherwise noted. ii. Structural fasteners shall be ASTM A325 high strength bolts and A563 nuts. iii. All structural fasteners shall be hidden within the framing members whenever possible. iv. No field welding shall be required to finish the construction of the shelter. v. Manufacturer shall supply extra fasteners. G. Roofing materials: i. Primary roof deck — multi -rib metal roofing: a. Roofing shall be a minimum of 24 gauge Galvalume steel sheet with ribs Pavilion 188 that are 1 3/16" tall and 12" on center. Ribs shall run with the slope of the roof for proper drainage. b. Roof outside surface shall be a baked on Kynar 500 paint finish and shall be supplied in one of the manufacturer's standard colors: TBD Ceiling color to be a "wash coat" primer. c. Roof panels shall have the roof angles factory pre-cut to size to provide ease of installation. d. Metal roofing trim shall match the color of the roof and shall be factory made from 26 gauge Kynar 500 painted Galvalume sheet steel. e. Trim includes panel ridge caps, hip caps, eave "J" trim, splice channels, rake trim, roof peak cap and corner trim as applicable for the model selected. Trim may need to be field cut to length. Please refer to the installation drawings for additional information and detail. f. Ridge, hip and valley caps shall be pre -formed with a single central bend to match the roof slope and shall be hemmed on both edges. g. Roof peak caps shall be pre -fabricated with no field assembly required. h. Manufacturer shall supply roof screws painted to match the roof. H. Factory frame finish: i. All structural steel shall be cleaned, pre-treated and finished in the following manner: a. The steel shall be shot -blasted to the specification of SSPC-SP10 near white blast cleaning. SSPC-SP2 hand tool cleaning will not be an acceptable alternative. b. The shot -blasted parts are then washed with zinc -phosphate in an eight (8) stage washer. c. The steel is then immersed in a liquid epoxy and coated through an electro-deposition process (E-coat), this is coated both inside and out to a uniform cover of 0.7-0.9 mils. The E-coat totally encapsulates the part for superior corrosion protection. d. The parts are then coated with a color coat of TGIC polyester powder and then one clear coat for a final finish thickness of 8 to 12 mils. I. Factory prime paint: i. All steel shall be cleaned to the specification of SSPC-SP2 (Hand Tool cleaning) or better. This removes all loose mill scale, loose rust and any other loose foreign matter. The clean steel will then be primed with a quick dry, lead and chromate free alkyd primer. Pavilion 189 J. Accessories: i. Electrical access - standard in all column bases is a 1 3/4" diameter hole, located in the center of the plate. This allows electrical wiring into the column base. 3.1 STORAGE AND HANDLING A. When the shelter arrives at the job site protect the products from weather, sunlight and damage. B. When unloading, pad the forks and use other precautions to protect the powder -coated finish. Do not use chains to move the materials, use straps. Handle all materials carefully in the field to avoid scratching the powder -coat finish. C. Contractor shall store the product elevated from the soil to allow full air circulation around the materials as do not introduce mold, decay, fungi or insects into or on the materials. One end of the materials shall be elevated higher than the other end if storage will be longer than a few days as to allow the water to run off the materials. 3.2 INSTALLATION OF MATERIALS A. The shelter shall be placed on prepared foundations that were designed by the manufacturer (unless otherwise noted). Materials for these foundations are not supplied by ICON or Poligon or Approved but by the foundation installation contractor. Foundation shall be constructed to all local building code requirements and per good construction practices for the specific site conditions. In accordance with OSHA Steel Erection Standard 29 CFR 1926.750 Part R, anchor rods shall be installed for proper column stability and shall have a minimum of four (4) anchor bolts per column. Therefore, no single anchor rod column base connections shall be allowed. B. The contractor shall install all parts and pieces per the manufacturer's supplied installation instructions and these specifications. C. The interface with other work required is to be coordinated by the customer or the customer's agent. Some design may have electrical or plumbing requirements that are not supplied by ICON. D. Tolerances on structural steel members are set according to AISC Code of Standard Practice for Steel Buildings and Bridges and have been used for the fabrication of this product. These tolerances will not and cannot be increased. No field slotting or opening of holes will be allowed without proper guidance from the ICON or Poligon or Approved Equal Engineering Department. Pavilion 190 � i 3.3 REPAIR A. No field modifications or corrections are allowed without authorization from the ICON Engineering Department. 