Loading...
HomeMy WebLinkAboutResolution - 2024-R0006 - Contract 17666, With WR Construction, Pickleball Facility, Mcalister Park - 01/09/2024Resolution No. 2024-R0006 Item No. 6.3.1 January 9, 2024 12ESOLUTYON i3L I1' RI;SOLVLD I3Y TIIL' CI"l�Y COUNCIL OF 1'IIL CITY Ol� LUI3BOCK: "1�IIAT the Mayor of the City of Lubbock is hereby authori•r_cd and directed to execute for and on behalf of the City of Lubbock, a Public Works Contract per I"I'I3 24-17666-KM, by and betwcen the City of Lubbock and WR Construction, Inc., for construction of McAlister Park Yickleball Courts, consistent with thc tcrms of thc bid submittal attached hereto and incorporated herein, and relatcd documents. Passed by the City Council on ____ January 9, 2024 _ I'RAY 1' NI', M�1YOR ATT ;S"r: Courtncy Pa•r., City Secrctary APPROVLD AS "1�0 CONTI;N'1': `'I�VW' t I3rookc Witchcr, Assistant City Managcr A�'YROVLD AS 1'O I�ORM: Rachacl l�ostcr, sistant City �lttorncy ccdocsII1RGS.I3id /�ward- WR Construction, Inc. 12.4.23 BID SUBMITTAL FORM LUMP SUM BID CONTRACT DATE: November 9, 2023 PROJECT NUMBER: ITB 24-17666-KM Construction of McAlister Park Pickleball Courts Bid of WR Construction, Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having carefiilly examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated. Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 330 consecutive calendar days with final compleNon of the project within 365 consecutive calendar days as stipulated in the specification and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages in the sum of $25 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $25 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date speciiied in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him. City of Lubbock, TX Public Works ITB 24-17666-KM Construction of McAlister Park Pickleball Courts WR Construction, Inc. of Lubbock, TX QTY Unit Extended # Items +/- U�M Price Cost General #1-1 Site Layout Per Specification for 9 Courts - 1 LS $ 1,497,000.00 $ 1,497,000.00 Page L102 #1-2 Alternate Site Layout Per Specifcation for 12 Courts - L 102A 1 LS $ 269,000.00 $ 269,000.00 Total (Items 1-1 through 1-2): $ 1,766,000.00 Eaclosed with this bid is a Cashier's Check or Certified Check for na Dollars ($ ) or a Bid Bond in the sum of 5% Dollars ($ ), which it is agreed shall be coltected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigaed fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notic to� s (Seal if Bidder is a ATTEST; Secretary ,•••°��"NSTRv����'''••, it�n��' �r����C���? � • Go�p° ate � �. 2 � i �•�_ . Bidder acknowledges receipt of Addenda No. 1 Date 10/27/23 Addenda No. �_ Date 11/01/23 Addenda No. Date Addenda No. Date M/WBE Firm: addenda: Date:11/09/202 , . Authorized Signature Erica Robinson (Printed or Typed Name) WR Construction, Inc. Company 5912 CR 6300 Address Lubbock , Lubbock City, County Texas , 79416 State Zip Code Telephone: 806 - 687-1915 Fax: 806 - 687-1925 FEDERAL TAX ID or SOClAL SECURITY No. 54-2120320 EMAIL: �a son@wrgencon-inc.com CERTIFICATE OF INTERESTED PARTIES FORnn 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING i Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2023-1103462 WR Construction , Inc Lubbock, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 12/12/2023 being filed. City of Lubbock Date Acknowledged: 12/12/2023 g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 17666 McAlister Park Pickleball Courts 4 Nature ofinterest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Robinson, Erica Lubbock, TX United States X Robinson, Jayson Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is , and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.Of381ab6 CERTIFICATE OF INTERESTED PARTIES FORnn 1295 �o�� Complete Nos. 1- 4 and 6 it there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested panies. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the 6usiness entiry's place Certificate Number: of business. 2023-1103462 WR Construction , Inc Lubbock, TX United States Date Filed: 2 Name of governmental entity o� state agency that is a party to t e contract for wh ch the form is 12/12/2023 being filed. City of LubboCk Date Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description oi the services, goods, or other property to be provided under the contract. 17666 McAlister Park Pickleball Courts 4 Nature ofinterest Name of Interested Party Ciry, State, Country (place of business) (check applicable) Controlling Intermediary Robinson, Erica Lubbock, TX United States X Robinson, Jayson Lubbock, TX United States X 5 Check only if there is NO Interested Party. � 6 UNSWORN DECLARATION My name is 1 , and my date of birth is My address is 1 � —1 ��. , �.,��� ��, ��. �T, (street) (city) (state) (zip code) (counlry) I declare under penalty of perjury that the loregoing is true and correct. Executed in County, State of , on the ��day ot��,� (i�� 7 (monlh) (year) r Signa re of authorized agent ot contracting business entiry (Oeclarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.Of381ab6 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: January 9, 2024 CITY OF LUBBOCK SPECIFICATIONS FOR Construction of McAlister Park Pickleball Courts ITB 24-17666-KM CONTRACT 17666 PROJECT NUMBER: 92765.9246.30000 Plans & Specifications may be obtained from https://ci-lubbock-tx.bonfirehub.com/ VA V*0'�-o City Of � ubbock TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank Addenda Page Intentionally Left Blank 4&Ak City ofLubbock V40r,- ADDENDUM I Updated Closing Zoom Information RFP 24-17666-KM Construction of McAlister Park Pickleball Courts DATE ISSUED: October 27, 2023 CLOSING DATE: November 9, 2023, at 3:00 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. Closing Zoom Information 1. The following information has been added to Bonfire. Marta. Alvarez is inviting you to a scheduled Zoom meeting. Topic: Closing: ITB 24-17666-KM Construction of McAlister Park Pickleball Courts Time: Nov 9, 2023 03:00 PM Central Time (US and Canada) Join Zoom Meeting https://zoom.us/j/94971795201"pwd=U2QwZzZ60FNXMEVGaGlyYnpgU1huUT09 Meeting ID: 949 7179 5201 Passcode: 1314 One tap mobile +13462487799„949717952019 US (Houston) +17193594580„949717952019 US Dial by your location • +1 346 248 7799 US (Houston) • +1 719 359 4580 US • +1 253 205 0468 US • +1 253 215 8782 US (Tacoma) • +1 669 444 9171 US • +1 669 900 9128 US (San Jose) • +1 312 626 6799 US (Chicago) • +1 360 209 5623 US • +1 386 347 5053 US • +1 507 473 4847 US • +1 564 217 2000 US • +1 646 558 8656 US (New York) • +1 646 9313860 US • +1 689 278 1000 US • +1 301 715 8592 US (Washington DC) • +1 305 224 1968 US • +1 309 205 3325 US • 888 475 4499 US Toll -free • 833 548 0276 US Toll -free • 833 548 0282 US Toll -free • 877 853 5257 US Toll -free Meeting ID: 949 7179 5201 Find your local number: https://zoom.us/u/addAflin44Z All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be emailed to kmorgan2mylubbock.us Questions are preferred to be posted on https://ci-lubbock-tx.bonfirehub.com/ THANK YOU, CITY OF LUBBOCK Kiara Morgan Buyer III City of Lubbock Purchasing and Contracts Management Office 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 Director of Purchasing and Contract Management 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. qMAN City of Lubbock ADDENDUM 2 Revised Bid Table ITB 24-17666-KM Construction of McAlister Park Pickleball Courts DATE ISSUED: November 1, 2023 CLOSING DATE: November 9, 2023 at 3:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Revised Bid Table 1. Line Item No.I in the bid table has been updated. Please ensure you are submitting the current version of Bid Table BT-68EM revised November 1, 2023. Ifyou have already submitted a bid, you will need to withdraw your submission and download the bid table again before re -submitting. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be emailed to kmorgangmylubbock.us Questions are preferred to be posted on https://ci-lbbock-tx.bonfirehub.com/ THANK YOU, CITY OF LUBBOCK Kiara Morgan Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer's responsibility to advise the Director of Purchasing and Contract Management 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. S. 9. 10 11 12 13 14 NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK REFERENCE FORM 3-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-4. SAFETY RECORD QUESTIONNAIRE 3-5. SUSPENSION AND DEBARMENT CERTIFICATION 3-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES GENERAL CONDITIONS OF THE AGREEMENT DAVIS BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS 2 Page Intentionally Left Blank NOTICE TO BIDDERS Pate Intentionally Left Blank Lubbock ITB 24-17666-KM Construction of McAllister Park Pickleball Courts 1. NOTICE TO BIDDERS I.I. Bidders may submit responses electronically by uploading required documents at the City of Lubbock's partner website, Bonfire. This Invitation to Bid is for your convenience in submitting a bid for the specified project. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Bids will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 3:00 PM on November 9, 2023, 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 above referenced. 1.3. After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: hops://zoom.us/j/94971795201?pwd=U2QwZzZ60FNXMEVGaGlyYnpgUlhuUT09 Meeting ID: 949 7179 5201 Passcode: 1314 1.4. It is the sole responsibility of the bidder to ensure that his bid is actually received by the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. 1.5. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of bids, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although bids may be submitted electronically, hard copy bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX BIDS. 1.7. Bids may be withdrawn prior to the above scheduled time set for closing. Alteration made before ITB opening must be initialed by bidder guaranteeing authenticity. 1.8. Bids are due at 3:00 PM on November 9, 2023, and the City of Lubbock Council members will consider the bids on December 5, 2023, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPUnVF.n 1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF THE CONTRACT BY THE LUBBOCK CITY COUNCIL. 1.10. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.11. The estimated budget for this project is $1,200,000. 1.12. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a 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 bidder will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the bidder. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. 1.13. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from hgps://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.14. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at hltp://pr.thereproductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of bids. Additional sets of plans and specifications may be obtained at the Bidder's expense. 1.15. It shall be each bidder's sole responsibility to inspect the site of the work and to inform bidder regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. 2. PRE -BID MEETING 2.10. For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held November 1, at 10:00 a.m., via teleconference. The Zoom meeting information is as follows: Website: hltps://zoom.us/j/95675003466?pwd=RzVleHFON2tQQndOK05kVG5QQTgYYQT09 Meeting ID: 956 7500 3466 Passcode: 1314 2.11. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.12. It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidders attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 4. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. 5. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Page Intentionally Left Blank BID SUBMITTAL FORM Pate Intentionally Left Blank BID SUBMITTAL FORM LUMP SUM BID CONTRACT DATE: November 9, 2023 PROJECT NUMBER: ITB 24-17666-KM Construction of McAlister Park Pickleball Courts Bid of WR Construction, Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated. Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 330 consecutive calendar days with final completion of the project within 365 consecutive calendar days as stipulated in the specification and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages in the sum of $25 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $25 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him. City of Lubbock, TX Public Works ITB 24-17666-KM Construction of McAlister Park Pickleball Courts WR Construction, Inc. of Lubbock, TX QTY Unit # Items +/- U/M Price General 91-1 Site Layout Per Specification for 9 Courts - 1 Page L102 91-2 Alternate Site Layout Per Specification for 12 1 Courts - L 102A Extended Cost LS $ 1,497,000.00 $ 1,497,000.00 LS $ 269,000.00 $ 269,000.00 Total (Items 1-1 through 1-2): $ 1,766,000.00 Enclosed with this bid is a Cashier's Check or Certified Check for na Dollars ($ } or a Bid Bond in the sum of 5% Dollars ($ }, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notic,$Yo,,piddts (Sea] if Bidder is a Corporatj�n�,•-"• " ..•�• •'••!�/0�., ATTEST: Graf@'•: � E Secretary �s ♦ " • .•;��i Bidder acknowledges receipt of the iow9i addenda: Addenda No. 1 Date 10/27/23 Addenda No. 2 Date 11/01/23 Addenda No. Date Addenda No. Date Date:11/09/202 Aff Authorized Signature Erica Robinson (Printed or Typed Name) WR Construction, Inc. Company 5912 CR 6300 Address Lubbock Lubbock City, County Texas 79416 State lip Code Telephone: 806 - 687-1915 Fax: 806 - 687-1925 FEDERAL TAX ID or SOCIAL SECURITY No. 54-2120320 kMAIL: jayson@wrgencon-inc.com M/WBE Woman Black American Native American Firm: x Hispanic Asian FacifflicFMTETTs—pe-city) American American INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. 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. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and ( x) is acceptable ( ) is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned bidder, having examined the bid documents, instructions to bidders, documents associated with the invitation to bid, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in bid rejection. By signing below, the terms stated have been reviewed and approved. Company MWOMMOMIA struction, Inc. Print Name and Title: Erica Robinson, VP Date: 11 /09/2023 Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, WR Construction, Inc., as Principal, hereinafter called the Principal, and the SureTec Insurance Company, a Corporation created and existing under the laws of the State of Texas, whose principal office is in Houston, TX, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Lubbock, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Greatest Amount Bid ($----- 5%o------ ), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for ITB 24-17666-KM Construction of McAllister Park Pickleball Courts NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9th day of November, 2023. Attest: t By: Witness: ool-STRCi�''�, WR Construction, Inc. �.• �, ,,•...•.'.•..• •. ),•• (Principal) _ �.;•Gofp,orar�•:.O By fi . • At 17 Form S-3266-4 Printed in U.S.A. 12-70 POA# 4221092 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel I nsur a nce Company (the "Company"), a corporation duly organized and existing under the taws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Tracy Tucker, W. Lawrence Brown, Steven M. Tucker, Kevin J. Dunn, Tanner Langston, Bennett Brown Their true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seat and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Ten Million and 001100 Dollars ($10,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, Thatthe President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsPmile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official sealto be hereunto affixed and these presents to be signed by their duly authorized officers on the 1st day of Mach , 2021 . SureTec Insurance Company yuRAMC ark tom= By: Y MichaelC.Keimig,President �'f'` "Y %w •'�!�Lit 15•'�1.r' ndeyJe State of Texas "° County of Harris: noe tom pa ny Vice President On this 1-1 day of Mach , 2021 A. D„ before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, tome personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed m1�IyIOfficial lSe`al atthe County of Harris, the day and year first above written. XEIVIA IC Z O r: _ Notary Pubi#c, Stale of Texas �i Notary ID# 12911765-9 By: _ I ' My Commission Expires JXI avez Notary Public SEP`CEMBER 10, 2024 mission expires 9/zo/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the q""'d.Yf Nryom Wrcnce nyByBY , Assis nt Secretary Make nsuranceCompany ndrew Marquis, Assistant Se ry Any Instrument Issued in excess of the penalty stated above is totally void and without anyvalidity. For verification of the authority of this Power you may call (713)812-06470onany business day between 8:30AM and 5:00 PM CST, Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Similar Projects and Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers customers of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Company Name: University Medical Center Address: 602 Indiana Ave. Lubbock TX 79407 Contact Person and Title: Zach Sawyer, Director of Construction Services Phone: 806-329-6268 Email: zach.sawyera-umchealthsystem. corn Current project- UMC Hospital Main Lobby Renovation, Outpatient Center Renovation Similar Project: Milwaukee Clinic Addition and Renovation Year 2023 REFERENCE TWO Company Name: Lubbock County Address: 916 Main St.. Lubbock. TX 79401 Contact Person and Title: Natalie Harvill. Director of Facilities Phone: 806-775-1003 Email: County Office Building 2nd Floor Renovations, Similar Project: County Courthouse 5th Floor Reno, County Office Building 4th Floor Reno Year 2014-2019 REFERENCE THREE Company Name: Littlefield ISD Address: 1207 East 14th Street, Littlefield, TX 79339 Contact Person and Title: Phone: 806-385-4150 Email: Similar Project: Field House Renovations and Additions - Track field replacement Year 2017 Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 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 X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 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 giv v me in this questionnaire will be investigated, with my full permission, and that any misrepresents �s pf om�ss� may cause my proposal to be rejected. // Signature Vice President Title NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY Yi [.Ct.��YIS�rn� being first duly sworn, on his/her oath, says that the bid above submitted is a genuine and not a share or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham , or any other person or corporation to refrain fi-otn a statement of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. Firm Name Signature — o af _ Title Subscribed and sworn to before me this i Notary Public I My Commission Expires: day of N Q n20 1-3 .0,","", KRISTIN LAUREN RODRIOUEZ 'V, Notary Public, State of Texas 09-21-2027 so". Comm. Expires Notary ID 134568519 NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Page Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS 1. Company Name R&R Ditching 2. M&US Concrete 3. Guardian Utilities 4. Rueller Inc 5. Toms Tree Place 6. N2 Electric 7. Espinoza Fencing s. 9. 10. 11. 12. 13. 14. 15. 16. Minority Owned Location Services Provided Yes No Lubbock Earthwork ❑ x Lubbock Concrete & ❑ Lubbock Utilities ❑ x Whitney Tx Portable building ❑ x❑ Lubbock Landscap Irrigation ❑ k Lubbock Electrical ❑ x❑ Gorman Fence ❑ X] ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: WR Construction, Inc. (PRINT NAME OF COMPANY) Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Rentfro Construction Lubbock Earthwork Ll X 2. Rentfro Construction Lubbock Concrete Ll x 3. Guardian Utilities Lubbock Utilities Ll x 4. Rueller Inc. Whitney, TX Portable building Ll x 5. Toms Trees Place Lubbock, TX Landscape / Irrigation x 6. N2 Electric N2 Electric Electrical Ll x 7. Espinoza Fencing Gorman, TX Fence Ll x s. Ll Ll 9. ° ° 10. ° ° 11. ° ° 12. ° ° 13. ° ° 14. ° ° 15. ° ° 16. ° ° SUBMITTED BY: WR Construction, Inc. (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that WR Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Seven Hundred and Sixty -Six Thousand Dollars ($1,766,000) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 9th day of January, 2024, to ITB 24-17666-KM Construction of McAllister Park Pickleball Courts 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 day of 2024. Surety *By (Title) (Company Name) By: (Printed Name) (Signature) (Title) Pate Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that WR Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Seven Hundred and Sixty -Six Thousand Dollars ($1,766,000) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 9" day of January, 2024, to ITB 24-17666-KM Construction of McAllister Park Pickleball Courts 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 of , 2024. Surety * By (Title) (Company Name) By: (Printed Name) (Signature) (Title) Pate Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank 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 LJ Commercial General Liability General Aggregate $ LJ Claims Made Products-Comp/Op AGG $ LJ Occurrence Personal & Adv. Injury $ LJ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY LJ Any Auto Combined Single Limit $ LJ All Owned Autos Bodily Injury (Per Person) $ LJ Scheduled Autos Bodily Injury (Per Accident) $ LJ Hired Autos Property Damage $ LJ Non -Owned Autos LJ GARAGE LIABILITY LJ Any Auto Auto Only - Each Accident $ LJ Other than Auto Only: Each Accident $ Aggregate $ LJ BUILDER'S RISK LJ 100% of the Total Contract Price $ LJ INSTALLATIONELOATER $ EXCESS LIABILITY LJ Umbrella Form Each Occurrence $ Aggregate $ LJ Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ LJ Included Statutory Limits Partners/Executive LJ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) ma Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (n) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 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. Pate Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 17666 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9"' day of Janua , 2024 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 WR Construction, Inc. ofthe 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: ITB 24-17666-KM Construction of McAlister Park Pickleball Courts 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. WR Construction, Inc.'s bid dated November 9. 2023, is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. 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: WR Construction, Inc. B. PR ED NAME: � sA� :,.5�--- TITLE: �p � i �^� CITY OF I�B�CK, TEXAS (OWNER): I� I1 Tray Courtney Paz, City Secretary COMPLETE ADDRESS: WR Construction, Inc. 5912 CR 6300 Lubbock, TX 79416 _� ��� ATT T: • ;� ,�. r Corpo �cretary APPRO D S TO CONTENT: � Parks & Recreation Representative ��/�, � ���r'� Name (Prmted) Date APPROVED S T F RM: achael Foster, ssistant City Attorney Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Pate Intentionally Left Blank 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 Parry, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit WR Construction, Inc. who has agreed tc perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Colby VanGundy, Director of Parks and Recreation, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Response, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished five copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 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 of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons 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 workers 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 Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to 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. 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 shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is 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. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EOUIPMENT 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 Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance 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. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. Commercial General Liability Requirements: $IM occurrence / $2M aggregate (can be combined with an Excess Liability to meet requirements). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Commercial General Liabili . Heavy Equipment Endorsement: Heavy equipment endorsement is required Automobile Liability Requirements: $1M/occurrence is needed Workers Compensation Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license... Employer Liability ($1M min) is required with Workers Compensation. • The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. • Waivers of Subrogation are required for CGL, AL, and WC. • To Include Products of Completed Operations endorsement. • Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non- payment. • Carriers must meet a A.M. Best rating of A- or better. • Subcontractors must carry same limits as listed above. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (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. 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 proj ect 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 proj ect; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete proj ect. (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 (wwmai.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 proj ect; (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. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 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 Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall 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 LIOUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $25 PER CONSECUTIVE CALENDAR 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. If the Contractor should neglect, fail, or refuse to Finally 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 PER CONSECUTIVE CALENDAR 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 fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, 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. OUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 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: (i) in the event the total value of the contract is five million dollars or more, 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; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen (15) calendar 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. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. 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. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 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 but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT 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, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non- compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons 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 50 51 52 either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 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. 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 $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 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. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then - current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ci .lubbock.tx.us/departments/purchasing/vendor-infonnati on 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. 