Loading...
HomeMy WebLinkAboutResolution - 2008-R0184 -Contract - Wallace Sprinkler Inc.- Dupree Park grading, drainage, and irrigation - 04_24_2008Resolution No. 2008-RO184 May 22, 2008 Item No. 5.12 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 a Contract with Wallace Sprinkler, Inc., of Lubbock, Texas, for Dupree Park grading, drainage and irrigation per RFP #08-714- DD, a copy of which Contract and any associated documents are attached hereto and which shall be spread upon the minutes of this Council and as spread upon the minutes of this Council shall constitute and be a part hereof as if fully copied herein in detail. Passed by the City Council this 22nd day of may , 2008. TOM MARTIN, MAYOR ATTEST: Reber a Garza, City Secretary VED AS TO Loomis City Manager/Transportation and Public Works APPROVED ASrT-4� FORM: andiver, Attorney of Counsel DDres/ WallaceSprinkleiConO8ftes May 9, 2008 CITY OF LUBBOCK SPECIFICATIONS FOR DUPREE PARK GRADING, DRAINAGE AND IRRIGATION RFP #08-714-DD Contract# 8414 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thereproductioncompan�com/ Phone: (806) 763-7770 "A City of Planned Progress" CITY OF LUBBOCK Lubbock, Texas P■y Intentionally Left Blank RFP 08-714-DD, Addendum # 1 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 204, MUNICIPAL BUILDING 1625 13 r" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2168 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM # 1 RFP 08-714-DD Dupree Park Grading, Drainage and Irrigation April 18, 2008 April 29, 2008 @ 1:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Additional information and clarification from the Engineer is provided as follows: In the Drawings, Section C-1, "ADJUST UTILITY POLES AND SUPPORTS FOR CLEARANCE WITHIN DEDICATED ALLEY" is to be deleted. The pole has been relocated by the utility company. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to_ldoss(a,myluhlx�eh_us. THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the City of Lubbock Buser if any ianet ge 1-CgUirernentsetc. or Lny combinations thereof inadvertertIv restricts or limits the requirements stated in this RFP to a sinjzle source. Such notification must be submitted in writing and must be received by the Bayer no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. RFP 08-7I4-DDad I I I City of Lubbock PUBLIC WORKS CONTRACTING OFFICE Room 204, MUNICIPAL BUILDING 1625 13i11 STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-3326 littp://purcliasiiig.ci.lubbock.tx.us DATE ISSUED: OLD CLOSE DATE: NEW CLOSE DATE: RFP08-714-DD, Addendum 9 2 ADDENDUM # 2 RFP 08-714-DD Dupree Park Grading, Drainage and Irrigation April 28, 2008 April 29, 2008 @ 1:00 P.M. May 6, 2008 @ 1:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Due date and time are CHANGED from April 29, 2008 at 1:00 P.M. to May 6, 2008 at 1:00 P.M. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to cld<�syrr nl�:, „_lubboc;k.tis. THANK YOU, Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the City of Lubbock Buyer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Buyer no later than five (5) business days prior to the proposal close date. A review of such notifications will be made, RI'P08-714-DDad2 RFP# 08-714-DD, Addendum # 3 f; City of Lubbock PUBLIC WORKS CONTRACTING OFFICE Room 204, MUNICIPAL BUILDING 3 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2168 FAX: (806)775-2164 http:I/purchasing.ci.lubbock.tx.us ADDENDUM # 3 RFP # 08-714-DD DUPREE PARK GRADING, DRAINAGE, AND IRRIGATION DATE ISSUED: April 30, 2008 CLOSE DATE: May 6, 2008 @ 1:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. In the Specifications ADD Section 02930, TURFGRASS LAWNS, attached. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss4r _r�iv_lublsock.tls. THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer it is the intent and purpose of the City of Lubbock that this request permits competitive proposals be the offeror's responsibility to advise the Citv of Lubbock Buver if anv lan.2ua2e, reauiremments, etc., or anv combinations thereof, inadvertentiv restricts or limits the reauirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Buyer no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. RFP# 08-714-DDad3 1 SECTION 02930 TURFGRASS LAWNS PART I -GENERAL. 1.01 SCOPE A. This work includes all labor, materials, and equipment for soil preparation, fertilization, planting, and other requirements regarding turfgrass planting areas shown on plans. 1.02 RELATED DOCUMENTS: The Drawings and all specification herein apply to the Work in this Section. 1.03 SUMMARY: A. Work Included: 1. Furnishing and applying hydromulch seeding. 2. Furnishing and installing sod. 3. Bed preparation 4. Warranty B. Related Work in Other Sections: I . Section 02300 - Earthwork. 2. Section 02810 - Irrigation System. i' 1.04 QUAL.ITY 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. B. Inspections: I . Make written request for inspection of finish grade prior to sod bed preparation. 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. ' 1.05 SUBMITIAL: Furnish required copies of manufacturer's literature, certifications, or laboratory analytical data for the following Items: A. Seed/Sod Source. (Certifications) B. Top Dress Fertilizer. (Certification) 1.06 SCHEDULING TURFGRASS LAWNS 02930 - 1 i A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of Substantial Completion. 'Vtay 15th to August 31 st for Bermuda seeding. 2. Overseeding - Annual Rye Grass a. If Bermuda seeding cannot be established by September 15. turf areas are to be over -seeded with annual rye-grass at a rate of4-lbs'i 1,000 s.f. Ifthis 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. b. This annual rye grass maintenance shall be considered as a separate item from the 3D-day maintenance period specified for the seeded Bermuda grass. c. The Contractor shall apply a ininimunn of two applications of Roundup herbicide to the annual rye grass in early spring in preparation for Bermuda grass 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. d. 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") inch to four (4") inches prior to seeding the Bermuda grass as specified. B. Weather Limitations: Proceed with planting operations only when existing and forecasted weather conditions permit. 1.07 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 ofa 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 tine 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 in writing. 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 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. 1.09 RFPI.ACF?MENTS: Unacceptable Worknnanshin: (Turf and *grass) areas exhihitirng conditions which are determined as unacceptable workmanship shall be repaired and,'or replaced at no additional cost to the Owner. TURFGRASS LAWNS 02930 - 2 - 1.09 FINAL ACCEPTANCE: Work under this Section will be accepted by Landscape Architect upon satisfactory completion of all work, but exclusive of re -application under the Guarantee i Period. -- PART 2 - MATERIALS 2.01 TURF SEED A. Composition: Fresh, clean, certified. Class'A', new crop seed. B. Type: "Cynodan dactylon" Common Bermuda `Savannah'. C. 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 datc of test within six (6) months of the date of sowing. D. 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. E. 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): Turf Seed Mixture for turf areas Proportion Purity Minimum by weight Germination Cynodan Dactylon-Common Bermuda 85% 98% 90% `Sahara' Lolium perenne- Perennial Ryegrass 10% 98% 90% Poa Annual Ryegrass 5% 95% 90% F. Weed Seed: Do not exceed 0.25%. 2.02 TURF SOD A. One Year Old, nursery -grown sod, of the variety "Tifton 10' Hybrid Bermuda 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. _} B. Sod shall be dense, healthy, and field -grown on fiunigated soil with the grass having been mowed prior to sod cutting so that the height of the grass shall not exceed two (2") ' inches. i- C. Sod shall be dark green in color, relatively free of thatch, free from diseases, weeds and harmful insects. D. 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 TURFGRASS LAWNS 02930 - 3 L^i` sod. E. Sod shall be rejected if found to contain the following weeds: Quackgrass, Johnsongrass, poison ivy, nimbleweed, thistle, bindweed, bentgrass, perennial sorrel or bromegrass. 2.03 FI"!;TILIZER 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 more than two (2) days) prior to sodding. I . 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 / 1000 sq. ft. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. 2.04 HYDROMULCH MATERIALS A. Mulch: All mulch will be manufactured from hardwoods only and will be refined specifically for turf hydromulch applications. Three approved mulches are manufactured by Conwed, Weyerhauser, and Texas Fiber Co. I . Submittal: Submit a sample label or specification and a sample packet of the proposed mulch for the Owner's approval. PART 3 - EXECUTION 3.01 GRADING AND VERIFICATION: A. Coarse Grading Stones, Weeds, Debris: Verify that al l areas to receive turf are clear of stones larger than one and a half (1-1/2") inches diameter, weeds, debris and other extraneous 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 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. TURFGRASS LAWNS 02930 - 4 Grades: Verify that grades are within one (1) inch plus or minus of the required finished grades. No Grades greater than I 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 depth of one inches. Initial power rake pass shall be followed by a second pass EEE 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 of water. D. Soil Moisture: 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. Inadequate Moisture: Apply water, as necessary, to bring soil to optimum moisture content for planting. 3.02 BROADCAST SEEDING ON PREPARED FINISHED GRADE: A. Bed Preparation: Immediately after the finished grade has been approved, begin broadcast 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 or roller. C. Application: I . Contractor shall obtain approval of seeding area preparation from the Landscape Architect prior to application. L 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. - • J. 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. B. 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. TURFGRASS LAWNS 02930 - 5 1- 3.03 SOD BED PREPARATION: A. Sod Bed Preparation: I . Provide soil preparation per this Section 02930. 2. Rake areas to set exact line and final finish grade. 3. Rolling: Roll amended soil with 200 pound water -ballast roller. 4. Moistening: After all unevenness in the soil surface has been corrected, lightly moisten the soil immediately prior to laying the sod. t . 5. Timing: Sod immediately thereafter, provided the sod -bed has remained friable. 3.04 PLANTING: A. Solid Sodding: I . 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 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 - • ..__ .,II he worked into the grass with suitable equipment and shall be wc,. ..,.,._ ,.. - ' rl,s..t it will cause no smothering of the grasp. 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. 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. 3.05 PROTECTION: A. No heavy equipment shall be moved over the planted turf area unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of 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. 3.06 ESTABLISHMENT AND ACCEPTANCE: 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. A. 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. B. 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 TURFGRASS LAWNS 4211 02930 — 6 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 min). 3.07 IRRIGATION SYSTEM: 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. 3.08 POST -PLANTING MAINTENANCE: 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. All turf areas adjacent to paved areas shall be edged to maintain a neat appearance. 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. 3.09 EROSION CONTROL: 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. 3.10 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. 3.11 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. 3.12 GUARANTEE: The Contractor shall guarantee all materials used for this work to be the type, t quality and quantity specified. END OF SECTION 02930 TURFGRASS LAWNS 02930 - 7 CITY OF LUBBOCK REQUEST FOR PROPOSALS FOR '1TfI LE: DUPREE PARK GRADING, DRAINAGE AND IRRIGATION ADDRESS: LUBBOCK, TEXAS RFP NUMBER: 08-714-DD PROJECT NUMBER: 92035.9243.30000 CONTRACT# 8414 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Pate Intentionally Left Blank € City of Lubbock, TX Public Works Contracting Office Contractor Checklist for _., RFP # 08-714-DD Before submitting your proposal, please ensure you have completed and included the following: r%- 1. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. e/ Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. �J Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 4. - Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late proposals will not be accepted. 5. Lam' Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Proposal. 7. �� Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include ftrm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8.-'" Complete and submit a PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING l . Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. -', �� LType or Prin�Company 4 e) C.� i INDEX a; 1. 2. 3. 4. 5. 6. _..: 7. '.. 8. . a 9. ^.. to. it. NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL SUBMITTAL — (must be submitted by published due date & time) 1. LUMP SUM PROPOSAL SUBMITTAL FORM 2. PROPOSAL BOND WITH POWER OF ATTORNEY OR CERTIFIED/CASHIER'S CHECK 3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4. SAFETY RECORD QUESTIONNAIRE 5. SUSPENSION AND DEBARMENT CERTIFICATION 6. PROPOSED LIST OF SUBCONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when proposals are due.) 1. FINAL LIST OF SUBCONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP #08-714-DD Sealed proposals addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the Public Works i Contracting Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on April 29, 2008, 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: "DUPREE PARK GRADING, DRAINAGE AND IRRIGATION" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the Public Works Contracting Office for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 1:00 P.M. on April 29, 2008, and the City of Lubbock City Council will consider the proposals on May 22, 2008 the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful 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 $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each offeror's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre - proposal conference on April 17, 2008 at 9:00 A.M., in the Parks Department Conference Room at 1010 9"' Street, Lubbock. Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.there roductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made payable to The City of Lubbock, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the Public Works Contracting Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all 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 prc-proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2168 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK DARLENE DOSS, BUYER GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE C The City of Lubbock is seeking written and sealed competitive proposals to furnish DUPREE PARK GRADING, DRAINAGE AND IRRIGATION per the attached specifications and contract documents. Sealed proposals will be received no later than 1:00 P.M., April, 29, 2008 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#08-714-DD, DUPREE PARK GRADING, DRAINAGE AND IRRIGATION" and the proposal opening date and time. Offerors must also include V, their company name and address on the outside of the envelope or container. Proposals must be addressed to: Darlene Doss, Buyer City of Lubbock ' 1625 13th Street, Room 204 J, Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort } of delivery service that provides a receipt. 1.2 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, _ electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 1 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 - Department Conference Room at 1010 9"' Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at http://www.RFPdenot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the proposer, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be t_ available over the Internet at http://www.RFPdepot.com and will become part of the proposal , package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the proposal closing date. j 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Buyer and a clarification obtained before the proposals are received, and if no such notice is received by the Buyer prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Buyer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. f 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC I 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. 