3.4 SITE QUALITY CONTROL A. The City of Lubbock will conduct ongoing inspections of the site throughout fabrication process to insure standards are met. END OF SECTION Pavilion 191 SECTION 03100: SPECIAL CONDITIONS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including General Conditions apply to this Section. 3.2 SECTION INCLUDES A. Special Conditions 3.3 SPECIAL CONDITIONS A. After demolition of any necessary existing concrete and removal of turf, Contractorwill smooth and level the affected areas. B. Damage caused to pavilion structures will be restored to original condition at Contractor's expense. Contractor will cover pavilion posts with suitable materials to prevent concrete from adhering to posts. Any concrete that does adhere to posts will be removed immediately and will not be allowed to dry on the posts. C. Contractor shall coordinate with Suddenlink Communications through contact listed on plans. Contractor shall provide notification and grade information for Suddenlink Communications to raise their pull boxes to be flush with new surrounding sidewalk. D. Contractor shall coordinate with contractors under separate contract installing playground equipment and related work. Contractor to allow access to site and coordinate sidewalk tie- ins where necessary. E. Contractor shall coordinate with contractors under separate contract installing picnic shelters and related slabs and site furnishings. Contractor to allow access to site and coordinate sidewalk tie-ins where necessary. F. Contractor shall refer to supplemental detail in specification manual for City of Lubbock Standard 24" Type "A" curb and gutter detail as noted onplans. END OF SECTION Site Furnishings 192 �E t_ BERRY PARK PAVILION CITY OF LUBBOCK PARKS & RECREATION DEMOLITION/SITEWORK/ELECTRICAL/I RRIGATION MAYOR, DAN M. POPE CITYMANAGER, JARRETTATKINSON CITY COUNCIL- DISTRICT I, JUAN CHADIS CITY COUNCIL- DISTRICT 4, STEVE MASSENGALE CITY COUNCIL- DISTRICT Z SHELIA PATTERSON-HARRIS CITY COUNCIL- DISTRICT AKAREN GIBSON CITY COUNCIL- DISTRICT 3, JEFF GRIFFITH CITY COUNCIL- DISTRICT 6, LATRELLE JOY DIRECTOR OF PARKS & RECREATION, BRIDGET FAULKENBERRY PARK DEVELOPMENT MANAGER, LIONEL PLUMMER E 35TH ST / .._.._., ,� ......... _,...._. ._,._ — E 37TH Si KEY MAP SHEET INDEX DENIOIl"E w tDur .I E FL w'(mia MwOU f RBNOP ..RE 1px itRN t N TT, mi RR OAT Cw OETNLS LmB GENERAL NOTES TRIKDONA 3NOT BE -NNE �N9TE COx[RflE DR NOT TX .FIE DENounowaECN suss FowDi�w TEP. COxCREIE90.13 vmEN ERLLND IpIEF NFN6T Iq d1NOREre eA OIrt ATN Nngt Alwi OR RENroK NxEM E%PAr6KfNJdNT.BWIwdR(w01 NET BE . OERED ENHPA v.Dgx � �ETFvpy RAVE A NRDUW BRODM F MRX. i Ow k—BEt sELCW iC40F d1NOREre AxO VALLRLOFE AwAV FROW OdaCRETE AT B:I W,N. TOPOF9�vnLLPERTOx Sw001H LEN:L6gL9Wv%LL RECUT NATEDOERAxO VWLLBE FLIHH WITn q9T IAi NRF, CONTPRGIOR w01 BE RESWNdBIE FOR wATFRwO50D uxnt CCN6TRLOTpN 5 WNPTEre. FS 0 bR iONIBBAREDUWNOESTAVNLNILE NFpMATpN.FN;TUUOdMOi0I6 dFFER v6pWng9E9MWN WNTMCIOR WRl PERFORw T IXC x,DEP NENa90R ELPEVMERE a9 NEOERRARvn)pETEmaNE/4TwL LONMImaipN.6UCH wOKK91NLL NET BE E%Rw wORw e. —IND0 ER wORN REOU REDFER RE ROVONO PPIWTON LATEwL9 Aw000xIROtvARERtWLLNOT BE DCNSIDERED dORn WORK RFEAWRE FOP FEF...uEP.uew RNGwTu aF SF+.a:sa AND— a FFEAwRwD Odwa RE DE, EN.R I RFNNNEILR AND v EE d1RNDF BTFIC N.FDN DBENAOEw EONMENTACGEMAmE TO THEOWNER. RESTORE RNISN OORq NAL CONd �. W9 T6PPoNNE F0.aTpN n)w'_D WTm Z"' MADE. . RE IIMCOSTROLwtRER THAT MEOARwOED BI �NSiR0000N,,®TN16TAxp%RD RR%BATpNvuvF RE TESwROOFCCN— N;OEPTAmE TO THE OWNER, DO —OF— RNRLL REST UFVN UHD6NREEU III -BE IISSO FOR SPLICER FX BE LOGTED NEn IIF MRINNLERO A. a' FROM COxCREre EODEB, OLN:N CURERS xAr OE EHCOIm1ERED DURING CDx6R0KDON AT LO CNE NOTRHOwNOx THE —NIDNE RDDH GUFK CWRERR TO NEAREOT EDGE OF CWRErt—D NOT EN'IEND BENEATH DO AFTB cONTWOTON FH BE FAwLIM WTTN RHDF[FF vuvEO BEPME OM6TRLCMN BEEINB.. RTL ED ERROR INSTALLEDNA IvRWND KBIw BK REI TEDbC PING OR BELOGDNO CRICK D. COL PARK DF>.ELOFNffMwttt OE RERRT61BtE FOR IOGTION OF CRTIGL UvtWF RAwT6, 4vAVTPFGIM RHALLBE RERPIXE%BIE FOR N)dnONN. LATDUT R. ELFGTR OIME90EDVITNAT MEBHOwN Op RANK PNO DAWAED OLvnMOOd SIRWTONRXaLL OF REPNRED BY CONn40TOR wT H6IXPE,bE, TERMINTgNF LWe9 F EA.RnNO MELECTNFALBOXFP, BLwFO RRl0i5 wTLLNTBE OWED. I6, BNWE WRlBE RE—DM/.Ol—E RE I.