70. GOVERNMENT CODE 2251.0521 UNSIGNED CHANGE ORDER (a) A contractor or subcontractor may elect not to proceed with additional work directed by a governmental entity if: (1) the contractor or subcontractor has not received a written, fully executed change order for the governmental entity -directed additional work; and (2) the aggregate actual or anticipated value of the additional work plus any previous governmental entity -directed additional work for which the contractor or subcontractor has not received a written, fully executed change order exceeds 10 percent of the contractor 's or subcontractor 's original contract amount. (b) contractor or subcontractor who elects not to proceed with additional work as provided by this section is not responsible for damages associated with the election not to proceed. Pate Intentionally Left Blank DAVIS BACON WAGE DETERMINATIONS Exhibit A "General Decision Number: TX20230002 01/06/2023 Superseded General Decision Number: TX20220002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). JIf the contract is entered Executive Order 14026 linto on or after January 30, generally applies to the 12022, or the contract is contract. renewed or extended (e.g., an The contractor must pay loption is exercised) on or all covered workers at lafter January 30, 2022: least $16.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the I I contract in 2023. 1 JIf the contract was awarded onl. for between January 1, 2015 andl lianuary 29, 2022, and the contract is not renewed or �. lextended on or after January 130, 2022: 1 Executive Order 13658 generally applies to the contract. The contractor must pay alll covered workers at least $12.15 per hour (or the applicable wage rate listed) on this wage determination,1 if it is higher) for all hours spent performing on that contract in 2023. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ** ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** LABORER Asphalt Raker ...............$ 12.28 ** Flagger.....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility ............ $ 11.80 ** Work Zone Barricade Servicer....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 ** Asphalt Paving Machine ...... $ 13.40 ** Broom and Sweeper ........... $ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 ** Excavator, 50,000 lbs or less ........................$ 13.46 ** Front End Loader Operator, Over 3 CY...................$ 12.77 ** Front End Loader, 3CY or less ........................$ 12.28 ** Loader/Backhoe..............$ 14.18 ** Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 ** Motor Grader, Rough ........ $ 16.15 ** Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 ** Roller, Asphalt .............$ 10.95 ** Roller, Other ...............$ 10.36 ** Scraper .....................$ 10.61 ** Spreader Box ................$ 12.60 ** Servicer .........................$ 13.98 ** Steel Worker (Reinforcing) ....... $ 13.50 ** TRUCK DRIVER Lowboy -Float ................$ 14.46 ** Single Axle .................$ 12.74 ** Single or Tandem Axle Dump..$ 11.33 ** Tandem Axle Tractor with Semi ........................$ 12.49 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. Note: Executive Order (ED) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the ED, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the ED is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than '-su.- or ""UAW"' denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIO" EXHIBIT B & C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. Pate Intentionally Left Blank SPECIFICATIONS Pate Intentionally Left Blank PROJECT MANUAL CITY OF LUBBOCK Pickleball Facility at McAlister Park Lubbock, Texas Iubli'ock October 12023 Parkhill Project # 1207122 Parkhill Parkh]Lcom City of Lubbock Pickleball Facility at McAlister Park TABLE OF CONTENTS DIVISION 00 — PROCUREMENT AND CONTRACTING REQUIREMENTS Not Used DIVISION 01— GENERAL REQUIREMENTS 01 1000 Summary 01 20 00 Price and Payment Procedures 013000 Administrative Requirements C 106-2013 Digital Data Licensing Agreement RFI Form 01 3300 Submittal Procedures 01 40 00 Quality Requirements 014200 References 01 50 00 Temporary Facilities and Controls 0157 13 Temporary Erosion and Sediment Control 0157 19 Temporary Environmental Controls 01 60 00 Product Requirements 01 70 00 Execution and Closeout Requirements DIVISION 02 — EXISTING CONDITIONS 0241 13 Selective Site Demolition DIVISION 03 — CONCRETE 03 3800 Post -Tensioned Concrete DIVISIONS 04 — 09 Not Used DIVISION 10 — SPECIALTIES 107346 Prefabricated Site Shelters DIVISION 11— EQUIPMENT 116600 Athletic Equipment DIVISIONS 12 — 25 Not Used 10/04/2023 1207122 TABLE OF CONTENTS TOC - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park DIVISION 26 — ELECTRICAL 26 05 00 Basic Electrical Methods 2605 13 Building Wire and Cable 2605 19 Equipment Wiring Systems 26 05 26 Grounding and Bonding 26 05 29 Supporting Devices 26 05 33 Conduit 26 05 33.16 Boxes 26 05 53 Electrical Identification 2624 16 Panelboards 26 27 26 Wiring Devices 2628 16.16 Enclosed Switches 26 56 68 Exterior Athletic Lighting DIVISIONS 27 — 28 Not Used DIVISION 31— EARTHWORK 31 1000 Site Cleaning 31 23 00 Excavation and Fill 31 23 00.10 Excavation and Fill for Utilities 31 31 16 Termite Control DIVISION 32 — EXTERIOR IMPROVEMENTS 32 1150 Flexible Base Course 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 65 Surfacing for Concrete Pickleball Courts 32 13 73 Concrete Paving Joint Sealants 32 1723 Pavement Markings 3231 13 Chain -Link Fences and Gates 3233 00 Site Furnishings 329400 Planting Irrigation 32 92 00 Turf and Grasses 32 93 00 Plants CL m a :arm Ilkl I fin: 2426 OF 10/04/2023 1207122 TABLE OF CONTENTS TOC - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park DIVISION 33 — UTILITIES 33 05 00 Common Work Results for Utilities 33 05 13 Manholes and Structures 33 1200 Water Utility Distribution Equipment 33 13 00 Disinfection of Water Utility Distribution Equipment 3331 00.10 Sanitary and Storm Utility Sewerage Piping DIVISIONS 34 — 46 Not Used 242a .. aF ,00 10/04/2023 1207122 TABLE OF CONTENTS TOC - 3 10/23 City of Lubbock Pickleball Facilitv at McAlister Park DESIGN PROFESSIONAL RESPONSIBILITY The Specification Sections authenticated by my seal and signature are limited to the following: DIVISION 01— GENERAL REQUIREMENTS 0157 13 Temporary Erosion and Sediment Controls 0157 19 Temporary Environmental Controls DIVISION 02 — EXISTING CONDITIONS 0241 13 Selective Site Demolition DIVISION 31— EARTHWORK 3123 00 Excavation and Fill 31 23 00.10 Excavation and Fill for Utilities 31 31 16 Termite Control DIVISION 32 — EXTERIOR IMPROVEMENTS 32 1150 Flexible Base Course 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 73 Concrete Paving Joint Sealants 32 1723 Pavement Markings DIVISION 33 — UTILITIES 33 0500 Common Work Results for Utilities 33 31 00.10 Sanitary and Storm Utility Sewerage Piping 4� & � 7>>'Oti _ �� OF Tr \"C' 4 00. AN L HOLLY ....................... 0.0.ww� f ' 94792 �� `Ao••l O.•stvQ'i %1. /ONAL 10/04/2023 1207122 DESIGN PROFESSIONAL RESPONSIBILITY ALH - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park DESIGN PROFESSIONAL RESPONSIBILITY The Specification Sections authenticated by my seal and signature are limited to the following: DIVISION 26 — ELECTRICAL 26 05 00 Basic Electrical Methods 2605 13 Building Wire and Cable 2605 19 Equipment Wiring Systems 26 05 26 Grounding and Bonding 26 05 29 Supporting Devices 26 05 33 Conduit 26 05 33.16 Boxes 26 05 53 Electrical Identification 2624 16 Panelboards 26 27 26 Wiring Devices 2628 16.16 Enclosed Switches 26 56 68 Exterior Athletic Lighting \,XH & COOp� 5�.Z�yS OF 7- 1 / �Q............, a DAVID K. KOUTH % CD t ..............................� 89359 10/04/2023 1201722 DESIGN PROFESSIONAL RESPONSIBILITY DKK - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 01 10 00 - SUMMARY PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work covered by Contract Documents. 2. Contractor use of site and premises. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project information management. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: Pickleball Facility at McAlister Park. B. Location: 6401 W Marsha Sharp Freeway, Lubbock, Texas, 79407. C. Without force or effect, Work of Project consists of new concrete pickleball courts, lighting, restrooms, plumbing, electrical, fencing, landscaping, and irrigation. 1.3 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Utility Outages and Shutdown: Coordinate with Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 1207122 SUMMARY 01 10 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 0120 00 - PRICE AND PAYMENT PROCEDURES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Contingency Allowance. 2. Schedule of Values. 3. Application for Payment. 4. Change procedures. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project information management. 3. Section 0133 00 "Submittal Procedures" for Schedule of Values. 4. Section 01 60 00 "Product Requirements" for product substitutions. 1.2 CONTINGENCY ALLOWANCE A. Include stipulated sum of $100,000.00 for use upon Owner's instruction. B. Costs Included in Contingency Allowance: Contractor's costs for products, equipment, delivery, installation, labor, insurance, payroll, applicable taxes, and equipment rental; handling at Site, including unloading, uncrating, and storage; protection of products from elements and from damage; finishing costs. C. Costs Not Included in Contingency Allowance, but Included in Contract Sum/Price: Bonds, overhead, profit, and other expenses contemplated for stated allowance amounts. D. Funds will be drawn from Contingency Allowance only by Change Order. E. At closeout of Contract, funds remaining in Contingency Allowance will be credited to Owner by Change Order. 1.3 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Utilize Table of Contents of this Project Manual. Identify each line item with number and title of major Specification Section, separating labor and material for each line item. Identify Site mobilization, general conditions, testing, bonds, and insurance as separate line items. D. Include in each line item amount of Allowances specified in this Section. E. Include within each line item a directly proportional amount of Contractor's overhead and profit. F. Revise Schedule to list approved Change Orders with each Application for Payment. 1207122 PRICE AND PAYMENT PROCEDURES 01 20 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.4 APPLICATIONS FOR PAYMENT A. Submit notarized application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner -Contractor Agreement. D. A complete Application for Payment includes one copy of waiver of liens from each subcontractor, Construction Progress Schedule, and Submittal Schedule, all of which are required to process the Application for Payment. 1.5 CHANGE PROCEDURES A. Landscape Architect will advise of minor changes in Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by Owner/Contractor Agreement by issuing Landscape Architect's Standard Supplemental Instruction Form. B. Landscape Architect may issue a Construction Change Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications and a change in Contract Time for executing change. Contractor will prepare and submit an estimate within 7 days. C. Contractor may propose a change by submitting request for change to Landscape Architect. Include reason for change and effect on Contract Sum/Price, Contract Time, and subcontractors. Document requested substitutions in accordance with Section 01 60 00 "Product Requirements." D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Landscape Architect. E. Construction Change Directive: Landscape Architect may issue a directive on AIA Form G713 Construction Change Directive, signed by Owner, instructing Contractor to proceed with a change in Work for subsequent inclusion in a Change Order. Document will describe changes in Work and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute change. F. Time and Material Change Order: 1. Submit itemized account and supporting data after completion of change within time limits indicated in Conditions of the Contract. 2. Landscape Architect will determine change allowable in Contract Sum/Price and Contract Time as provided in Contract Documents. 3. Maintain detailed records of Work done on Time and Material basis. 4. Provide full information required for evaluation of proposed changes and to substantiate costs for changes in Work. G. Change Order Forms: AIA G701 Change Order. H. Execution of Change Orders: Landscape Architect will issue Change Orders for signatures of parties as provided in Conditions of the Contract. 1207122 PRICE AND PAYMENT PROCEDURES 01 20 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park Change Order: Furnish an itemized breakdown, in form acceptable to Landscape Architect of costs and supporting information, including but not limited to quantities and material prices. Tier subcontracted Work performed at labor rates, employer payments, and rental rates. Itemized breakdown detail shall be same for subcontractor Work. Provide complete supporting information for profit and overhead or markups used when requested. Consider the following items a part of overhead or Contractor's and subcontractor's markup and do not include as separate cost item: labor for superintendents, assistant superintendents, home office personnel, timekeepers, and maintenance mechanics at any level of contracting; individual pieces of equipment, hand tools or instruments having a new value of $500.00 or less, whether or not consumed by use; on -site and main offices; modification to record Contract Documents; nor guarantee period costs. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 1207122 PRICE AND PAYMENT PROCEDURES 01 20 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 0130 00 - ADMINISTRATIVE REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Project Information Management. 2. Coordination. 3. Electronic Drawing file (digital data) request. 4. Submittal schedule. 5. Preconstruction meeting. 6. Request for Information. 7. Progress meetings. 8. Preinstallation meetings. 9. Cutting and patching. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT INFORMATION MANAGEMENT A. Project Website: 1. Use Newforma Info Exchange; https://projects.team-psc.com/UserWeb/Login to send and receive Project information. 2. Contact Landscape Architect to setup a user name and password information. 3. If this Project is not listed when logged in, contact Landscape Architect o add this Project to your account. B. Project information includes, but is not limited to, the following: 1. Product submittals. 2. Requests for Information (RFI). 3. Applications for Payment. 4. Schedules. 5. Construction Change Requests (CCRs). 6. Closeout Documents. 7. Construction Document files. a. Weather days. b. Electronic file requests. C. Correspondence. d. Test reports. e. Meeting minutes. f Field reports. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work to assure efficient and orderly sequence of installation of construction elements with provisions for accommodating items installed later. 1207122 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park B. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate Work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service such equipment. C. Coordinate space requirements and installation of mechanical and electrical Work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within construction. Coordinate locations of fixtures and outlets with finish elements. E. Large Apparatus: Any large apparatus which is to be installed in any space and is too large to permit access through windows, doorways, or shafts shall be provided before enclosing structure is completed. F. Items which require electrical connections shall be coordinated with Division 26 "Electrical" for: 1. Voltage. 2. Phase. 3. Ampacity. 4. Number and size of wires. 5. Wiring diagrams. 6. Starter size, details, and location. 7. Control devices and details. G. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. H. After Owner occupancy of premises, coordinate access to Site with Owner for correction of defective Work and Work not in accordance with Contract Documents to minimize disruption of Owner's activities. 1.4 ELECTRONIC DRAWING FILE (DIGITAL DATA) REQUEST A. During Procurement Phase: 1. Bidders and Proposers may purchase a digital data file. Digital data file will be provided in software release currently used by Architect. File will be provided via Architect's Project website. 2. AutoCAD drawing files (dwg) are available for purchase from Architect upon request. Cost of files are indicated below plus applicable tax. a. 1 - 3 Sheets: $100.00 per sheet. b. 4 - 6 Sheets: $400.00 per sheet. C. 7 - 9 Sheets: $500.00 per sheet. 3. Prior to delivery of file(s), purchaser shall sign a Digital Data Licensing Agreement. Payment for digital data file(s) shall occur upon delivery of file to purchaser. 4. Digital data file(s) shall be used only for preparing Bids and Proposals required by this Project and shall not be used in any other form, in whole or in part. 1207122 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park B. Upon Award of Contract: 1. At the pre -construction meeting, Contractor shall bring the executed Digital Data Licensing Agreement (AIA C106-2013) at the end of this Section for the release of electronic files. Upon Contractor submitting the executed Agreement to the Architect, the Architect will provide the Contractor one electronic copy of the AutoCAD (dwg) file(s) and Portable Document Format (pdf) file(s) at no charge within 5 working days. Files and Formats to be as follows: a. Landscape: Overall master file in AutoCAD format. a) Overall Site Plan with grading, flatwork, irrigation, and planting plans. 2) All details, detail annotations, and references are omitted and not part of the AutoCAD file. 2. Conformed Construction Documents: If Conformed Construction Documents are required by the Owner/Architect Agreement, they will be provided in PDF. Conformed Construction Documents are the Drawings and Specifications modified to include any Addenda issued before execution of the Contract. a. To the extent Conformed Construction Documents are provided to the Contractor, the following provisions shall apply: 1) The Conformed Construction Documents and related information contained therein, are provided for Contractor's convenience only, and does not relieve the Contractor from the requirements of the Contract Documents. Specifically, to the extent that any discrepancy or conflict exists between the Issue for Bid Documents, including any Addenda issued prior to execution of the Contract or Modifications issued after the execution of the Contract on the one hand, and the Conformed Construction Documents on the other; the Issue for Bid documents, Addenda, and Modifications shall control unless otherwise specified in writing by the Architect. 2) Contractor shall not use such Drawings, Documents, or other data, in whole or in part, for any purpose or project other than this Project in the preparation of Shop Drawings and other submittals. 3) Contractor acknowledges that such Drawings, Documents, and other data are subject to change or modification. Contractor shall be responsible for updating any Drawings, Documents, or other data obtained prior to use by them for any purpose. 4) Any Conformed Construction Documents, including any Drawings, Specifications, Documents, or other data related thereto are provided "as is" without representation or warranty by Architect, either expressed or implied. 5) Contractor acknowledges that Conformed Construction Documents provided by Architect are as a courtesy to Contractor, at their specific request, and accordingly, CONTRACTOR HEREBY AGREES TO RELEASE, HOLD HARMLESS, DEFEND, AND INDEMNIFY ARCHITECT AND OWNER FROM ANY AND ALL CLAIMS, DEMANDS, OR CAUSES OF ACTION, WHICH CONTRACTOR OR ANY THIRD PARTY MAY HAVE BY REASON OF ANY INJURY OR DAMAGE SUSTAINED BY CONTRACTOR OR THIRD PARTY ARISING OUT OF OR IN ANY WAY RELATED TO THE USE OF SUCH CONFORMED CONSTRUCTION DOCUMENTS. 1207122 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.5 SUBMITTAL SCHEDULE A. Prepare submittal schedule in accordance with General Conditions of the Contract for Construction. B. Include in submittal schedule all submittals and samples required by all Sections of this Project Manual and any additional submittals required by the Contractor to construct the Project. C. Submit submittal schedule for Landscape Architect's review within 15 days after date established in Notice to Proceed or with the first Application for Payment, whichever is sooner. Failure to submit submittal schedule with the first Application for Payment will be cause for not processing Application for Payment. 1.6 PRECONSTRUCTION MEETING A. Landscape Architect will schedule a meeting after Notice to Proceed. B. Attendance Required: 1. Owner. 2. Parkhill. 3. Contractor. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of subcontractors, list of products, Schedule of Values, submittal schedule, and progress schedule. 4. Designation of personnel representing each party in Contract and Landscape Architect. 5. Procedures and processing of field decisions, submittals, substitutions, Applications for Payments, Proposal Request, Change Orders, Request for Information (RFI), and Contract closeout procedures. 6. Review Notice to Proceed (NTP) and Substantial Completion dates. 7. Scheduling: a. Use of premises by Owner and Contractor. b. Construction facilities and controls provided by Owner. C. Temporary utilities provided by Owner. d. Survey and building layout. e. Security and housekeeping procedures. f. Construction progress meetings. g. Procedures for testing. h. Procedures for maintaining record documents. i. Requirements for start-up of equipment. j. Inspection and acceptance of equipment put into service during construction period. 8. Scheduling activities of construction material testing (CMT) lab with Geotechnical Engineer. D. Record minutes and distribute copies within 3 days after meeting to participants with 2 copies to Landscape Architect and those affected by decisions made. 1207122 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.7 REQUEST FOR INFORMATION A. Request for Information (RFI) requests from subcontractors or material suppliers will not be considered. All RFI's must be submitted by Contractor. B. RFI's must be submitted on the Parkhill RFI form, or equal approved by Landscape Architect in advance of submitting first RFI. A copy of the Parkhill RFI form may be obtained from Landscape Architect upon request by Contractor. A sample is attached following this section. C. Information indicated on RFI shall be complete before submission. If Landscape Architect determines that request can be answered with information provided, Landscape Architect will assign an RFI tracking number. Requests determined by Landscape Architect not to be an RFI will be returned to Contractor electronically and deleted from Landscape Architect's electronic tracking software without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. D. RFIs may contain more than one item when items are related issues. Otherwise, only one item shall be addressed on each RFI request. E. Allow 7 days for responses to each RFI. F. Response to RFI will be issued to Contractor and Owner per Section 01 33 00 "Submittal Procedures." G. Responses from Landscape Architect are not changes unless issued with a change per Section 0120 00 "Price and Payment Procedures." 1.8 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: 1. Owner. 2. Job superintendent. 3. Major subcontractors. 4. Landscape Architect. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittal schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding Work period. 10. Coordination of projected progress. 11. Maintenance of quality and Work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within 3 days to Landscape Architect, participants, and those affected by decisions made. 1207122 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.9 PREINSTALLATION MEETING A. When required in individual Specification Sections, convene a preinstallation meeting at Site prior to installing Work. B. Require attendance of parties directly affecting, or affected by, Work. C. Notify Landscape Architect 4 days in advance of meeting date. D. Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation, and installation procedures. 2. Review coordination with related Work. E. Record minutes, and distribute copies within 3 days after meeting to participants with 3 copies to Landscape Architect. PART 2 - PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual Specification Sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. C. Cord and Plug: Provide minimum 6-foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual Specification Sections. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing Site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual Specification Sections. C. Verify that utility services are available, of correct characteristics, and in correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 1207122 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 6 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill to complete Work and to: 1. Fit several parts together to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute Work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. L Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For an assembly, refinish entire unit. J. Identify any hazardous substance or condition exposed during Work to Landscape Architect for decision or remedy. END OF SECTION 1207122 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 7 10/23 DRAFT AIA Document C106- - 2013 Digital Data Licensing Agreement AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) ADDITIONS AND DELETIONS: BETWEEN the Party transmitting Digital Data ("Transmitting Party"): The author of this document has (Name, address and contact information, including electronic addresses) added information needed for its completion. The author may also have revised the text of the original Parkhill AIA standard form. An Additions and 4222 851' Street Deletions Report that notes added Lubbock, Texas 79423 information as well as revisions to the 806.473.2200 phone standard form text is available from 806.473.3500 fax the author and should be reviewed. A vertical line in the left margin of this and the Party receiving the Digital Data ("Receiving Party"): document indicates where the author (Name, address and contact information, including electronic addresses) has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. for the following Project: (Name and location or address) The Transmitting Party and Receiving Party agree as follows. TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 TRANSMISSION OF DIGITAL DATA 3 LICENSE CONDITIONS 4 LICENSING FEE OR OTHER COMPENSATION 5 DIGITAL DATA ARTICLE 1 GENERAL PROVISIONS § 1.1 The purpose of this Agreement is to grant a license from the Transmitting Party to the Receiving Party for the Receiving Party's use of Digital Data on the Project, and to set forth the license terms. § 1.2 This Agreement is the entire and integrated agreement between the parties. Except as specifically set forth herein, this Agreement does not create any other contractual relationship between the parties. Init. AIA Document C106- - 2013. Copyright© 2007 and 2013 by The American Institute of Architects. All rights reserved. The "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:12:16 ET on 02/11/2022 under Order No.2114256111 which expires on 11/18/2022, is not for resale, is licensed for one-time use only, and may only be used in I accordance with the AIA Contract Documents° Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1635403078) DRAFT § 1.3 For purposes of this Agreement, the term Digital Data is defined to include only those items identified in Article 5 below. § 1.3.1 Confidential Digital Data is defined as Digital Data containing confidential or business proprietary information that the Transmitting Party designates and clearly marks as "confidential." ARTICLE 2 TRANSMISSION OF DIGITAL DATA § 2.1 The Transmitting Party grants to the Receiving Party a nonexclusive limited license to use the Digital Data identified in Article 5 solely and exclusively to perform services for, or construction of, the Project in accordance with the terms and conditions set forth in this Agreement. § 2.2 The transmission of Digital Data constitutes a warranty by the Transmitting Party to the Receiving Party that the Transmitting Party is the copyright owner of the Digital Data, or otherwise has permission to transmit the Digital Data to the Receiving Party for its use on the Project in accordance with the terms and conditions of this Agreement. § 2.3 If the Transmitting Party transmits Confidential Digital Data, the transmission of such Confidential Digital Data constitutes a warranty to the Receiving Party that the Transmitting Party is authorized to transmit the Confidential Digital Data. If the Receiving Party receives Confidential Digital Data, the Receiving Party shall keep the Confidential Digital Data strictly confidential and shall not disclose it to any other person or entity except as set forth in Section 2.3.1. § 2.3.1 The Receiving Party may disclose the Confidential Digital Data as required by law or court order, including a subpoena or other form of compulsory legal process issued by a court or governmental entity. The Receiving Party may also disclose the Confidential Digital Data to its employees, consultants or contractors in order to perform services or work solely and exclusively for the Project, provided those employees, consultants and contractors are subject to the restrictions on the disclosure and use of Confidential Digital Data as set forth in this Agreement. § 2.4 The Transmitting Party retains its rights in the Digital Data. By transmitting the Digital Data, the Transmitting Party does not grant to the Receiving Party an assignment of those rights; nor does the Transmitting Party convey to the Receiving Party any right in the software used to generate the Digital Data. § 2.5 To the fullest extent permitted by law, the Receiving Party shall indemnify and defend the Transmitting Party from and against all claims arising from or related to the Receiving Parry's modification to, or unlicensed use of, the Digital Data. ARTICLE 3 LICENSE CONDITIONS The parties agree to the following conditions on the limited license granted in Section 2.1: (State below rights or restrictions applicable to the Receiving Party's use of the Digital Data, requirements for data format, transmission method or other conditions on data to be transmitted.) This Digital Data is part of the Transmitting Parry's Instruments of Service and shall not be used by Receiving Party or anyone else receiving this data through or from the Receiving Party for any purpose other than as a convenience in the preparation of bid submittals, shop drawings, coordination drawings, construction phase submittals, and field layout and staking required by the Owner for the exclusive use of the referenced Project. Any use or reuse by the Receiving Party or by others will be at the Receiving Parry's sole risk and without liability or legal exposure to Transmitting Party. The Receiving Party agrees to make no claim and hereby waive, to the fullest extent permitted by law, any claim or cause of action of any nature against Transmitting Party, its officers, directors, employees, or subconsultants that may arise out of or in connection with Receiving Parry's use of this Digital Data. No representation as to the compatibility of this Digital Data with Receiving Parry's hardware or software is provided. This Digital Data is not a Construction Document. Differences may exist between this Digital Data and corresponding two-dimensional hard -copy Construction Document. The Transmitting Party makes no representation regarding the accuracy or completeness of the Digital Data the Receiving Party receives. In the event that a conflict arises between the signed/sealed two-dimensional hard -copy Construction Document prepared by Transmitting Party and the Digital Data, the signed/sealed two-dimensional hard -copy Construction Document shall govern. The Receiving Party is Init. AIA Document C106- - 2013. Copyright© 2007 and 2013 by The American Institute of Architects. All rights reserved. The "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are registered trademarks and may not be used without permission. This document was produced by AIA software at 2 09:12:16 ET on 02/11/2022 under Order No.2114256111 which expires on 11/18/2022, is not for resale, is licensed for one-time use only, and may only be used in t accordance with the AIA Contract Documents° Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1635403078) DRAFT responsible for determining if any conflict exists. By the Receiving Parry's use of this Digital Data, Receiving Party is not relieved of their duty to fully comply with the Contract Documents, including, and without limitation, the need to check, confirm and coordinate all dimensions and details, field measurements, verify field conditions and coordination of work with that of other contractors for the Project. Because information presented in the Digital Data can be modified, unintentionally or otherwise, the Transmitting Party reserves the right to remove all indicia of ownership and/or involvement from each Digital Data. Under no circumstances shall delivery of this Digital Data for use by the Receiving Party be deemed a sale of document ownership by Transmitting Party, and no warranties, either express or implied, of merchantability or fitness for any particular purpose is made. In no event shall the Transmitting Party be liable for any loss of profit or any consequential damages as a result of the Receiving Parry's use or reuse of this Digital Data. The Digital Data file does not necessarily contain all the information that is required to produce finished Construction Documents. Because of this, there may be data within the Digital Data that is missing, incomplete or even contradictory to the information provided in the final two dimensional Construction Documents. Professional judgment will need to be used by the Receiving Party, along with reasonable expectations and interpretations in order to use the Digital Data for its intended purpose. Should the Transmitting Party provide revised and updated copies of the Digital Data to the Receiving Party throughout the Project, all terms and conditions of this agreement will be applicable and unchanged for all subsequent transmissions of the Digital Data. ARTICLE 4 LICENSING FEE OR OTHER COMPENSATION The Receiving Party agrees to pay the Transmitting Party the following fee for the Receiving Parry's use of the Digital Data: (State the fee, in dollars, or other method by which the Receiving Party will compensate the Transmitting Party for the Receiving Party's use of the Digital Data) DURING PROCUREMENT PHASE .dwg Files 1-3 Sheets $125.00 per sheet plus applicable tax 4-6 Sheets $500.00 flat fee plus applicable tax 7-9 Sheets $700 flat fee plus applicable tax .rvt Files Revit Models are $300.00 per model plus applicable tax UPON AWARD OF CONTRACT: No service fee will be required for delivery of the electronic filets). ARTICLE 5 DIGITAL DATA The Parties agree that the following items constitute the Digital Data subject to the license granted in Section 2.1: (Identify below, in detail, the information created or stored in digital form the parties intend to be subject to this Agreement.) CHOOSE from the selection below if applicable and add/delete as necessary to fit your specific project needs. List the file names or sheet numbers you are releasing. The file names/sheet numbers must match the invoice, if applicable.. Revit Models (.rvt files utoCAD (.dwg files Portable Document Format (.pdf) f Init. AIA Document C106- - 2013. Copyright© 2007 and 2013 by The American Institute of Architects. All rights reserved. The "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are registered trademarks and may not be used without permission. This document was produced by AIA software at 3 09:12:16 ET on 02/11/2022 under Order No.2114256111 which expires on 11/18/2022, is not for resale, is licensed for one-time use only, and may only be used in t accordance with the AIA Contract Documents° Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1635403078) DRAFT This Agreement is entered into as of the day and year first written above and will terminate upon Substantial Completion of the Project, as that term is defined in AIA Document A20ITm-2007, General Conditions of the Contract for Construction, unless otherwise agreed by the parties and set forth below. (Indicate when this Agreement will terminate, if other than the date of Substantial Completion.) None. PARKHILL TRANSMITTING PARTY (Signature) RECEIVING PARTY (Signature) (Printed name and title) (Printed name and title) Init. AIA Document C106- - 2013. Copyright© 2007 and 2013 by The American Institute of Architects. All rights reserved. The "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are registered trademarks and may not be used without permission. This document was produced by AIA software at 4 09:12:16 ET on 02/11/2022 under Order No.2114256111 which expires on 11/18/2022, is not for resale, is licensed for one-time use only, and may only be used in t accordance with the AIA Contract Documents° Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1635403078) Parkhill RFITO: Parkhill FROM: No . SUBMITTED BY: PROJECT NAME: PARKHILL PROJECT NO.: * Items to be completed by Contractor before submittal to Parkhill for review. RFI form must be fully completed for Parkhill to respond. Issue Date: I j*Requested Reply Date: *RFI DESCRIPTION: (Fully describe the question or type of information requested. Provide photos and/or sketches as applicable to help with the description. Additional pages may be attached, if needed.) *REFERENCES/ATTACHMENTS: (List specific documents researched when seeking the information requested.) Specifications Drawings Other *Disciplines involved (select one or more): ❑Architect ❑Civil ❑Landscape Architect ❑Interior Designer ❑Structural ❑Mechanical ❑Plumbing ❑Electrical ❑List Other *CONTRACTOR'S PROPOSED SOLUTION: (If RFI concerns a site or construction condition, the sender shall provide a recommended solution, including cost and/or schedule considerations before Parkhill can respond. The proposal solution shall consist of a revised text, sketches, drawings, etc. as applicable to a full and complete explanation.) RESPONSE: (Provide answer to RFI, including cost and/or schedule considerations, revised text, sketches, drawings, etc. as applicable to fully explain response. Additional pages may be attached, if needed.) Response by: ❑ Attachments Copies: ❑ Owner ❑ Consultants Note: This reply is not an authorization to proceed with work involving additional cost, time or both. If any reply requires a change to the Contract Documents, a Change Order, Construction Change Directive or a Construction Change Request must be executed in accordance with the Contract Documents. Parkhill.com City of Lubbock Pickleball Facility at McAlister Park SECTION 0133 00 - SUBMITTAL PROCEDURES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittal procedures. 2. Resubmittals requirements. 3. Construction progress schedules. 4. Shop Drawings. 5. Product data. 6. Samples. 7. Design data. 8. Test reports. 9. Certificates. 10. Manufacturer instructions. 11. Manufacturer field reports. 12. Erection Drawings. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 20 00 "Price and Payment Procedures" for Schedule of Values; Inspecting and Testing Allowances. 3. Section 01 30 00 "Administrative Requirements" for Project information management. 4. Section 01 40 00 "Quality Requirements" for manufacturers' field services and reports; Testing Laboratory Services. 5. Section 01 70 00 "Execution and Closeout Requirements" for Contract warranty, manufacturer's certificates, and closeout Submittals. 1.2 SUBMITTAL PROCEDURES A. Submit for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Produce copies and distribute in accordance with this Article. C. Use Project website to submit record documents as described in Section 01 70 00 "Execution and Closeout Requirements." D. Transmit each Submittal separately with Contractor's standard transmittal letter including Contractor's name, address, and phone number. Each Submittal shall contain only one Specification Section. E. Sequentially number transmittal forms using Section number or Contractor's other sequential numbering system. F. Identify Project, Contractor, subcontractor, or supplier; pertinent Drawing sheet and detail number(s), and Specification Section number appropriate to Submittal. G. Apply Contractor's stamp, signed or initialed certifying that review, verification of products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with requirements of Work and Contract Documents. H. Schedule Submittals to expedite Project, and deliver to Architect. Coordinate submission of related items. 1207122 SUBMITTAL PROCEDURES 0133 00- 1 10/23 City of Lubbock Pickleball Facility at McAlister Park L For each Submittal submitted for review, allow 15 days excluding delivery time to and from Contractor. J. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. Information, comments, field verifications, responses, or other notations marked on Submittals by Contractor shall be done in blue or green colors only. K. Allow space on Submittals for Contractor and Architect's review stamps. L. Distribute copies of reviewed Submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. M. Submittals not requested will not be recognized or processed. N. Format: 1. Submit all Submittals digitally using PDF file extension. Each Submittal shall be a single PDF file including transmittal letter. Multiple files for same Submittal will not be accepted. 2. Submittal in any other format, including ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, PDF pages of Drawings shall be same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible Submittals will be rejected. 5. Upload Submittals to Project website. O. Submittal procedures described in this Article apply to construction progress schedule, products list, Shop Drawings, product data, samples (actual samples and digital files of same), design data, test reports, certificates, manufacturer's instructions and field reports, Erection Drawings, and any other type of Submittal submitted to Architect. 1.3 RESUBMITTAL REQUIREMENTS A. Revise and resubmit Submittals, as required, and resubmit to meet requirements as specified and as noted on Submittal reviews. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical or numeric suffix for each resubmittal. 1.4 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule for Architect's review within 15 days after date established in Notice to Proceed or with the first Application for Payment, whichever is sooner. B. Revise and resubmit as required. C. Submit revised schedule with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each Section of Work identifying first workday of each week. E. Indicate product/material manufacturer's lead-time for delivery to Site. Include as a separate line for each product/material. F. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate early and late start, early and late finish, float dates, and duration. G. Indicate estimated percentage of completion for each item of Work at each submission. 1207122 SUBMITTAL PROCEDURES 01 33 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park H. Dates reviewed Submittals will be required from Architect. Indicate decision dates for selection of finishes. Submit separate schedule of Submittal dates for the following: 1. Shop Drawings. 2. Product data. 3. Samples. 4. Owner furnished products. 5. Products identified under Allowances. L Determine appropriate lead times to allow for manufacturing and delivery of products/material for incorporation into Work. Indicate product/material manufacturer's lead-time for manufacturing and delivery to Site. Include as a separate line for each product/material. Failure to timely submit and process Submittals, and ordering of products/materials for delivery to Site will not be grounds for approval of substitutions for other products/materials. J. Revisions to Schedules: 1. Indicate progress of each activity to date of Submittal, and projected completion date of each activity. 2. Identify activities modified since previous Submittal, major changes in scope, and other identifiable changes. 3. Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect including effect of changes on schedules of separate contractors. 1.5 SHOP DRAWINGS A. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. B. Printable Image Size: Minimum 8-1/2 by 11 inches and maximum 30 by 42 inches. C. Draw details to a minimum scale of 1/2-inch equal to 1 foot. D. Draw Site Plans to same scale indicated on Contract Drawings. E. Draw other plans to a minimum scale of 1/8-inch equal to 1 foot. F. Construction Documents (electronic or paper format) issued by Architect cannot be used in any shape, form, or fashion in creation and development of Shop Drawings except that electronic files containing floor plans or site plans which have been acquired from Architect may be used as backgrounds for Contractor, subcontractors, sub -subcontractors, and material suppliers in Shop Drawing process. G. In creation and publication of Shop Drawings, under no circumstances shall Design Professional's seal or title block of Drawing be reproduced. Shop Drawings must be original works from Contractor, subcontractors, sub -subcontractors, and material suppliers. 1.6 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B. Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. C. Include notation of special coordination requirements for interfacing with adjacent Work and building utilities where applicable. D. After review, distribute in accordance with "Submittal Procedures" Article above and provide copies for Record Documents described in Section 01 70 00 "Execution and Closeout Requirements." 1207122 SUBMITTAL PROCEDURES 0133 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.7 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of product with integral parts and attachment devices. Accompany physical sample with color digital image (photo or scanned PDF) of sample. Coordinate sample Submittals for interfacing Work. B. Unless otherwise specified, submit samples of finishes from manufacturer's full range of standard colors, textures, and patterns, for Architect's selection. C. Where variations in color, pattern, or texture are inherent in material or product, submit multiple samples to indicate approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style, and color on each sample. E. Submit number of samples specified in individual Specification Sections; one of which will be retained by Architect. F. Reviewed samples which may remain as part of Work are indicated in individual Specification Sections. G. Samples will not be used for testing purposes unless specifically stated in individual Specification Sections. 1.8 DESIGN DATA A. Submit for Architect's knowledge as Contract Administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.9 TEST REPORTS A. Submit for Architect's knowledge as Contract Administrator or for Owner. B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.10 CERTIFICATES A. When specified in individual Specification Sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Architect. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product, but must be acceptable to Architect. 1.11 MANUFACTURER'S INSTRUCTIONS A. When specified in individual Specification Sections, submit manufacturer's printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing. B. Identify conflicts between manufacturer's instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention, and special environmental criteria required for application or installation. 1207122 SUBMITTAL PROCEDURES 01 33 00 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.12 MANUFACTURER'S FIELD REPORTS A. Submit reports for Architect's benefit as Contract Administrator or for Owner. B. Submit report within 30 days of observation to Architect for information. C. Submit for information for limited purpose of assessing conformance with infonnation given and design concept expressed in Contract Documents. 1.13 ERECTION DRAWINGS A. Submit Drawings for Architect's benefit as Contract Administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by Architect or Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 1207122 SUBMITTAL PROCEDURES 0133 00 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 0140 00 - QUALITY REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Quality control and control of installation. 2. Tolerances. 3. References. 4. Mockup requirements. 5. Examination. 6. Preparation. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project information management. 3. Section 01 33 00 "Submittal Procedures" for submission of manufacturer's instructions and certificates. 4. Section 01 60 00 "Product Requirements" for requirements for material and product quality. 1.2 QUALITY CONTROL AND CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, Site conditions, and workmanship to produce Work of specified quality. B. Comply with manufacturer's instructions including each step in sequence. C. Should manufacturer's instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as a minimum quality for Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform Work by persons qualified to produce workmanship of specified quality. F. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.3 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturer's tolerances. Should manufacturer's tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing in place. 1207122 QUALITY REQUIREMENTS 01 40 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.4 REFERENCES A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of Notice to Proceed except where a specific date is established by Code. C. Obtain copy of standards when required by Specification Section. D. Neither contractual relationship, duties, nor responsibilities of parties in Contract nor those of Architect shall be altered from Contract Documents by mention or inference otherwise in any reference document. 1.5 MOCKUP REQUIREMENTS A. Tests will be performed under provisions identified in this Section and identified in respective product Specification Sections. B. Assemble and erect specified items, with specified attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mockups shall be comparison standard for quality level for Work. D. Where mockup has been accepted by Architect and is specified in individual Specification Sections to be removed, remove mockup and clear area. 1.6 TESTING AND INSPECTION SERVICES A. Employ and pay for services of an independent testing agency or laboratory. B. The independent firm will perform inspections, tests, and other services specified in individual Specification Sections and as required by Architect. C. Testing, inspections, and source quality control may occur on or off Project Site. Perform off -site testing as required by Architect or Owner. D. Submit independent testing laboratory firm's reports to Architect. Reports to include observations and results of tests and will indicate compliance or non-compliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, provide safe access to Project Site, and provide assistance by incidental labor as requested. 1. Notify Owner, Architect, and independent firm 48 hours prior to expected time for operations requiring services. F. Employment of independent testing agency or laboratory does not relieve Contractor from performing Work to Contract requirements. G. Re -testing and/or re -inspection required because of non-conformance to specified requirements will be charged to Contractor by deducting re -testing and/or re -inspection charges from Contract Sum/Price. 1.7 MANUFACTURERS' FIELD SERVICES A. When specified in individual Specification Sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe Site conditions, conditions of surfaces and installation, quality of workmanship, and startup of equipment, test, adjust, and balance of equipment as applicable and to initiate instructions when necessary. 1207122 QUALITY REQUIREMENTS 01 40 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Verify Site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual Specification Sections. D. Verify utility services are available, of correct characteristics, and in correct locations. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond. END OF SECTION 1207122 QUALITY REQUIREMENTS 01 40 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 0142 00 - REFERENCES PART 1- GENERAL 1.1 SUMMARY A. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project Site ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project Site. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Project Site": Space available for performing construction activities. The extent of Project Site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. 1. For standards referenced by applicable building codes, comply with dates of standards as listed in building codes. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 1207122 REFERENCES 01 42 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Abbreviations and acronyms not included in this list shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." The information in this list is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. AABC - Associated Air Balance Council; www.aabc.com. 2. AAMA - American Architectural Manufacturers Association; www.aamanet.org. 3. AAPFCO - Association of American Plant Food Control Officials; www.aapfco.org. 4. AASHTO - American Association of State Highway and Transportation Officials; www.transportation.org. 5. AATCC - American Association of Textile Chemists and Colorists; www.aatcc.org. 6. ABMA - American Bearing Manufacturers Association; www.amencanbearings.org. 7. ABMA - American Boiler Manufacturers Association; www.abma.com. 8. ACI - American Concrete Institute; (Formerly: ACI International); www.concrete.org. 9. ACPA - American Concrete Pipe Association; www.concrete-pipe.org. 10. AEIC - Association of Edison Illuminating Companies, Inc. (The); www.aeic.org. 11. AF&PA - American Forest & Paper Association; www.afandpa.org. 12. AGA - American Gas Association; www.aga.org. 13. AHAM - Association of Home Appliance Manufacturers; www.aham.org. 14. AHRI - Air -Conditioning, Heating, and Refrigeration Institute (The); www.ahn*net.org. 15. Al - Asphalt Institute; www.asphaltinstitute.org. 16. AIA - American Institute of Architects (The); www.aia.org. 17. AISC - American Institute of Steel Construction; www.aisc.org. 18. AISI - American Iron and Steel Institute; www.steel.org. 19. AITC - American Institute of Timber Construction; www.aitc-glulam.org. 20. AMCA - Air Movement and Control Association International, Inc.; www.amca.org. 21. ANSI - American National Standards Institute; www.ansi.org. 22. AOSA - Association of Official Seed Analysts, Inc.; www.aosaseed.com. 23. APA - APA - The Engineered Wood Association; www.apawood.org. 24. APA - Architectural Precast Association; www.archprecast.org. 25. API - American Petroleum Institute; www.api.org. 26. ARI - Air -Conditioning & Refrigeration Institute; (See AHRI). 27. ARI - American Refrigeration Institute; (See AHRI). 28. ARMA - Asphalt Roofing Manufacturers Association; www.asphaltroofing.org. 29. ASCE - American Society of Civil Engineers; www.asce.org. 30. ASCE/SEI - American Society of Civil Engineers/Structural Engineering Institute; (See ASCE). 31. ASHRAE - American Society of Heating, Refrigerating and Air -Conditioning Engineers; www.ashrae.org. 1207122 REFERENCES 01 42 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 32. ASME - ASME International; (American Society of Mechanical Engineers); www.asme.org. 33. ASSE - American Society of Sanitary Engineering; www.asse-plumbing.org. 34. ASSP - American Society of Safety Professionals (The); www.assp.org. 35. ASTM - ASTM International; www.astm.org. 36. ATIS - Alliance for Telecommunications Industry Solutions; www.atis.org. 37. AVIXA - Audiovisual and Integrated Experience Association; (Formerly: Infocomm International); www.soundandcommunications.com. 38. AWEA - American Wind Energy Association; www.awea.org. 39. AWI - Architectural Woodwork Institute; www.awinet.org. 40. AWMAC - Architectural Woodwork Manufacturers Association of Canada; www.awmac.com. 41. AWPA - American Wood Protection Association; www.awpa.com. 42. AWS - American Welding Society; www.aws.org. 43. AWWA - American Water Works Association; www.awwa.org. 44. BHMA - Builders Hardware Manufacturers Association; www.buildershardware.com. 45. BIA - Brick Industry Association (The); www.gobrick.com. 46. BICSI - BICSI, Inc.; www.bicsi.org. 47. BIFMA - BIFMA International; (Business and Institutional Furniture Manufacturer's Association); www.blfma.org. 48. BISSC - Baking Industry Sanitation Standards Committee; www.bissc.org. 49. BWF - Badminton World Federation; (Formerly: International Badminton Federation); www.bissc.org. 50. CDA - Copper Development Association; www.copper.org. 51. CE - Conformite Europeenne; http://ec.europa.eu/growth/single-market/ce-marking/. 