2 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your proposal is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your proposal that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of - competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, r' then such information will be made available to the requester. 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the 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 1..., local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, L. vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 1 1 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 proposal without charge or forfeiture of deposit. The contract documents may be p p P p g p Y examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REOUIREMENTS _ 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer ` if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in i writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 or 806-767-2275 Email: ddossCwmulubbock.us RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED EIGHTY (180) CONSECUTIVE WORKING 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. - 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. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some ( t 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 2 provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will 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. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 1. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City x 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. 5 (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to 1 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 1 buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expe-nse. 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 barricadcs, signs, and lights to protect it, and when damagc is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do- so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. _x 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be ., furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 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 Article 5159a, Vernon's Annotated Civil Statutes 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 these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 7 27 W 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being i 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. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 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 Finn, association, or partnership, the name and address of each member must be given and the proposal si , ed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Proposer's name 28.3.2 Proposal for "DUPREE PARK GRADING, DRAINAGE AND IRRIGATION". 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 30 31 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service 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 7 32 33 i Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock r specifications herein. BASIS OF PROPOSALS AND SELECTION CRITERIA The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined b Texas Local Government Code Section 271.116. The g Y selection criteria used to evaluate each proposal will include the following: 32.1 60% Price. 32.2 30% Contractor qualifications. Complete and submit the "Contractor's Statement of Qualifications". City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. 32.3 5% Safety Record Questionnaire. 32.4 5% Construction time. ' The estimated budget for the construction phase of this project is 331,864 Proposals shall be made using the enclosed Proposal Form. SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR _z 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 _ a criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or , time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " 10 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL s_ NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 34.2 This provision is not meant to preclude offerors 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 offeror's proposal. II Pate Intentionally Left Blank TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Page Intentionally Left Blank § 271.116. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS. (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Parte Intentionally Left Blank I PROPOSAL SUBMITTAL Page Intentionally Left Blank 3 k 8 { PROPOSAL SUBMITTAL LUMP SUM PROPOSAL CONTRACT DATE: Z PROJECT NUMBER: # 08-714-DD - DUPREE PARK GRADING, DRAINAGE AND IRRIGATION Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a DUPREE PARK GRADING, DRAINAGE AND IRRIGATION having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Construct "Dupree Parks Grading, Drainage and Irrigation" per plans and specifications. MATERIALS: ¢ ;•Ll ` = ��i�^` a: �.- �1 �r(,G �i:, l y,.� O c .. SERVICES. + f�. *-' �_✓�' �� 11 s L ,� =' / TOTAL PROPOSAL: (Amount shall be shown in both words and numei .ai cess7ot' discrepancy, the amount S�►owl: in Ards shall. govern.) Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Pr coed" the Owner an to substantially complete the project within (lw ) # Days Completed by Contractor (Written Days Completed by Contractor) days thereafter as stipulated in the 6pe4ifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $ 25 (TWENTY - FIVE) for each consecutive working day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days #ter the scheduled closing time for receiving proposals. Offeror's Initials I The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. i Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S or a Proposal Bond in the sum of ; Ildrs $ c� • , which it is agreed shall be collected and retained If he Owner as liquidated damage i t1Ve event the I' aposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a I Date: ! / r 6, A 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. Authorized Signature l� (Seal if Offeror is n Corporation) (Printed or typed Name) ATTFS' �, I (_ �C ! rJe� I P1` "W'L Company 1 I Secretary ddres�L ' .. ; Offeror acknowledges receipt of the following addenda: Ci Cotes f Addenda No. i Date t" f GU Stat a a - 'lam jZip Cod / Addenda No. Date �D Telephone: Addenda No. Date o (a [� Fax: D b - `fi --? Addenda No. Date FEDERAL TAX ID or SOCIAL SECURITY No. t/wBE Firm: Nk oman Black American Native American Hispanic American Asian Pacific American Other (S eci) POST -CLOSING DOCUMENT REQUIREMENTS The below -listed documents must be received in the Public Works Contracting Office when proposals are due. CONTRACTOR'S STATEMENT OF QUALIFICATIONS CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT SAFETY RECORD QUESTIONNAIRE SUSPENSION AND DEBARMENT CERTIFICATION LIST OF SUBCONTRACTORS Pate Intentionally Left Blank CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS RFP # 08-714-DD DUPREE PARK GRADING, DRAINAGE AND IRRIGATION Candidates must complete each of the following items in order to be considered. 1. FIRM NAME: CLG. e J' I k1tL C 2. BUSINESS ADDRESS: h - b a --- 3. TELEPHONE, WITH AREA CODE:, FAX, WITH AREA CODE: E MAIL ADDRESS: % goat 11,1C'e, 14 f17--5 INTERNET URL ADDRESS: 4. TYPE OF ORGANIZATION: (CHECK ONE) a. SOLE PROPRIETORSHIP ( ) b. PARTNERSHIP ( ) c. CORPORATION d. JOINT VENTURE ( ) 5. PRINCIPALS (P) AND ASSOCIATES (A): (WRITE "P" OR "A" FOR EACH) DEGREE OR _ NAME P/A (� CERTIFICATE INSTITUTION, a. A i �Ca 1 i�P c..� 1" lib 73 � ! b. .: �f t f Tc W1 `Ct tom_ I / C l c. I? CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS CONTINUED 6. LIST 5 MAJOR PROJECTS WITHIN THE PAST THREE YEARS THAT ILLUSTRATE YOUR EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S. PROJECT OWNER YEAR COST a. b. C. d. e. 7. REFERENCES: (INCLUDE AT LEAST THREE REFERENCES FROM THREE PROJECTS SIMILAR TO THE ONE FOR WHICH YOU ARE COMPETING) NAME RELATIONSHIP PHONE NUMBER 4 b. C) SUBMITTED BY: Signature: Date Printed Name: to c-, c, Title: Firm Name: Tel #: YZ z Address: City: State: j Zip: <-; 2 Wallaceri . Projects within last 3 years Texas Tech University C-17 Parking Lot Carillon Life Care Phase I City of Andrews City of Lubbock Overton Streetscapes City of Lubbock Preston Smith International Airport Similar Projects Texas Tech United Spirit Arena Texas Tech English / Philosophy Building Texas Tech University Center Lubbock Independent School District — Various schools Moegle Baseball Field 2007 $109,000 2008 $300,000 2008 $289,000 2007 $250,000 2006-2007 $205,000 A 0. Bo.% 338Z1 ® Lubbock X 794,24 ® (806) 239-9700 ' (806) 794-4111 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted with Proposal. I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Contractor ygna'Gre)—" Contractor (P nt) CONTRACTOR'S FIRM NAME: (,�� �v �G i,® 11 P 1 �'X) t' , (Print or Type) CONTRACTOR'S FIRM ADDRESS: 9 '�b 6 City/State/Zip: �����["1 Z,x z9fy 2 y Agent/Broker Tele one N fiber:`�— Date: NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Buyer for the Citv of Lubbock at (806) 775-2168. PROPOSAL #08-714-DD - DUPREE PARK GRADING, DRAINAGE AND IRRIGATION SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials 4 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 infonnation with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 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. Signature T: L. I R1%ll. 5 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25.000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: FEDERAL [ AX.1IiD or SOCIAL SECU TY No. Signature of Company Official: Printed name of company official sig ing above: 1 A G Ll Li), Zl Date Signed: mil' 6 LIST OF SUBCONTRACTORS Company Name and City 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. H. 12. 13. 14. 15. 16. Minority Owned Yes No ❑ L-_.. ❑ ❑ ❑ ❑ ❑ ❑ ❑ L PROPOSAL # 08-714-DD - DUPREE PARK GRADING, DRAINAGE AND IRRIGATION 7 PERFORMANCE BOND Page Intentionally Left Blank S 905-8116 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Wallace Sprinkler, Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and _1 Washington International Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Two hundred seventy nine thousandDollars ($ 279,000.9_g lawful money of the r ? United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, LJ 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 22ndday of May ,2008,to Dupree Park Grading, Drainage and Irrigation E. 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 day 30th of May 2008. Surety �Compan N Washin on er do 1 Insurance Company Wallace Sprinkler, Inc. * By: By: Tracy Wallace Title) evi J. Dunn, Attorney -In -Fact (Printed Name) (Signature) President (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby i designates Kevin J. Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Washington International Insurance Company Surety *B (Till e) Kevin J. Dunn, Attorney —In —Fact Approved as to Form City o bbock By: til Attorney * Note: If signed b an officer of the Surety Company, there must be on file a certified extract from the by-laws showing � Y Y P Y� Y g 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 I NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: KEVIN J. DUNN, CARA D. HANCOCK, HAROLD D. BINGGELI and JENNIFER MADDEN JOINTLY OR SEVERALLY Its true and lawfu! Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or.permitted by `J law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of. TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS J This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24 h of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." uunm tt""��"h By y J x r• SEAL :81 _ Steven P. Anderson, President & Chief Executive Omcer of Washloptoo International Insurance Company & i 1913 otp m� Vice P—idant of North American Specialty Insurance Company y i SEAL o 3 is By David M. Layman, Vice President of Wrurhinjilon International Insum ce Company & vice Prexldent of North Amedmn SpedNq Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 22nd day of April 20 08 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page SS: On this 22nd day of April , 20 Og , before me, a Notary Public personally appeared Steven P Anderson , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. • . orrlClfrk b[ '*AL" � �Q BUSAN ANSI L i�olary Put tic, Scare of tlinds Susan Ansel, Notary Public Ikp Commission Exottss 71ti>M w f I, James A. C nter the duly elected Assistant gSecretary of North American Specialty InsuranceCompany and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this3 Othday of May , 2008. James A- Carpenter, Via President & Assistant Stxxetery of Washington international Insurance Company & North American Specialty Insurance Company w PAYMENT BOND Paue Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Wallace Sprinkler, Inc. (hereinafter called the Principal(s), as Principal(s), and Washington International Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and finnly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Two hundred Seventy Nine thousand —Dollars (''79,000.00 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adnunistrators, 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 the22nd -day of May 32008,to Dupree Park Grading, Drainage and Irrigation 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 30th day of May 2008. Washington International Insurance Company Surety E *By: _ (Ti le) Kevin 'Dunn, Attorney -In -Fact Wallace Sprinkler, Inc. (Company Name) By; Tracy Wallace (Pnnied�Name) / ,i/ G (Signatur President (Title) I i The undersigned surety company represents that it is duly qualified to do business in Texas, and Hereby designates Kevin J . Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Washington International Insurance Compaq Surety * By (Title Kevin J. nn, Attorney -In -Fact City *Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws sliowing 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 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, _J Illinois, each does hereby make, constitute and appoint: KEVIN J. DUNN, CARA D. HANCOCK, HAROLD D. BINGGELI and JENNIFER MADDEN I JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the -' amount of: TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24w of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ��tuuunp/n rP fii4 C�� pItOHAti F., r By _e o ?CORPORATE Steven P. Anderson, Preefdent & C61ef Execolhe Omer cof Wo�hloplao Inlernatbm oel ]urooce Company & 3 187,uitma Vice President of North American Specialty Insurance Company 3 z o y�7j,'!fer0 � y AhItGNII ' By - David M. layman, Vice President orwaihington International llKuRmce Company & Vice President or North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 22nd day of April 2008 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page SS: On this 22nd day of April , 2008 , before me, a Notary Public personally appeared Steven P:`Anderson ,President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. !� t "OFFICIAL S1-AL" N'14-ry Putlic, Staleai ltincis Susan Ansel, Notary Public N p Commission Expires 716Md. I, James A. Carpenter , the duly elected Assistant 6Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this3 0thday of May 2008 Jornes A. Carpenter, Vice president & Assistant Secretary of Washington international Insurance Company & North A dcon Specialty Insurance Company IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jim Carpenter, Vice President - Claims, at 1-800-338-0753. You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll -free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 1200 Arlington Heights Road #400 Itasca, IL 60143 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a),tdi.state.tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter un queja: Puede comunicarse con Jim Carpenter, Vice President - Claims, al 1-800-338-0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1200 Arlington Heights Road #400 Itasca, IL 60143 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 'Web: http://www.tdi-state.tx.us E-mail: ConsumerProtection(a,tdi.state.tx. us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. CERTIFICATE OF INSURANCE a.e Page Intentionally Left Blank ACORD CERTIFICATE OF LIABILITY INSURANCE 6i31008 ' PRODUCER (806) 798-7979 FAX: (806) 798-7888 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Butler Carson Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4505 82nd St, Suite 10 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lubbock TX 79424 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: America First Lloyds INSURERS: Peerless Insurance Wallace Sprinkler .Systems, Inc. INSURER C:America First Insurance 1234 P. O. Box 53821 INSURER D: The Netherlands Insurance INSURERE: Lubbock TX 79453 OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMIT SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRD ADD'L OF INSURANCE POLICY NUMBER POLICTYPE DATE YMM DD/YYE POLICY MM/DD/YY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED -_-....