— IN N—D LOd1roN BV WNTRFLN BERE— BV THE M XIs E. DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: U , As. Sd IPPROVED BY: LP REVISED: L-100 DESIGNED BY: LP, AS DEMOLITION LEGEND DRAWN BY: LP, AS CHECKED BY: LP,As.$J '... APPROVED BY: LP '. .zee omnaeanwm DEMOLITION NOTES ,. weminwuuTb„ww roR wwA,c mw��cowpuu,c. : aAsnmanacno�.can,urran lWLTANl�KGV,pNp TO WK MW,T[!1 pYCi®1 M TACT Alp M r uarur oisvm a ans,e �v '. Lubbock Parks�on '. �n u Q �n,Yl'i MNw. REVISED: o xo �o eo aw rDEMOL-1 MSER27 A DEMOLITION PLAN '� �` ,,.� U710N PLAN 01 SITE ANNOTATION & LAYOUT DESIGNED BY: LP, AS SITE LAYOUT LEGEND DRAWN BY: LP, AS CHECKED BY: LP. As. si APPROVED BY: LP canna,ow, K,.oM1o>�w„ .d maw ua re r..a memo d� • �•Ka ,Ne aor�ew�ndm COMR.Lipi � BV11.d vMliwXp wbgt,. wR1W1.rC9lMSld 0 $0 ,0 EO MM NORTH 1' - TO' of ubbock L-102 ELECTRICAL PLAN DESIGNED BY: LP, AS ELECTRICAL LEGEND DRAWN BY: LP, AS CHECKED BY: LP, As, SJ APPROVED BY: LP ELECTRICAL NOTES .ucaan awi,M�.c�auiewvrcwoaava wwnaarM�a. : .0 mcin ewe sw. N ar � wma ..�a,e.rx a MwM,.,v,co,o�vueioi.,®ra nirtwc �acwo W�! M qA(E NTI M1LL 61AA Na PJCW 4 NL WAIR}WLIMVl QOFCTM CJwM�T! nva.�owm,wnwnw m^^^n°ti City of Lubbock o,NR.w.Mo., � t w w ua�ar � �acnucure go,.wm. 0. 6lCInC 1MliNlATIOMlWLNM�OCMLWQ �� nKna.cMa�w�.mma paz�cs end t, HL6NN6YVL.NRC1p16AU p. CZD�o I L Mbomvnf P o x b mwb NORTH r-sa REVISED: L-103 7-7 IRRIGATION MODIFICATION PLAN IRRIGATION NOTES uw �w o. rwarre � .arrum a� .�ii�c wrcx ' ie:oe.oua�mw,re riuonea eae.nrtro retwrH on r m+.emmttwtm umo mwtw x, r+non.ram eas.®rteuu r raw xwao .* mxnucram eacree. wnvamosra a..�xaw wwea�ni..uro w�e�a use ewu ee rwmi er m�rtn�cta� ro mae. rrexc�a w�*w wr us o<ooenro mnw.eraa wu eu� a.e�as�oc rwwa w�vn�rw+ow com na �rvwaet wn wrea •nar,rru z;- L arbmmmra /\ 0 20 � e0 N " 1-20 DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP. AS, SJ APPROVED BY: LP oof c bbk REVISED: L-104 I— wm­o­E­ 6lGN­­ ETE MD W.H­ E­ Asm Dl — —E P09T6. M. —E- (.EF. C ) EXE T.!p , B D. SIGN C_ � i�FIT 'MRET­65­MF­M E—MEOPERMT­11 ­­­DL 'tf 110A.—EEL.. ­REDDEs­ —InEDTH—ss 2 . EE­­-E—.E­E.--R.ET A. PLAN B. SECTION C. STAPLE (NTS) lFEM­.—­E­1 ­­­ ED­­0X'UNl­­=­RES —E, 3 AT_ l�7�EM�POPARYCCMCRETErTOGE�EDM.SITEM ��TO�WRUC 2 ­DH­T08ERE­ED­­EE­6E 3 —CE­­­EE­­—RET. 3 —E­­­­­E­­l ���_TYPICAL SIDEWALK • SECTION 4 TYPICAL TEMPORARY CONCRETE WASHOUT —E TLmf MEDeE_ F.. 1.­lClEER­ PMreXcwcT—M—ED 1­­E­­0­0­CRETEMP ­ED ­ED A 71 SHEET L-501 ­­ED_c.l­pl I PNR.E­E­.­TCa E­ETE.E­WrH ED­E­TYPICAL SIDE WALK•PLAN VIEW ��nG1f''TYPICAL CONTROL JOINT �`1 �TYPICAL EXPANSION JOINT GRAY DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP, AS, SJ PPROVED BY: LP _ub REVISED: L-501 M —IFY wME—S PROR TO IxSTnON. eo— M %CLwip W C! . Tf8 9T W MPO9. PICNIC TABLE LAYOUT -PLAN VIEW e ¢ MEwIM6xWM .._.. OPILt FlREewt F.Z.b B FIIMBN LOIKAER .A COMWIIWe, p N a m n�P.,w�E TVP. iroeElw,olM, E OETML �' wp A.'PLAN 4 Ew%°OEsrP"alc 8. SECTION, ,k�,....._ .GERE N01P 0.eEEB�PIOWTAgIXat•MOL@LRt800'6Tw,TNOxe TNGtN MwuF.c,uMlxo ao,.Rc. oR.sPRouED Eww vtlei EE WE FFV.RXfir COMRF.OrOR. 1y-xTgELR,PIO WIOWM WaWRBOLT9 ww Fu li wn�-"a�q s toa w,,sr¢a .. A-F AN—F iNoa wm�Pao� RR.— gBOn'eMwTre' r E%Twawo A— TOP OF NMT MORE Tww W TYPICAL GRILL PAD -PLAN 8 SECTION � N15 Tnw f N)F�TS ELGx � mF,xa / EP�IPw+�IC��ELNLLTI �� Ni,6WFFOe MOwTEMIIRE0 RWg0%OR MPR [OGL OOMK CTOW OR OOOFKEiwh—)VEweC,VOM) R%roOTORW. woRms E Lac%MPsreR. t -ER WwgRTX—OF NUTW E7—Ir, REMOVE80.T e%reNwxo.Ewe Tw of Nur MORE Tww n•. i1 TYPICAL PICNIC TABLE -ELEVATION --_ n•Pnolus TrP. x' 19N CONORlT! _... FlMSx CGK11ETE. TYP. K ®18'OOE. Mat. OOEW 1-4 I3NCOMwuwrs. MW A. SECTION NO— caNa+erl wnwluwt,re•MewuM.6Row Fw16N. i 600us.w.s asrur�ner R�aP%MuoN coxsTRUR,oN, :, az�e 1'Mi—T.-eiaR R,u�we�M)FOR P,LWLrox FaoTwooerM,E. TYPICAL PAVILION PAD/BEAM - SECTION U Nlti DESIGNED BY: LP, AS NOTE: DRAWN BY: LP, AS EEE — aTowoo6 ME„ fea CHECKED BY: LP. As, sJ APPROVED BY: LP eN l�iwa Os TIED ro aRanr+ Tao F!