52. CEA - Canadian Electricity Association; www.electricity.ca. 53. CFFA - Chemical Fabrics and Film Association, Inc.; www.chemicalfabn*csandfilm.com. 54. CFSEI - Cold -Formed Steel Engineers Institute; www.cfsei.org. 55. CGA - Compressed Gas Association; www.cganet.com. 56. CIMA - Cellulose Insulation Manufacturers Association; www.cellulose.org. 57. CISCA - Ceilings & Interior Systems Construction Association; www.cisca.org. 58. CISPI - Cast Iron Soil Pipe Institute; www.cispi.org. 59. CLFMI - Chain Link Fence Manufacturers Institute; www.chainlinkinfo.org. 60. CPA - CompoSite Panel Association; www.compoSitepanel.org. 61. CRI - Carpet and Rug Institute (The); www.carpet-rug.org. 62. CRRC - Cool Roof Rating Council; www.coolroofs.org. 63. CRSI - Concrete Reinforcing Steel Institute; www.crsi.org. 64. CSA - CSA Group; www.csa-group.org. 65. CSI - Construction Specifications Institute (The); www.csiresources.org. 66. CSSB - Cedar Shake & Shingle Bureau; www.cedarbureau.org. 67. CTA - Consumer Technology Association; www.cta.tech. 68. CTI - Cooling Technology Institute; (Formerly: Cooling Tower Institute); www.coolingtechnology.org. 69. CWC - CompoSite Wood Council; (See CPA). 70. DASMA - Door and Access Systems Manufacturers Association; www.dasma.com. 71. DHA - Decorative Hardwoods Association; (Formerly: Hardwood Plywood & Veneer Association); www.decorativehardwoods.org. 72. DHI - Door and Hardware Institute; www.dhi.org. 73. ECA - Electronic Components Association; (See ECIA). 1207122 REFERENCES 01 42 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park 74. ECAMA - Electronic Components Assemblies & Materials Association; (See ECIA). 75. ECIA - Electronic Components Industry Association; www.eclaonline.org. 76. EIA - Electronic Industries Alliance; (See TIA). 77. EIMA - EIFS Industry Members Association; www.eima.com. 78. EJMA - Expansion Joint Manufacturers Association, Inc.; www.ej*ma.org. 79. EOS/ESD Association; (Electrostatic Discharge Association); www.esda.org. 80. ESTA - Entertainment Services and Technology Association; (See PLASA). 81. ETL - Intertek (See Intertek); www.intertek.com. 82. EVO - Efficiency Valuation Organization; www.evo-world.org. 83. FCI - Fluid Controls Institute; www.fluldcontrolsinstitute.org. 84. FIBA - Federation Internationale de Basketball; (The International Basketball Federation); www.fiba.com. 85. FIVB - Federation Internationale de Volleyball; (The International Volleyball Federation); www.fivb.org. 86. FM Approvals - FM Approvals LLC; www.finglobal.com. 87. FM Global - FM Global; (Formerly: FMG - FM Global); www.finglobal.com. 88. FRSA - Florida Roofing, Sheet Metal Contractors Association, Inc.; www.flon*daroof.com. 89. FSA - Fluid Sealing Association; www.fluldsealing.com. 90. FSC - Forest Stewardship Council U.S.; www.fscus.org. 91. GA - Gypsum Association; www.gypsum.org. 92. GANA - Glass Association of North America; (See NGA). 93. GS - Green Seal; www.greenseal.org. 94. HI - Hydraulic Institute; www.pumps.org. 95. HI/GAMA - Hydronics Institute/Gas Appliance Manufacturers Association; (See AHRI). 96. HMMA - Hollow Metal Manufacturers Association; (See NAAMM). 97. HPVA - Hardwood Plywood & Veneer Association; (See DHA). 98. HPW - H. P. White Laboratory, Inc.; www.hpwhite.com. 99. IAPSC - International Association of Professional Security Consultants; www.iapsc.org. 100. IAS - International Accreditation Service; www.lasonline.org. 101. ICBO - International Conference of Building Officials; (See ICC). 102. ICC - International Code Council; www.iccsafe.org. 103. ICEA - Insulated Cable Engineers Association, Inc.; www.icea.net. 104. ICPA - International Cast Polymer Alliance; www.lcpa-hq.org. 105. ICRI - International Concrete Repair Institute, Inc.; www.icn*.org. 106. IEC - International Electrotechnical Commission; www.lec.ch. 107. IEEE - Institute of Electrical and Electronics Engineers, Inc. (The); www.ieee.org. 108. IES - Illuminating Engineering Society; (Formerly: Illuminating Engineering Society of North America); www.ies.org. 109. IESNA - Illuminating Engineering Society of North America; (See IES). 110. IEST - Institute of Environmental Sciences and Technology; www.iest.org. 111. IGMA - Insulating Glass Manufacturers Alliance; www.igmaonline.org. 112. IGSHPA - International Ground Source Heat Pump Association; www.igshpa.org. 113. II - Infocomm International; (See AVIXA). 114. ILI - Indiana Limestone Institute of America, Inc.; www.iliai.com. 115. Intertek - Intertek Group; (Formerly: ETL SEMCO; Intertek Testing Service NA); www.intertek.com. 1207122 REFERENCES 01 42 00 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park 116. ISA - International Society of Automation (The); (Formerly: Instrumentation, Systems, and Automation Society); www.isa.org. 117. ISAS - Instrumentation, Systems, and Automation Society (The); (See ISA). 118. ISFA - International Surface Fabricators Association; (Formerly: International Solid Surface Fabricators Association); www.isfanow.org. 119. ISO - International Organization for Standardization; www.iso.org. 120. ISSFA - International Solid Surface Fabricators Association; (See ISFA). 121. ITU - International Telecommunication Union; www.itu.int/home. 122. KCMA - Kitchen Cabinet Manufacturers Association; www.kcma.org. 123. LMA - Laminating Materials Association; (See CPA). 124. LPI - Lightning Protection Institute; www.lightning.org. 125. MBMA - Metal Building Manufacturers Association; www.mbma.com. 126. MCA - Metal Construction Association; www.metalconstruction.org. 127. MFMA - Maple Flooring Manufacturers Association, Inc.; www.maplefloor.org. 128. MFMA - Metal Framing Manufacturers Association, Inc.; www.metalframingmfg.org. 129. MHIA - Material Handling Industry of America; www.mhia.org. 130. MIA - Marble Institute of America; (See NSI). 131. MMPA - Moulding & Millwork Producers Association; www.wmmpa.com. 132. MPI - Master Painters Institute; www.paintinfo.com. 133. MSS - Manufacturers Standardization Society of The Valve and Fittings Industry Inc.; www.mss-hq.org. 134. NAAMM - National Association of Architectural Metal Manufacturers; www.naamm.org. 135. NACE - NACE International; (National Association of Corrosion Engineers International); www.nace.org. 136. NADCA - National Air Duct Cleaners Association; www.nadca.com. 137. NAIMA - North American Insulation Manufacturers Association; www.naima.org. 138. NALP - National Association of Landscape Professionals; www.landscapeprofessionals.org. 139. NBGQA - National Building Granite Quarries Association, Inc.; www.nbgga.com. 140. NBI - New Buildings Institute; www.newbuildings.org. 141. NCAA - National Collegiate Athletic Association (The); www.ncaa.org. 142. NCMA - National Concrete Masonry Association; www.ncma.org. 143. NEBB - National Environmental Balancing Bureau; www.nebb.org. 144. NECA - National Electrical Contractors Association; www.necanet.org. 145. NeLMA - Northeastern Lumber Manufacturers Association; www.nelma.org. 146. NEMA - National Electrical Manufacturers Association; www.nema.org. 147. NETA - InterNational Electrical Testing Association; www.netaworld.org. 148. NFHS - National Federation of State High School Associations; www.nfhs.org. 149. NFPA - National Fire Protection Association; www.nfpa.org. 150. NFPA - NFPA International; (See NFPA). 151. NFRC - National Fenestration Rating Council; www.nfrc.org. 152. NGA - National Glass Association (The); (Formerly: Glass Association of North America); www.glass.org. 153. NHLA - National Hardwood Lumber Association; www.nhla.com. 154. NLGA - National Lumber Grades Authority; www.nlga.org. 155. NOFMA - National Oak Flooring Manufacturers Association; (See NWFA). 156. NOMMA - National Ornamental & Miscellaneous Metals Association; www.nomma.org. 157. NRCA - National Roofing Contractors Association; www.nrca.net. 1207122 REFERENCES 01 42 00 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park 158. NRMCA - National Ready Mixed Concrete Association; www.nrmca.org. 159. NSF - NSF International; www.nsf.org. 160. NSI - National Stone Institute; (Formerly: Marble Institute of America); www.naturalstoneinstitute.org. 161. NSPE - National Society of Professional Engineers; www.nspe.org. 162. NSSGA - National Stone, Sand & Gravel Association; www.nssga.org. 163. NTMA - National Terrazzo & Mosaic Association, Inc. (The); www.nttna.com. 164. NWFA - National Wood Flooring Association; www.nwfa.org. 165. PCI - Precast/Prestressed Concrete Institute; www.pci.org. 166. PDI - Plumbing & Drainage Institute; www.pdionline.org. 167. PLASA - PLASA; (Formerly: ESTA - Entertainment Services and Technology Association); www.plasa.org. 168. RCSC - Research Council on Structural Connections; www.boltcouncil.org. 169. RFCI - Resilient Floor Covering Institute; www.rfci.com. 170. RIS - Redwood Inspection Service; www.redwoodinspection.com. 171. SAE - SAE International; www.sae.org. 172. SCTE - Society of Cable Telecommunications Engineers; www.scte.org. 173. SDI - Steel Deck Institute; www.sdi.org. 174. SDI - Steel Door Institute; www.steeldoor.org. 175. SEFA - Scientific Equipment and Furniture Association (The); www.sefalabs.com. 176. SEI/ASCE - Structural Engineering Institute/American Society of Civil Engineers; (See ASCE). 177. SIA - Security Industry Association; www.slaonline.org. 178. SJI - Steel Joist Institute; www.steetioist.org. 179. SMA - Screen Manufacturers Association; www.smainfo.org. 180. SMACNA - Sheet Metal and Air Conditioning Contractors' National Association; www.smacna.org. 181. SMPTE - Society of Motion Picture and Television Engineers; www.smpte.org. 182. SPFA - Spray Polyurethane Foam Alliance; www.sprayfoam.org. 183. SPIB - Southern Pine Inspection Bureau; www.splb.org. 184. SPRI - Single Ply Roofing Industry; www.spri.org. 185. SRCC - Solar Rating & Certification Corporation; www.solar-rating.org. 186. SSINA - Specialty Steel Industry of North America; www.ssina.com. 187. SSPC - SSPC: The Society for Protective Coatings; www.sspc.org. 188. STI - Steel Tank Institute; www.steeltank.com. 189. SWI - Steel Window Institute; www.steelwindows.com. 190. SWPA - Submersible Wastewater Pump Association; www.swpa.org. 191. TCA - Tilt -Up Concrete Association; www.tilt-up.org. 192. TCNA - Tile Council of North America, Inc.; www.tileusa.com. 193. TEMA - Tubular Exchanger Manufacturers Association, Inc.; www.tema.org. 194. TIA - Telecommunications Industry Association (The); (Formerly: TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance); www.tiaonline.org. 195. TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance; (See TIA). 196. TMS - The Masonry Society; www.masonrysociety.org. 197. TPI - Truss Plate Institute; www.tpinst.org. 198. TPI - Turfgrass Producers International; www.turfgrasssod.org. 199. TRI - Tile Roofing Institute; www.tileroofing.org. 200. UL - Underwriters Laboratories Inc.; www.ul.com. 201. UNI - Uni-Bell PVC Pipe Association; www.uni-bell.org. 1207122 REFERENCES 01 42 00 - 6 10/23 City of Lubbock Pickleball Facility at McAlister Park 202. USAV - USA Volleyball; www.usavolleyball.org. 203. USGBC - U.S. Green Building Council; www.usgbc.org. 204. USITT - United States Institute for Theatre Technology, Inc.; www.usitt.org. 205. WA - Wallcoverings Association; www.wallcoverings.org. 206. WASTEC - Waste Equipment Technology Association; www.wastec.org. 207. WCLIB - West Coast Lumber Inspection Bureau; www.wcllb.org. 208. WCMA - Window Covering Manufacturers Association; www.wcmanet.org. 209. WDMA - Window & Door Manufacturers Association; www.wdma.com. 210. WI - Woodwork Institute; www.wicnet.org. 211. WSRCA - Western States Roofing Contractors Association; www.wsrca.com. C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is believed to be accurate as of the date of the Contract Documents. 1. DIN - Deutsches Institut fur Normung e.V.; www.din.de. 2. IAPMO - International Association of Plumbing and Mechanical Officials; www.iapmo.org. 3. ICC - International Code Council; www.iccsafe.org. 4. ICC-ES - ICC Evaluation Service, LLC; www.icc-es.org. D. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Information is subject to change and is up to date as of the date of the Contract Documents. 1. COE - Army Corps of Engineers; www.usace.army.mil. 2. CPSC - Consumer Product Safety Commission; www.cpsc.gov. 3. DOC - Department of Commerce; National Institute of Standards and Technology; www.nist.gov. 4. DOD - Department of Defense; www.quicksearch.dla.mil. 5. DOE - Department of Energy; www.energy.gov. 6. EPA - Environmental Protection Agency; www.epa.gov. 7. FAA - Federal Aviation Administration; www.faa.gov. 8. FG - Federal Government Publications; www.gpo.gov/fdsys. 9. GSA - General Services Administration; www.gsa.gov. 10. HUD - Department of Housing and Urban Development; www.hud.gov. 11. LBL - Lawrence Berkeley National Laboratory; Environmental Energy Technologies Division; www.eetd.lbl.gov. 12. OSHA - Occupational Safety & Health Administration; www.osha.gov. 13. SD - Department of State; www.state.gov. 14. TRB - Transportation Research Board; National Cooperative Highway Research Program; The National Academies; www.trb.org. 15. USDA - Department of Agriculture; Agriculture Research Service; U.S. Salinity Laboratory; www.ars.usda.gov. 16. USDA - Department of Agriculture; Rural Utilities Service; www.usda.gov. 17. USDOJ - Department of Justice; Office of Justice Programs; National Institute of Justice; www.Oip.usdoj.gov. 18. USP - U.S. Pharmacopeial Convention; www.usp.org. 19. USPS - United States Postal Service; www.usps.com. 1207122 REFERENCES 01 42 00 - 7 10/23 City of Lubbock Pickleball Facility at McAlister Park E. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. CFR - Code of Federal Regulations; Available from Government Printing Office; www.govinfo.gov. 2. DOD - Department of Defense; Military Specifications and Standards; Available from DLA Document Services; www.quicksearch.dla.mil. 3. FED -STD - Federal Standard; (See FS). 4. FS - Federal Specification; Available from DLA Document Services; www.quicksearch.dla.mil. a. Available from Defense Standardization Program; www.dsp.dla.mil. b. Available from General Services Administration; www.gsa.gov. C. Available from National Institute of Building Sciences/Whole Building Design Guide; www.wbdg.org. 5. MILSPEC - Military Specification and Standards; (See DOD). 6. USAB - United States Access Board; www.access-board.gov. 7. USATBCB - U.S. Architectural & Transportation Barriers Compliance Board; (See USAB). F. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. CBHF; State of California; Department of Consumer Affairs; Bureau of Electronic and Appliance Repair, Home Furnishings and Thermal Insulation; www.bearhfti.ca.gov. 2. CCR; California Code of Regulations; Office of Administrative Law; California Title 24 Energy Code; www.calregs.com. 3. CDHS; California Department of Health Services; (See CDPH). 4. CDPH; California Department of Public Health; Indoor Air Quality Program; www.cal-iaq.org. 5. CPUC; California Public Utilities Commission; www.cpuc.ca.gov. 6. SCAQMD; South Coast Air Quality Management District; www.agmd.gov. 7. TAS; Architectural Barriers Texas Accessibility Standards; www.tdlr.texas.gov/ab/abtas.httn. 8. TFS; Texas A&M Forest Service; Sustainable Forestry and Economic Development; www.txforestservice.tamu.edu. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 1207122 REFERENCES 01 42 00 - 8 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 0150 00 - TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Utilities: a. Electricity. b. Lighting. C. Ventilation. d. Communication services. e. Water. f. Sanitary. 2. Construction Facilities: a. Field offices and sheds. b. Vehicular access. C. Parking. d. Progress cleaning. e. Project identification. 3. Temporary Controls: a. Barriers. b. Fencing. C. Water control. d. Dust control. e. Erosion and sediment control. f. Noise control. g. Pest and rodent control. h. Pollution control. i. Protection of Work. 4. Removal of utilities, facilities, and controls. B. Related Requirements: I . Other Divisions 01 Specification Sections apply to Work of this Section. 2. Section 0170 00 "Execution and Closeout Requirements" for final cleaning. 1.2 EMPLOYEE RESIDENTIAL OCCUPANCY A. Not allowed on Owner's property. 1.3 VEHICULAR ACCESS A. Construct temporary all-weather access roads from public thoroughfares to serve construction area, of width and load bearing capacity to accommodate unimpeded traffic for construction purposes. B. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. C. Extend and relocate vehicular access as Work progress requires, provide detours as necessary for unimpeded traffic flow. D. Location as approved by Architect. 1207122 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park E. Provide unimpeded access for emergency vehicles. Maintain 20-foot-wide driveways with turning space between and around combustible materials. F. Provide and maintain access to fire hydrants and control valves free of obstructions. G. Provide means of removing mud from vehicle wheels before entering public streets. 1.4 PARKING A. Provide temporary gravel surface parking areas to accommodate construction personnel. B. Locate as approved by Architect. C. When Site space is not adequate, provide additional off -site parking. D. Do not allow heavy or tracked vehicles or construction equipment in parking areas. E. Do not allow vehicle parking on existing pavement. F. Permanent Pavements and Parking Facilities: 1. Avoid traffic loading beyond paving design capacity. Tracked vehicles not allowed. G. Maintenance: 1. Maintain traffic and parking areas in sound condition free of excavated material, construction equipment, products, mud, snow, and ice. 2. Maintain existing and permanent paved areas used for construction; promptly repair breaks, potholes, low areas, standing water, and other deficiencies, to maintain paving and drainage in original, or specified, condition. H. Removal, Repair: 1. Remove temporary materials and construction when permanent paving is usable Substantial Completion. 2. Remove underground Work and compacted materials to depth of 2 feet; fill and grade Site as specified. 3. Repair permanent facilities damaged by use, to specified condition. I. Mud from Site Vehicles: Provide means of removing mud from vehicle wheels before entering streets. 1.5 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain Site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces prior to enclosing space. C. Broom and vacuum clean interior areas prior to start of surface finishing and continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from Site and dispose off -site at intervals as required to maintain clean Site. 1.6 PROJECT IDENTIFICATION A. Project Identification Sign: 1. Size: Provide one, 8 feet wide by 4 feet high. 2. Materials: 3/4-inch-thick exterior grade plywood and solid wood frame. 3. Background Paint: Exterior quality, 2 coats. 4. Lettering: Exterior paint of quality adequate to withstand weathering, fading, and chipping for duration of construction, contrasting colors as selected with exhibit lettering by professional sign painter. 5. Design: To be determined. 1207122 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 6. Content: a. Project title, as indicated on Contract Documents. b. Owner's name and logo. C. Names and titles of Architect and consultants. d. Name of Prime Contractor. 7. Lettering: Series C of Standard Alphabet for Highway Signs, Public Roads Administration, Federal Works Agency. B. Design sign and structure to withstand 90 miles per hour wind velocity. C. Installation: 1. Install Project identification sign within 15 days after date fixed by Notice to Proceed. 2. Erect at location directed by Architect. 3. Erect supports and framing on secure foundation, rigidly braced and framed to resist wind loadings. 4. Install sign surface plumb and level with butt joints. Anchor securely. 5. Paint exposed surfaces of sign supports and framing. D. No other signs are allowed without Owner's permission except those required by law. E. Removal: Remove signs, framing, supports, and foundations at completion of Project and restore area. 1.7 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations. B. Provide protection for the following items designated to remain. Replace damaged items condition to original condition. 1. Trees. 2. Lawns. C. Protect Site improvements including but not limited to pavements, walkways, and drainage structures from damage. Replace damaged Site improvements to original condition. D. Protect non -owned vehicular traffic and stored materials from damage. 1.8 TEMPORARY FENCING A. Construction: Commercial grade chain link fence. B. Provide 6-foot-high fence around construction Site and temporary materials storage area; equip with vehicular gates with locks. 1.9 WATER CONTROL A. Grade Site to drain. B. Maintain excavations free of water. C. Provide, operate, and maintain pumping equipment. D. Protect Site from puddling and running water. Provide water barriers as required to protect Site from soil erosion. 1.10 DUST CONTROL A. Execute Work by methods to minimize raising dust from construction operations. B. Provide positive means to prevent air -borne dust from dispersing into atmosphere. 1207122 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.11 EROSION AND SEDIMENT CONTROL A. Plan and execute construction by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. B. Minimize surface area of bare soil exposed at one time. C. Provide temporary measures including berms, dikes, and drains and other devices to prevent water flow that would result in erosion. D. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. E. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 1.12 NOISE CONTROL A. Conduct activities that will produce noise that will or potentially will interfere with Owner's operations and activities at times agreed to by Owner. 1.13 POLLUTION CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction. 1.14 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual Specification Sections. B. Provide temporary and removable protection for installed products. Control activity in immediate Work area to minimize damage. C. Provide protective coverings at openings in walls, roof, and soffits. D. Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.15 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B. Remove risers for underground utilities to a minimum depth of 2 feet and cap. C. Remove buried equipment, facilities, and materials completely to a minimum depth of 2 feet and cap. D. Backfill excavations as specified in other Sections and grade Site as indicated. E. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. F. Remove the following at completion of Work: 1. Office. 1207122 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 1207122 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 0157 13 - TEMPORARY EROSION AND SEDIMENT CONTROL PART 1- GENERAL 1.1 SUMMARY A. Section includes obtaining permits and furnishing labor, materials, equipment, and incidentals necessary to provide erosion and sediment control during construction including funnishing, installing, and maintaining erosion and sediment control structures and procedures and the proper removal when no longer required. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Submittals shall be per Project requirements and include copies of submitted forms and inspection reports as Project progresses. 1.3 TPDES PERMIT A. Permit Provisions: 1. Prepare a Stormwater Pollution Prevention Plan (SWPPP), including Site map, per TPDES Construction General Permit (TXR 150000) for Stormwater Discharge associated with construction activity. 2. Contractor shall be Primary Operator of SWPPP, will install and maintain physical measures detailed in Plan, and provide administrative oversight of Plan. 3. Contractor Shall: a. Prepare and submit a Notice of Intent (NOI) to TCEQ with a copy to Owner. b. Sign and post onsite a completed "Construction Site Notice," and provide copy to operator of any separate municipal storm sewer system per permit requirements. C. Install Best Management Practices (BMPs) noted on SWPPP Site Plan. d. Maintain BMPs during construction. e. Periodically inspect BMPs, monitor Plan, file reports, and other items required by TPDES Construction General Permit. Contractor shall maintain a master copy of SWPPP plan at Job Site and insert copies of required periodic inspection reports into master copy of SWPPP. f. Make revisions to BMPs if needed as construction progresses, revise if BMPs shown do not adequately limit sediments leaving Site. g. Prepare and submit a Notice of Termination (NOT) to TCEQ and copy Owner. h. Remove BMPs from Project Site. 4. General Permit requirements supersede noted items in the event of a conflict. 5. For assistance in completing NOI or NOT, Contractor may access TCEQ website at www.tceq.state.tx.us. 1207122 TEMPORARY EROSION AND SEDIMENT 0157 13 - 1 10/23 CONTROL City of Lubbock Pickleball Facility at McAlister Park B. Temporary Drainage Provisions: 1. Contractor shall provide for drainage of stormwater and water as applied or discharged onsite in performance of Work. Drainage facilities shall be adequate to prevent damage to Work, Site, and adjacent property. 2. Clean, enlarge, or supplement existing drainage channels and conduits as necessary to carry all increased runoff attributable to Contractor operations. Construct dikes as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner facilities and Work, and direct water to drainage channels or conduits. Ponding provided as necessary to prevent downstream flooding. C. Dust Control: No construction activity shall take place without applying reasonable measures required to prevent particulate matter from becoming airborne, so it remains visible beyond limits of construction. Reasonable measures may include application of water or chemical dust suppressants, paving, frequent road cleaning, and planting vegetative ground cover. Utilize methods and practices of construction to eliminate blowing dust in full observance of state and federal regulations. If dust complaints received by local municipality or Owner, apply reasonable control measures. 1.4 JOB CONDITIONS, CODES, AND ORDINANCES A. Comply with local codes and ordinances. If local codes and ordinances require more stringent or additional erosion and sediment control measures during construction, Contractor shall provide such measures. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 1207122 TEMPORARY EROSION AND SEDIMENT 0157 13 - 2 10/23 CONTROL City of Lubbock Pickleball Facility at McAlister Park SECTION 0157 19 - TEMPORARY ENVIRONMENTAL CONTROLS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Environmental protection requirements. 2. Protection of natural resources. 3. Erosion and sediment control measures. 4. Control and disposal of solid and sanitary wastes. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. These publications form a part of this Specification to extent referenced and are referred to in text by basic designation only. 1. 29 CFR 1910-Subpart G - Occupational Health and Environmental Control. 2. Corps of Engineers (COE) COE EP-1165-2-304 - 1976 Flood Plain Regulations for Flood Plain Management. 1.3 DEFINITIONS A. Sediment: Soil and other debris that eroded and was transported by runoff water or wind. B. Solid Waste: Rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, agricultural operations, and community activities. C. Rubbish: Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. D. Debris: Combustible and noncombustible wastes such as ashes and waste materials resulting from construction or maintenance and repair Work, leaves, and tree trimmings. E. Chemical Wastes: Salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Wastes: Sewage. G. Wastes Characterized as Domestic Sanitary Sewage: Garbage including refuse and scraps resulting from preparation, cooking, dispensing, and consuming food. H. Oily Waste: Petroleum products and bituminous materials. 