— 100 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X OCCUR CBP9836454 4/l/2008 4/1/2009 MEDEIXPSAnaoneurerson 5,�000 $,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP A $ 2,000,000 X1 POLICY PERLOC AUTOMOBILE LIABILITY X ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ B ALL OWNED AUTOS SCHEDULED AUTOS BA9836554 4/l/2008 4/1/2009 BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY $ 1,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 1,000,000 $ C DEDUCTIBLE CU9836354 4/l/2008 4/l/2009 $ X RETENTION 10,000 D WORKERS COMPENSATION AND X WC STATU- X OTH- ER EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 OFFICER/MEMBEREXCLUDED? If yes, describe under SPECIAL PROVISIONS below WC8121858 4/l/2008 4/l/2009 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS The City of Lubbock is shown as Priamary Additional Insured on General Liability and Wavier of Subrogation on the General Liability and Workers' Compensation Project: Dupree Park Grading, Drainage, and Irrigation, Contract #8414 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL PO BOX 2000 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT Room 204 Lubbock, TX 79457 FAILURE TO DO HALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, 1;;IA9 NTS OR REPRESENTATIVES. AUTHORF6D OPRESENTATIVE ler ACORD 25 (2001/08) INS025 piw).wa © ACORD CORPORATION 1988 Page 1 of 2 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 of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commemial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence S I I Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIP'F. 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 $ BUILDER'S RISK 100% of the Total Contract Price $ INSTALLATION I'LOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Fonn $ {VORKERS COMPENSA77ON AND &VIPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTTIER 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 J ;MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation on all policies in favor of the City of Lubbock. N 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; y (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 f` 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; Z, ` (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 h the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR 1N THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 3 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." r l "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and l filing of any coverage agreements for all of its employees providing services on the project, for -J the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the [ S project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of -coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. i1 4 CONTRACT CONTRACT #8414 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 22"d day of May, 2008 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 WALLACE SPRINKLER 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: PROPOSAL #08-714-DD - DUPREE PARK GRADING, DRAINAGE AND IRRIGATION $279,000 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. WALLACE SPRINKLER INC.'s proposal dated APRIL 28, 2008 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: TITL PRINTED;CE: COMPLETE ADDRESS: Company- , Address g 0 6 -- City, State, Zip `i ATTEST: I , M 3 Corporate Secretary CITY OF LUBBOCK, TEXAS (OWNER): By: MAYOK ATTEST: City Sec tary GENERAL CONDITIONS OF THE AGREEMENT Pi c GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit WALLACE SPRINKLER, 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 MIKE KEENUM STORMWATER ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, t supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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 l 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. 4 i__ 10. 12 CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall .provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor iniscellaneous work and adjustment. t LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be fumished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to perinit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution ol' the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and t 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 g with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for perfonnance of the extra work. 25. s 4 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 9;( 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 t 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 t- primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 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 five (5) calendar days prior to the opening of proposals. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL _INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an t, Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to -- supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE. CITY OF LUBBOCK IN THE FORM OF _ A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO (( THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. P IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL 10 PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) f The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury XCU Endorsement Heavy Equipment Coverage B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) i The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $300,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED E. Umbrella Liability Insurance - NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500.000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. j 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. 11 i L 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 l on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and 12 l' (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current. certificate of .. coverage ends during the duration of the project; (e) retain all required certificates of coverage. on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who 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 comnussion's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: The name and address of the insured. The location of the operations to which the insurance applies. t The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne l- by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. If policy liinits are paid, new policy must be secured for new coverage to complete project. 13 F I (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of*the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; 14 : 29. UE i 9 d (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (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. DISABLED EMPLOYEES Contractors having snore 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. PROTECTION AGAINST CLAJIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, 15 I; harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its 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 hannless 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 all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are 16 35. 36. 37 essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $25 TWENTY-FIVE 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. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contactor 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. 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 17 t securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the 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, who have not theretofore been timely filed as provided in this contract. 18 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terns of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said . partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which 19 I shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. i 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed f denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: 20 (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 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 pail 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. 21 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR ' Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's . Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus 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 c 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 22 56. 57. 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 3 petroleum products or byproducts and/or asbestos. 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. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and fdr 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. 23 CURRENT WAGE DETERMINATIONS Pap-e Intentionally Left Blank RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer �r Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker 1..' Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates 1 Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 1 2 EXHIBIT C Prevailing Wage Rates i� Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 3 Page Intentionally Left Blank No Text SPECIFICATIONS DUPREE PARK GRADING, DRAINAGE AND IRRIGATION 2008 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: 01 100 Summary of Work 01300 Submittals 01500 Temporary Facilities and Controls 01630 Substitutions and Product Options 02300 Earthwork 02810 Irrigation Systems 02930 Lawns and Grasses 03300 Concrete '>, lc,� ( o 3iaa Irrigation inTexas is regulated by the Texas Natural Resource Conservation Commission P.O. Box 13087, Austin. "Texas 78'1 1-308? I)I:SIGNI PROFESSIONAL RESPONNSI131LI'TY f _ 1r S f SUMMARY OF WORK Dupree Park Grading, Drainage and Irrigation Base Proposal; The work included under these Specification's shall consist of the furnishing of all demolition and removal of designated items; salvage irrigation heads to owner, removal, transportation, storage, and protection of designated items, site preparation, surveying and layout, etc, earthwork and line grading, irrigation system and controllers; frilly tested and operational, turf grass sod and hydro -mulched seed, planted and established to a "uniform stand" to the .t satisfaction of the Ovvner, limited turf maintenance, landscape rehabilitation work and warranty(s) in accordance with the attached Specifications and Drawings. It is the intent of these Specifications and Drawings, to forma guide for the construction of above items. "Therefore, anv minor items not specifically noted, but reasonably necessary for a complete installation shall be furnished under this Contract and included in the proposal prices, no separate payment will be made for any minor items. END OF SECTION 3. y i i �3 t, f SUMMARY OF WORK SECTION 01100 SUMMARY OF WORK PART 1-GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions, apply to this Section. B. 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 for "Dupree Park Grading, Drainage and Irrigation 2008". 1.02 OWNER RESPONSIBILITIES A. The Owner will be responsible for the following items: I . Primary electrical power to controller 1.03 GENERAL A. The weak includes, but is not limited to, items of Work described below. It is understood that Work in addition to these items may also be necessary to accomplish the complete Contract. 13. Site Work, 1. Site preparation, surveying and layout, etc. 2. Earthwork and fine grading. 3. Irrigation system and controllers; fully tested and operational. 4. The specified turf grass sod and hydro -mulched seed, planted and established to a "uniform stand" to the satisfaction of the Owner. C. Bidders are advised that it is a requirement of this Contract to have the irrigation - water supply system and the turfgrass irrigation system fully tested and fully operational to the Ownercalendar s satisfaction two weeks prior to planting the turfgrass. The Owner will be responsible for the establishment and maintenance of the turfgrass after it is completely and properly planted and established to a "uniform stand." However, the Contractor will be responsible for the maintenance of all of lie irrigation system and all of the irrigation -water supply with regard to installation, materials and workmanship throughout the warranty period of the entire Contract. This includes unforeseen settlement of trenches and replanting that may become necessary. I . Within 24 hours of notification, any repairs, replacements or corrections of deficiencies in the described systems (which are not related to installation, materials or workmanship) will be immediately performed and completed by the Contractor so that the Owner will not experience damages, delays or losses ofel3iciency in the ability to irrigate and maintain the planted turfgrass in the rritir_a1 establishment period which is expected to occur :n typical mic1-t n;mer climatic conditions of drought and high temperatures. SI.iMMARY OF WORK 01 100 - 1 ME I 2. Should the Contractor fail to immediately perform appropriate repairs, replacements or corrections in the described systems, and thereby cause the Owner to be unable to successfully irrigate, and maintain the established turfgrass, the Contractor will be charged with the costs for Work the (honer must accomplish in order to successfully irrigate, reestablish and maintain the turfgrass. D. Items which are damaged or which require repairs or adjustments as a result of the Owner's maintenance operations will be the responsibility of the Owner. E. The Contractor shall be responsible for the Texas Prevention Legislation. The Texas damage prevention law (Utilities Code Title 5, Chapter 251) took effect October 1, 1998. This law requires excavators to call 48 hours before they dig. "Texas Excavation Safety System Inc. (TESS) is a non profit corporation formed by member companies to prevent damage to underground facilities. The service is 100% free to excavators by calling 1-800-DIG-TESS (344-8377), 1.04 WARRANTY A. Contractor shall warrant 100 percent of the project for one year after the date of final acceptance. B. On the eleventh month from the date of final acceptance, Owner's Representative will schedule an annual inspection with the Contractor to inspect for defects. Work considered defective by the Owner's Representative will be repaired by the Contractor. C. Contractor shall remedy any defects in workmanship, and pay for all damages of any nature resulting from repairs at no cost to the Owner. END Of SECTION Mia StMMARY OF WORK 01100-2 SECTION 01300 SUBMITTALS PART 1-GENERAL 1.01 PROCEDURES A. Deliver submittals to the Landscape Architect at the following address: City of Lubbock, Park Development, 1010-9th Street, l.,ubbock, Tx 79457. Submit as required by the individual sections. B. Provide space for Landscape Architect review stamps, 3-1i2" x 2-1/2". C. After the Landscape Architect reviews the submittal, revise and resubmit as required, identifying changes made since previous submittal. D. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. 1.02 APPLICATIONS FOR PAYMENT A. Submit typed AIA form G702 wl typed AIA Form 6703. Contractor's standard form or media driven printout will be considered on request. 13. Format: Table of contents of this Project Manual. Identify each line item with number and title of the major Specification sections. 1.03 SHOP DRAWINGS: A. Submit shop drawings as required by the individual sections. 1.04 PRODUCT DATA A. !dark 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 Landscape Architect. 1.05. MANUFACTURER'S CERTIFICATES: A. Submit certificates, in duplicate, in accordance with requirements of each Specification section. End of Section SUBMiTTAI.S 01300 - 1 f SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary utilities and facilities required for construction; remove on completion of Work. I.02 RE1,A'rED REQUIREMENTS A. Summary of Work — Section 01 100 1.03 EQUIREMENTS OF REGULATORY AGENCIES A. Comply with National Electric Code. B. Comply with federal, state and local codes and regulations and with utility company requirements. 