®PnvlLxwtxm. mRM OGRE. TO 6TRLC,ORE up— _ YPFOOTw06 M% TTRE—MNIIW w. .. IN-0RW,DJIRl. BO%. LOXQO1v 1".l 1 To e,Ee,we 6ERvxE reeo TYPICAL PAVILION ELECTRICAL PLAN NTE �F M —'POET uMESST N—NEER. RIF. IHo srmenivwoxeR wWLlox B. REBAR "ELL" 4 TO6E6TO®lOLO M61 � v%gEe�elE Fux LEw8)OF—EwgEF- OEIWB 16LEMElT tE n•PPOn18. TrP, Mp6M'eONweTE. FFgee.We EPERFOOO) 0 NOLEB V E' OlEP IMO PoFOOTPb. A<p O.OE,W, PINT STETo REINFwiOEMEM6PIIIOR O®,C PWAA.O R%RWPTTP, p - FEF EIITOOE.w, � FORFwrwo'.. 17 I7,FFF COMIx �6.� A. SECTION NOTE6 � eOD %MES�PIMJb10W flWfM�. E. UCFIw4 a we "Ma iwquF�IFeAi6o Fr. oiR.a• .v I. ncTuRE6STReONRFi-4 S)FOR FOOT-0-1- 1 TYPICAL PAVILION PAD/POST FOOTING - SECTION NTE oof c ubbk REVISED: L-502 SENSOR TERMINAL 1y__E_ ­vsr gEFLOMSENBW CCNNlCrol6 TYPE N­ I- M_ .EII-1E RACE V —Ell i L C THERMSENS--E M .USE­ERI­­IDE0­ITEqFLOW T0NAl­E,­N 3 AT a. TURN POHERONAT THE CONTRIXLER, VMD­lM­­T0OONTI­EREYPARK I­EIL­EW5WF TYPICAL FLOW SENSOR INSTALLATION r TC BOIAOTFE OR ELL TYPICAL VALVE BOX SECTION .T1 TYPICAL RPZ BACKFLOW DEVICE At41N. COVER OCOF OMNFA I—— DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: UP. AS, W kPPROVED BY: LP LIONEL PLUMWER. PROFESSIONAL LANDSCAPE ARCHITEC: NOT FOR REGULATORY APPROVAL, PERMITTING OR CONSTRUCTION .TION DETAILS L-503 L------- DESIGNED BY: LP, AS DRAWN BY: LP, AS PS CHECKED BY: LP, AS, Sl MA•A,Mf PNE u,ERU PoPC TMPoP�wEExEEIT APPROVED BY: LP S TRIENCxET,e YAPE MPO COMgIrt __ Mw6aFAWHCE PAMrvE Lubb°ock 7Toxa Parks and Recreation ' AUE0.TEM vw%owwTc RAr�io aeami MKAINxuME nPorvoTEK sruAenw AieaM"Pacl+eaawRernaav 6LEevEs rRExo•i ws sRow w+aRUTER UNrreAPreRAu t�COTiMERVNB. CdaECMN9 WVEKPH WOE 1. BLEFVF KLOWNI HAPoAGVE PteMEXR`MM CII� iW PTO I. F011 PoGl ANDYARE KRML [A:PT199K 9PeCIFlGTPI9.IN. LIONELNALL PUI PROFESSIONAL LANDSCAPE ARCHITECT TYPICAL TRENCHING AMno — NOT FOR REGULATORY § APPROVAL, PERMITTING OR CONSTRUCTION Noes xKIRPoOAT,LS TEw6TOeOEEHN6MESE= . REVISED: Nf_EREITS.IMMEWEV,EMMP 02,1a. MEOMMGLLT T�iHMPTONEM N1oCTOR� �. YE'v3'•xJC PLYV,Ca]O TOCRA N)e'nP.bT'BTIATCIo!NW T - EMINCOMROLLSE '.. v"T°YR'wneuw "�T�E�e.°seE ��1 TYPICAL SLEEVE INSTALLATION wAM POR oerwna Ua xr„ ATTEXW t Et u '. PPoEnom n OQITNLTER -- P'awiLceo ev cvlTPwcrw+ IWTLH COMPoELLER CA6NET PONRRE6E TEl 2w PwO1. (eAialE+n MPO. MoceLE: Ca2a,e2m[sry ]O! COWipWTf NTTrvgNP+eR PROTnYD 6,' CdnMOTOR --- REMOTEC VALVE: IEIMCR ICV .E.E 6EPoE5 PIEk CONdM ......... f EPibNK EASE ASNPPA➢ IO UE1aPXaxu1 AT-T—TION9 _,.....,....,--G TE oor«eoTwNt+a2, CdATe�� FF HO6f PIx16x ORAcertOP6 MLLCH ---. flNJECf Mato: E�PEExe E MAMA 6TwO OTKTEBOATfM ER BERRY PAVILION e0.T6 PROrTOPO6�'fdIRAOTOR Ve�APMEM6gN�ASPRPLeOI PPoUE4i NUMBER AME�1lA6TAMOviO VALVE�A�O¢R�i�VKi�EO%, COVWT PRWTOEO xe'xJCAe'S1Ae F0R91PgLE eP�INPHRLePWTNN F mN,ROL TARE eP�r,Pro �R RAEiER.TE xe�.6•dAf oRooumE. TE e.EmIEE„ce>� ,PTM 925 0 �. P PRoncener canRAcroR cooreaWif vmxaweRoeo ercornRAcroR tf °D 6,.+2Afa,E6TAEEANE § BERRY PARK un Mer PER OPAWce ,PADBV SCIAeATPnsroM �A E 4 N ENEE� 36TH & CEDAR AVE P.�aT PTEfA1.TALTe � � ave I I IP,PiAPwr� . Efue AOv>texO as, q SMCEP. 011G tEOP.ipN. WINLINE IAW AFEEP m�-r--T.rP. x• ^".. !FlPE ROTBGLE: PRrn,ceoEr evlTRaeroR PTT: ELT.211 1 T YARIES �aRouNo ASNE :+6'Poon IR zMNEEPrNOP _.---"�-LF-'2 PTC Mw Eem�PFH,iaNTs L OOMROLw W A KNEE DN,TI EN RT, 6EPMCE TEE SEPTEMBER27, 20 77 6aPeonoLHO RoowTX wMRAcrOR wsHeoOMTELyf tEA6AETAPIPr) -E­ PROVIOEDH,' fdiRaOiwl IRRIGATION DETAILS � TYPICAL CONTROLLER/ENCLOSURE INSTALLATION x , TYPICAL REMOTE CONTROL VALVE INSTALLATION Ns _ _ �� L-504 CHATMAN PARK PAVILION CITY OF LUBBOCK PARKS & RECREATION DEMOLITION/SITEWORK/ELECTRICAUIRRIGATION MAYOR, DAN M. POPE CITY MANAGER, JARRETT ATKINSON CITY COUNCIL- DISTRICT 1, JUAN CHADIS CITY COUNCIL- DISTRICT 4, STEVE MASSENGALE CITY COUNCIL - DISTRICT 2, SHELIA PATTERSON-HARRIS CITY COUNCIL - DISTRICT 5, KAREN GIBSON CITYCOUNCIL- DISTRICT 3, JEFF GRIFFITH CITY COUNCIL -DISTRICT 6, LATRELLE JOY DIRECTOR OF PARKS & RECREATION, BRIDGET FAULKENBERRY PARK DEVELOPMENT MANAGER, LIONEL PLUMMER SHEET INDEX E 2TTH ST / V m < ' D E 26TH ST GENERAL NOTES LOCAMJN9NINEADONDIETE E.... CO OPBO C EVAnOna 1'.� OPCOLO AN ENLOwFO ON ETE OPSNO SHALL IrJgipE} EFORM9, CONCRETE 6IA SMOOTH .