1.4 ENVIRONMENTAL PROTECTION REQUIREMENTS A. Provide and maintain, during life of Contract, environmental protection as defined. Contractor shall comply with all requirements as described in Construction General Permit (TXR150000). Plan for and provide environmental protective measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct conditions to develop during construction of permanent or temporary environmental features associated with Project. Comply with federal, state, and local regulations pertaining to environment, including but not limited to water, air, and noise pollution. 1207122 TEMPORARY ENVIRONMENTAL 0157 19 - 1 10/23 CONTROLS City of Lubbock Pickleball Facility at McAlister Park B. Best Management Practices (BMPs): 1. Waste Materials: Collect and store all waste materials, including construction debris, in a securely lidded metal dumpster. Do not bury construction material onsite. Transit dumpster shall comply with ordinance 18.52.010 (enclosure and removal of waste materials during construction). Dumpster shall be emptied as necessary or as required by ordinance 9.04 (sold waste management) and trash hauled to licensed landfill. 2. Hazardous Waste: At minimum, these product categories are considered hazardous: paint, acids for cleaning masonry surfaces, cleaning solvents, asphalt products, chemical additives for spill stabilization, curing compounds, and additives. In the event of a spill which may be hazardous, take immediate action, contact the fire department and TCEQ. 3. Sanitary Waste: All shall be collected from construction portable units as necessary or required, chapter 18.08 (building code), by a licensed sanitary waste management Contractor. All waste material shall be responsibility of Contractor. 4. Spill Prevention. Use these practices to reduce risk of spills or other accidental exposures of materials to stormwater runoff. a. Good Housekeeping: 1) Store only enough products required to do Job. 2) Neatly and orderly store materials onsite. 3) Keep products in original container. 4) Do not mix substances with one another, unless otherwise recommended by manufacturer. 5) Use entire contents of product before disposing container. 6) Follow manufacturer recommendations for proper use and disposal. b. Hazardous product practices used to reduce risks: 1) Keep products in original container if possible. 2) Retain original labels, product information, and material safety data sheets (MSDS). 3) Dispose surplus product per manufacturer-, local-, and/or state -recommended methods. C. Petroleum Products: Monitor all onsite vehicles for leaks and receive regular preventive maintenance to reduce chance of spills. Store petroleum in tightly -sealed containers, clearly labeled. Apply any asphalt substances used onsite per manufacturer recommendation. 5. Spill Control Practices: a. Clearly post manufacturer -recommended methods for spill cleanup and Site personnel made aware of procedures. b. Keep materials and equipment necessary for spill cleanup in material storage area onsite. C. Clean all spills immediately after discovery. d. Spill area shall be well ventilated and appropriate clothing worn. e. Report any spill to appropriate governmental agency. f. Take measures to prevent a spill from reoccurring. 6. Maintenance and Inspection Procedures: Inspect all pollution prevention measures at least once a month. Following a storm event of 0.5-inch or more, inspect BMPs and pollution control procedures for adequacy. Keep a record of result of Site inspections onsite. 1207122 TEMPORARY ENVIRONMENTAL 0157 19 - 2 10/23 CONTROLS City of Lubbock Pickleball Facility at McAlister Park 7. Construct disposal areas, stockpiles, and haul roads to minimize and control sediment that may enter receiving waters or streambeds. Construct construction staging areas and vehicle maintenance areas to minimize runoff of pollutants. C. Stormwater Pollution Prevention Plan (SWPPP): 1. Understand Erosion Control relating to Texas Pollutant Discharge Elimination System (TPDES). 2. Install erosion control measures as follows: a. Install silt fencing all existing inlets before start of construction. b. Place temporary swales and desilting basins where necessary to convey stormwater runoff. C. Daily sweep paved street adjacent to Site entrance to remove any excess mud, dirt, or rock tracked from Site. d. Ensure all erosion control methods are inspected monthly or after every erodible rainfall (1/2-inch or more). Make any necessary repairs or cleanup to maintain effectiveness of erosion control at that time. e. Measures are recommendations only. Ensure requirements of TPDES are met. D. Perform a preconstruction survey of Project Site with Architect; assess existing environmental conditions in and adjacent to site. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PROTECTION OF NATURAL RESOURCES A. Preserve natural resources within Project boundaries and outside limits of permanent Work. Restore to equivalent or improved condition upon completion of Work. Confine construction activities to within limits of Work indicated or specified. B. Land Resources: Except in areas cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without Architect permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by Architect. Where use of attached ropes, cables, or guys is authorized, Contractor is responsible for any resultant damage. 1. Protect existing trees to remain and may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 plus percent of root systems destroyed. 2. Replacement: Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Architect approval before replacement. 3. Temporary Construction: Remove traces of temporary construction facilities (haul roads, Work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, etc.). Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. 1207122 TEMPORARY ENVIRONMENTAL 0157 19 - 3 10/23 CONTROLS City of Lubbock Pickleball Facility at McAlister Park C. Water Resources/Oily Wastes: Prevent oily or other hazardous substances from entering ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain contents of tanks in event of leakage or spillage. D. Fish and Wildlife Resources: Do not disturb fish and wildlife, alter water flows, or otherwise significantly disturb native habitat adjacent to Project and critical to survival of fish and wildlife, except as indicated or specified. 3.2 HISTORICAL AND ARCHAEOLOGICAL RESOURCES A. Carefully protect in -place and report immediately to Architect historical and archaeological items or human skeletal remains discovered in course of Work. Stop Work in immediate area of discovery until directed by Architect to resume. If historical and archaeological resources such as artifacts (stone tools), features (stone walls), deposits (seashells and charcoal stained soil), human bones, and other cultural remains encountered, stop that portion of Work and notify Architect immediately. Within 36 hours, Owner will determine if a change pursuant to Contract should be issued or direct Contractor to proceed without change. No adjustment in Contract price or completion time allowed for delays that do not exceed 36 hours from the time Contractor is notified to stop Work. Owner retains ownership and control over historical and archaeological resources. 3.3 EROSION AND SEDIMENT CONTROL MEASURES A. Burnoff of ground cover not permitted. B. Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils: Immediately finish earthwork brought to a final grade, as indicated, or specified. Immediately protect side and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils: Mechanically retard and control rate of runoff from construction site including construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.4 CONTROL AND DISPOSE SOLID AND SANITARY WASTES A. Pick up solid wastes and place in containers regularly emptied. Do not prepare, cook, or dispose food on Project Site. Prevent contamination of site of other areas when handling and disposing wastes. On completion, leave areas clean. Control and dispose waste. 1. Dispose Rubbish and Debris per requirements specified in area as directed by Owner. Rubbish may be disposed in current landfill if all rules for disposal are followed. 2. Place garbage in approved containers and move to a pickup point or disposal area, where directed. 1207122 TEMPORARY ENVIRONMENTAL 0157 19 - 4 10/23 CONTROLS City of Lubbock Pickleball Facility at McAlister Park 3.5 DUST CONTROL A. Control dust along all haul roads and in Project area. Minimize dust at all times, including nonworking periods. Sprinkle or treat with dust suppressants, site soil, haul roads, and other areas disturbed by operations. END OF SECTION 1207122 TEMPORARY ENVIRONMENTAL 0157 19 - 5 10/23 CONTROLS City of Lubbock Pickleball Facility at McAlister Park SECTION 0160 00 - PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Products. 2. Product delivery, storage, and handling. 3. Product options. 4. Substitutions. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project information management. 3. Section 01 40 00 "Quality Requirements" for product quality monitoring. Testing Laboratory Services. 4. Section 0142 00 "References." 1.2 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of Work. When allowed by Contract Documents, products may include used and/or existing materials or components. B. Hazardous Materials: Products or material containing hazardous materials or substances, including but not limited to asbestos or polychlorinated biphenylshall (PCB), shall not be included in Work. C. Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents. D. Provide interchangeable components of same manufacturer, for similar components. E. Materials required to match existing work and not otherwise specified, shall be equal to existing work in quality, color, and finish. Workmanship and installation shall be comparable to adjacent existing work. Architect shall be authority in determination of acceptable Work. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery: 1. Deliver materials, products, and equipment to Site in manufacturer's original, unopened containers or packaging with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accord with construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in construction process. 1207122 PRODUCT REQUIREMENTS 01 60 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park B. Storage: 1. Store and protect products in accordance with manufacturer's instructions with seals and labels intact and legible. 2. Store sensitive products in weathertight, climate -controlled enclosures. 3. For exterior storage of fabricated products, place on supports, above ground, sloped to drain water. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of products. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 8. Materials, products, and equipment may be stored off -site in a bonded and insured warehouse approved by Architect and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of Architect. C. Handling: Handle materials, products, and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.4 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting Specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with this Section. 1.5 SUBSTITUTIONS A. Instructions to Proposers specify time restrictions for submitting requests for substitutions during Proposal period to requirements specified in this Section. B. Substitutions (after Proposal period) may be considered when a product becomes unavailable through no fault of Contractor. C. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. D. A request constitutes a representation that Proposer: 1. Has investigated proposed product and determined that it meets or exceeds quality level of specified product. 2. Will provide same warranty for substitution as for specified product. 3. Will coordinate installation and make changes to other Work which may be required for Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. E. Substitutions will not be considered when they are indicated or implied on Shop Drawing or product data submittals, without separate written request or when acceptance will require revision to Contract Documents. 1207122 PRODUCT REQUIREMENTS 01 60 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park F. Substitution Submittal Procedure: 1. Submit request for substitution for consideration. Limit each request to 1 proposed substitution. 2. Requests shall include name of material or equipment to be substituted and a description of proposed substitution including Drawings, performance and test data, and other information necessary for an evaluation. 3. Submit item -by -item (line -by-line) comparison of each item listed in Specification compiled and submitted comparing specified material/product with proposed substitution and specifically noting all differences between the compared products and/or systems. 4. Submit statement setting forth changes in other material, equipment, or other portions of Work including changes in Work of other contracts that incorporation of proposed substitution would require shall be included. 5. Submit Shop Drawings, product data, and certified test results for proposed product equivalence. 6. Architect will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 1207122 PRODUCT REQUIREMENTS 01 60 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 0170 00 - EXECUTION AND CLOSEOUT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Closeout procedures. 2. Final cleaning. 3. Starting of systems. 4. Protecting installed construction. 5. Hazardous materials affidavits. 6. Project record documents. 7. Operation and maintenance data. 8. Manual for equipment and systems. 9. Spare parts and maintenance products. 10. Product warranties and product bonds. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project infonnation management. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect's review. B. Provide Submittals to Architect required by authority having jurisdiction. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. D. Closeout documents will be submitted electronically in OCR (Optical Character Recognition)/PDF format. E. At Owner's request, Contractor shall provide a hard copy of Closeout Documents in three-ring binders. F. Owner will occupy all of building as specified in Section 01 10 00 "Summary." 1.3 FINAL CLEANING A. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains, and foreign substances; polish transparent and glossy surfaces. B. Clean equipment and fixtures to sanitary condition with cleaning materials appropriate to surface and material being cleaned. C. Replace filters of operating equipment. D. Clean debris from roofs, gutters, downspouts, and drainage systems. E. Clean Site, sweep paved areas, rake clean landscaped surfaces. F. Remove waste and surplus materials, rubbish, and construction facilities from Site. 1207122 EXECUTION AND CLOSEOUT 01 70 00 - 1 10/23 REQUIREMENTS City of Lubbock Pickleball Facility at McAlister Park 1.4 STARTING OF SYSTEMS A. Coordinate schedule for startup of various equipment and systems. B. Notify Architect 7 days prior to startup of each item. C. Verify each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute startup under supervision of applicable manufacturer's representative in accordance with manufacturer's instructions. G. When specified in individual Specification Sections, require manufacturer to provide authorized representative to be present at Site to inspect, check, and approve equipment or system installation prior to startup and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01 33 00 "Submittal Procedures" that equipment or system has been properly installed and is functioning correctly. 1.5 PROTECTING INSTALLED CONSTRUCTION A. Protect installed Work and provide special protection where specified in individual Specification Sections. B. Provide temporary and removable protection for installed products. Control activity in immediate Work area to prevent damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.6 HAZARDOUS MATERIALS AFFIDAVITS A. Provide notarized affidavits declaring that hazardous materials were not incorporated into or delivered to Site. B. Hazardous materials include asbestos, lead polychlorinated biphenyl (PCB), prohibited termite eradication chemicals or any substance of any proportion determined or suspected by an agency of federal or state government to create a health hazard. C. Provide table of contents listing affidavits in alphabetical order. D. Prepare cover page with printed title "AFFIDAVITS OF NON -INCORPORATED HAZARDOUS MATERIALS", Title of Project, Project Address, Owner's Name, Address and Phone, and Date of Construction Completion. E. Provide one complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format. F. Submit prior to Application for Final Payment. 1207122 EXECUTION AND CLOSEOUT 01 70 00 - 2 10/23 REQUIREMENTS City of Lubbock Pickleball Facility at McAlister Park 1.7 PROJECT RECORD DOCUMENTS A. Maintain on Site one set of record documents; record actual revisions to Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change orders and other modifications to Contract. 5. Reviewed Shop Drawings, product data, and samples. 6. Complete set of MSDS sheets for materials. 7. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress not less than weekly. E. Specifications: Legibly mark and record at each product Section description of products installed, including following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by addenda, change orders, RFI responses, and other modifications. For addenda, change orders, and RFI responses, cut out and tape to pages in appropriate location referencing source of change. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction referenced to visible and accessible features of Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda, change order, RFI responses, and other modifications. For addenda, change orders, and RFI responses, cut out and tape to pages in appropriate location, referencing source of change. 7. Submit in OCR (Optical Character Recognition)/PDF format. 8. Submit MSDS on products used in construction of Project. 9. Submit MSDS electronically in 8-1/2- by 11-inch format text pages. 10. Prepare cover page with printed title "MATERIAL SAFETY DATA SHEETS (MSDS)", Title of Project, Project Address, Owner's Name, Address and Phone, and Date of Construction Completion. 11. Internally subdivide contents with page dividers organized into CSI format shown in Project Manual. 12. Prepare a table of contents listing each of Division headings and listing each material/product under each heading by manufacturer and material/product name. 13. Submit complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format. 14. Submit information with Application for Final Payment and include MSDS for materials/products delivered or installed in Project. 15. Failure to submit updated electronic MSDS documents will cause Application for Final Payment to be held by Architect (not submitted to Owner for processing) until such time updated electronic MSDS documents are received and reviewed for compliance by Architect. G. Submit documents to Architect with claim for final Application for Payment. 1207122 EXECUTION AND CLOSEOUT 01 70 00 - 3 10/23 REQUIREMENTS City of Lubbock Pickleball Facility at McAlister Park 1.8 OPERATION AND MAINTENANCE DATA A. Submit data electronically in 8-1/2- by 11-inch text pages, OCR (Optical Character Recognition)/PDF format. B. Prepare cover page with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of Project. C. Internally subdivide contents with page dividers, logically organized as described below: 1. Drawings: Provide in OCR (Optical Character Recognition)/PDF format. 2. Contents: Prepare Table of Contents for each file (if multiple files), with each product or system description identified, in three parts as follows: a. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, subcontractors, and major equipment suppliers. b. Part 2: Operation and maintenance instructions, arranged by system and subdivided by Specification Section. For each category, identify names, addresses, and telephone numbers of subcontractors and suppliers. Identify: 1) Significant design criteria. 2) List of equipment. 3) Parts list for each component. 4) Operating instructions. 5) Maintenance instructions for equipment and systems. C. Part 3: Project documents and certificates, including: 1) Shop Drawings and product data. 2) Air and water balance reports. 3) Certificates. 4) Scanned copies of warranties and bonds in OCR (Optical Character Recognition)/PDF format. D. Submit one complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format. E. Submit documents with Application for Final Payment. 1.9 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit in OCR (Optical Character Recognition)/PDF format of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return with comments. B. For equipment or component parts of equipment put into service during construction and operated by Owner, submit electronic documents within 10 days after acceptance. C. Submit electronic copy of completed volume(s) 15 days prior to final inspection. Draft copy to be reviewed and returned after final inspection, with Architect comments. Revise content of electronic document set as required prior to final submission. D. Submit electronic documents in OCR (Optical Character Recognition)/PDF format of revised final volumes in final form within days after final inspection. E. Each Item of Equipment and Each System: Include description of unit or system, and component parts. Identify function, normal operating characteristics, and limiting conditions. Include performance curves with engineering data and tests, and complete nomenclature and model number of replaceable parts. F. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; by label machine. 1207122 EXECUTION AND CLOSEOUT 01 70 00 - 4 10/23 REQUIREMENTS City of Lubbock Pickleball Facility at McAlister Park G. Include color coded wiring diagrams as installed. H. Operating Procedures: Include startup, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shutdown, and emergency instructions. Include summer, winter, and special operating instructions. L Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. J. Include servicing and lubrication schedule and list of lubricants required. K. Include manufacturer's printed operation and maintenance instructions. L. Include sequence of operation by controls manufacturer. M. Include original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. N. Include control diagrams by controls manufacturer as installed. O. Include Contractor's coordination drawings with color coded piping diagrams as installed. P. Include charts of valve tag numbers with location and function of each valve, keyed to flow and control diagrams. Q. Include list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. R. Include test and balancing reports as specified in Section 0140 00 "Quality Requirements." S. Additional Requirements: As specified in individual product Specification Sections. T. Include listing in Table of Contents for design data with dividers. 1.10 SPARE PARTS AND MAINTENANCE PRODUCTS A. Furnish spare parts, maintenance, and extra products in quantities specified in individual Specification Sections. B. Deliver to and place in location as directed by Owner; obtain receipt prior to final payment. C. Submit receipts signed by Owner or letter stating Contractor has delivered extra products to Owner. 1.11 PRODUCT WARRANTIES AND PRODUCT BONDS A. Obtain warranties and bonds executed by responsible subcontractors, suppliers, and manufacturers within 10 days after completion of applicable item of Work. B. Execute and assemble transferable warranty documents and bonds from subcontractors, suppliers, and manufacturers. C. Verify documents are in proper form, contain full information, and are notarized. D. Co -execute submittals when required. E. Include Table of Contents. F. Submit one complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format for review. G. Submit prior to Application for Final Payment. 1207122 EXECUTION AND CLOSEOUT 01 70 00 - 5 10/23 REQUIREMENTS City of Lubbock Pickleball Facility at McAlister Park H. Time of Submittals: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other Submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance listing date of acceptance as beginning of warranty or bond period. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 1207122 EXECUTION AND CLOSEOUT 01 70 00 - 6 10/23 REQUIREMENTS City of Lubbock Pickleball Facility at McAlister Park SECTION 02 4113 - SELECTIVE SITE DEMOLITION PART 1- GENERAL 1.1 SUMMARY A. Section includes preparing Project area for construction operations by demolition, removal, and salvage or disposal of all obstructions within limits of Project construction area. Such obstructions are expected to include but not necessarily limited to foundations, asphalt paving, concrete slabs, concrete curb and gutter, existing light poles with concrete footings and associated electrical conduit and wiring, existing water meter boxes, vaults and valve boxes with associated conduit and appurtenances, existing fence with concrete footings, and all rubbish and debris, whether above or below ground, except live utility facilities. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 ITEMS TO REMAIN IN PLACE A. Take necessary precautions to avoid damage to existing items to remain in place, to be reused, or to remain the property of the Owner. Repair or replace damaged items as approved by the Architect. Coordinate the Work of this Section with all other Work indicated. Construct and maintain shoring, bracing, and supports as required. Ensure that structural elements are not overloaded. Increase structural supports or add new supports as may be required as a result of any cutting, removal, deconstruction, or demolition of Work. Provide new supports and reinforcement for existing construction weakened by demolition, deconstruction, or removal Work. Repairs, reinforcement, or structural replacement require approval by Architect prior to performing such Work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 GENERAL A. Where applicable, all lines separating pavement to remove from that to remain in place, shall be cut neatly, in a straight line, or separated at an existing expansion or construction joint. Make cuts by sawing or other methods approved by Owner's Representative which will produce a satisfactory edge. In no case shall line be cut with a motor grader blade. B. Remove all existing materials to remove and dispose under this item and dispose in appropriate disposal areas off Owner property. Accomplish removal operations to minimize disturbance of existing underlying courses and adjacent pavement structures or improvements to remain in place. Rework, recompact, and regrade any underlying courses disturbed during removal operations to Architect satisfaction. Repair any damage to adjacent pavement structures or improvements to remain in place to Architect satisfaction. 