1.04 FIELD OFFICE A. The Contractor may furnish a job office on site. Upon completion of the work, the office shall be removed from the premises. The Contractor shall examine the site plan before locating the office and shall not place it within five (5') feet of any underground lines. Owner's approval is required on final location of field office. 1.05 STORAGE SHEDS A. The Contractor may provide on the premises at convenient locations with respect to building construction areas, suitable watertight storage sheds for storage of materials, . equipment, and tools which might be damaged by exposure to the weather, and shall maintain same in good condition, and shall remove same when no longer needed, or shall relocate same from time to time where preliminary location might interfere with subsequent work. 1.06 FENCING A. The Contractor may provide job shack and storage fencing a minimum of six (6') feet in height. The fence will be complete with sliding or swinging gates with necessary hardware and padlock. Provide two (2) keys for the Owner's use. Remove fencing and fill posts holes upon completion of work. All fencing shall be provided with fire gates as necessary for emergency access. 1.07 POWER AND LiGI{T A. The Contractor may install a temporary power service line. The Contractor shall be responsible for all incurred cost. 1.08 SANiTARY FACILITIES A. The Contractor may provide toilet facilities for the use of all persons employed on the job. He shall post notices, take such precautions as may be necessary, remove any refuse deposited in or about the building, and maintain the premises in a sanitary condition. 1.09 STORAGE AND STOCKPILE OF EXCAVATED DIRT TEMPORARY FACILITIES AND CONTROLS 01500 - 1. A. All dirt excavated during the construction process shall be stockpiled as directed by the Owvner's Representative. 1.10 DE -WATERING A. Surface or subsurface water or other fluid shall not be permitted to accumulate in excavations under or adjacent to any structures. 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. 1.11 BARRICADES A. Barricades and Protective Measures. The Contractor shall be responsible for the protection of unfinished work. The Contractor shall, at his own expense, furnish and erect such barricades, fences. lights, and danger signals. He shall also take such other precautionary measures for the protection of persons, property, and the work as may be necessary. B. The Contractor shall be responsible for all damage to the work due to failure of barricades, signs, and Iights to protect it. When damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own cost and expense. The Contractor shall be responsible for maintenance of barricades, signs, and lights until the Owner issues the "Certificate of Acceptance" for the project, 1.12 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 with the City of Lubbock during necessary street control. 1.1.1 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. 1.14 TEMPORARY FIRE PROTECTION A. Provide and maintain temporary fire protection during construction in accordance with requirements of the local Fire Protection Code. 1..15 PARKING FACILITIES A. Restrict parking of construction personnel vehicles to areas designated on Drawings or as directed by Owner. END OF SECTION TEMPORARY FAClu,riES AND CONTROLS 01500 - 2 MM SECTION 01630 StiBSTITUTIONS AND PRODUCT OPTIONS PART 1- GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish and install Products specified, under conditions for options and substitutions stated in this Section. 1.02 SUBSTITUTION PROCEDURE A. Prior to Bid Date: The Landscape Architect will consider substitutions as specified in the Instructions to Bidders and General Conditions. B. After the Bid Date: The Landscape Architect will consider formal written requests from Contractor for substitution of products in place of those specified only when submitted in accordance with the requirements of this Section. One or more of the following conditions must be documented. 1. The substitution must be required for compliance with final interpretation of code requirements of insurance regulations. 2. The substitution must be due to the unavailability of the specified products, through no fault of the Contractor. Long delivery period will not qualify as unavailability. 3. The substitution may be requested when subsequent information discloses the inability of the specified products to perform properly or to fit in the designated space. 4. The substitution may be due to the manufacturer or fabricator's refusal to certify or guarantee performance of the specified product as required. S. The substitution may be requested when it is clearly seen, in the judgment of the Landscape Architect that a substitution would be substantially to the Owner's best interests in terms of cost, time or other considerations. C. Submit a separate request for each substitution. Support each request with the following; I . Complete data substantiating compliance of proposed substitution with requirements stated in Contract Documents: It. Product identification, including manufacturer's name and address. b. Manufacturer's literature. C. Samples, as applicable. d. Name and address of similar projects on which product has been used. and date of each installation. Itemized comparison of the proposed substitution with product specified; list significant variations. 3. Data relating to changes in construction schedule. 4. Any effect of substitution on separate contracts. SUBSTITUTIONS AND PRODUCT OPTIONS 01630 - 1 LIM 1.03 1.04 HE 5. List of changes required in other work or Products. 6. Accurate cost data comparing proposed substitution with product specified. 7. Amount of any net change to Contract Sum. 8. Designation of required license fees or royalties. 9. Designation of availability of maintenance services, sources of replacement materials, D. Substitutions will not be considered for acceptance when: l . They are indicated or implied on shop drawings or product data submittals without a formal request from the Contractor. 1 They are requested directly by a subcontractor or supplier. 3. Acceptance will require substantial revision of Contract Documents. E. Substitute products shall not be ordered or installed without written acceptance of the Landscape Architect, Owner's Representative and/or Owner. F. Landscape Architect, Owner's Representative and/or Owner will determine acceptability of proposed substitutions. CONTRACTOR'S REPRESENTATION A. In making a formal request for substitution, the Contractor represents that: I . He has investigated proposed product and has determined that it is equal to or superior in all respects to that specified. 2. Ile will provide same warranties or bonds for substitution as for products specified. 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 that may subsequently become apparent. 5. Cost data is complete and includes related costs under his Contract, but not: a. Costs under separate contract. b. Landscape Architect's costs for redesign or revision of Contract Documents. 6. He will reimburse the Owner separately for fees paid to the Landscape Architect for redesign, revision of Contract Documents, and review of each substitution request. LANDSCAPE ARCHI'l ECI"S DU 'IE:S A. Review Contractor's requests for substitutions with reasonable promptness. 13. Notify Contractor, in writing, of decision to accept or reject requested substitution. END OF SECTION SUBSTITUTIONS AND PRODUCT OPTIONS 01630 - 2 SECTION 02300 EARTHWORK PART1-GENERAL 1.01 SUMMARY A. Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross _r sections as specified herein and on the plans. PART 2-PRODUCTS 2.01 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 he 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: Liquid Limit: 45 maximum Plasticity Index: 15 maximum Linear Shrinkage: 2 min — 10 max 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. PART 3 — EXECUTION 3.01 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 soils to adjacent properties, walkways or water bodies. C. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. 3.02 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 ofthe excavated material. In general, this shall be considered as the top 3 Icct of excavated material. Surface soil that is a heavy clay, predominantly sandy or is lean in grass -and -plant growth qualities, will not be saved. EARTHWORK 02300 - 1 3.03 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, till 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 02300 - 2 42 W SECTION 02810 IRRIGATION SYSTEMS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. B. Description of Work The work that the City of Lubbock desires to be performed is as follows: Remove and save the existing sprinkler heads of a hydraulic system from the areas affected by the erosion repair and grading work in Dupree Park. Preserve the integrity and operational capacity of the existing irrigation system in the areas of the Park which remain unaffected by the erosion repair and grading work. Remove, relocate, and/or replace the existing PVC mainline piping that will be affected by the grading work, as shown on the plan (also see Part 04 this section). Install (2) new meter, (3) RPZ, piping, valves, and irrigation heads as shown on the Plan, and integrate the new irrigation system into the existing irrigation system. 1.2 SUMMARY A. The Contractor shall supply all supervision, perform all work, furnish all labor, tools, materials, equipment, and incidentals necessary to fully and properly perform all work as shown on the plans and described in the specifications. All construction and other work shall be completed in accordance with all governing codes and ordinances, with the best engineering and construction practices, including material manufacturer's recommendations for installation and workmanship, for the skill or trade involved. B. We request that your proposal be made in conformance with the guidelines contained in the specifications and on all plans. The contract shall be awarded to the company with the proposal determined to be the most advantageous to the City of Lubbock. C. This Section includes piping, valves, sprinklers, specialties, controls, and wiring for automatic -control irrigation system. 1.3 DEFINITIONS A. Circuit Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. C. The following are industry abbreviations for plastic materials: I . ABS: Acrylonitrile-butadiene-styrene plastic. 2. FRP: fiberglass -reinforced plastic. 3. PA: Pulyamide (nyluu) plastic. 4. PE: Polyethylene plastic. 5. PP: Polypropylene plastic. 6. PTFE:: Polytetratluoroethylene plastic. IRRIGATION SYSTEMS 02810 - 1 4211 7. PVC: Polyvinyl chloride plastic. 8. TFE: Tetratluoroethylene plastic. 1.4 PERFORMANCE REQUIREMENTS A. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments neeessan= to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent water coverage of turf and planting areas indicated. I3. Discrepancies: It is the intent that atl work must be completed and all material must be furnished with the generally accepted practice of the area. In the event of any discrepancies between the plans and the specifications or doubts as to the meaning and intent of any portion of the contract, the Owners Representative shall define what is to apply to the work. 1.5 SUBMITTALS A. Product Data: Contractor shall submit shop drawings to the Owners Representative before purchasing and installation of materials and equipment. Shop drawings shall include complete layout and detailed drawings illustrating the location and type of all heads, valves, piping circuits, controls and accessories. Include required copies of manufacture's literature, certifications, and operating instructions for the following: 1. irrigation Piping. 2. General -duty valves. 3. Specialty valves. 4. Control -valve boxes. 5. Sprinklers. 6. Irrigation specialties. 7. Control cables. Include splice kits. B. Operation and Maintenance Data: Contractor to provide two (2) copies. For irrigation systems, to include in emergency, operation, parts list, and maintenance manuals. Include data for the following: 1. Automatic -control valves. 2. Sprinklers. 3. Heads. C. Substitutions: All substitutions shall conform to the following provisions: i. All proposed substitutions must be submitted to the Owners Representative no later than 15 days before the project bid date for approval. Substitution submittals must include all manufacturer's literature, certifications and operating instructions as well as shop drawings proving service and performance equal to or better than that depicted on the plans. `fhe owner reserves all right to deny any substitution that does not provide equal performance or quality. 2. Installation of any approved substitution is the Contractor's responsibility. Any changes required for installation of the substitution must be inade to the satisfaction of the Owners Representative at the Contractor's expense only. Approval of substitutions does not constitute approval of installation. IRRIGATION SYSTEMS 02810 - 2 sm D. :Maintenance Materials: At the completion of the job, the Contractor shall furnish spare parts, special tools and equipment required to operate and maintain the system. E. Rccord Irrigation Drawings: Contractor shall furnish Record Drawings of the complete irrigation system in accordance with the General and Special Conditions. Construction drawings shall be on the construction site at all times while the irrigation system is being installed. Contractor shall make a daily record of all work installed during each day. Actual location of valves and quick couplers and all irrigation and drainage piping shall be shown on the prints by dimensions from easily identified permanent features, such as buildings, curbs, fences, walks or property lines. Drawings shall show approved substitutions, if any, of material including manufacturer's name, and catalog number. The drawings shall be to scale and all indications shall be neat. All information noted on the print shall be transferred to sepia by Contractor and all indications shall be recorded in a neat, orderly %vay. The record drawings shall be turned over to the Owners Representative at or before the Final Acceptance of the project. 1.6 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. All work and materials shall be in full accordance with current rules and regulations of safety orders of Division of Industrial Safety, the uniform Plumbing Code, TCEQ and other applicable laws or regulations. C. Preliminary review of system installation will be made by Owners Representative prior to backfilling of trenches and during testing. D. installer Qualifications: Engage an experienced Installer who has completed irrigation systems similar in material, design, and extent to that indicated for Project that have resulted in construction with a five year record of successful local in-service performance. The Bidder shall supply the name and license number of the licensed irrigator who is responsible for the project with the bid submittal. The irrigation installer shall be licensed in the State of Texas or from the state where the Contractor is based. Out -of -State licensing if the licensing state shares reciprocity with Texas will be considered. A Licensed Irrigator shall be on the jobsite daily for direct supervision of employees on design, installation, maintenance or repair ol'the irrigation system including the connection of such system to the water supply. The Owner reserves the right to reject any bid if the bidder is not qualified based on the above given criteria. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver piping with factory -applied end caps. 'Maintain end caps through shipping, storage, and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture. Protect from excessive bending and from external, concentrated load at any point. 13. The Contractor shall exercise care in handling, loading and unloading of all equipment. C. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. D. The Contractor shall be responsible for all materials furnished by him and shall replace at his own expense any and all material found to be defective in manufacture or if it has become damaged in handling or storage. IRRIGATION SYSTEMS 02810 - 3 DR 1.8 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after at -ranging to provide temporary water service according to requirements indicated. Notify Owners Representative no fewer than four (4) days in advance of proposed interruption of water service. B. Contractor shall acquaint himself with all site conditions. Should utilities or other work not shown on the plans be found during excavations, Contractor shall promptly notify Owners Representative for instructions as to further action. Failure to do so will make Contractor liable for any and all damage thereby arising from his operations subsequent to discovery of such utilities not shown on plans. C. Contractor shall take necessary precautions to protect site conditions. Should damage be incurred, this Contractor shall repair damage to its original condition or furnish and install equal replacement at his expense. D. The Contractor shall be responsible for the "texas Prevention Legislation. The Texas damage prevention law (Utilities Code "title 5, Chapter 251) took effect October l , 1998. This law requires excavators to call 48 hours before they dig. Texas Excavation Safety System Inc. (TESS) is a non profit corporation formed by member companies to prevent damage to underground facilities. The service is 100 percent free to excavators by calling 1-800-DIG-TESS (344-8377). E. Any utility and irrigation lines shown on plans are for design and construction information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities are not listed with DIG TESS. They include but are not limited to irrigation systems, park lighting and all others are private utilities. The Contractor's attention is directed to the tact 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 themselves with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. F. The Contractor is responsible for all connections to system. The existing three inch meter on the west side of the park will be replace with a new four inch meter. A RPZ will be installed by the Contractor in the Well Hoses as shown on plans at this location. A new four inch meter will be installed on the east side of the Park. A RPZ and hot box will be installed by the Contractor at this location as shown on plans. G. Electrical Power Supply: The Contractor is responsible for 1000W, 120V single phase power to the hot box. H. The Contractor is responsible for the protection and preservation of all plant material, monuments. and structures during installation. Any damage shall be replaced or repaired by the Contractor, at his own expense, to the satisfaction of the Owner. 1. All trenching or any excavation shall be a greater distance from the trtmk of any plant material than ten ( I bx) times the diameter of the trunk at twelve (12") inches from the ,round. if questions arise. the Contractor shall contact the Owners Representative for clarification. The Contractor shall not park or drive any vehicles or equipment beneath the drip title of on -site trees and shrubs. The Contractor and his employees shall not park on un-surfaced IRRIGATION SYSTEMS 02810 - 4 9M park property and shall not drive vehicles across the City of Lubbock land unless it is directly necessary to deliver materials to the job site. K. The Contractor shall take all necessary precautions to ensure the safety of any pedestrians during the demolition, construction and clean-up operations. The Contractor shall maintain and keep in good repair the work intended under these plans and specifications, and shall perform all necessary repair, construction and renevval to the date of acceptance by the Owner. 1.9 COORDINATION A. Coordinate location and installation of irrigation controller. Requirements are specified on Plans. 1.10 FINAL, ACCEPTANCE A. Work under this Section will be accepted by Owners Representative upon satisfactory completion of all work. Upon final Acceptance, Owner will assume responsibility for maintenance of the work. Said assumption does not relieve Contractor of obligations under Warranty. 1.11 WARRANTY A. In addition to manufacturer's guarantees or warranties, all work shall be warranted for one year from the date of Final Acceptance against defects in material, equipment and workmanship by Contractor. Warranty shall also cover repair of damage to any part of the premises resulting from leaks or other defects in materials, equipment and workmanship to the satisfaction of the Owner. 13. Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during Warranty Period. PART2-PRODUCTS 2.1 Performance of Specified Material A. All specifications given for materials are based on the performance of the equipment. This is to assure the integrity and proper hydraulics for which the system is designed. If bid material does not conform to given performance specifications, the bid will be rejected by the Owner based on grounds that proper function of system could not be maintained by using equipment that does not meet the performance specifications required. B. All material to be new, unused, and current. C. All material must be a standard product of a manufacturer. D. The Contractor shall provide performance records to verify equipment capabilities. 2.2 Materials A. PVC Pipe: 1. All polvvinyl chloride pipes shall be class 200, SDR 21 un-plasticized polyvinyl chloride, Type I, Grade I, B. Fittings I . All piping must have manufacturer's markings clearly printed on them during installation. IRRIGATION SYSTEMS `- 02810-5 2. All class 200 pipes must conform to ASTM D-2241. 3. All lateral piping under four (4) inches shall be solvent weld. 4. All mainline piping four (4) inches and larger shall use belled ends or belled couplings using rubber gaskets in twenty (20) foot laying lengths. 5. All fittings for four (4) inches or larger mainline shall be 200 psi Gasketed Fittings. 6. All fittings shall be pressure rated for 200-psi maximum working pressure. 7_ Gaskets shall be designed for pressure and vacuum with maximum deflection (ASTM F-477). 8. PVC Fittings a. Schedule 40 fittings must conform to ASTM D-2466. b. Schedule 80 fittings must conform to ASTIv1 D-2464. 9. Three (3) X Four (4) Reducing Male adapters shall not be used. C. Swing Joints l . Nipples: Schedule 80 with molded threads on both ends, unless specified otherwise in construction detail. 2. Elbows: (90 degree) Schedule 40 FIPT X FIPT. 3. Pre -Fabricated swing joints are acceptable. 4. Lateral line fittings: Schedule 40. D. Flow Sensor I . Data Industrial. Flow Sensor supplied by Owner. Installation and wiring shall be lurnished and installed by the Contractor. E. Valves 1. Manual Control Gate Valve a. All gate valves shall have resilient seats, iron body, bronze mounted throughout, brass or bronze, and shall meet all requirements of A WWA C 509. All valves shall be mechanical joint. All valves shall open by turning to the left, and unless other -wise specified shall have non -rising stem when buried and outside screw and yoke when exposed. Gate valves shall be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with 0-ring stem packing. 2. PVC Ball Valves a. All Ball Valves shall be Thermoplastic; single entry type constructed of PVC Type I cell Classification 12454; with Iiuna-N O-Rings. All valves shall have Safe-T-Shear stems and double stops-, Polypropylene handle. The valve union nuts shall have Buttress (hreads, and all vale components shall be replaceable. The valves shall be certified for potable rater use by the N.S.F. The three Y inch valves shall be pressure rated at 150 psi for water at 75 degrees: as manufactured by Spears Mfg. Co. Use threaded 3" Male Adapters in valves for connection to piping in three (3)") inch sizes. 3. Quick -coupler Valves IRRIGATION SYSTEMS 02810 - 6 a. Rain Bird iF 44-RC, 1", Single lug, 2-piece body, heavy cast bronze with Rubber Cover Lid 'or approved equal'. b. Standard cover. C. The Contractor shall supply the Owner with two (2) valve keys for each Quick -coupler type. d. Installed with minimum ten (10") inch diameter plastic valve box. 4. Section Valve a. Hunter ICV-301 G, 201 G, 151 G or `approved equal' for rotor valves I . Sized according to plan. 2. Direct burial, remote control electric valve normally closed. 3. Solenoid - Waterproof molded epoxy resin construction having no carbon steel components exposed, having a captive solenoid plunger. 4. Internal Manual Bleed to keep valve boxes dry 5. Diaphragm - made with fabric reinforcement 6. Plow adjustment system 7. Cold water working pressure: - 20 to 220 psi 8. Heavy-duty glass -filled UV resistant nylon with captive bonnet bolts with matching brass body inserts b. Hunter ICZ-101, or 'approved equal' for drip valve I . Direct burial, remote control electric valve normally closed. 2. Solenoid - Waterproof molded epoxy resin construction having no carbon steel components exposed, having a captive solenoid plunger. 3. Internal Manual Bleed to keep valve boxes dry 4. Diaphragm - made with fabric reinforcement 5. Plow adjustment system 6. Pressure: 15 to 120 PSI (1.0 to 8.0 bar; 100 to 800 kPa) 7. Heavy-duty glass -filled UV resistant nylon with captive bonnet bolts with matching brass body inserts 8. plastic Wye strainer with stainless steel 150 mesh screen 9. Flow: .5 to 20 GPM (30 to 1200 GPI -I: 0.12 to 9.60 m3 hr, 1.9 to 76 limin) 10. Temperature: up to 150T (66'C) C. Hunter ICV or 'approved equal' for Master Valve I . Sized according to plan. 2. Direct burial, remote control electric valve normally closed. 3. Solenoid - Waterproof* molded epoxy- resin construction having no carbon steel components exposed, having a captive solenoid plunger. 4. Internal Manual Bleed to keep valve boxes dry IRRIGATION SYSTEMS 02810 - 7 am F G. BE 5. Diaphragm - made with fabric reinforcement 6. Flow- adjustment system 7. Cold water working pressure: - 20 to 220 psi 8. Heavy-duty glass -filled UIV resistant nylon with captive bonnet bolts with matching brass body inserts 9. Temperature: up to 150"F (66"C) Reduced Pressure Zone Assembly "RPZ" 1. The Back Flow Prevention Device(s) shall be two (2) four -inch (4") Febco Model 870V and one (1) three quarter -inch (3r4") Febco Model 860 2. A reduced pressure zone assembly shall be installed at each cross-conneetion to prevent backsiphonage and backpressure of hazardous materials into the potable water supply ANSUAWWA (C510-89). 3. Standard orientation is inlet flow vertical up, outlet flow vertical down. The assembly shall consist of a pressure differential relief valve located in a zone between two positive seating check valves. Backsiphonage protection shall include provision to admit air directly into the supply pipe via a separate vent. 4. Pressure —Temperature a. Temperature Range: 32°F to 140°F (0°C to 60°C) b. Max. Working Pressure: 175psi (12.1 bar) C. Hydrostatic Test Press: 350psi (24.1 bar) 5. Materials a. Main Valve Body: Ductile iron Grade 65-45-12 b. Coating: Fusion epoxy coated internal and external AWWA C550-90 C. Shutoff Valves: NRS and OS&Y resilient wedge gate valves AWWA C509 d. Trim: Bronze e. Elastomer Discs: EPDM f. Spring: Stainless steel Reduced Pressure Zone Assembly Enclosure I. Hot Box Model 9 HB3N (or "approved equal") a. Minimum dimensions 26"w x 70"1 x 45"h, molded fiberglass. b. Flip top lid with continuous hinge at rear with gas shock. C. Lid shall have handles and equipped with lockable enclosure. d. Base shall be equipped with drains large enough to handle flow of RPZ.. Valve Boxes 1. Specified Box #1: Ametek "Model 181 104; 10" Round (or "approved equal") for drip risers a. Mininnum dimensions 8-7116"" x 13-1i4"" x 10" 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). IRRiGATION SYSTEMS 02810 - 8 b. Drop -in green lid with cover lift holes and shall have 1/4 turn lock closure. 2. Specified Box #2: Ametek Model 174030.. Standard Rectangular (or "approved equal") for rotor valves and PVC valves. a. Minimum dimensions 16" x 10-3/4" x 12" deep, molded plastic. Extensions shall he used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required (no bricks shall be used). b. Bolt -in green lid with cover lift holes and shall have snap lock tab closure. 3. Specified Box #3: Ametek Model 194502: Jumbo Rectangular (or "approved equal") for Drip and Master Valve(s) and Flow Sensor(s). a. Minimum dimensions 20" x 14" x 12" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required (no bricks shall be used). b. Bolt -in green lid with cover lift holes and shall have snap lock tab closure. 1. Sprinkler Heads l . Specified Head # 1: hunter Institutional Spray, 15 Series, four inch (or "approved equal") a. Body: Shall be Institutional and (or "approved equal') Non -corrosive cycolac and stainless steel construction. b. Pop-up design with pressure regulation. C. 15' radius at 30 psi. with .93 gallons per minute (gpm) on 90 degree, 1.85 gpm on 180 degree and 3.7 gpm on 360 degree arc. d. Precipitation Rate: 1.83"!hr for 90, 180 and 360 degree heads. 2. Specified Head #2, Hunter 120 Ultra series with standard nozzle for flow rates ranging between three (3) and six (6) gpm 'or approved equal'. a. Sprinklers 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. Sprinklers shall be mounted up to one-half (I/2") inch below finished grade. 3. Specified Head #3: Hunter 125 Plus series with standard nozzles for flow rates ranging between nine (9) and twenty-five (25) gpm, 'or approved equal'. a. Sprinklers 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. Sprinklers shall be mounted up to one-half (1/2") inch below finished grade. J. Controller 1. Rain faster Evolution DX2, Furnished by Owner. wire, installation and all connections by Contractor ituJuding three (3) master valve(s) and three (3) f10 sensor(s). K. Lighting Arrestors with Grounding Rods IRRIGATION SYSTEMS 02810-9 L. M EM 1. Arrestor to be installed at controller by Contractor. Lightening rods shall be installed by Contractor. 2. Ground Rods -Copper coated steel utilizing a Cadwell grounding connector to secure the wire to the rod. Control Wiring 1. All 24 volt wiring to be #4 AWG annealed copper, Baron IiF, 600 volt, PVC coated UL approved direct burial. 2. All wire to be single stranded, one wire for each electric valve and a common wire. a. 12 gauge Common wire. b. 1.4 gauge Zone wire. C. All control wires to be installed at minimum depth of eighteen (18") inch and directly alongside any pipe if the same ditch is used. d. include an additional yellow and a green 14 gauge spare wires looped in the mainline ditch. 3. RainMaster Conductor a. The co►nmunication cable as required from the sub master satellite assembly to the other satellite assemblies on line shall be a 4-conductor shielded cable (part #ENV-CAB-COM). Communication cable may be used to link satellites up to 5,000 feet in. length from each other. Cable shall be installed in a 1-inch PVC schedule 40 conduit. b. The flow sensor wire as required from the flow sensor into the satellite assembly enclosure shall be a 2-conductor shielded cable (part #EVCAB- SEN). The sensor cable may be used to connect the flow sensor to a satellite up to 2,000 feet in length from each other. Cable shall be installed in a 1-inch PVC schedule 40 conduit. C. All conductors shall be the same type and size shown on the drawings as required for proper operation of the system. d. Wire Splices shall NOT BE APPROVED; entire length shall be replaced at CONTRACTORS EXPENSE. Miscellaneous Equipment I . Wire Connectors shall be 3M Model DBY. 2. Provide moisture -proof connection for underground wiring. 3. Solvent Cementing a. Primer - Weld -On P-68 Purple Colored Only (All pipe fittings.) b. Solvent - 1 2" then 11I2 " Weld -on #705: 2" three-10" Weld -On 471 C. Manufacturer's Recommendations shall be followed at all times. 4. l hrust Blocks a. Concrete "ready-rn►x" 3,000 PSI ►. 28 da,- ,v►th nunnbcrrebar instalic" To be placed at ail angles and terminal ends of two and one-half (2 'h") inch or greater pipe. To be placed at all angles (90's, 45's, tees) and at terminal ends of pipe. (Refer to "Thrust Block Detail) Thrust Blocks must be installed IRRIGATION SYSTEMS 02810 - 10 against the pipe and extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe and fittings to be wrapped in thirty (30#) pound felt to protect from movement. 5. Fresh water (Potable) line shall be no less than Schedule 40 and have a six (6') foot minimum horizontal separation from all other underground utilities. 6. All pipe to have a one (1') foot minimum vertical separation from all non -like utility lines. 