— AND SUIEF TO PREVENT EONNNO OF wATER. Ex DEUJNO H=S IN E%6TIN0 DONDAETF. SAW CUT AT HEM CONTROL ANT On REMOVE TO MOT EXPANSION JOIN.6UCH V.ORN FLL = CONSIDERED EMRA V.ORN. OVBLLBE('BELOW MOOMM=ETE AND FLL SLOPE Away FROM CONCRETE Ai A. I MAX. TOR a ROD L FOIL. SOD LL AT —I AND— BEFw6Hw11 FJI5ix INF. CONTYDTORVBLL BE RESEOAMNLE FORwATERAD 6006T 1 COMR—ION RNMRETE. FA BASEBUEONBESTAVMUBLE NFOR—ON EPCTUxcO+gigHS DIRER FlroMTN0.NE SHO.vN.CONTWCTBRHBLL PRFORM E%C Vnigx AT SRI nIFIENHFAD3 MELSEWHFR[AS NCE59Am'TODETERwn6 ACiWL[OwigWMMJN.6LOH wcaNSHALL NOT BEEXmwwORN na pR OmER W WN REOU REO FOR RERDUM1xO RR OnipxuTENKv Awo cOxmOLtVRE4 MLLNOTBF cOx6ICfREo E%msr�C1M nPFAnPE F� RE AOUTF.O NTERnLSAVIRIND w1LL BE SAME BIg AN0 !mE OF RPEJmpIKK3 BFINO RETAACEO. RAOTFCT EXE N%Lms ANDU ES OVRNO CON%TRUOTON. IF DRANDED, AFF—EH EDURAENTAcwnADIJ: TO THEavNEA.. RESTORE P-H GRANDE TODROxALTXw"ION. +u. sPm.NacrOD'=ru Z'MTAMEDAI SxRnNFmvsNduot. REPAIRROAMIN CONIFgL WIRES TIAi ARE OAMAOEO eY COHRTILOTION. NStALLNAVDM01MN0Ai 0n VALLE BOXEN 4TSRJCEIOGTON9.USE FROOF CONNECT6RACCEPTABLE TO THE OwxEA. BOTTOMB OF BOAEE ENAN1 FEET LEON UNDISTUABEO FO B06S UFED FOR EFUCES SHALL BE N— ANO B FROM CONCRETE EDRES I .ONO COJRERS MevTBEENCdINTSPED WIR NOCWJ6TRWTON ATIOGTgxRxm WbxN ON THE NANS.M(AE 91H 11CRcpU1E0.510 xRaE4i ED0EOF 3 TXNICNflE. MANGFOROUCNCOUFLER65HJLaONOTEFTEno EETiw}NCgNCAE1E. CCMRACIOR SNNL BE FAWLMR WIM 9xUTAFF VALVES BEmPE Or BEO M. PEIDGTEOONONCOVRERBSHALL BE N,TALLEDIN A lv RDUxo M%. wORNAEUTEO TOCAPwN00R RELOGTHOOMCN TAIRERB 1 FLLNR DE OONE AINT B HORN. whL BE AESEONs BLEFOR LOcwMJN OF CRIncK NrouT EONTB, OOVTAACT)R 6HALLBE RfSWHR BlE fOR AM TIXMLUYWi SARROLTOED. 14 ELE ID LinEB(I R TAT ARE SNwm ON FUHS AND WMAOED q IAB CONATT n cONTw.CTDR AT N6 EwENSE. TEAwwrtroTb UNEB BHALL BE AT DIETING LAIHT POLES OR ELECTRgM, BO%ES. BM OWED. tF. AAH BARRELS WILL BE REM(HFD INAOT, STORED AND AE: TALLEDINNOTED I —Al BV CONRACTTF F DAMAGED, MAR LVILL BE AE IDBVTHE DONTMCTOR AT H16 EXPENSE. DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP, AS IPPROVED BY: LP ubbock REVISED: I JUNIPERAVE. L-100 � 3 DESIGNED BY: LP, AS DEMOLMON LEGEND DRAWN BY: LP, AS owes CHECKED BY: LP, AS E 27 T H S T E �.� APPROVED BY: LP � M ELMS `��' DEMOLITION NOTES c ceD _ CED ELM_ imcm1n w n cry x� p i �iim �mrn'.ncw Lubbock ' r CED ELM _ `� CED ELM d(;FD ELM Nis, L.,U, DEMOLITION PLAN o ZO N EO NM NOWH REVISED: JUNIPER AVE. L-101 F 27TH ST c— c z /mm C m SITE ANNOTATION & LAYOUT DESIGNED BY: LP, AS SITE LAYOUT LEGEND DRAWN BY: LP, AS C - aew_:.i. CHECKED BY: LP, AS APPROVED BY: LP JIIC VITVVI NVICJ oxnuKxna�slrmwsro ngveam urourvanre�Aao '. ron mm�rc run o,>E nwe etn mre. a mnwcronromorurour ware mwn.eluue M.ovw,.s. n. a«nucrun wuu�nsmoxnst wn nwrwnpuuwrin mw aaeracnax aenrovcc,rrw urour n wuw+K oraao.orr mwr. �. ecvnr�cnr, m�u,M�c ww� ns nnianro�wa wxcnrr¢ n cmvxcnncswi xat.�nr elaar ru�`wnnartarxruewua c�,e�u r.xowxln vnn, rK rmrra.e.�nlmsraouxs, �•wnaq wr. a.a• amri, wo kcaou°�x°�'wrm r,c ure�vr arar a� uenocx mwcuo eraancnnare iro ern�iwx omvnma meu.,s e.a ec mnwnu„o,n rw+Kawia rmmwrm�yrw,�rx(rao cn �nnxexmunn u.xo, �� nra nrwcreamre awi a000roarm.+mru,ern w. ttraxo carennw�wn on onlounv+ mwiarl�mm�orerurvarH �a ewu a mwn.� r»v.rK�a J 0 ZO IU EO MM NORTH .p oof c ubbk JUNIPER AVE. L-102 I F 97TH ST E 28TH ST C— C z m C' m ELECTRICAL LEGEND ID uc,ox.oR ELECTRICAL NOTES �ucanu�aru w,w�ruieoR snc avaovo w,nnraanHca x wim�wn s�meewu:arnwacva�s*rve a Wru.ucaartoeso�wim,onnmre ueeluo NCVWIeIDWl GHQ W�CI.O�R�NT� ° w�'in°neraec.wM°`iw�''�imo@ewu.:rwc cvc ea�ua 0 Q DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP, AS APPROVED BY: LP rLubCityck Par ans�dRecreaGon ELECTRICAL PLAN ,•. rE or REVISED: L-103 F 97TH ST IKKIIaA 11UN NU I CJ a�miAro E�i'��r "raca'�roe�inuIn�cwnae° .,Io sIm wr or>� w nn nen...n rr.o on h+rwo aw.a®on EEvorn ew... nEnraw m rtv Or /OEgMRl�SwM/YNO.[N IMP OSxe. mm nrt carnrwma�e I�s�n ro enoncr o. �c.oe.oualaunnu.00nen EdNMCMrro wurwrnsw �� own oEwurga nmawromEas.�r wumnrwmon .�.roanr�craree st. ., naroeeowru eHvwwovnroowaroruic naM.e�E c�al«u a rw�vrrar�-rw ro w+iwxE r� hnlr+ mE wn uc a E101 W �NEFS, 4 NgS.110Mr�q BWLBl IOUI®10 MCa WIugp �BI W L F16 U16 C/ V Mtl E F4Atl NgS�11CXR AJ111m O.�lOA NMf MWfNM] 1N111Y CQ9Mu[ 4 CONTER pLpI PoR HOI XIXRMBi.1iN NA T'ttMw�LRN, c0o; 00 M bo.. Z ' �� IRRIGATION MODIFICATION PLAN 0.'W 1� DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP, AS 1PPROVED BY: LP L-104 AVE. .aLaa — m�M+�FLn,Frc uaw McACM CRE L'MEidwGc ! -- LmJooM McTAL BTAI¢B. 'MHO (EI P¢R eui �LA09GiEW,iW. n '@YWOW BTMW BALE nP. �re Tro eETWEFNeMp95TMW PER B M j2) RA i+oc. onw +sue —I"METK—El. D. SIGN I V, Pen auc • C�''' ¢ u iIIPAL OPAOE .nP, _ . ,!