1207122 SELECTIVE SITE DEMOLITION 0241 13 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Unless otherwise indicated on Plans, remove all obstructions to 2 feet below lower elevations of excavation or to bottom of structure, whichever is lower. D. Backfill any voids created from removing obstructions within construction area with acceptable material. Compact per requirements of subgrade preparation of Contract Documents. E. Complete Work specified herein so prepared construction area is free of holes, ditches, and other abrupt changes in elevations and irregularities to contour. F. Protect personnel from possible airborne contaminants, including but not limited to, asbestos fibers, dried fecal matter, and metal dust. G. If material containing asbestos is encountered, an Asbestos Hazard Abatement Plan must be prepared. END OF SECTION 1207122 SELECTIVE SITE DEMOLITION 0241 13 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 03 38 00 - POST -TENSIONED CONCRETE PART 1- GENERAL 1.1 SUMMARY A. Section includes requirements for the post -tensioned concrete required for the Project. The extent of the post -tensioned concrete Work is as shown on the Drawings and as described herein. The post -tensioned slab shall be constructed on top of a 2-inch minimum, 4-inch maximum thickness sand pad with double 6 mil vapor barrier. The post -tensioning shall produce a minimum residual compressive stress of 150 psi in the plan center of the slab. This Section establishes general criteria for materials, mixes, evaluation of concrete, dimensional tolerances, installation procedures, and inspection standards. The post -tensioned slab shall comply with the provisions of these Specifications and to the provisions of the codes, Specifications, and standards referenced herein, except as otherwise shown. Contractor shall furnish all materials, equipment, labor, superintendence, and incidentals necessary for construction of the post -tensioned topping slab, complete in place. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. The post -tensioned slab shall be constructed as specified herein and in compliance with provisions of the following codes, Specifications, and standards, unless any provisions of the following codes are in conflict with any of the provisions of these Specifications: 1. ACI 301 - Specifications for Structural Concrete for Buildings. 2. ACI 302.1R - Guide for Concrete Floor and Slab Construction. 3. ACI 311 - Recommended Practice for Concrete Inspection. 4. ACI 318 - Building Code Requirements for Reinforced Concrete. 5. ACI 347 - Recommended Practice for Concrete Formwork. 6. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. 7. ACI 423.6 - Tendon Sheathing. 8. ASTM A416 - Pre -Stressing Steel Requirements. 9. Concrete Reinforcing Steel Institute - Manual of Standard Practice. 10. Pre -Stressed Concrete Institute - Manual for Quality Control NML-116 and MNL-117. 11. Post -Tensioning Institute - Post -Tensioning Manual. 12. "Specification for Unbonded Single Strand Tendons" excluding provisions which apply only to aggressive and corrosive environments. 1207122 POST -TENSIONED CONCRETE 03 38 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.3 SUPPLIER QUALIFICATIONS A. Post -tensioning materials supplier shall be a firm which has had a minimum of 5 years' successful experience in providing materials, equipment, and supervision required for construction of similar installations. Supplier shall be an active member of the Post -Tensioning Institute and shall be certified under the PTI's "Construction and Maintenance Procedures Manual for Post -Tensioned Slab -On -Ground Construction," latest edition. B. Contractor, at his option, may perform the post -tensioning operation, under supplier's recommendation and supervision, provided he can comply with the provisions of this Specification and can produce a finished product of high quality workmanship. 1.4 SHOP DRAWINGS A. Shop Drawings showing complete information for fabrication and installation of post -tensioned topping slab shall be submitted to Architect. Shop Drawings shall indicate dimensions and cross -sections; location, size, and type of reinforcement and tendons; location and size of embedded items; locations and dimensions of expansion joints and control joints; and the proposed order and sequence of construction. B. Shop Drawings shall also indicate the effective compressive force resulting from post -tensioning operation. Post -tensioning slab shall maintain a minimum residual compressive stress of 150 psi. C. Certified mill test reports shall be furnished upon request for each coil or pack of strand. 1.5 DESIGN CALCULATIONS AND LAYOUT PLANS A. A complete set of supplier design calculations and tendon layout Plans must be submitted. Calculations must be prepared by a registered Professional Engineer as the "Professional Engineer of Record." Professional Engineer of Record must be currently licensed to practice in Texas. Calculations must be submitted for post -tensioned construction to satisfy the adequacy of tendons, spacing, and anchorage members. All calculations must be sealed, signed, and dated by Professional Engineer of Record. 1.6 JOB CONDITIONS A. Prior to installation of any materials for post -tensioned slab, supplier shall examine all portions of supporting structure, conditions under which the post -tensioned concrete Work is to be constructed, and shall notify Contractor in writing of conditions detrimental to proper and timely completion of the Work. Construction shall not commence until unsatisfactory conditions have been corrected in a manner acceptable to supplier and to Architect. B. Embedded items required for construction shall be delivered to Project Site before the start of the Work. Setting instructions, diagrams, templates, instructions, and directions required for installation shall be provided. Post -tensioned tendons shall be accurately placed and secured as required, within the specified tolerances, by adequately supporting the tendons. 1207122 POST -TENSIONED CONCRETE 03 38 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 2 - PRODUCTS 2.1 PRESTRESSING STRANDS A. Strands used in post -tensioning tendons shall conform to the requirements of ASTM A416, "Specifications for Uncoated Seven -Wire Stress -Relieved Strands for Prestressed Concrete," Grade 270, 1/2-inch diameter. 2.2 UNBONDED TENDONS A. Unbonded tendons, including the complete assembly of the anchorage and prestressing steel and sheathing, shall be used for the proposed construction. B. Anchorages of unbonded tendons shall develop at least 95 percent of the minimum specified ultimate strength of the prestressing steel. Elongation under ultimate load of the tendon shall not be less than 2 percent measured in a minimum gauge length of 10 feet. C. Unbonded tendons shall have the prestressing steel permanently protected against corrosion by a properly applied coating of galvanizing, epoxy, grease, wax, plastic, bituminous material, or other approved material. D. Sheathing for unbonded tendons shall have the tensile strength and water -resistance sufficient to resist unrepairable damage and deterioration during transportation, storage, and installation. Sheathing shall prevent the intrusion of grout and the escape of coating material and shall be a continuous tube or spirally wrapped, complying with ACI 423.6. E. Ultimate strength for unbonded tendons shall not be taken greater than the ultimate capacity of anchorages or couplings. 2.3 BEARING STRESSES A. Average bearing stresses of the concrete created by anchorage plates shall not exceed values allowed by the Post -Tensioning Institute - Post -Tensioning Manual. Any special reinforcement required for performance of anchorage shall be indicated and supplied by tendon supplier on the Shop Drawings. 2.4 SPECIFICATION COMPLIANCE REQUIREMENTS A. Certified mill test results and typical stress -strain curves shall be submitted for pre -stressing steel, when requested. The typical stress -strain curve shall be obtained by approved standard practices. 2.5 CONCRETE MATERIALS A. Concrete materials for post -tensioned slab shall conform to specifications, and shall have a minimum 28-day compressive strength of 3,000 psi. 1207122 POST -TENSIONED CONCRETE 03 38 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 3 - EXECUTION 3.1 FORMWORK A. Forms utilized for the post -tensioned topping slab shall be metal, plastic, wood, or other acceptable material that is non -reactive with concrete and which will provide a smooth finished surface. B. Forms shall be drilled to receive tendon stressing hardware and bearing plates in accordance with Shop Drawings. Fabrication and placement details provided by post -tensioning supplier will show end anchorage details, bolt hole dimensions, tendon identification, spacing, stressing data, clearance requirements for the stressing equipment, and anchorage blockout dimensions. 3.2 PLACING TENDONS A. Tendons shall be straight, uniformly spaced, and installed per recommendations of the Post -Tensioned Institute's "Construction and Maintenance Procedures Manual for Slab -On -Ground Construction," latest edition. B. Pre -assembled tendons shall be placed as a unit prior to placing concrete, supporting ties for pre -placed tendons shall be of adequate size and stability to support the tendon weight and to securely hold the tendons in place during concrete placing operations. Tendons shall be spaced as indicated on approved Shop Drawings in the center of the topping slab. Tendons shall be placed vertically within 1/8-inch of locations as indicated on Shop Drawings. Horizontal deviations necessitated by openings, inserts, or other miscellaneous items shall be installed as recommended by the Post -Tensioning Institute's "Design and Construction of Post -Tensioned Sport Courts." C. Care shall be taken during unloading and handling the tendons to prevent damage to sheathing. Any damaged tendons will be repaired or replaced prior to concrete placement operations at Contractor's expense. D. Concrete cover between tendons and openings in the slab shall not exceed 6 inches. Non -pre -stressed reinforcing steel shall be added as indicated on Shop Drawings, as recommended by post -tensioning materials supplier in these locations. Additional reinforcing steel required at anchorage areas shall be as recommended by materials supplier or as directed by Architect. E. Vertical deviations of tendons should not result in tendon being placed outside of the middle third of the slab and should be limited to 1-1/2 inch. 3.3 CONCRETE PLACEMENT A. Concrete placement should conform to the latest version of ACI 302.1R - Guide for Concrete Floor and Slab Construction. B. Contractor shall supply Architect with a proposed placing schedule which shall indicate location of all construction joints required for the slab. This schedule shall be approved by Architect prior to commencement of any concrete placing operations. 1207122 POST -TENSIONED CONCRETE 03 38 00 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Placement and curing shall be in accordance with references and standards contained herein and in accordance with Section 7.2 of ACI Standard 302 - Recommended Practice for Concrete Floor and Slab Construction. An acceptable concrete curing method shall be applied to concrete slab immediately after the final strike -off and finishing operation. No concrete shall be left exposed for a period exceeding 30 minutes after finishing. Concrete shall be finished to a hard steel trowel or as specified by surface manufacturer, finish and cured by moisture curing method. No curing compounds shall be used at any time. D. Prior to placing any concrete, tendon profiles shall be checked and adjusted as required. Horizontal alignment shall be checked to ensure minimum horizontal deviations and proper concrete cover at openings. Care shall be exercised to prevent concrete from entering pockets, sheathing, or anchorage hardware. Concrete shall be placed in such a manner that tendon alignment and reinforcing steel positions remain unchanged. Special care shall be given in consolidation of concrete at tendon anchorages to assure uniform consolidation and compaction; and to eliminate any voids behind the bearing plates. E. In the event that surface cracks occur prior to stressing the tendons, cracks shall be kept clean and free of dirt and other debris by immediately applying tape over any cracks that appear. 3.4 TENDON STRESSING A. Stressing operation shall begin only after laboratory tests indicate that the concrete has reached a compressive strength in accordance with "Post -Tensioning Manual." Tendons shall be stressed only when proper data and experienced personnel are present. Stressing shall be carefully monitored in accordance with a stressing data chart provided by post -tensioning materials supplier. B. Stressing shall be monitored by 2 methods: the force in the tendon at the anchorage and by theoretical elongation of the tendon. In calculating theoretically elongation, the actual modulus of elasticity of the strands used for the Project shall be utilized and compensation for friction losses shall be considered in translating tendon elongation measurements into tendon forces. Tendon force measured at the anchorage shall agree with plus or minus 5 percent with tendon force calculated by elongation measurements, C. Should stressing reveal that voids exist and that bearing plates are receding into the concrete, all pressure on the equipment shall be removed at once and the damage areas will be repaired and attain the required strength before regressing the tendon. D. Stressing shall proceed in a sequence and order so as not to cause undue eccentricities and stresses in the post -tensioned topping slab. E. Stressing operation shall result in providing a minimum residual compressive stress of 150 psi in the planned center of the post -tensioned slab. 3.5 PROTECTION OF END ANCHORAGES A. Additional reinforcing steel shall be placed at pocket or edge strips as indicated on Shop Drawings. Forms shall be set securely against previously placed concrete, to ensure the accurate placement of cover concrete in recesses, pockets, and edge strips. B. All exposed end anchorages and wires shall be protected by an approved epoxy coating, mastic, or concrete cover, or an approved cap pre -filled with corrosion inhibiting compound. Calcium chloride shall not be used in concrete used to protect end anchorages. Cover concrete with as low a slump as possible shall be utilized to avoid excessive shrinkage, and shall be well -vibrated to ensure compaction around end anchorages. 1207122 POST -TENSIONED CONCRETE 03 38 00 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park C. All pocket formed recesses are to be filled with grout immediately after the tension tails are cut. Grout material used shall be a non -shrink, non-metallic grout, and shall be submitted for review prior to use. The recesses should be completely filled, free of all voids, and finished to match the surrounding slab edge. 3.6 SURFACE FINISH AND TOLERANCES A. Post -tensioned concrete slab shall be constructed accurately to lines and grades as shown on the Drawings. B. Concrete shall be spread as soon as it is placed, and it shall be struck -off and screeded by an approved finishing machine. After the concrete has been struck -off and consolidated, it shall be further smoothed, trued, and consolidated by means of a longitudinal float. After floating operation is completed, but while concrete is still plastic, surface shall be tested with a 16-foot straightedge. Any depressions shall be immediately filled with freshly mixed concrete, struck -off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to ensure that the surface across joints conforms to the requirements for smoothness. All areas shall be tested with a 16-foot straightedge, and any areas showing high spots of more than 1/4-inch shall be ground down with an approved grinding tool. Where departure from the correct cross section exceeds 1/4-inch, or impedes surface drainage in any manner, concrete shall be rejected. C. All surface testing shall be done prior to stressing operation, so that damaged or non -conforming areas can be repaired as required. END OF SECTION 1207122 POST -TENSIONED CONCRETE 03 38 00 - 6 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 10 73 46 - PREFABRICATED SITE SHELTERS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Cantilevered Entry Shelters: a. Cantilevered Entry Shelter dimensions are approximate. 2. Roof Slope: 6:12 for Cantilevered Entry Shelters. 3. Minimum Clearance Height (MCH): 7-foot-6-inch minimum clearance height under eave or lowest part of frame for all specified models. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. Reference Standards: 1. AISC - American Institute of Steel Construction Manual of Steel Construction. 2. ASTM - American Society for Testing and Materials. 3. AWS - American Welding Society. 4. OSHA — Occupational Safety and Health Administration Steel Erection Standard 29 CFR 1926 Subpart R-Steel Erection. 5. PCI - Powder Coating Institute. 6. SSPC — The Society for Protective Coatings. 1.3 SUBMITTALS A. General Submittal: 1. Submit 3 sets of Submittal Drawings and three sets of calculation books, both signed and sealed by a Professional Engineer licensed in the State of Texas. B. Product Design Requirements: The building shall meet the following design requirements as shown on the Drawings: 1. Building Code: City of Lubbock current ordinance. 2. Ground Snow Load (Pg): 15 pounds. 3. Basic Wind Speed (V): 115. 4. Seismic Design: Category C. C. Submittal Requirements: Calculations and Submittal Drawings shall include, at a minimum: 1. Calculations: a. References to building codes and design manuals used for calculations. b. Identification of lateral force resisting system. C. Formulas used for determining snow, wind, and seismic loads to specific Project location. d. Three-dimensional modeling input, model geometry, and analysis results. e. Member design results and controlling load combinations. f. Connection design for structural bolts, welds, plate thicknesses, and anchorage to the foundation. g. Foundation designs shall include the required combinations of gravity and lateral loads. 1207122 PREFABRICATED SITE SHELTERS 10 73 46 - 1 10/23 City of Lubbock Pickleball Facilitv at McAlister Park 2. Submittal Drawings: a. Anchor bolt layout. b. Foundation design. C. Three-dimensional views of frame. d. Member sizes and locations. e. Structural connection details, including bolt sizes, and plate thicknesses. f. Roof trim and connection details for installation clarity. D. Foundation Design: 1. The shelter shall be set on foundations designed by manufacturer. 2. Foundation materials shall be provided by Contractor. 3. Owner shall provide manufacturer with complete information about the site including soil bearing capacity and lateral load capacity. 4. If soil data are not provided, foundations will be designed to the minimum values identified in the governing building code. E. Anchor Bolts: 1. Anchor bolts may be provided by manufacturer or Contractor depending on anchor method selected. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. Minimum of 10 years in the shelter construction industry. 2. Full-time on -staff licensed Engineer. 3. Full-time on -staff AWS certified sssociate welding inspector. 4. Full-time on -staff quality assurance manager. 5. All welders AWS certified. 6. Manufacturer -owned and controlled finishing system to include shot blast, pretreatment, primer, and top coat. B. Manufacturer's Certifications: 1. PCI 4000 S certified, certification through Powder Coating Institute for original equipment manufacturers (OEMs) to evaluate process on entire finish system to add powder coat over steel. C. Installer Qualifications: Workmanship shall be of the best industry standards and installation shall be performed by experienced craftsmen. 1. Installer shall be classified as a certified installer as defined and certified by the shelter manufacturer. 2. If not manufacturer -certified, installer qualifications must be pre -approved by Owner and manufacturer's local representative prior to start of Work including: a. The frame installer and the roof iInstaller shall have a minimum of 5 years' documented experience installing this type of product. b. Documentation shall include a minimum of 2 projects of similar materials (at least 1 within 100 miles of Project location) so that manufacturer's and Owner's representatives can inspect the steel framework and metal roofing and trim workmanship. Failure to meet the best industry standards shall be cause for rejection of installer. 1.5 FIELD OR SITE CONDITIONS A. Foundations shall be at the same elevation unless specifically noted otherwise on the Drawings. 1207122 PREFABRICATED SITE SHELTERS 10 73 46 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.6 MANUFACTURER WARRANTY A. Shelter must have a 5-year limited warranty on steel frame members. B. Shelter must have a 5-year limited warranty on paint system. PART 2 - PRODUCTS 2.1 SHELTER SYSTEM AND MATERIALS A. Manufacturer: 1. Basis of Design: Mitchell Metals, LLC, 1761 McCoba Drive, Suite B, Smyrna, GA 30080; Phone 770.766.9772. B. Approved Similar Manufacturers: 1. RCP Shelters, Inc. C. Salient Performance Criteria: 1. Additional similar manufacturers must submit documentation for Architect's review and approval that manufacturer meets or exceeds the design basis characteristics which are firm requirements: a. Entire engineering package per 1.3 to meet local building code and including foundation design items C.2.b and D.1. b. Warranties per 1.6 A steel frame, B paint system, and C roofing. C. System and Materials per 2. 1: 1) Framing: Hollow structural steel tube and factory welds per listed ASTM standards and grades. 2) OSHA 1926.755 (a) (1) minimum 4 anchors. 3) Moment and pinned connections per 3.c for Square models. Cantilever styles require fixed base mounts. 4) Roofing: Minimum 24 gauge and Kynar 500 finish system per E.7.a.1 and E.7.a.2. Color selected by Owner at time of submittal. 5) Frame Finish System: Similar to Item E.8.a.1 through E.8.a.6 clean/prime/coat process with minimum ASTM performance tests per E.8.a.7.a salt spray resistance, E.8.a.7.b humidity resistance, E.8.a.7.c color/UV resistance. Color selected by Owner at time of submittal. D. Substitution Limitations: 1. Substitutions must be approved a minimum of 10 days before Bid. All approved manufacturers shall be notified in writing before the Bid date and shall not be allowed to Bid without written notification. E. Product Requirements and Materials: 1. General: The pre-engineered package shall be pre-cut unless otherwise noted and pre -fabricated which will include all parts necessary to field construct the shelter. The shelter shall be shipped knocked down to minimize shipping expenses. Field labor will be kept to a minimum by pre -manufactured parts. Onsite welding is not necessary. 2. Reinforced Concrete: a. Concrete shall have minimum 28-day compressive strength of 3,000 psi and slump of 4 inches (plus or minus 1 inch), unless otherwise noted on the Drawings. b. Reinforcing shall be ASTM A615, grade 60. 1207122 PREFABRICATED SITE SHELTERS 10 73 46 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park 3. Steel Columns: a. Hollow structural steel tube minimum ASTM A500 grade B with a minimum wall thickness of 3/16-inch. b. Columns shall be anchored directly to concrete foundation with a minimum of four anchor rods to meet OSHA requirement 1926.755(a)(1). C. The specified square models will have a moment connection at the top of the column and a surface -mounted pinned connection at the base of the column with all anchor bolts hidden within the column. 4. Structural Framing: a. Hollow Structural Steel tube minimum ASTM500 grade B. "I" beams, tapered columns, or open channels shall not be accepted for primary beams. Frame will have a POLI-5000 finish with color selection from manufacturer's standard color chart. Compression Members: a. Compression rings of structural channel or welded plate minimum ASTM A36 or compression tubes or structural steel tube minimum ASTM A500 grade B shall only be used. Connection Requirements: a. Anchor bolts shall be ASTM F1554 unless otherwise noted. b. Structural fasteners shall be zinc plated ASTM A325 high strength bolts and A563 high strength nuts. C. Structural fasteners shall be hidden within framing members wherever possible. d. No field welding shall be required to construct the shelter. e. All welds shall be free of burrs and inconsistencies. f Exposed fasteners shall be powder coated by manufacturer prior to shipment to match frame or roof colors as applicable. g. Manufacturer shall provide extra structural and roofing fasteners. Roofing Materials: a. Primary Roof Deck: "R" Panel Metal Roofing (MR): 1) Roofing shall be 24-gauge ribbed galvalume steel sheets, with ribs 1-3/16-inch high and 12 inches on center. 2) Roof surface shall be painted with Kynar 500 to the manufacturer's standard color. Ceiling surface shall be Valspar PMA0507 Off -White Backer. 3) Roof panels shall be factory precut to size and angled to provide ease of one-step installation. 4) Metal roofing trim shall match the color of the roof and shall be factory made of 26 gauge Kynar 500 painted steel. 5) Trim shall include panel ridge caps, hip caps, eave trim, splice channels, rake trim, roof peak cap, and corner trim as applicable for model selected. Trim may need to be cut to length and notched. Installation Drawings shall have detailed information on how to cut and affix roof trim. 6) Ridge, hip, and valley caps shall be pre -formed with a single central bend to match the roof pitch and shall be hemmed on the sides. 7) Roof peak cap shall be pre -manufactured. 8) Manufacturer shall supply painted screws and butyl tape. 1207122 PREFABRICATED SITE SHELTERS 10 73 46 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park Finishes: a. Standard POLI-5000 Finish: 1) Steel shall be cleaned, pretreated, and finished at a facility owned and directly supervised by the manufacturer. 2) Steel shall be shot blasted to SSPC-SP10 near -white blast cleaning. SSPC-SP2 hand tool cleaning will not be an acceptable alternative. 3) Parts shall be pretreated in a 3-stage iron phosphate or equal washer. 4) Epoxy primer powder coat shall be applied to parts for superior corrosion protection. 5) Top coat of Super Durable TGIC powder coat shall be applied over the epoxy primer. 6) Finish shall not have any VOC emissions. 7) Sample production parts shall have been tested and meet the following criteria: a) Salt spray resistance per ASTM B117/ ASTM D1654 to 10,000 hours with no creep from scribe line and rating of 10. b) Humidity resistance per ASTM D2247-02 to 5,000 hours with no loss of adhesion or blistering. c) Color/UV resistance per ASTM G154-04 to 2,000 hours exposure, alternate cycles with results of no chalking, 75 percent color retention, color variation maximum 3.0 E variation CIE formula (before and after 2,000 hours exposure). 8) The manufacturer shall be PCI 4000 S Certified 9) Exposed fasteners for frame shall be powder coated to match structure. PART 3 - EXECUTION 3.1 INSTALLERS STORAGE AND HANDLING A. Protect building products after arrival at destination from weather, sunlight, and damage. B. Installer shall store product elevated to allow air circulation and to not introduce mold, fungi, decay, or insects to the product. C. Product must be handled with protective straps or padded forks if lifting with mechanical equipment. Use of chain or cable to lift product into place will not be accepted and may void manufacturer's warranty. 3.2 ERECTION A. Installation: 1. Install all components according to manufacturer's installation instructions and these Specifications. The shelter installer shall comply with Item 1.4, C demonstrated -ability requirements as certified installer or pre -approved installer. B. General Contractor: 1. Interface with other Work is to be coordinated by the customer or the customer's agent. 1207122 PREFABRICATED SITE SHELTERS 10 73 46 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Tolerances: 1. Tolerances on steel structural members are set according to AISC construction practices, abided in the factory, and cannot be increased. No field slotting or opening of holes will be allowed. It is therefore essential that contractors conform to the tolerances specified on the installation drawings for anchor bolt or column layout details. D. OSHA Compliance: 1. OSHA Compliance to Steel Erection Standard 29CRF 1926 Subpart R-Steel Erection. 3.3 REPAIR A. Do not attempt any field changes without first contacting the manufacturer. END OF SECTION 1207122 PREFABRICATED SITE SHELTERS 10 73 46 - 6 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 1166 00 - ATHLETIC EQUIPMENT PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Pickleball court posts, nets, and accessories. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 32 13 65 "Surfacing for Concrete Pickleball Courts." 