2.3 GUARANTEES A. Provide a guarantee for all labor and material for a period of one year. from the date of substantial completion. B. Provide a manufacturer's guarantee for all sprinkler system components, i.e., valves, and heads, for a period of five years, from the date of substantial completion. C. Service calls during the one-year warranty period shall require a qualified technician on site within 24 hours. PART 3 — EXECUTION 3.1 LAYOUT A. Full and complete coverage is required. Contractor shall make any necessary minor adjustments to layout required to achieve full coverage of irrigated areas at no additional cost to Owner. B. Where connections to existing stubouts are required, make necessary adjustments should stubs be located differently. Adjust layout as necessary to install around existing work. C. Where piping occurs under paved areas but running parallel and adjacent to planted area, the intent is to install piping in planted areas. Do not install directly over another line in the same trench. D. It shall be the Contractor's responsibility to establish the location of all sprinkler heads on all turf areas in order to assure proper coverage of all areas. No substitutions of smaller pipe sizes will be permitted but substitutions of larger sizes may be approved. All pipe damaged or rejected because of defects shall be removed from the site at the time of said rejection. E. The Contractor will stake out the location of each run of pipe and all sprinkler heads of sprinkler valve locations prior to trenching. Before installation is started in a given area, the Owners Representative shall check all locations and give his approval. 3.2 EXCAVATING AND TRF,NCHING A. Perform all excavations as required for installation of work included under this Section, including shoring of earth banks, if necessary. Restore all surfaces, existing underground l_ installations, etc., damaged or cut as a result of the excavations, to their original condition. B. Should utilities not shown on the plans be found during excavations, Contractor should ._F promptly notify Owners Representative for instructions as to further action. Failure to do so will make Contractor liable for any and all damage therein arising from his operations ( subsequent to discovery of such utilities. Indicate such utility crossings on the Record IRRIGATION SYSTEMS 02810- 11 9M 3.3 3.4 Drawings promptly. C. Dig trenches wide enough to allow a minimum of four (4") inches between parallel pipelines. Trenches shall be of sufficient depth to provide minimum cover from finish grade as follows: 1. Minimum trench width: Six (6") inches. 2. Minimum cover over installed supply piping: Twenty four (24") inches. 3. Minimum cover over installed branch piping: Eighteen (18") inches. 4. Minimum cover over installed outlet piping: Eighteen (18") inches. 5. Maximum cover over main line shall not exceed twenty-four (24") inches at zone valves. D. Trench to accommodate grade changes. E. Maintain trenches tree of debris material or obstructions that rnav damage pipe. F. Where rocks or other undesirable materials are encountered trenches are to be over excavated by three (3") inches to allow for a three (3") inch layer of finely -graded sand under all piping. After the piping is installed. finely -graded sand shall be placed around the piping up to a point three (3") inches above the piping. G. All trenches are to be inspected and approved by the Owners Representative before covering. H. french -digging machining may be used for trench excavation in places where operation of trencher would cause damage to existing structures either above or below ground; in such instances, hand -trenching methods shall be employed. 1. The Contractor shall locate all existing underground lines whether or not they are shown on the drawings, sufficiently in advance of the trenching to make whatever provision necessary to prevent damage thereto. Extreme care shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. J. There will be no classification of, or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by equipment. All excavated material shall be piled in a manner that will not endanger the work or existing structures and which will cause the least obstruction to roadways. There will be no additional payment for rock excavation. K. The Contractor shalt dispose of excess trench excavation as directed by the Owners Representative. and at the Contractor's expense. BAC'KFI..OW PREVENTION DEVICE A. Install according to local codes and manufacturer's latest printed instructions. CONDUITS AND SLEEVES A. Furnish and install conduit where control wires pass under or through walls. Conduits to be of adequate size to accommodate retrieval for repair of wiring and shall extend twelve (12") inches beyond edge of walls. B. Install sleeves for all pipes passing through or under walls. walks, concrete and paving. Sleeving to be of adequate size to accommodate retrieval for repair of wiring or piping and shall extend twenty four (24") inches beyond edge of paving or other obstruction. C. Coordinate conduit and sleeve installation with other trades as required. IRRIGATION SYSTEMS 02810 - 12 3.5 PIPE LINE ASSEMBLY A. General: 1. Install pipes and fittings in accordance with manufacturer's latest printed instructions. 2. Clean all pipes and fittings of dirt, scales and moisture before assembly. 3. All pipe, fittings and valves, etc., shall be careftilly placed in the trenches. Interior of pipes shall be kept free from dirt and debris and when pipe laying is not in progress, open ends of pipe sliall be closed by approved means, 4. All lateral connections to the mainline as well as all other connections shall be made to the side of the mainline pipe. No connections to the top of the line shall be allowed, 5. Pipe pulling is not acceptable. 6. Install pipe valves, controls, and outlets in accordance with manufacturer's instructions. 6. Connect to utilities. 7. Set outlets and box covers at finish grade elevations. 8. Swing joints a. Swing joints shall be used on all rotary gear -driven sprinklers and all quick coupler valves and shall be of the same diameter as the inlet opening and shall have a twelve (12") inch lay length. b. Pre -manufactured swing joints shall be used as manufactured by Spears swing joint schedule 80t. Lasco G 132-212, or K BI TSA-I OOOTT. B. Solvent-Weldcd Joints for PVC Pipes: 1. Use solvents and methods recommended by pipe manufacturer. 2. Cure joint a minimum of one hour before applying any external stress on the piping and at least twenty four (24) hours before placing the joint under water pressure. C. Threaded Joints for Plastic Pipes: 1. Use Teflon tape on the threaded PVC fittings except where Marlex fittings are used. 2. Use strap -type friction wrench only. Do not use metal jawed wrench. 3. When connection is plastic to metal, male adapters shall be used. The male adapter shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Teflon tape or equal upon approval. D. Threaded Joints for Galvanized Steel Pipe: I . factory -made nipples shall be used wherever possible. Field -cut threads in pipes will be permitted only where absolutely necessary: when Field threading, cut threads accurately on axis with sharp dies. 2. Use pipe joint compound to make threads only. 1". Dissimilar Materials Piping Joints IRRIGATION SYSTEMS 02810 - 13 Construct joints using adapters that are compatible with both piping materials, outside diameters, and system working and design pressure. F. Concrete Thrust Blocks Thrust blocks are required at all turns and dead -ends on pipe sizes of three (3") inches and larger. Pipe of smaller diameter may require thrust blocks if so directed by the Owners Representative. Concrete shall have a minimum 28-day compressive strength of 3,000 psi. G. Laying of PVC Pipe: 4. Pipes shall be bedded in at least two (2") inches of finely divided material with no rocks or clods over one (1 ") inch diameter to provide a uniform bearing. 5. Pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. One additional foot per 100 feet of pipe is the minimum allowance for snaking. 6. Do not lay PVC pipe when there is water in the trench, or when trench or weather conditions are unsuitable for work. 7. Plastic pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the manufacturer. 8. Plastic pipe shall be cut with PVC pipe cutters or hacksaw, or in a manner so as to ensure a square cut. Burrs at cut ends shall be removed prior to installation so that a smooth unobstructed flow will be obtained. 9. All plastic -to -plastic joints shall be solvent -weld joints or slip seal joints. Only the solvent recommended by the pipe manufacturer shall be used. All plastic pipe and fittings shall be installed as outlined and instructed by the pipe manufacturer and it shall be the Contractor's responsibility to make arrangements with the pipe manufacturer for any field assistance that may be necessary. The Contractor shall assume full responsibility for the correct installation. 10. 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. 11. 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. 12. When work is in progress, securely close the open ends of pipe fittings so that no trench water, soil, or other substance will enter pipes or fittings. 13. Take up and re -lay any pipe that has the grade or joint disturbed after laying. 14. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against the vertical face of the trench, but not against rack. 15. Thrust blocks shall be used. 16. flake joints in all threaded fittings by applying Teflon tape on male threads. The use of Teflon dope is prohibited. 11. Where threaded PVC connections are required, use threaded PVC adapters. 18. There shall be no less than nine (9) inches of pipe between any two fittings, except for close nipples used in swing joints. IRRIGATION SYSTEMS 02810 - 14 UM 19. No cross tees or street ells are to be used at any time. 20. After pipe has been solvent weld, do not apply water pressure for a time less than that of the manufacturer's recommendation, considering current weather conditions. 21. All pipe shall be installed so that the manufacturer's markings are facing in the up position. 22. Excess PVC solvent shall be removed from joints before drying to prevent pipe weakening. Pipe connections made with excess solvent will not be accepted. 23. Solvent welding will not be permitted if weather conditions prevent joints from remaining free of dirt or moisture, while the joint is being made. Also, if the temperature is below that specified by the proper solvent manufacturer's recommendations. 24. The Contractor shall give the Owners Representative twenty-four (24) hours notice before the pipe trenches are to be covered so that the Owner's representative may be present for inspection. Auer the pipe system has been inspected and approved, trenches may be closed. 25. All pipe shall have a one (I') foot minimum vertical separation from all utility lines in close proximity. 3.6 VALVES A. Group valves together and locate in planted areas where possible. Box shall be flush with finish grade. B. Install all new valves on a level grade with the mainline. Valve boxes shall extend a minimum of three (3") inches below the bottom of valve and placed on Geo-textile material. Valve box extensions shall be used as necessary and shall be compatible with the valve box. C. After installing valves Geo-textile material and valve boxes, backfill holes with one (I ") inch minimum washed gravel, three-quarters (3/4") inch size up to bottom of valve. D. Reduced Pressure Zone Assemblies one (I") inch or smaller shall be installed with PVC unions on both sides of the valve assembly. 3.7 SPRINKLER HEADS A. All sprinkler heads to be installed at spacing indicated on plans. B. Place full and part -circle rotary pop-up sprinkler heads twelve (12") inches from edge of and flush with top of adjacent walks, header boards, curbs, and mowing bands, or paved areas at time of installation. Rotary sprinklers to be installed on a swing joint assembly as detailed. C. Sprinkler heads installed on cut-off nipples shall be installed so that the top of the head is slightly above ground level to allow for settling. Place pop-up sprinkler heads six (6") inches from edge of and flush with top of adjacent walks, header boards, curbs, and mowing bands, or paved areas at the time of installation,. 1). All sprinkler (leads to be set to the proper are by the Contractor. 3.8 QUICK COUPLING VALVES A. Quick coupling valves shall be installed on a swing joint assembly. The top of the valve IRRIGATION SYSTEMS 02810 - 15 um I to be at mid line ofthe valve box which is installed flush with the finish grade. I, 3.9 AUTOMATIC CONTROLLER A. Contractor to locate Controller as indicated on plans. B. Install per local. code and manufacturer's latest printed instructions. C. Connect remote control valves to controller in sequence approved by Owner. D. Affix controller name (i.e. "Controller A") on inside of controller cabinet door with letters minimum of one (1 ") inch high. Affix a non -fading copy of irrigation diagram to cabinet door below controller name. Irrigation diagram to be sealed between two sheets of 20 mil (minimum) plastic. Irrigation diagram shall be a reduced copy of the as -built drawing and shall show clearly all valves operated by the controller. showing station number, valve size, and type of vegetation irrigated. V 3.10 LIGHTNING ARRESTORS AND ROD A. A lightning arrestor and rod shall be installed at each controllcr. 'The rod shall be installed by the Contractor and placed below the controller. B. Rod shall he copper -coated steel, minimum eight (8") feet long, and five eights (5/8") inches diameter. C. Rod shall have a minimum resistance of twenty-five (25) OHMS or less. D. Utilizing a Cadwell grounding connector to secure the wire to the rod. E. Wire used to connect controller to lightning rod shall be four (4) gauge solid copper wire or one gauge larger than power wires, whichever is largest 3.11 CONTROL WIRING A. All wiring shall be type UF, Copper direct bury type made for the irrigation industry. Wiring shall be color keyed: 12 ga. white for ground, 14 ga. red for operation of equipment, and a one (1') foot loop in each valve box of a 12 ga. green and a 12 ga. yellow spare or unique color as approved by the Owners Representative. B. Install control wires with sprinkler mains and laterals in common trenches wherever possible. Lay to the side of pipeline. Provide looped slack at valves and snake wires in trench to allow for contraction of wires. 'Tie wires in bundles at ten (10') foot intervals. An electrical wiring diagram shall be furnished with the equipment. C. Wire splices will only be allowed to occur within an acceptable control box. inline direct burial splices will not be allowed. Wire splices shall be DBY model as manufactured by 3M Company or approved equal. Locations of splices shall be notes on the record drawing. D. Install a minimum of two (2) extra control wire in a unique color to the control valve located the greatest distance from the controller in both directions and label each end blank. Install extra yellow and green wires in mainline ditch. E. All wire passing under existing paving, sidewalk, etc., shall be enclosed in plastic conduit extending at least twelve (12") inches heyond edges of paving. or construction. F. Tracer wire and warning tape shall be installed with all Mesh water piping. Tracer wire (16 ga. copper) shall have the insulation removed for at least six (6") inches every thirty (30') feet of run. Potable water warning type shall be run at half the depth of the pipe, 3.12 CLOSING OF PIPE: AND FLUSHING OF LINES IRRIGATION SYSTEMS 02810 - 16 A. Cap or plug all openings as soon as lines have been installed to prevent entrance of materials that would obstruct the pipe. Leave in place until removal is necessary for completion of installation. B. Thoroughly flush out all water lines before installing heads, valves and other hydrants. C. Test as specified. D. Upon completion of testing, complete assembly and adjust sprinkler heads for proper distribution. E. All sprinkler heads and quick coupling valve boxes shall be set perpendicular to finished grades unless otherwise specified. Sprinkler heads adjacent to existing walls, curbs and other paved areas, shall be set to grade. Sprinkler heads which are to be installed in lawn areas where the turf has not yet been established shall be set one (I") inch above the proposed finish grade. I -leads installed in this manner will be lowered to grade when the turf is sufficiently established to allow walking on it without appreciable destruction. Such lowering of heads shall be done by this Contractor as part of the original contract with no additional cost to the Owner. 3.13 TESTING A. Perform hydrostatic tests when welded PVC joints have cured as per manufacturer's instructions. 