(NUDE BTEEL WRRE ` A. PLAN B. SECTION C. STAPLE (NTS) +1, SMfOMnYw RETEWABMDUT TD BE LOGreDOm3 Te wOWwER Pa ORTDGJweTRIFTiOM. s. calcnereWfsMcur elGl TO ae wsrwLeowTMw sv aPwneManPwun, wvm. TYPICAL TEMPORARY CONCRETE WASHOUT MFa1Fv BRDD/M-nm9M WMCRER ��wreofinE / rxE�cwiRaL 2 TYPICAL CONTROL JOINT xTB b x'RLDIUB.Tw. �E.BROw _ flmAICOHO�Me, CDMDRETE.Tm - REf. PLAM9 . y� ACTe i MDTEB'. ORceRTO POIM9EVE 5TRAXMrt. VlRTGLEODlS IASSMWI. NL 6PEGFIED TMGwf%, 0.���TM TM! FOgMB TD AOIIEVE FnORTO�G]1DREre MGJ1WT vN lDUNALDrt TOY.• WMGRMLYACnOS9ePMI_RE MFACeD FdGETE AT TE! PHDOFA OdIR 61NLLFbi ce PIADPL wemQ TIE Fpw x9 B WLLB.MALE A ME— PopBx AOMCEMTPMIeM OPADE SIWucet ceLGWTDP OPCpIGRTE. TYPICAL SIDEWALK -SECTION �EryCRRR0. REF. DRLxEIEET Idw B Rer,Paxe s MMMI caMGRETe eouu:. eowi... EYDANSIW JGMT, GRECl�Ice BWCYlY PEF.OR I9MEET LdBR x rn,rBPFO � MMu FDn.a 7/ SHEET L-501 TYPICAL SIDE WALK -PLAN VIEW 2. MED, BROW FWISM-x•PAOIUS,nP, _./... �cRrre sPeeor L nmFum �•.�• Isrioom� sw wWEL uocAe b !!l PSIrreERMEan x�F,rBPEEDr REMFOgcfD CDMDRE'TE nP OOWEL�LtmDOE WLLM NOTES jTYP, EiwAMVOM,aMT ,. IMBT11 pP PANB JO�M MATE x'BfT l0•vT� OF WIEAETE.�, RE RED JGMT DA➢A'T COMCRETE4ERR ED, REr. DPAY' T PoLYWFEDMwesEAWrt. VAW 51MLLMDTBEUBED EFDA S JD E TYPICAL EXPANSION JOINT IVTB DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP, AS 1PPROVED BY: LP ubbof ock REVISED: E. 29TH & JUNIPER AVENUE L-501 µUTOR. F W xI6XIN06 9� W.L BE M6TALLEO N CLFMAMCE9 w AccaRa.NDe w ras nAxawos, PICNIC TABLE LAYOUT -PLAN VIEW V N, f f 6are•--..... DRUFIREBox EEWJ1M�1 w ORILL PIREBO% - FNIBX CCNCAER _,„ w. 4 4 4 B sM�LLALBETe _. ._ _ a. COvbxuW6, M. COMINUgb 4 M1 0. 0. K'RAbV9. TTP. °' NvoR AAM, p - 04t 9EE OETAR E 1 MA% MAX (("COwEp Le TYPEEOY � � •.•.......®. � � _,.� P A. PLAN f;TP;"" B. SECTION TM H ��"F,",TKK,Ra xOip (EREU .—P—, T 9XEIF:MLLR�OMA9 MATNiw NACTUR�wO CO., INC6, ORAPPPOVEO EOWL 2 ORIUSNILL EE PRONOEEW-REMCTOR S V4MflATNMBi1ER6 LOCW�pDWA00ROPNNPNCMORE0.T8 (µTER M TO PREFENTN REMO— REMOVE BOIL%• " EXTENp—OP—MxgiETM w ��1 TYPICAL GRILL PAD -PLAN 8 SECTION Rr> r-q- Iwo IDF Ji et]NI i i -- =--G fEe�IPRN�IC� ¢L�ATgRI E 9x vµLET:F Y SO.WW3WTµ i 6uT. 61RiFFCE Md TOSETlMUPEO ON OR PSPP,OVED EOWL 3. M TORE PROVT�OEYCWTRACTOR. 6. MOWITO CONCRETEVAT.sl. •REOXEAOproP+RARtlgRBOLTfi — ARUgR TRP6EAOBTOPPF4M RlxOvµ, R¢MgT BOLT E)(TFNgx018'NETOPOFMUTLgRETw w TYPICAL PICNIC TABLE - ELEVATION --- U6 TTP, .— NEpWeF— UM&100M Fmg1CORCRETE CONCRETE M. RYP®TC O,C.E.W.. RYF®1COOE,w, M. i F i - T3rowPTnRTmu0U6. fio MA6 A. SECTION ROTEB CIXICREYE EVE MMl INVE AMEpW BPOOM11- 3.--MEA6O —EEO EV BLANpANLIOR COR6TRUCTION, US A GEE j1MNIIFACTUIERB 6T BRUC --ETry1 FOR PAV-FODTIMO C@TNL6. (—,1 TYPICAL PAVILION PAD/BEAM - SECTION DESIGNED BY: LP, AS NOTE: DRAWN BY: LP, AS wo�xE P4 CHECKED BY: LP, AS APPROVED BY: LP L�dME E ro`� -- W BEECONmRLE.— ATTRE - UGMFI%}DRE. I PAELNMrtxro. / 1. 1 ROUTErXR000X8TRUOTURE GFEEDPANLXXI LIOM. . NT3 t 16O MC CA0.E RONE 01=11iNIC1URE 'CT01®1!T TO BE 6TL®EO UP NR00011 FO 1. D—UMDNNGTIOF BOx. LO 1..-E-LOGTE TO ELECT W C 6ER V R;E PEED TYPICAL PAVILION ELECTRICAL PLAN ,M------ ._ YREfiRR b a�. ETIITONIMCCTEi6R•REF. IM09LI AT 1W01RRPANL10,1 B. REBAR "ELL" i TO EE6NEBEDUPw61D! TT --SEE— �, EEC OF —OF REP. ^_..�.. X- OETNL6 16L6MEET 16 Yj•RAGU6. rvP.� EEPUR 00M SR CCNCPETE /, p�RlBN1 TSL•(E PER FOOTWO) U. B'OEFO FITO POOTUPS. �\ PPOxT M00.ACE61IET.E- REWFORCEMERT6ECURFETFRIOR TO PDu .TTP, � ® OE . .1, STRUDTWµ — 13).. COMINU U.. A. SECTION NOTE& f T CORCRETE6LN3NTLLXAVEAMEgW—FIN16X. ; . UOE(1)FE S SO A6DRTURRI ET MBUBPANLNMCORBTPUCTCN, A, 6EEj1WNUFAOTUFERBTRLCTUFK ST(6)FORFOOTINOOETAILB. 6EE 6TRLCNPwL BXEFT6 1 TYPICAL PAVILION PAD/POST FOOTING - SECTION N,B ubboof ck REVISED: 92550 CHATMAN PARK FPRILOGTKKV', E. 29TH & JUNIPER AVENUE L-502 SEHSORTERMINK TT•IGLLOwIECTI0N9 IN6p8LprtRd1ER MPLOwSENSOR WT �M.INS. V.tln i iNPUTa �ai.T1MCOELP:,�O, W�Purs � LEVmH � Ms+x.WwTe ancN rwrra+E vwTERswPLr MsaucR et5tt.vwTE � . , " V �GB¢EN GBE 1 ITQ E J(NeRE . PROWOED __...___________._ ErLWlPALIWt CTIDN�FlAY tOMPEOWMETeR4 �6PIPE ONMETER3 VKVes. REdKERs, dtftdOnSdTws 'f —Ff' VKV¢@¢rIwO EIHOW I-0 P¢R wllalNEr 1. TPWM I=ROPPnTT HE CON TR0-R 2 •i THE FLOW 6EMSOR: —E—E IXACRwMf OFTnE ftOw BENBgi TO THE eIALR W,RE @ M 2V{IES@N•. SFNBORCNSL¢. CgmERTnE NNI!¢ V3RE OPM PLOW 9ENSORTO M NMT@vnRE OF THE SNL+SSEM.6ENSORCIIIE. VO@ ECO—O-OOsCONNEROP9 FgOAOFD N,Tn Tn@PLOWBDIBOR 10 MN¢MCpN¢LTION. x MLgWRg1ER. CdInEOT Tne sucR w Re a •Ew,FESEIr ro • W wrt r.