1. Pressurized Mains: a. Completely install mains, isolation valves and control valves. Do not install laterals. b. Open all isolation valves. C. bill all lines with water and shut off at meter(s). d. Pressurize the main with air to 70 psi. Monitor gauge for pressure loss for four (4) hours. Maximum loss allowable 3 P.S.1. in 4 hours. e. Leave lines and fittings exposed throughout testing period. f. Leaks resulting from tests shall be repaired and tests repeated until the system passes. g. Test all isolation valves for leakage 2. Non -Pressure Laterals: a. Test piping after laterals and risers are installed and system is fully operational. b. Leave trenches open to detect possible leaks. B. Submit written requests for inspections to the Owners Representative at least forty eight (48) hours prior to anticipated inspection date. 3.14 WIRING ,A.. Control -wires from controller to valves shall be laid in sprinkler line trcrtchc (It applicable -wiring to be installed along wiring route on plan). B. Control wires to be taped together every twenty (20') feet along trench. C. Expansion loops shall be made at every turn in the trench and every filly (50') foot length of wire run by wrapping at least five (5) turns of wire around a one (I ") inch rod or pipe. IRRIGATION SYSTEMS 02810- 17 ME Next, withdraw the rod leaving turns in wire. D. Common valve wiring shall be white through entire system. E. Section valve wiring shall be red through entire system. White wires may not be used as section wire. 3.15 INSPECTION/ACCEPTANCE A. Preliminary Inspection I. When all initial installation is done and all incidentals necessary to the proper function of the system is done. the Contractor shall request the Owners Representative to walk through system and visually check the operation of the system. At this time the Owners Representative and Contractor will discuss repairs that may need to take place. The Owner will not nand excess time to accommodate Contractors Deficiencies. B. Final Inspection L After preliminary inspection has taken place and all corrections and repairs have been completed by the Contractor, the Contractor and Owners Representative will again walk through the system to check operation. 'f his procedure will be repeated until the system operates to the Owner's satisi'action. 3.16 BACKFILL AND COMPACTING A. Once the system is operating and required tests and inspections have been made, back( ill excavations and trenches with clean soil., free of debris. B. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to minimum ninety rive (95%) percent density under pavements, eighty five (85%) percent under planted areas, and ninety (90%) percent everywhere else. Percentage is of maximum density as determined by ASTM D698 standard proctor. C. Compact trenches in areas to be planted by thoroughly flooding the backtill. Jetting process may be used in those areas. D. Dress off all areas to finish grades. ,ill trenches and adjoining areas shall be hand -raked to leave the grade in as good or better condition than before construction started. E. All settling and low- areas that occur within the first twelve (12) months shall be the responsibility of the Contractor to fill and level. F. All trench backfill shall be flooded to prevent settling. 3.17 COMMISSIONING A. Starting Procedures: Follow manufacturer's written procedures. If no procedures are prescribed by manufacturers, proceed as follows: I . Verify that specialty valves and their accessories have been installed correctly and operate correctly. 2. Verity that specified tests of piping are complete. 3. Check that sprinklers and devices are correct type. 4. Check that damaged sprinklers and devices Have been replaced with new materials. 5. Check that potable water supplies have the correct type of backflow prevention device. IRRIGATION SYSTEMS 02810- 18 No 6. Energize circuits to electrical equipment and devices Adjust operating controls. B. Operational Testing: Perform operational testing after hydrostatic testing is completed, - backfill is in place, and sprinklers are adjusted to final position. 3.18 DEMONSTRATION A. Demonstrate to Owners Representative that system meets coverage requirements and that automatic controls function properly. B. Demonstrate to Owner's maintenance personnel operation of equipment, sprinklers, specialties, and accessories. Review operating and maintenance information. C. Provide seven (7) days written notice in advance of demonstration. D. The Contractor shall check that all parts are secure and are in good working condition one week after the installation of equipment. E. The Contractor shall verify the completion of all work as described in the specifications and shown on plans. 3.19 GUARANTEE A. The Contractor shall warrant all materials and workmanship for (one (1) year from Final Acceptance. 3.20 CLIEAN UP A. Clean up and remove all debris from the entire work area to the satisfaction of Owners Representative prior to placing a request for Final Acceptance. PART 4 — SPECIAL CONDITIONS: SITE SPECIFIC 4.1 DEMOIATION NOTES A. The following is a description of work to he done to the existing irrigation system at George W. Dupree Park before the grading and excavation work may commence: 1. Isolate the irrigation system that shall remain in service from the irrigated areas that will be affected by the excavation and grading operations. 2. Locate the existing irrigation system mainline running East— West, Eastward from the pump house on the West side of the park. This is a six inch (6") line coming out of the pump house which transitions to a four inch (4") line 180+/- feet East of the pump house, and then transitions to a three inch (3") line at 320+/- feet East of the pump house (according to "as -built" plan dated 2/10/84 in Park Department files). 3. All pipe sizes, dimensions and distances are approximate. B. Cutting and Capping of the six inch (6") mainline running East from the Pump House: including the interior mainline, loop mainline, and lateral mainline: All indication show there to be six (6) one and a half inch (1 '/z") lateral mainlines, and one (1) two inch (2") interior sub -mainline branching off the previously mentioned mainline running East from the pump house, that affect the areas that are to be renovated or re -installed. i . Cut the 1 '/" interior lateral line at a point 50 feet East of the pump house and 10 feet North of to the quick coupling valve, cut and cap 4' North of the quick coupling valve. 2. Cut the 1 z ' interior lateral line at a point 105 (eet East of the pump house and cap 4 IRRIGATION SYSTEMS 02810 - 19 C D. me feet 'forth of the 6" mainline. 3. Cut the 1 '/ - interior lateral line at a point 152 feet East of the pump house and cap 4 feet North of the 6" mainline. 4. Cut the 1 ''/" interior lateral line at a point 208 feet East of the pump house and cap 4 feet North of the 4" mainline. 5. Cut the 1 ''/2" interior lateral line at a point 262 feet East of the pump house and cap 4 feet North of the 4" mainline. 6. Cut the 2" interior sub -mainline at a point 314 feet East of the pump house and cap 4 feet North of the 4" mainline. 7. Cut the 1 '/2" interior lateral line at a point 365 feet East of the pump house and 10 feet worth to the quick coupling valve; cut and cap 4 feet North of the quick coupling valve. 8. Cut the 3" mainline at a point 440 feet East of the pump house, and install a three inch (3") PVC ball valve as shown on the Demolition Plan. This ball valve shall be used as an isolation valve, and is located at a point at least 10 feet East of the last row of undisturbed existing sprinkler heads. Cutting and capping the Southwestern Outer Loop two inch (2") Mainline: 1. At a point, measuring Southward from the six inch mainline coming out of the pump house, 480 feet South (paralleling Toledo Avenue), then turning ninety (90) degrees to the East, and measuring 425 feet to the East. This point should be at a location 40 feet North of the alley behind a residence at 4608 — 60th Street. 2. As shown on the Demolition Plan, the two inch (2") outer loop mainline shall be cut at this point, making sure to be at a location at least 10 feet East of the last undisturbed row of existing sprinkler heads. Install a three inch (3") PVC ball valve with a three inch by two inch (3" x 2") reducer bushing in a coupling, attached to the existing two inch (2") mainline. Cutting and Capping the Northwestern Outer Loop four inch (4") Mainline: The four inch (4") mainline runs Northward from the six inch (6") mainline corning out of the pump house for 710 feet to the North, the turning ninety (90) degrees to the East for a distance of 160 feet, then turning ninety (90) degrees again to the North for 185 feet to a point where it again turns ninety (90) degrees to the East and transitions into a three inch (Y) mainline paralleling 55th Street. I . Cut and cap the 1 '/'' interior lateral line to bee found at a point 710 feet North of the pump house and 55 feet East of the ninety (90) degree turn to the East. The line shall be cut and capped at a point 4 feet South of the 4'' rnainline. 2. At a point 105 feet East of the ninety degree turn to the East. mentioned above, cut and cap the I %" interior lateral line to be found there, 4 feet South of the 4" mainline. 3. At a point 155 feet East of the ninety degree turn to the Last mentioned above: cut and cap the I %'' lateral line 4 fleet South of the 4" mainline. 4. At a point 5 feet East of the last mentioned lateral line, the 4" mainline turns ninety (90) degrees to the North for the 185 feet run to the next ninety (90) degree turn. At a point 18 feet from this turn to the North, cut and cap the 2" interior sub- mainline to be found at this point 4 feet East of the 4" rnainline. IRRIGA"I-ION SYSTEMS 02810 - 20 E. Cutting and capping the three inch (3") Mainline: After the previously mentioned 2"interior sub- mainline, the 4" mainline continues for another 167 feet to the North to the ninety (90) degree turn to the East, across the North side of the Park, paralleling 55th Street and 60 feet South of the curb along the straight East — West portion of 55th Street. This mainline transition is from a 4" to a 3" line at the ninety (90) degree turn to the East. It supplies nine (9) separate lateral lines in this area, which are tied back into the 2" interior sub -mainline that is being abandoned, thus necessitating the following cutting and capping of these nine (9) 1 Vz"' lateral lines. In the following description, the heads are counted from the North, closest to 55th Street. Southward, toward the lake. I . The I st row is 55 feet East of the 90 degree turn From the South; cut & cap the line 6 feet South of the 4th head in the row. 2. The 2nd row is 105 feet East of the turn; cut & cap the line 6 six South of the 3rd head in the row. 3. The 3rd row N 158 feet East of the turn; cut & cap the line 6 six South of the 3rd head in the row. 4. The 4th row is 212 feet East of the turn; cut & cap the line 6 six South of the 3rd head in the row, which should have a quick coupling valve 8 feet North of the 3rd head in the row. 5. The 5th row is 265 feet East of the turn: cut & cap the line 6 six South of the 3rd head in the row. 6. The 6th row is 317 feet East of the turn; cut & cap the line 6 feet South of the 3rd head in the row. 7. The 7th row is 365 feet East of the turn; the existing row of sprinklers is installed with 1 head to the North of the mainline, then a quick coupling valve, and then the 2nd head to the South; cut & cap the line 6 feet South of the 2nd head in the row. 8. The 8th row is 417 feet East of the turn; cut & cap the line 6 feet South of the 3rd head in the row. 9. The 9th row is 469 feet Last of the turn; cut & cap the line 6 feet South of the 3rd head in the row. 10. At a point 510 feet East of the turn (and 6 six East of the East edge of the concrete drainage flume leading to the lake off55th Street from Salem Avenue to the North), the three inch (3") mainline shall be cut and a three inch (Y) PVC ball valve installed as an isolation valve. F. After the installation of this ball valve, the existing irrigation system should be totally isolated from the areas to be excavated and regarded, and still able to function in normal operations. Verity that all mainlines, valves, sub -mainlines, and lateral lines are capped, j and that there are no leaks in the remaining existing system. , 1. Pressure test for any remaining open lines by recharging the system with water, and follow the steps described in the'i'esting section of this specification. 2. Repair any leaks that may occur, if any, until the existing system is fully restored to operational status. i 4.2 SALVAGE OF IMATERIAL:S / HYDRAULICTUBING UBING REPAIR A. In the areas that are to be re -graded, excavated, or renovated, all the existing Toro 640 hydraulic controlled, valve -in -head sprinkler heads, swing joints, and quick coupling IRRIGATiON SYSTEMS 02810 - 21 LM 4.3 am valves shall be removed before any grading or excavation work may commence. 1. Determine accurately, which valves in the pump house operate the heads that will be removed. 2. Temporarily remove power to these valves and disconnect the hydraulic tubing that operates the affected heads from the valves. 3. Carefully dig up and remove the heads and swing joints from the piping to which they are attached. 4 4. In some cases, hydraulic tubing may be attached between a head that is to be removed t and a head that is to remain; in that instance, plug or crimp shut permanently the tubing going from the remaining "live" head to the removed or "dead" sprinkler head. In no instance shall a "live" or operating end of a hydraulic tube be left open to a removed head. 5. Reconnect the previously removed hydraulic control tubing to the valves, and re — energize the valves. Test run the valves to insure that the remaining, un-disturbed sprinkler heads are operating properly, if not, find and correct the deficiencies. 6. Collect the removed heads and other salvageable materials and accessories (112+/- Toro 640 sprinkler heads, swing joints, and 10+,'- quick coupling valves) and return them to the Owner. 7. Check the remaining system for operational integrity, insuring that there are no hydraulic controls tubing teaks present. to prevent proper system operation. Correct all deficiencies found, if any. 8. Notify the Owner's Representative at least forty eight (48) hours in advance before demonstrating to the Owner's Representative that the remaining existing irrigation system performs the same as it did before the demolition process began. B. At this pint, after operational integrity has been restored to the irrigation systems, the excavation and grading process may precede, but ONLY when the operational integrity has been restored to the irrigation systems which shall remain. The Irrigation Contractor J shall coordinate closely, in any case, with the Excavation Contractor in order flor the work to continue expeditiously. SOURCE OF iNFOR'MATION FOR DEMOLITION PLAN l A. Details for the Demolition Plan were obtained from the "as -built" Dupree Park Irrigation Plan dated 2l10.184 in the Park and Recreation Department ftties. A Blue -line paper print of this plan is available to the Contractor for reference upon request; however, the #> relevant locations ofmainlines, sub -mainlines, and lateral lines are shown on the Demolition Plan. i I . All scaled dimensions on the Demolition Plan and stated distances and dimensions in " this specification section are based on the above described 1984 plan, which may or l may not be completely accurate. However, with care. and careful hand excavation around existing sprinkler heads to avoid hydraulic control tubing excessive damage, the points indicated for the cutting and capping of various mainline piping may be found successfully. 2. All points described for the installation of three inch (Y) PVC ball valves as isolation points for the existing hydraulically controlled system, may be found by their relative position to existing, undisturbed rows of sprinkler heads. IRRIGATION SYSTEMS F 02810 - 22 ' i 1 B. The previous descriptions in this section of the specifications are intended as a guide to clarify the work to be performed; however, they may be subject to modification, due to conditions actually encountered on site. The Contractor shall notify the Owner's Representative for clarification and instructions before proceeding with work, if there is any question in the Contractor's mind about intent or confusion due to actual field conditions. C. The Contractor is reminded that the existing irrigation system in Dupree Park is a hydraulically controlled, grid type main, valve -in -head system with pressurized lines in every part of the system, when in operation. It is extremely critical that all lateral lines connected to sub - mainlines are cut in the proper places, and securely capped to prevent any leaks from lines that may be left cut and open. It is also extremely crucial that care is taken to insure the operating integrity of the hydraulic control tubing so that all retraining existing heads are functional and operate properly. D. The single most critical and important goal of the demolition process is to minimize damage, and quickly repair any damage to the existing irrigation system, allowing it to remain functional while the new irrigation system installation is on — going, 4.4 VALVE, HEAD, NOZZLE, & FLOW NOTES IRRIGATION SYSTEMS 02810 - 23 i Station # I Valve Size Head Arcs, & Nozzle ' Total Zone Flow Types Heads 3" 12-F,3-TQ, all# 8 15 115._5gpm I 2. 