• OF THE s@HeoR TEPwrsu mPlm rPcaasn. POR=nTTIH COM11dLEP, B.SPN TO Tr. w MeExeoR TemtIMF,L eowo�PDo�T�. 0, —SrKIIe)VKIRH\\R 0Wd1 TO COMR1g1ER BY— DEVELOPMENT STAFF. %1 TYPICAL FLOW SENSOR INSTALLATION �`nJ1r TYPICAL RPZ BACKFLOW DEVICE nxs � P�snoP.DEnwoF MULq, vuve Eox Wnn cdren: ,v Roum w assnwo,lolHT rPw uTER.E PwE P•t SCH A TEf OR ELL TYPICAL VALVE BOX SECTION IRRIGATION SYSTEM To To-- REFER q�... 4 N+N+010R� 0a18 �OEOTEXlEE FNM@C OR 91RPLr fArFVMR�COgIdruTE Q MIN. COVER C1 OV.N¢R� i0 B11P0.Y CODRgM1TE DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP, AS kPPROVED BY: LP oc bbk sFP � 4P c� ffi IRR\G� REVISED: JUNIPER AVENUE L-503 ­ING IN SO BT IN THE BM,E TREND 0 NO BEIHATN ALL q� A2411­i­i N­RING AT- 0RGNEATER­E­E­ SLE­E­­I­EELEMEW­­EE­ �� TYPICAL TRENCHING N 7' ­11­CCHTRAGIOR —R REQUIRE I­E BEE —SESS, PI—B. ­TO—E COOROMAIEWMOVMER A­MS xEFfKO AIEETEKET­V­S0X ­­V.— ED _R?To E SNNNER BET"-.. r­ie1 NET--- ��� TYPICAL CONTROLLER/ENCLOSURE INSTALLATION 'XI ­WIE­lMSLEMST0K AU.INlEl05ES­ENT­=.TE_5=PIK HEFEE— SlM­NMESLEM.E­­SI­ER SUM. 20NIC.IESIANNS. — IBBSN.— TYPICAL SLEEVE INSTALLATION =-SERIES F­ER­S­`N(­m r STAN..­ R ­­80—NEI. = M"E—I V.. �=LINE —.1. E. AM6 I-11BE (GASKET­M TYPICAL REMOTE CONTROL VALVE INSTALLATION DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP, AS kPPROVED BY: LP JUNIPERAVENUE L-504 _7 17-77'! 7777 SEDBERRY PARK PAVILION CITY OF LUBBOCK PARKS & RECREATION SITEWORK/ELECTRICAL MAYOR, DAN M. POPE CITY MANAGER, JARRETT ATKINSON CITY COUNCIL -DISTRICT 1, JUAN CHADIS CITY COUNCIL - DISTRICT 4, STEVE MASSENGALE CITY COUNCIL- DISTRICTZ SHELIA PATTERSON-HARRIS CITY COUNCIL- DISTRICT5, KAREN GIBSON CITY COUNCIL- DISTRICTS, JEFF GRIFFITH CITY COUNCIL- DISTRICT6, LATRELLE JOY DIRECTOR OF PARKS & RECREATION, BRIDGET FAULKENBERRY PARK DEVELOPMENT MANAGER, LIONEL PLUMMER ti. Jay, / KEY MAP SHEET INDEX RRE AMROiAnONA LATOM BIT dFEINOFFLRAN GENERAL NOTES COxcRETE ABEITA I.. —I R 1f ON AIMR FOR C= JAMS wKL NOT BE ALLOFEO. W. WASTE CONCRETE OR LAOBE PLACED R6T DE ORL6. R. AvreRCENOMTEINOFCONCRkTE5ue9,SMOOTN RdLAVO SLOPE iD RiflENT R)NONO Ci WATF0.� [ONCRETESPUT6wNEN oRIwNO MIEN IN EE6nNo CONCREIF. SRW CLAN Ri xFM CONTROL JORFIq REMWTi TO NFST EVAxOpNJpNT. $UDN WIP11L'MLL T BECONMOE �FFRA BROOM FAVISX. 0 RORApE VALLBE I'BELOW TOP OFG)NCPEIE AND FILL RUWEAWAY mONI CONCRflE III wRX, IOPOF90p WtLL RE5T d13LgOTN LFFL6dL6�w1LL BE_,. AT EDOES ANDvnLLOE FLIkHwIM FFKTSSB TURF. COMRALroR FILL RLTPONSIBIE FOR WATERIHD HOD UNRLCON6TPUCTOp9DOMFIFIE. T EPRnNO aA GTgxS 9ED WON BEST AVM.ae1F NFOFAATONIF AOTWL CON.-NSDFFER FROM TNOSE SNO,YN CONTRACTOR—FERFOAM EFGVATON AT SPAR_ XEPDSOR EISEWxERE AS NECEB.SARvro OETERNnxE ACTUKCOxF OURATON.6LON WCRN SNALLNOT BE FXIM WOPN. N—ND OR OTNER IROFK REOUR I.— FAR ES FILLx0T BE OONSIDERE0—wdiKRPEMTRE FOR wq1 BE A:;S S ANo TYPFOF RCFMVMxRO BEVIO RFRwCFD. P. RRCTECTERIsnNO SRTNMERE AND VAWES DUMNO CONSTRUCnINFCAMMED RERAIE wITN EIURAENT ACCEPTARM TO TNE ONNER, REBTIRE FIGI E. O�u1TRambKIFa9 x N;RTIGL FOSTTOL TOPE FLURN vnM RN SN ORAOE Ri. REPUR RRO.RT ON. IR0.vnRE6 TMTME 0MM0ED 0vCdt9iRUCTION.IN6iN.LRTANOSRDIRRgAigxvKVE BOBS AisRJCE LOGTpxS. RSE wATEPFROOF ComECroRSACCEPTABLE TO THE (LAMER BOTTONB IF BGE6 R—FEET — UNaRTURRED 9I LBORER L6Eo FORSFLFE9 Swi1 BE —D..IaFFIM sPRNNTERs. xFRIMCoxcRETE EmEs, WGC Ft—NNv BE EN—TERED DURING MRSRUCTION AT LOGTONS NOT ENONN ON TIE FLARB NroRE SUCH CRACK CII—RE TO NEAREST EDGE OF CoxcRflE.. RR LAID BENETH COMORETE. COM0.RCTCA SRRLL BE '-.AAWITH A--'vKVEs BEFORE dt KO RA. RELOGTFIOUIOL COURERS 1—BEwSTAUED N A to ROUND 00A,—KRELATEDM GPRMOIR REIOGTND dAGCW— LLMOT Bf Odv.A. ETTRA wdiK D. Ctt PARK DEVELOPMENT FILL BE RESPON4BIEFOR I.00AMN OF CRTE LLAYOUT MAgTB. OONTRAGOR— BE FESPONSXE FOR ROdi ONAL NYdIT A. ELECTRIC UxES If= ARE SDi _ ON PL.WS ANO GMMMD WRRq [ON6iFUCTId SMRLL BE gEPA RED By CVIVTRRCTOR AT H9 FJw .I TERARNAnONE FO NF9 SNALL BE AT ERSING UINTNE9 OR ELECTR BOIFS. Eo6FUGES FSLL NOT BE TRASH "I EXPENSE ERENO.EDINTAC —RED —REMSTALLE E LOG IdV BY EONTPACTOR. — DBY THE DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP, AS APPROVED BY: LP M REVISED: L-100 DESIGNED BY: LP, AS SITE LAYOUT LEGEND DRAWN BY: LP, AS mQx CHECKED BY: LP, AS APPROVED BY: LP =Mw— SITE LAYOUT NOTES of ubbCityock 3 %9 " CID R", f, REVISED: SI LIM GUAVA AVE. D 11 W "0 SITE ANNOTATION & LAYOUT NOFaH L-101 7-7 ----7 r- 7 ....... L. DESIGNED BY: LP, AS ELECTRICAL LEGEND DRAWN BY: LP, AS CHECKED BY: LP, AS APPROVED BY: LP ELECTRICAL NOTES E3 11 of Lubbocku row Parks and Recreation U0 ON Eai/ ------ "I IL m bem In Ar 'Ar -10 ELM REVISED: SEDBERRY PAVILION 92550 FEDBERRY PARK E. 10TH & GUAVA AVE. ELECTRICAL PLAN NOM 1-20 L-102 e�IpRMer �¢ * O�RP�NFL.ft�ED BRDMe�oI ORES • MOODOR ZET. STMREE, tzI FER BMf * WASHO LETrtRBO K�'LNO SUNN TYP. 9T¢TMae�auee. REIROPAW L C. B R9a, MIN, TXSDETML b MT OR ME—SUIES, RIPER-E D. SIGN � /� �✓ -•.�•• � /, BMILFII.RDC LME4 DMVELFILLEO BEO,TK. S I TURK OwDE tO-87EELINRE b� A. PLAN B. SECTION xo EN �meREre rPSRrour To ee LouTED—EroWren PRmRTo DONSTRLv ON. wF 1FJ — ROT REMOxEDIMTlL CBRCRETE—BEEN—DON61TE. C. STAPLE (NTS) S COxC. WwXwT , EEIR9TRYID WTMw TO a WI•exOOTFAC , L TEMPORARY CONCRETE WASHOUT UM BROOM flMl CONCRETE .Ipa PSI FwFIWE6N REINFDRCEDCCNCPETE. Tv, �- XMRo-TooLEo cawrgaL JO )yRFLMU9 �A �n1 TYPICAL CONTROL JOINT yj'gPBU$. TTP. .BROOM COxORET6, aflM o RME COxcRETE irP, S DDBPgL,m EE B.R Lw%.L REF.FLANS SYBO 6:1 MP% F m. FETE fORMS E— SE FOOL OEPTX AS SPECIFIED PER DETML ElEEIp OROERTOPABNE STRrJOM,E ff—LFORM.KERROWN, CON FRDTX>LINOi FLOW BPNGTXTXE FORM¢TO AURIEVE C gESS. WNTE 6OILB IE—CONCRETES—SE5PRAVEDNrtXVNTERJ eT ORTO—RETE0.ICEMENT, RFFR—ON TOES TOW­FORMty MDTOSDENTIRESURFM;E. M TRrt [IDOF�PWR 6MML RJOT BE TgCEO INSIOETX�EMFO�gM9. YOE.wLNS$IMLL X4YERMEDLM 'BEL . e MNOEJrt rINIeX ORnOEW1LBE PBELBOW WTOPTOP Of COxCPETe, � TYPICAL SIDEWALK -SECTION v xrs T� EOwCOMrOI C MEDBPOOM EETLde1 F5� C RBI PLMRB FIN W CORKRETE 9� mW1 mOFI E�MRB4NJOMT dAECf�I�BROM REF.OM1 II6XEET,.E61 )s'R1S$PEEDT � W�.RT¢L.19IfOR ♦e 7/ SHEET L-501 3 TYPICAL SIDE WALK -PLAN VIEW Nr MEO.BR—.1. yj'RFJxM9.-1 CCMCPfR y IO EPBWRID SPE—E —CDWFi BWwxXBeFR 0 7 RE NFOPCEDCdRCRETE. TYP. ae1�If�OR iroe w awMn NO TES ITrv. ErDFEIPN ON NSTnEETOPOFEBERNSIBJJOINTLMWTEWM. TBELOWTOPOFCOxcPETE RECT pomDEOr JONTFURFRMLMIITNTEwPOMRYRR6 JOIM CPP, MOVE JBNT CRP MYER COxCReie I6f NISXEO.EDIO E— roLruReTwwE 6eM.wr. woaoewuNor Se LsmrwR ezP,wsNNR JBNrs. �1 TYPICAL EXPANSION JOINT DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP, AS \PPROVED BY: LP oof c bbk REVISED: L-501 7vE1R DMENSIONEP TO NETNLNTDH. FURN1S 5SN BE INSTN ED w CLEwRN,CES PICNIC TABLE LAYOUT -PLAN VIEW 6 ee� N.s I _ remwalaoM aN cmgsre �,„. - unREmx f b ._._!AB slximica iE . _ it - u,CIXPWUOIG n CONIw1wIR. w A A y - MRNDUB, TYP. xa, IN1 P-SEON I Ty MNt. 1 MA%. _.""-FxWTmO PEP A. PLAN F wB TvPMac B. SECTION Iwre9tomu . OT1 S`PIEV HLLT.M.U49MNI1roC L'MODELP.IOAD'B Bx N11N p(E SmE aRluswueE PRowxDBx`r ­R.cica: oRNPgaNED eau.L S. COLFRE1e�MOP� M�y'x�T HP gDfID Di0P1NnNDIM WIiB 111=Tge PEq—w m9iN1GRu LevEteOm-Y.•0V.. geMWE BO i exTENDNONIDVRTOPOTNUTMg1ETlN 4! 3 TYPICAL GRILL PAD - PLAN ,S SECTION Pis NOT�91C W��iTaLE EL�I.7� 1: MODEL xExEDE •,HOgILWTFN. SUT. SUPFNL MOUNT,Nl YENNEDBI—T NPRWEDEOUIL x Ploac irasnDlaio ae wxB+oFnev oa+mwcTc«. mNcgerE wirN v,�+ N' PewEND DrowN N,DaP BOLre 11 T¢q N,C1ggTNRFI09 iD PREVENT REMWPL REMOVES L Ex1END4GN ETOPOFNUi1pRETN W, ��� TYPICAL PICNIC TABLE •ELEVATION N.s _ 15-PNxu9. TTv. MmEw.EwooM MEIBM CDKJiEi¢, TIP. CDICPETE, -a _E.w.. F®1Tol., w. N F N TTP PCONDNIAV9, tB,tMNI q aI N A. SECTION .TEli _ R MEDUMdRO W CP,9igUCTICN. S UBE(fl REefn CMSR PEPS BO. FT.OF EUBMFw. ♦ SEe MN,U T.Eg99TRUCIURNL9METIBIFORMVE1gIf00TdODET— 2 TYPICAL PAVILION PAD/BEAM - SECTION Ni9 NOTE: TONTIEDTp E%ISTINO1x w1gE. �___,_...._..... R � TEDXTTNE 18A OCELL IpM FSR E, t� 6ED'D31P1 gOUrE TNmRIDN 9TRLcrlme �.____ �. oFeEO PxwLcxuaM. Dgmm x >n wO LtC GBI.E. N FFo^I NNMpNR 91gUCTME - 1-CONWTTONST1 IATMiOUON FOOTW06 P�9TPTUYp IMOPRVNCN D wOROLMDNNCTION 9C ES- LOCFTEIN VNBLOGTE Box RTwgxEgar SLfn roe-wcse`m.NxE' vE. 4 TYPICAL PAVILION ELECTRICAL PLAN NTs POST LIMESTONE VEREER•R[F. b—._OEIB 1ONEATT1 v ERPRNLION B. REBAR "ELL" T9CN,0 SwlEPm ELL CONDRi TO BE STUBeEL VP INSIDE vNMEB-BEEPUN LEgeIOFPxNLIOHIreF- . wP $.TYF, I -MfflY WNC1EiE �gULLE N�OLEeC(OEEPRMT�`O TPOOR`i EPOxY�IMO PUCE S TIE TO SAB - TMTFP®1CO.C¢W. fME�TSER¢v PRMM TOP gBv t _MAIL.. REF BTRUCTIR4 (xI,MF CONTINI TX]UTPS. T � Y A. SECTION NOTES CONq[TPP¢Nt WTUR OxMEBNS9�VAIW FONBTXKTKW, e.U9e(tIREBRR CKVRPERS60, Pr, OF 6UBN'IP.x. BEE 9TRUCNR4 SHEETS ,. SEE MNIUFRCTUPEg98TPUCNRNl9LrtETISfgLFODTIN00ETN19. TYPICAL PAVILION PAD/POST FOOTING - SECTION Prs DESIGNED BY: LP, AS DRAWN BY: LP, AS CHECKED BY: LP, AS \PPROVED BY: LP Lubbof ock TE Parks and Recreation 9 REVISED: L-502