2" f 1 7 - H 9 8, 1 - Q # 8, 3 - H 11 73.0gpm #4 { 3. 3" 14 - F, l - TQ, all # 8 15 115.5 gpm I 4. 3" _ 15 - F, I - TQ, all #8 16 123.2 gpm I 5. I 2" 8-F#8,2-F#7,6-F 16 97.5gpm #4 6. j 3" 1 14-F#8,1-F#4 15 111.6gpm j 7. 2" 8-H38,2-H#4,2-Q 12 84.6gpm # 8 ---- - 8. 3" 16 - F #8 16 123.2 gpm 9. 2" i t 12 Il #8, 2 - T # 8 14 107.8 gpm 10. i 2" 12 - F # 8, 2 - F # 4, 1 - 15 104.4gpm TQ#5 I 211 19 -- H, 4 - Q, all # 4 23 87.4 gpm y 12. 3" 15-F#8,1-F#4 16 119.3gpm U. 3" 17-11#8 17 130.9gpm I i � 14. 3" 17-F#8 17 130.9gpm f 15. 3" 14-F#8,1-F#4,2- 18 131.4gpm TQ#8,1-F#5 16. 3" 15-H#8,2-H#4,2 21 146.1gpm Q#4.2-Q#8 t 17. 3" 16-F#8,1 -TT #8 17 130.9gpm IRRIGATION SYSTEMS 02810 - 24 am I 18. 3" 15—H#8,2—Q#8 i 17 130.9gpm 19. 3" i 16 — F # 8 16 123.2 gpm 20. 3" 14 — F # 8, 1 — TQ # 8 15 115.5 — 21. 3" 14 — H, 1 — T, 2 — Q, all # 17 130.9 gpm i E 8 22. 2" i 14 — F # 8 14 107.8 gpm 23. 2" I1 j 8 — H # 8, 2 — H # 4,2 — Q 14 100.0gpm i #8,2—T#8 D -1 1" Hunter ICZ - 101 (for 6 stubs N/A i future drip zone) i D - 2 1„ i Hunter ICZ - 101 (for 6 stubs N/A future drip zone) D - 3 I 1" Hunter ICZ - 101 (for 6 stubs NIA future drip zone) Hunter ICZ - 101 (for 6 stubs N/A future drip zone) 367 — Hunter I-25 Heads 15 — Hunter 301 — G 3" Valves; 8 — Hunter 201 — G 2" Valves 12 — Rain Bird 44 RC quick coupler valves 4 — Hunter ICZ-101 1" valves for future drip irrigation (See Detail Drawing on Plan) END OF SECTION 02810 IRRIGATION SYSTEMS 02810 - 25 SECTION 03300 CONCRETE PART 1-GENERAL 1.01 SUBGRADE PREPARATION' A. Subgrade preparation to include removal, hauling, and disposal of any unusable material. 1.02 CODES AND STANDARDS A. Comply with the provisions of the following codes, specifications and standards, except where more stringent requirements are shown or specified: B. ACI 347 "Recommended Practice for Concrete Form Work." C. ACI 304 "Recommended Practice for Measuring, fklixing, Transporting and Placing Concrete." D. Concrete Reinforcing Steel Institute, "Manual of Standard Practice." I . ADA and TAS guidelines and recommendations. F. City of Lubbock Standard Paving Specifications 1.03 QUALITY ASSURANCE: A. Manufacturer Qualifications: The concrete shall be produced by a firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94. B. The Owner shall employ and pay for services of independent testing laboratory to perform testing of concrete materials. Contractor shall notify the Owner 48 hours prior to the placement of any concrete on the Projcct. 1.04 SUBMITTALS A. General: Submit the following twenty to thirty days prior to beginning any concrete construction. 13. Test certificates from an approved commercial testing laboratory on all proposed aggIregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%) C. A mix design based on water -cement ratio. D. Results of compression tests in conformance with AS`1 M C 39 andior flexural tests in conformance with AST41 C 73, ivade by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and;or 6 beams at curing times appropriate to the class ofconcrete. CO`'CREI 03300- 1 PART 2—PRODUCTS 2.01 REINFORCING MATERIALS A. Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"-10 gauge welded wine fabric, or size as indicated on plan sheets. B. Supports for Reinforcement: Support all reinforcing with plastic chairs. Allow for minimum 1-1/2" concrete cover. C. Fiber reinforcement may be used in place of wire mesh only if approved by the City Engineer, Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers equivalent to Novocon Xorex. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber manufacturer. 2.02 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type i. (Use only one brand of cement throughout the project, unless otherwise acceptable to Owner). B. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C 33. The aggregates shall be well graded from coarse to fine with a maximum size of 1-1i2 inches, and shall confonn to ASTM C 136. C. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASH'I'O 'r26. 2.03 RELATED MATERIALS A. Alley paving shall be constructed with an expansion joint at each cold joint. 'Tooled contraction joints, cut /4 inch wide and 1-518 inch deep, shall be placed at 13 foot intervals. Alley paving contraction joints shall be scaled with asphaltic sealer. B. Elastomeric sealant for contraction joints shall be, or shall be equivalent to. W.R. Meadows "SOF-SEAL," W.R. Meadows ,# 158 cold applied or "GARDOX" as required by plan sheets. Ilot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D 3405. I -lot poured joint sealant for all other joints in Portland cement concrete pavement, shall conform to ASTM D 3406. Cold poured joint sealant shall conform to ASTM C 920. C. All fresh concrete surfaces shall be completely covered with a liquid membrane forming curing compound and the application shall conform to DMS-4650 and 'i'xDOT Item 420, '`Concrete Structures — Curing Materials." 2.04 PROPORTIONII G .AND MIX DESIGN A. Mix design of concrete shall conform to the following: 1. 3000 psi, ;-day compressive strength. CONCRETE; 03300- 2 2. Maximum Slump: 5 inches. 3. Maximum Gallons of Water per Sack: 5.5 gallons. 4. Minimum Sacks of Cement per CY: 5.5 sacks. B. When the air temperature is between 85 degrees F and 90 degrees F, reduce the mixing and delivery time from 1-1/2 hours to ?5 minutes, and when the air temperature is above 90 degrees F, reduce the mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.01 S11'E PREPARATION A. Contractor is responsible for layout of work based on plan dimensions, excavation, grading, leveling, and compaction of sub -grade and fill material. B. Contractor shall verify that sub -grade is fully prepared before concrete placement operations begin. 3.02 CONCRETE? FORMS A. Forms for concrete construction shall be set to the lines and grades established by the Engineer after sub -grade has been prepared. B. The forms shall be held together and in place in such a manner that they will not move during the placing and working of the concrete. The forms shall be cleaned and oiled prior to placing concrete. Face forms and construction joints (removable metal plates) shall be set to hold the concrete in place until it is to be finished. C. Forms that are warped or damaged in any manner so as to make them unacceptable to the Engineer shall not be used. Ill. Forms for radii shall be set in the same manner as straight forms, and shall be set to produce curves true to the plans. Face forms will not be required for curb and gutter on radii if a true section can. be obtained by other methods acceptable to the Engineer. 3.03 CONCRETE PLACING AND WORKMANSIiIP A. The Contractor is responsible for correction ofconcrete work which does not confibrm to the specified requirements, including strength, tolerances and finishes. Correct: deficient concrete as directed by the Owner. 13. Workmen shall have a minimum of 3 years experience in forming and pouring concrete of similar nature and scope. C. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishin'ri. I'he concrete shall be floated and troweled to the approximate section. 1). No water shall be added during placement or finishing of any concrete, unless specifically Authorized by the F nzgmeer. , 03300- 3 E. For curb and gutter removal of face forms and finishing shall be started after a partial set occurs. i�or all concrete construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. F. Concrete shall not be placed when the ambient temperature is below 40 degrees F as determined by the National Weather Service continuous broadcast. Concrete shall not be placed on frozen subgrade. The contractor shall have sufficient covering material available, approved by the Engineer, to immediately protect concrete placed less than 6 hours should the air temperature fall below 33 degrees F. This protection shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. No salt or other chemical admixtures shalt be added to the concrete to prevent freezing. G. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. H. The surface of concrete street paving shall incorporate a heavy broom finish, or tined Finish if indicated on plans. All other concrete surfaces shall be completed with a light ])room finish. 1. Finished concrete surfaces shall not have irregularities in excess of lib inch when tested with a 10 foot straightedge. Prior to acceptance, the contractor shall apply sufficient water to all concrete and paving to determine locations of ponding. Ponded areas shall be removed and replaced. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's expense. 3.04 JOINTS A. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. The sealant shall be a soft, higlily flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. B. Backer rod used with clastomeric sealant shall be 25% greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. Compression of the backer rod material shall be approximately 25% shrinkage at 8 psi applied stress. The material shall not melt, shrink, evaporate.. or absorb water, and shall be compatible with the application of the sealant to be used. End of Section CONCRt:TE 03300- 4 SECTION 02930 TURFGRASS LAWNS PART 1 -GENERAL. 1.01 SCOPE A. This work includes all labor, materials, and equipment for soil preparation, fertilization, planting, and other requirements regarding turfgrass planting areas shown on plans. 1.02 RELATED DOCUMENTS: The Drawings and all specification herein apply to the Work in this Section. 1.03 SUMMARY: A. Work Included: 1. Furnishing and applying hydromulch seeding. 2. Furnishing and installing sod. 3. Bed preparation 4. Warranty B. Related Work in Other Sections: 1. Section 02300 - Earthwork. 2. Section 02810 - Irrigation System. 1.04 QUAL.ITY 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. B. Inspections: 1. Make written request for inspection of finish grade prior to sod bed preparation. 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. 1.05 SUBMITIAL: Furnish required copies of manufacturer's literature, certifications, or laboratory analytical data for the following Items: A. Seed/Sod Source. (Certifications) B. Top Dress Fertilizer. (Certification) 1.06 SCHEDULING TURFGRASS LAWNS 02930 - 1 ME A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of Substantial Completion. 1. May 15th to August 31st for Bermuda seeding. 2. Overseeding - Annual Rye Grass a. If Bermuda seeding cannot be established by September 15, turf areas are to be over -seeded with annual rye-grass at a rate of4-Ibs'/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. b. This annual rye grass maintenance shall be considered as a separate item from the 3D-day maintenance period specified for the seeded Bermuda grass. c. 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 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. d. After sufficient annual grass kill has been verified by the Landscape Architect, turf areas shall have an "Aera-vator" PTO driven, vibration tine, aeration device process the soil to a depth of three (3") inch to four (4") inches prior to seeding the Bermuda grass as specified. B. Weather Limitations: Proceed with planting operations only when existing and forecasted weather conditions permit. 1.07 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 in writing. 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 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. 1.08 REPLACEMENTS: 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. TURFGRASS LAWNS 02930 - 2 1.09 FINAL ACCEPTANCE: 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. PART 2 - MATERIALS 2.01 TURF SEED A. Composition: Fresh, clean, certified, Class'A', new crop seed. B. Type: "Cynodan dactylon" Common Bermuda `Savannah'. C. 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. D. 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. E. 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): Turf Seed Mixture for turf areas Proportion Purity Minimum by weight Germination Cynodan Dactylon-Common Bermuda 85% 98% 90% `Sahara' Lolium perenne- Perennial Ryegrass 10% 98% 90% Poa Annual Ryegrass 5% 95% 90% F. Weed Seed: Do not exceed 0.25%. 2.02 TURF SOD A. One Year Old, nursery -grown sod, of the variety "Tifton 10' Hybrid Bermuda 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. B. 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. C. Sod shall be dark green in color, relatively free of thatch, free from diseases, weeds and harrnful insects. D. 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 TURFGRASS LAWNS 02930 - 3 sod. E. Sod shall be rejected if found to contain the following weeds: Quackgrass, Johnsongrass, poison ivy, nimbleweed, thistle, bindweed, bentgrass, perennial sorrel or bromegrass. 2.03 FERTILIZER A. Pre -planting Fertilizer Application for Turfgrass Planting Areas: Fertilizer for the initial planting application shall be ofN-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 more than 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. 2.04 HYDROMULCH MATERIALS A. Mulch: All mulch will be manufactured from hardwoods only and will be refined specifically for turf hydromulch applications. Three approved mulches are manufactured by Conwed, Weyerhauser, and Texas Fiber Co. I. Submittal: Submit a sample label or specification and a sample packet of the proposed mulch for the Owner's approval. PART 3 - EXECUTION 3.01 GRADING AND VERIFICATION: A. Coarse Grading I . Stones, Weeds, Debris: Verify that all areas to receive turf are clear of stones larger than one and a half (1-1 /2") inches diameter, weeds, debris and other extraneous 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 I . Stones, Weeds, Debris: Verify that all areas to receive turf are clear of stones larger than I in. diameter, weeds, debris and other extraneous materials. TURFGRASS LAWNS 02930 - 4 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 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 tine mist of water. D. Soil Moisture: I . 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. 3.02 BROADCAST SEEDING ON PREPARED FINISHED GRADE: A. Bed Preparation: Immediately after the finished grade has been approved, begin broadcast 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 or roller. C. Application: 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 ►notion 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. B. Unseeded Areas: If, in the opinion ofthe 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. TURFGRASS LAWNS 02930 - 5 B40 3.03 SOD BED PREPARATION: A. Sod Bed Preparation: 1. Provide soil preparation per this Section 02930. 2. Rake areas to set exact line and final finish grade. 3. Rolling: Roll amended soil with 200 pound water -ballast roller. 4. Moistening: After all unevenness in the soil surface has been corrected, lightly moisten the soil immediately prior to laying the sod. 5. Timing: Sod immediately thereafter, provided the sod -bed has remained friable. 3.04 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 mounds and slopes with strips parallel to contours. Use a sharp knife to cut sod to tit 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 till 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. 3.05 PROTECTION: A. No heavy equipment shall be moved over the planted turf area unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of 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. 3.06 ESTABLISHMENT AND ACCEPTANCE: 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. A. 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. B. 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 TURFGRASS LAWNS 02930 - 6 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 min x 125 mm). 3.07 IRRIGATION SYSTEM: 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. 3.08 POST -PLANTING MAINTENANCE: 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. All turf areas adjacent to paved areas shall be edged to maintain a neat appearance. 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. 3.09 EROSION CONTROL: 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. 3.10 INSPECTIONS: _y 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. 1.11 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. 3.12 GUARANTEE: The Contractor shall guarantee all materials used for this work to be the type, quality and quantity specified. END OF SECTION 02930 TURFGRASS LAWNS 02930 - 7 ULM