1.2 SUBMITTALS A. Product Data: Manufacturer's technical data and installation instructions. B. Shop Drawings: Show layout, dimensions, details, anchorages to structure, finishes, and components of system. PART 2 - PRODUCTS 2.1 EQUIPMENT A. General: Equipment listed is available from Douglas Sports, http://www.douglas-sports.com/, Phone 800.553.8907. Equivalent equipment from other manufacturers will be considered. B. Pickleball Posts: Pickleball posts shall be Douglas Premier XS Post, Model #63075, with 24-inch aluminum ground sleeves, Model #63171, as supplied by Douglas Industries, Inc., 800.553.8907, or approved equal. Color shall be black. C. Pickleball Net with Center Strap: Pickleball net shall be Douglas JTN-30, Model #20105, with Deluxe Adjustable Center Strap, Model #20600, and Center Pipe Anchor, Model #63428, as supplied by Douglas Industries, Inc., 800.553.8907, or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Install equipment in accord with manufacturer's instructions. B. Coordinate location with court layout plans. END OF SECTION 1207122 ATHLETIC EQUIPMENT 11 66 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 05 00 - BASIC ELECTRICAL METHODS PART 1- GENERAL 1.1 SUMMARY A. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and Workmanship shall conform to the applicable provisions of the following: B. National Electrical Code (NEC). C. National Electrical Safety Code (NESC). D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the Work required. E. All temperature control wiring and associated conduit and boxes shall be provided under other Sections of the Specifications. All power and control wiring shall be provided under Division 26. F. The Work covered by Division 26 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all electrical Work required in the Contract Drawings. G. In the event that additional or special construction is required, Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation whether indicated or not. H. Contractor shall familiarize himself with the existing conditions of the Site and advise Architect of any discrepancy or conflict prior to bidding. L Contractor shall be responsible for all permits, fees, and licenses required for the Project. All cost of such permits or fees shall be included in the bid. J. All equipment and material shall be installed in accordance with applicable manufacturer's recommendations and standards. K. Install sleeves, sealant pans, and roof penetrations as required for the installation of the electrical Work. All such Work is subject to the approval of Architect. L. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment, and labor that will be furnished as a part of this Contract. M. Any fees or charges associated with delivering permanent power for the Project shall be included in Contractor's Bid. 1.3 SUBMITTALS A. The intent of this Section is to give general submittal information; refer to specific submittal information in the subsequent Mechanical Sections. 1207122 BASIC ELECTRICAL METHODS 26 05 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park B. Within 10 days after award of the Contract, and before orders are placed, Contractor shall submit specific information on list of equipment and principal materials specified. Contractor shall indicate and/or provide names of manufacturers, catalog and model numbers, cut sheets, and such other supplementary information as necessary for evaluation. Minimum of 6 copies, or as directed by Architect, of each shall be submitted and shall include all items mentioned by model number and/or manufacturer's name in the Specifications or in schedules on the Drawings. C. Requirements for Each Submittal: 1. Bear a dated stamp or specific written indication that Contractor has reviewed and approved all submittal prior to submission to Architect. 2. Have all information deleted by Contractor that pertains to the means and methods of construction or to fabrication, assembly, installation, or erection (approval by Architect shall not extend to these areas unless specifically noted by Architect). 3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces of equipment that may occur on the same page. 4. Be clearly marked as to which available options are being submitted that are associated with a piece of equipment. 5. Be complete with respect to quantities, dimensions, specific performance, materials, and similar data to enable Architect to review the proposed equipment. D. Omission by Contractor of any of the above requirements or submittals will subject submittal to automatic rejection without review. E. Any submittals received by Architect that were not requested shall be returned without review of any kind. PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the Drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the Electrical Drawings, Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection, and installation as required to accommodate the equipment supplied, without additional charge to Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective Section of this Specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the Project Site. 1207122 BASIC ELECTRICAL METHODS 26 05 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6 inches wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. E. Backfill Material: 1. Material 4 inches below and 12 inches above pipes and conduit shall be natural or manufactured sand complying to ASTM C33. 2. Material more than 12 inches above pipes and conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8-inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection, and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such Work and shall proceed in an orderly manner so as not to impede the progress of the Project. Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed, or relocated and report any unsatisfactory conditions before starting Work. Commencement of Work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workers. Surfaces requiring coatings will be completed prior to installation of any electrical Work on these surfaces. B. The Electrical Drawings are diagrammatic. The installation requirements shall be carefully coordinated with structural, architectural, and mechanical conditions and shall be adjusted to avoid conflict. C. All Work shall be concealed in walls, ceilings, and chases unless specifically noted to be exposed or otherwise approved. D. The locations of electrical equipment are approximate and are not intended to convey the exact details and mounting of location of outlets, equipment, and other items. Exact locations are to be field determined by actual measurements. E. The location height and projection of fixtures illuminating signs or special features shall be approved by Architect prior to installation. F. Contractor shall coordinate the location of all exterior fixtures with architectural Drawings and Specifications. G. Consult architectural Drawings to determine wall finishes and locations of wall -mounted equipment, countertop splashes, and similar items to avoid conflict with electrical equipment. At locations where surface or pendant mounted light fixtures are noted, provide for all necessary framing channels, pendants, chains, canopies, and other hardware as required for a complete and operable system. 1207122 BASIC ELECTRICAL METHODS 26 05 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park H. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. I. Excavation for Pipe and Conduit: 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit, unless otherwise indicated. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6 inches in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. b. For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. 5. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 7. Protection: a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. b. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1) Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1) Restore appearance, quality, and condition of finished surfacing to match adjacent Work, and eliminate evidence of restoration to the greatest extent possible. 1207122 BASIC ELECTRICAL METHODS 26 05 00 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park 8. Disposal of Surplus and Waste Materials: a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property unless otherwise directed by Owner. b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. J. It shall be the responsibility of Division 26 Contractor to provide for all disconnecting and motor control devices for all equipment. Contractor shall coordinate to determine voltage, phase, and configurations. K. Division 26 Contractor shall be responsible for providing for all power requirements associated with the mechanical systems including power, control devices, smoke dampers, etc. Refer to Drawings for locations and requirements. Connect all smoke dampers to the fire alarm control panel. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services, and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances, and devices shall be operated under load conditions. B. After the interior wiring system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices, and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these Specifications. C. After motor operation has been verified make voltage readings at all panelboards and starters. Based on these readings, make final adjustments of primary taps on all transformers in the building as directed, or coordinate with the utility proper building voltage. D. Perform such other tests as required by other Sections of these Specifications or as requested to prove acceptability. E. Furnish all instruments and labor for testing. F. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available. 3.3 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual Specification Sections. B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on Drawings is intended to establish a standard of quality of the product. It is the responsibility of Contractor to review all items he intends to submit. If equipment other than that indicated on Drawings is proposed by Contractor, the information will be reviewed at the time of the submission of the submittal. END OF SECTION 1207122 BASIC ELECTRICAL METHODS 26 05 00 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 05 13 - BUILDING WIRE AND CABLE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Building wire and cable. 2. Wiring connectors and connections. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 01 40 00 "Quality Requirements" for requirements for references and standards. 3. Section 26 05 53 "Electrical Identification." 1.2 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR REVIEW A. Refer to Section 01 33 00 "submittal Procedures" for procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.4 SUBMITTALS FOR INFORMATION A. Refer to Section 01 33 00 "submittal Procedures" for procedures for submittals. B. Test Reports: Indicate procedures and values obtained. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.5 SUBMITTALS AT PROJECT CLOSEOUT A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for procedures for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience. 1.7 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by UL as suitable for the purpose specified and indicated. 1207122 BUILDING WIRE AND CABLE 2605 13 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.8 FIELD SAMPLES A. Provide under provisions of Section 01 40 00 "Quality Requirements." 1.9 PROJECT CONDITIONS A. Refer to Section 01 30 00 "Administrative Requirements." B. Verify that field measurements are as indicated. C. Conductor sizes are based on copper. D. Wire and cable routing indicated is approximate unless dimensioned. 1.10 COORDINATION A. Coordinate Work under provisions of Section 0130 00 "Administrative Requirements." B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2 - PRODUCTS 2.1 BUILDING WIRE A. Manufacturers: 1. American Cable. 2. Houston Wire and Cable. 3. Southwire. 4. Substitutions: Refer to Section 0160 00 "Product Requirements." B. Description: Single conductor insulated wire. C. Insulation Voltage Rating: 600 volts. D. Insulation: NFPA 70, Type indicated herein. E. MC Cable: Shall not be utilized on this Project. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. Buchanan. 2. Burndy. 3. Ilsco. 4. Substitutions: Refer to Section 0160 00 "Product Requirements." B. Solderless Pressure Connectors: 1. Buchanan. 2. Burndy. 3. Ilsco. 4. Substitutions: Refer to Section 0160 00 "Product Requirements." C. Spring Wire Connectors: I. Ideal. 2. Substitutions: Refer to Section 01 60 00 "Product Requirements." D. Compression Connectors: 1. Burndy. 2. Ilsco. 3. Substitutions: Refer to Section 0160 00 "Product Requirements." 1207122 BUILDING WIRE AND CABLE 2605 13 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 3 - EXECUTION 3.1 EXAMINATION A. Refer to Section 01 30 00 "Administrative Requirements" for verification of existing conditions before starting Work. B. Verify that interior of building has been protected from weather. C. Verify that mechanical work likely to damage wire and cable has been completed. D. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. Concealed Dry Interior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. B. Exposed Dry Interior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. C. Above Accessible Ceilings: Use only building wire, Type THHN/THWN insulation, in raceway. D. Wet or Damp Interior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. E. Exterior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. F. Use wiring methods indicated. 3.4 INSTALLATION A. Refer to Section 01 40 00 "Quality Requirements" for manufacturer's instructions. B. Route wire and cable as required to meet Project conditions. C. Install cable in accordance with the NECA "Standard of Installation." D. Use solid conductor for feeders and branch circuits 10 AWG and smaller. E. Use stranded conductors for control circuits. F. Use conductor not smaller than 12 AWG for power and lighting circuits with the exception of pre -manufactured fixture whips, listed for such use and not exceeding 6 feet in length. G. Use conductor not smaller than 14 AWG for control circuits. H. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and as indicated on the Drawings. I. Install all conductors in conduit. J. Pull all conductors into raceway at same time. K. Use suitable wire pulling lubricant for building wire 4 AWG and larger. L. Protect exposed cable from damage. M. All cables shall be neatly supported. N. Use suitable cable fittings and connectors. O. Neatly train and lace wiring inside boxes, equipment, and panelboards. P. Clean conductor surfaces before installing lugs and connectors. Q. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 1207122 BUILDING WIRE AND CABLE 2605 13 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park R. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. S. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. T. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. U. Identify and color code wire and cable under provisions of Section 26 05 53 "Electrical Identification." Identify each conductor with its circuit number or other designation indicated. V. The number of conductors in each conduit run shall be limited to the requirements as indicated on the Drawings and indicated in Article 310 of the National Electrical Code. 3.5 FIELD QUALITY CONTROL A. Refer to Section 01 40 00 "Quality Requirements" for field inspection, testing, and adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 1207122 BUILDING WIRE AND CABLE 2605 13 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 05 19 - EQUIPMENT WIRING SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section includes basic electrical connections to equipment specified under other Sections. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. NEMA WD 1 - General Purpose Wiring Devices. B. NEMA WD 6 - Wiring Device Configurations. C. ANSI/NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Submit under provisions of Section 0133 00 "Submittal Procedures." B. Product Data: Provide wiring device manufacturer's catalog information showing dimensions, configurations, and construction. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. 1.5 COORDINATION A. Coordinate work under provisions of Section 0130 00 "Submittal Procedures." B. Obtain and review Shop Drawings, product data, and manufacturer's instructions for equipment furnished under other Sections. C. Determine connection locations and requirements. D. Sequence rough -in of electrical connections to coordinate with installation schedule for equipment. E. Sequence electrical connections to coordinate with startup schedule for equipment. PART 2 - PRODUCTS 2.1 CORDS AND CAPS A. Attachment Plug Construction: Conform to NEMA WD 1. B. Configuration: NEMA WD 6; match receptacle configuration at outlet provided for equipment. 1207122 EQUIPMENT WIRING SYSTEMS 2605 19 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Cord Construction: ANSI/NFPA 70, multiconductor flexible cord with identified equipment grounding conductor, suitable for use in damp locations. D. Size: Suitable for connected load of equipment, length of cord, and rating of branch circuit overcurrent protection. E. Division 26 Contractor shall be responsible for providing matching cord/receptacle for all equipment not furnished with such equipment. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify conditions under provisions of Section 01 30 00 "Submittal Procedures." B. Verify that equipment is ready for electrical connection, wiring, and energization. 3.2 ELECTRICAL CONNECTIONS A. Make electrical connections in accordance with equipment manufacturer's instructions. B. Make conduit connections to equipment using flexible conduit. Use liquidtight flexible conduit with watertight connectors in damp or wet locations. C. Make wiring connections using wire and cable with insulation suitable for temperatures encountered in heat producing equipment. D. Provide receptacle outlet where connection with attachment plug is indicated. Provide cord and cap where field -supplied attachment plug is indicated. E. Provide suitable strain -relief clamps and fittings for cord connections at outlet boxes and equipment connection boxes. F. Install disconnect switches, controllers, control stations, and control devices as indicated. G. Modify equipment control wiring with terminal block jumpers as indicated. H. Provide interconnecting conduit and wiring between devices and equipment where indicated. I. Check and modify phase connections as required for proper motor rotation. J. Provide power to equipment only after equipment supplier verifies acceptance to receive and approves. K. Contractor shall coordinate with all equipment to verify exact power and control wiring as required to properly serve equipment. END OF SECTION 1207122 EQUIPMENT WIRING SYSTEMS 2605 19 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 05 26 - GROUNDING AND BONDING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Rod electrodes. 2. Mechanical connectors. 3. Exothermic connections. 4. Wire. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 01 40 00 "Quality Requirements" for requirements for references and standards. 1.2 REFERENCES A. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). B. NFPA 70 - National Electrical Code. 1.3 GROUNDING SYSTEM DESCRIPTION A. Metal underground water pipe. B. Metal frame of the building. C. Rod electrodes. 1.4 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. 1.5 SUBMITTALS FOR REVIEW A. Refer to Section 01 33 00 "Submittal Procedures." B. Product Data: Provide for grounding electrodes and connections. 1.6 SUBMITTALS FOR CLOSEOUT A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for procedures for submittals. B. Project Record Documents: Record actual locations of components and grounding electrodes. C. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 1207122 GROUNDING AND BONDING 26 05 26 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience, and with service facilities within 100 miles of Project. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by UL as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 3/4-inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Description: In lieu of exothermic connections, high compression type as manufactured by Burndy using the 12 ton Hy -Ground series. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the Drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Refer to Section 01 30 00 "Administrative Requirements" for verification of existing conditions prior to beginning Work. B. Verify that final backfill and compaction has been completed before driving rod electrodes. 1207122 GROUNDING AND BONDING 26 05 26 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.2 INSTALLATION A. Refer to Section 01 40 00 "Quality Requirements" for manufacturer's instructions. B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet. C. Provide bonding to meet Regulatory Requirements. D. Bond together metal siding not attached to grounded structure; bond to ground. E. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. F. Grounding Electrode System: The new grounding electrode system shall consist of the common bonding of building steel, underground steel water piping and supplemental ground rods, and concrete re -enforcing bar, as detailed on the Drawings. G. Provide proper bonding of the electrical system's grounded conductor (neutral) and the grounding electrode system sized in accordance with NEC Article 250. This bonding shall occur at all locations where there are separately derived systems. 3.3 FIELD QUALITY CONTROL A. Refer to Section 01 40 00 "Quality Requirements" for field inspection, testing, and adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 1207122 GROUNDING AND BONDING 26 05 26 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 05 29 - SUPPORTING DEVICES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Supports for conduit and equipment. 2. Anchors and fasteners. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. NECA - National Electrical Contractors Association. B. NFPA 70 - National Electrical Code. 1.3 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.1 SUPPORTS A. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. 2.2 ANCHORS AND FASTENERS A. Concrete Structural Elements: Use expansion anchors, powder actuated anchors, and preset inserts. B. Steel Structural Elements: Use beam clamps, spring steel clips, and steel ramset fasteners. C. Concrete Surfaces: Use self -drilling anchors and expansion anchors. D. Sheet Metal: Use sheet metal screws. E. Wood Elements: Use wood screws. F. Roof Support/Jacks: Advanced supports products # SS1000A or approved equal. 2.3 MATERIALS AND FINISHES A. Provide adequate corrosion resistance. 1207122 SUPPORTING DEVICES 26 05 29 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation." C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Architect before drilling or cutting structural members. E. Fabricate supports from structural steel as indicated on Drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of four anchors. G. In wet and damp locations, use steel channel supports to stand cabinets and panelboards 1 inch off wall. H. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 1207122 SUPPORTING DEVICES 26 05 29 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 05 33 - CONDUIT PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Metal conduit. 2. Flexible metal conduit. 3. Liquidtight flexible metal conduit. 4. Electrical metallic tubing. 5. Fittings and conduit bodies. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 33.16 "Boxes." 3. Section 26 05 53 "Electrical Identification." 1.2 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. NECA "Standard of Installation." E. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. F. NFPA 70 - National Electrical Code. 1.3 DESIGN REQUIREMENTS A. Conduit Size: NFPA 70. 1.4 SUBMITTALS A. Submit under provisions of Section 0133 00 "Submittal Procedures." B. Product Data: Provide for metallic conduit, flexible metal conduit, liquid tight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01 70 00 "Execution and Closeout Requirements." B. Accurately record actual routing of conduits. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. 1207122 CONDUIT 26 05 33 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to site under provisions of Section 01 60 00 "Product Requirements." B. Accept conduit on -site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.8 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4-inch for all branch circuits located above ceiling. Contractor may use 1/2-inch conduit down the wall to receptacles and light switches. B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit. C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations. D. Below Slab: Non-metallic PVC conduit is acceptable within limitations specified. E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non-metallic PVC conduit within limitations specified. F. MC Cable: Shall not be utilized on this Project. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied. 2. Wheatland. 3. Substitutions: Under provisions of Section 0160 00 "Product Requirements." B. Rigid Steel Conduit: ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings. 2.3 FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Allied Tube. 2. Electri-Flex. 3. Greenfield. 4. Substitutions: Under provisions of Section 01 60 00 "Product Requirements." B. Description: Interlocked steel construction. Aluminum is not permitted. 1207122 CONDUIT 26 05 33 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Fittings: ANSI/NEMA FB 1 with fittings approved for steel flex. D. Applications: Use for final connections to motorized equipment, connections to recessed lighting fixtures located in accessible ceilings, and connections to dry type transformers. Utilization of 3/8-inch in lieu of the minimum 1/2-inch is acceptable under the limitations of the National Electrical Code. 2.4 LIQUID TIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Electri-flex. 2. Ultratite. 3. Substitutions: Under provisions of Section 0160 00 "Product Requirements." B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSI/NEMA FB 1. D. Applications: Use for final connections to motorized equipment in exterior locations and areas subjected to moisture (kitchen). 2.5 ELECTRICAL METALLIC TUBING (EMT) A. Manufacturers: 1. Allied. 2. Substitutions: Under provisions of Section 0160 00 "Product Requirements." B. Description: ANSI C80.3; galvanized tubing. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel, compression. D. Applications: Do not use below grade or in exterior locations. Use only in interior locations. 2.6 PVC COATED METAL CONDUIT A. Manufacturers: 1. Levy. 2. Robroy Industries. 3. Substitutions: Under provisions of Section 0160 00 "Product Requirements." B. Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20 mil thick. C. General: Protective layer may be factory applied or galvanized rigid steel conduit may be applied with two layers of corrosion resistant tape. D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to match conduit. 2.7 NON-METALLIC PVC CONDUIT A. Manufacturers: 1. Allied. 2. Carlon. 3. Substitutions: Under provisions of Section 0160 00 "Product Requirements." B. Description: NEMA TC2; Schedule 40 PVC. Flame retardant type resistant to bending and cracking. C. Fittings and conduit bodies: NEMA TC3. D. Vertical risers and ells installed below grade shall be rigid steel with wrapping. 1207122 CONDUIT 26 05 33 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. G. Refer to Part 3. Do not use PVC conduit for conduits passing vertically through the slab. PART 3 - EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Fasten conduit supports to building structure and surfaces under provisions of Section 26 05 29 "Supporting Devices." G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. H. Do not attach conduit to ceiling support wires. L Arrange conduit to maintain headroom and present neat appearance. J. Route exposed conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings parallel and perpendicular to walls. L. Maintain adequate clearance between conduit and piping. M. Maintain 12-inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. N. Cut conduit square using saw or pipecutter; de -burr cut ends. O. Bring conduit to shoulder of fittings; fasten securely. P. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. Q. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2-inch size. R. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses control and expansion joints. T. Provide suitable pull string in each empty conduit except sleeves and nipples. U. Use suitable caps to protect installed conduit against entrance of dirt and moisture. V. Ground and bond conduit under provisions of Section 26 05 26 "Grounding and Bonding." W. Identify conduit under provisions of Section 26 05 53 "Electrical Identification." X. Ducts shall be cleaned with a flexible mandrel assembly. Y. All conduits passing vertically through slabs or through earth on grade shall be PVC -coated, rigid steel. Rigid steel conduits shall be applied with protective coatings as indicated herein. All transitions from PVC to rigid steel shall occur below the slab. Z. Underground branch circuit extensions to parking lot lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance PVC conduit shall be concrete encased in accordance with the Drawings unless otherwise approved by Architect. 1207122 CONDUIT 26 05 33 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park AA. Minimum cover for underground conduits shall be 24 inches unless otherwise noted. BB. All conduit shall be routed concealed as much as possible including conduit serving roof -mounted equipment. Roof penetrations for conduits shall adhere to the requirements and details as indicated on the Architectural Drawings. 3.2 INTERFACE WITH OTHER PRODUCTS A. Install conduit to preserve fire resistance rating of partitions and other elements. B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. Coordinate location with roofing installation. END OF SECTION 1207122 CONDUIT 26 05 33 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 05 33.16 - BOXES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Wall and ceiling outlet boxes. 2. Pull and junction boxes. 3. Floor boxes. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 27 26 "Wiring Devices" for wall plates in finished areas. 1.2 REFERENCES A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR CLOSEOUT A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for submittals for Project closeout. B. Record actual locations and mounting heights of outlet, pull, and junction boxes on Project record documents. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by UL as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 WALL AND CEILING OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. B. Lummaire and Equipment Supporting Boxes: Rated for weight of equipment supported; include 1/2-inch male fixture studs where required. C. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. D. Wall Plates for Finished Areas: As specified in Section 26 27 26 "Wiring Devices." 1207122 BOXES 26 05 33.16 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 2.2 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box. C. Material: Galvanized cast iron. D. Cover: Furnish with ground flange, neoprene gasket, and stainless -steel cover screws. E. Fiberglass boxes are allowed in landscaping areas. Equipment shall be pedestrian rated. 2.3 FLOOR BOXES A. Stamped steel boxes with a minimum of 16 gauge steel for use in concrete slab applications. B. 16 gauge steel powder coated finish for use with carpet inserts or without. Provide cover with cable door. C. Provide a minimum of two duplex receptacles and two data outlet locations. D. In addition to the required power conduits, provide a spare 1-inch conduit to above an accessible ceiling. E. Boxes located on the first floor shall be Hubbell No. HBLCFB301 BASE with covers, faceplates, devices, and other accessories as noted. F. Boxes located on the second floor shall be Hubbell System One, 6-inch recessed, fire rated poke thru, or equivalent. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify locations of outlets in all locations areas prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Set wall mounted boxes at elevations to accommodate mounting heights specified in Section for outlet device. D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. E. Orient boxes to accommodate wiring devices oriented as specified in Section 26 27 26 "Wiring Devices." F. Maintain headroom and present neat mechanical appearance. G. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. H. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed lummaire. L Install boxes to preserve fire resistance rating of partitions and other elements. J. Coordinate mounting heights and locations of outlets mounted above counters, benches, and backsplashes with Architectural Drawings and other trades. 1207122 BOXES 26 05 33.16 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park K. Locate outlet boxes to allow luminaires positioned as shown on reflected ceiling plan. L. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. M. Use flush mounting outlet box in finished areas. N. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. O. Do not install flush mounting box back-to-back in walls; provide minimum 6-inch separation. Provide minimum 24-inch separation in acoustic rated walls. P. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. Q. Use stamped steel bridges to fasten flush mounting outlet box between studs. R. Install flush mounting box without damaging wall insulation or reducing its effectiveness. S. Use adjustable steel channel fasteners for hung ceiling outlet box. T. Do not fasten boxes to ceiling support wires. U. Support boxes independently of conduit. V. Use gang box where more than one device is mounted together. Do not use sectional box. W. Use gang box with plaster ring for single device outlets. X. Use cast outlet box in exterior locations exposed to the weather and wet locations and at all locations serving kitchen equipment. Y. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast metal box in other locations. Z. Coordinate with other trades for box rough -in, such that control devices are grouped (i.e., thermostats, wall switches, volume controls, etc.). 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box for equipment connected under Section 26 05 19 "Equipment Wiring Systems." 3.4 ADJUSTING A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for adjusting installed Work. B. Adjust flush -mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused box openings. 3.5 CLEANING A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for cleaning installed Work. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. 3.6 REPAIR A. Repair any areas or surfaces damaged during conduit installation. B. Paint (resurface) to original condition. END OF SECTION 1207122 BOXES 26 05 33.16 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 05 53 - ELECTRICAL IDENTIFICATION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Nameplates and labels. 2. Wire, conduit, and box markers. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2 - PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Communication cabinets and computer cabinets. 3. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4-inch letters for identifying individual equipment and loads. 2. Use 1/4-inch letters for identifying grouped equipment and loads. 3. Use 3/8-inch letters for identifying main disconnect equipment. 4. Use 1/4-inch letters for identifying receptacle and light switches. 2.2 WIRE, CONDUIT, AND BOX MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on Drawings. D. Boxes: 1. Label each junction box in accessible locations to indicate the type of system (i.e.; security; power circuit - 1, 3, 5; etc.). 2. Boxes serving fire alarm system shall have box covers painted red. 3. Provide label in each light switch and receptacle back box. 1207122 ELECTRICAL IDENTIFICATION 26 05 53 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park E. Panelboards: 1. Provide phenolic label with maximum available fault current at main panelboard. Utilize number as indicated in panel schedule. 2. Provide warning labels with arc -flash hazard warning for all electrical equipment as indicated in Article 110.16 of NEC. PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install 1 tape per trench at 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. (see Specification Section 26 05 00 "Basic Electrical Methods"). D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color Coding for Phase Identification: 120/208 Volts Phase 277/480 Volts Black A Brown Red B Orange Blue C Yellow White Neutral Gray Green Ground Green F. G. Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. END OF SECTION 1207122 ELECTRICAL IDENTIFICATION 26 05 53 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 24 16 - PANELBOARDS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Distribution and branch circuit panelboards. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 29 "Supporting Devices." 3. Section 26 05 53 "Electrical Identification" for engraved nameplates. 1.2 REFERENCES A. NECA (National Electrical Contractors Association) "Standard of Installation." B. NEMA AB 1 - Molded Case Circuit Breakers. C. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. D. NEMA KS 1 - Enclosed Switches. E. NEMA PB 1 - Panelboards. F. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. G. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker, fusible switch arrangement, and sizes. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of General Conditions. Record actual locations of products; indicate actual branch circuit arrangement. 1.5 OPERATION AND MAINTENANCE DATA A. Submit under provisions of General Conditions. Maintenance Data: Include spare parts data listing; and recommended maintenance procedures and intervals. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1207122 PANELBOARDS 2624 16 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 5 years' experience. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. Furnish products listed and classified by UL as suitable for purpose specified and indicated. 1.9 FIELD MEASUREMENTS A. Verify that field measurements are as indicated. 1.10 MAINTENANCE MATERIALS A. Provide maintenance materials under provisions of General Conditions. Provide 2 of each panelboard key if required. PART 2 - PRODUCTS 2.1 PANELBOARDS A. Manufacturers: 1. Eaton. 2. G.E. 3. Siemens. 4. Square-D. B. Description: NEMA PB-1, circuit breaker type. C. Panelboard Bus: Copper with ratings as indicated. Provide a copper ground bus in each panelboard. D. Minimum integrated short circuit rating: Fully rated devices with minimum levels as indicated. Series rated systems will not be allowed. Minimum calculated values are labeled on each panelboard and are indicated as "AIC." E. Molded Case Circuit Breakers: NEMA AB 1, bolt -on, circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as type HACR for air-conditioning equipment loads and type SWD for switching applications. F. Enclosure: NEMA PB-1, Type 1. G. Cabinet Front: Surface or recessed type as indicated on the Drawings, fastened with concealed trim clamps, hinged door with flush lock, metal directory frame, and finished in manufacturer's standard gray enamel. 1207122 PANELBOARDS 2624 16 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 3 - EXECUTION 3.1 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1. Install panelboards plumb. Provide supports in accordance with Drawings and Section 26 05 29 "Supporting Devices." Height: 6 feet maximum to top of panelboard. Provide filler plates for unused spaces in panelboards. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. Spare slots shall be labeled as such in erasable pencil on directory. Provide engraved plastic nameplates under the provisions of Section 26 05 53 "Electrical Identification." B. Ground each panelboard in accordance with Section 26 05 26 "Grounding and Bonding." 3.2 FIELD QUALITY CONTROL A. Field inspection and test for grounds on each circuit after installation is completed. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. B. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. END OF SECTION 1207122 PANELBOARDS 2624 16 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 27 26 - WIRING DEVICES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Receptacles. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 33.16 "Boxes." 1.2 REFERENCES A. NECA - Standard of Installation. B. NEMA WD 1 - General Requirements for Wiring Devices. C. NEMA WD 6 - Wiring Device - Dimensional Requirements. D. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR REVIEW A. Refer to Section 01 33 00 "Submittal Procedures." B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Manufacturers with similar catalog numbers will not be considered as a basis for an equivalent product. 1.4 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide products listed and classified by UL as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 RECEPTACLES A. Manufacturers: 1. Hubbell PRO 5352-I. 2. Substitutions: Refer to Section 0160 00 "Product Requirements." Equivalent. B. Description: NEMA WD 1, Heavy-duty, general -use receptacle, with triple wipe contacts and grounding contacts integral with backstrap (no rivets). 1207122 WIRING DEVICES 26 27 26 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Device Body: Ivory plastic. D. Configuration: NEMA WD 6, type as specified and indicated. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. Hubbell GF5352-I or equivalent. 2.2 WALL PLATES A. Decorative Cover Plate: Stainless steel. B. Weatherproof Cover Plate: Gasketed cast metal with gasketed device "IN -USE" cover on exterior devices. C. Surface Mounted Plates: Galvanized steel plates. PART 3 - EXECUTION 3.1 EXAMINATION A. Refer to Section 01 30 00 "Administrative Requirements" for verification of existing conditions prior to beginning Work. B. Verify that outlet boxes are installed at proper height. C. Verify that wall openings are neatly cut and will be completely covered by wall plates. D. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. E. Verify installation location of all boxes to be installed in millwork with Architect. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 3.3 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install switches with OFF position down. D. Do not share neutral conductor on load side of dimmers. E. Install receptacles with grounding pole located on the bottom as required by Owner. F. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. G. Connect wiring devices by wrapping conductor around screw terminal. H. Use jumbo size plates for outlets installed in masonry walls. L Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. J. Install blank cover plate to match other wall plates on all unused boxes. 1207122 WIRING DEVICES 26 27 26 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.4 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 26 05 33.16 "Boxes" to obtain mounting heights specified and indicated on Drawings. B. Install convenience receptacle 18 inches above finished floor. 3.5 FIELD QUALITY CONTROL A. Refer to Section 01 40 00 "Quality Requirements" for field inspection, testing, adjusting, and balancing. B. Inspect each wiring device for defects. C. Operate each wall switch with circuit energized and verify proper operation. D. Verify that each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. 3.6 ADJUSTING A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for adjusting installed Work. B. Adjust devices and wall plates to be flush and level. 3.7 CLEANING A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for cleaning installed Work. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION 1207122 WIRING DEVICES 26 27 26 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 28 16.16 - ENCLOSED SWITCHES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Fusible switches. 2. Non -fusible switches. 3. Fuses. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. NEMA KS 1 - Enclosed Switches. B. NFPA 70 - National Electrical Code. C. UL 198C - High -Interrupting Capacity Fuses; Current Limiting Type. D. UL 198E - Class R Fuses. E. NEMA AB 1 - Molded Case Circuit Breakers. F. NECA - Standard of Installation. 1.3 SUBMITTALS A. Submit under provisions of Section 0133 00 "Submittal Procedures." B. Product Data: Provide switch ratings and enclosure dimensions. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. 1207122 ENCLOSED SWITCHES 26 28 16.16 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Eaton. B. General Electric. C. Siemens. D. Square D. 2.2 ENCLOSED SWITCHES A. Fusible or Non -fusible as indicated. B. Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. C. Fuse Clips: Designed to accommodate NEMA FU1, class R fuses. D. Enclosures: NEMA KS 1. E. Interior Dry Locations: Type 1. F. Exterior Locations: Type 3R or 4. G. NEMA ratings of enclosures as specified on Drawings take precedence over location Specification. H. Current rating of switch to be equal to or greater than that of the circuit it is interrupting. 2.3 FUSES A. Manufacturers: 1. Bussman. 2. Gould Shawmut. 3. Littlefuse. B. Dimensions and Performance: NEMA FU 1, Class as specified or indicated. C. Voltage: Provide fuses with suitable voltage ratings for phase to phase voltages. D. Service Entrance: Class L, Bussman Low -peak or equivalent. E. General Purpose Loads: Class RK1, Bussman Low -peak or equivalent. F. Motor Loads: Class RK5, Bussman Fusetron or equivalent. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with NECA Standard of Installation. B. Install fuses in all fusible disconnects. C. Apply adhesive tag on the inside door of all disconnects indicating the NEMA class fuse and size installed. D. Provide a disconnect switch for all equipment where indicated or required by the National Electrical Code. Coordinate with other disciplines to determine where disconnects are furnished with equipment. END OF SECTION 1207122 ENCLOSED SWITCHES 26 28 16.16 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 26 56 68 - EXTERIOR ATHLETIC LIGHTING PART 1- GENERAL 1.1 SUMMARY A. Work covered by this Section of the Specifications shall conform to the Contract Documents, engineering plans, as well as state and local codes. B. The purpose of these Specifications is to define the lighting system performance and design standards for City of Lubbock using an LED Lighting source. ManufacturerContractor shall supply lighting equipment to meet or exceed the standards set forth in these Specifications. C. The sports lighting will be for the following venues: 1. Pickleball. D. The primary goals of this sports lighting Project are: 1. Guaranteed Light Levels: Selection of appropriate light levels impact the safety of the players and the enjoyment of spectators. Therefore light levels are guaranteed to not drop below specified target values for a period of 25 years. 2. Environmental Light Control: It is the primary goal of this Project to minimize spill light to adjoining properties and glare to the players, spectators, and neighbors. 3. Cost of Ownership: In order to reduce the operating budget, the preferred lighting system shall be energy efficient and cost effective to operate. All maintenance costs shall be eliminated for the duration of the warranty. 4. Control and Monitoring - To allow for optimized use of labor resources and avoid unneeded operation of the facility, customer requires a remote on/off control system for the lighting system. Fields should be proactively monitored to detect lummaire outages over a 25-year life cycle. All communication and monitoring costs for 25-year period shall be included in the Bid. 1.2 ONFIELD LIGHTING PERFORMANCE A. Illumination Levels and Design Factors: Playing surfaces shall be lit to an average target illumination level and uniformity as specified in the chart below. Lighting manufacturers will provide a guarantee that light levels will be sustained over the life of the warranty period. Lighting calculations shall be developed and field measurements taken on the grid spacing with the minimum number of grid points specified below. 1. Manufacturers will provide lumen maintenance data of the LED luminaires used per TM-21-11 and will incorporate the lumen maintenance projections into the lighting designs to ensure target light levels are achieved throughout the guaranteed period of the system. Per IES guidelines, lumen maintenance hours should be reported based on the 6 times multiplier of testing hours. Average Target Maximum to Area of Lighting Illumination Minimum Grid Points Grid Spacing Levels Uniformity Ratio Pickleball Courts 2 - 4 30fc 2.5:1 30 10' x 10' Pickleball Courts 17 - 19 Pickleball Courts 5 - 10 30fc 2:5:1 130 10' x 10' 1207122 EXTERIOR ATHLETIC LIGHTING 26 56 68 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park B. Color Temperature: The lighting system shall have a minimum color temperature of 5,700K and a CRI of 75. C. Playability: Lighting design and luminaire selection should be optimized for playability by reducing glare onfield. 1. Aiming Angles: To reduce glare, luminaire aiming should ensure the top of the luminaire field angle (based on sample photometric reports) is a minimum of 10 degrees below horizontal. 2. Glare Control Technology: Luminaires selected should have glare control technology including, but not limited to, external visors, internal shields, and louvres. No symmetrical beam patterns are acceptable. 3. Mounting Heights: To ensure proper aiming angles, minimum mountings heights shall be as described below. Higher mounting heights may be necessary for luminaire with lesser glare control to meet field angle requirements of Section 1.2.C.1. # of Poles Pole Designation Pole Height 6 P1 - P2, P7 - P10 40' 4 P3 - P6 50' 1.3 ENVIRONMENTAL LIGHT CONTROL A. Light Control Luminaires: All luminaires shall utilize spill light and glare control devices including, but not limited to, internal shields, louvers, and external shields. No symmetrical beam patterns are accepted. B. Spill Light and Glare Control: To minimize impact on adjacent properties, spill light and candela values must not exceed the following levels taken at 3 feet above grade. C. Environmental glare impact scans must be submitted showing the maximum candela from the field edge on a map of the surrounding area. D. Spill Scans: Spill scans must be submitted indicating the amount of horizontal and vertical footcandles along the specified lines. Light levels shall be provided in 30-foot intervals along the boundary line at 3 feet above grade. E. Sample Photometry: The first page of a photometric report for all luminaire types proposed showing horizontal and vertical axial candle power shall be provided to demonstrate the capability of achieving the specified performance. Reports shall be certified by a qualified testing laboratory with a minimum of 5 years' experience or by a manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. A summary of the horizontal and vertical aiming angles for each luminaire shall be included with the photometric report. F. Field Verification: Lighting manufacturer shall supply field verification of environmental light control using a meter calibrated within the last 12 months: 1. Spill verification: Illumination levels shall be taken in accordance with IESNA LM-5-04. The light sensing surface of the light meter should be held 36 inches above the playing surface with the sensing surface horizontal (for horizontal readings) or vertically pointed at the brightest light bank (for max vertical readings) 1207122 EXTERIOR ATHLETIC LIGHTING 26 56 68 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.4 COST OF OWNERSHIP A. Manufacturer shall submit a 25-year Cost of Ownership summary that includes energy consumption, anticipated maintenance costs, and control costs. All costs associated with faulty luminaire replacement (equipment rentals, removal and installation labor, and shipping) are to be included in the maintenance costs. PART 2-PRODUCT 2.1 SPORTS LIGHTING SYSTEM CONSTRUCTION A. Manufacturing Requirements: All components shall be designed and manufactured as a system. All luminaires, wire harnesses, drivers and other enclosures shall be factory assembled, aimed, wired, and tested. B. Durability: All exposed components shall be constructed of corrosion resistant material and/or coated to help prevent corrosion. All exposed carbon steel shall be hot dip galvanized per ASTM A123. All exposed aluminum shall be powder coated with high performance polyester or anodized. All exterior reflective inserts shall be anodized, coated, and protected from direct environmental exposure to prevent reflective degradation or corrosion. All exposed hardware and fasteners shall be stainless steel, passivated and coated with aluminum -based thermosetting epoxy resin for protection against corrosion and stress corrosion cracking. Structural fasteners may be carbon steel and galvanized meeting ASTM A153 and ISO/EN 1461 (for hot dipped galvanizing), or ASTM B695 (for mechanical galvanizing). All wiring shall be enclosed within the cross -arms, pole, or electrical components enclosure. C. System Description: Lighting system shall consist of the following: 1. Galvanized steel poles and cross -arm assembly. 2. Non -approved pole technology: a. Square static cast concrete poles will not be accepted. b. Direct bury steel poles which utilize the extended portion of the steel shaft for their foundation will not be accepted due to potential for internal and external corrosive reaction to the soils and long term performance concerns. 3. Lighting systems shall use concrete foundations. See Section 2.4 for details. a. For a foundation using a pre -stressed concrete base embedded in concrete backfill the concrete shall be air -entrained and have a minimum compressive design strength at 28 days of 3,000 PSI. 3,000 PSI concrete specified for early pole erection, actual required minimum allowable concrete strength is 1,000 PSI. All piers and concrete backfill must bear on and against firm undisturbed soil. b. For anchor bolt foundations or foundations using a pre -stressed concrete base in a suspended pier or re-inforced pier design pole erection may occur after 7 days. Or after a concrete sample from the same batch achieves a certain strength. 4. Manufacturer will supply all drivers and supporting electrical equipment. a. Remote drivers and supporting electrical equipment shall be mounted approximately 10 feet above grade in aluminum enclosures. The enclosures shall be touch -safe and include drivers and fusing with indicator lights on fuses to notify when a fuse is to be replaced for each luminaire. Disconnect per circuit for each pole structure will be located in the enclosure. Integral drivers are not allowed. 1207122 EXTERIOR ATHLETIC LIGHTING 26 56 68 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park b. Manufacturer shall provide surge protection at the pole equal to or greater than 40 kA for each line to ground (Common Mode) as recommended by IEEE C62.41.2_2002. 5. Wire harness complete with an abrasion protection sleeve, strain relief and plug-in connections for fast, trouble -free installation. 6. All luminaires, visors, and cross -arm assemblies shall withstand 150 miles per hour winds and maintain luminaire aiming alignment. 7. Control cabinet to provide remote on -off control and monitoring features of the lighting system. See Section 2.3 for further details. 8. Manufacturer shall provide lightning grounding as defined by NFPA 780 and be UL Listed per UL 96 and UL 96A. a. Integrated grounding via concrete encased electrode grounding system. b. If grounding is not integrated into the structure, the manufacturer shall supply grounding electrodes, copper down conductors, and exothermic weld kits. Electrodes and conductors shall be sized as required by NFPA 780. The grounding electrode shall be minimum size of 5/8-inch diameter and 8 feet long, with a minimum of 10 feet embedment. Grounding electrode shall be connected to the structure by a grounding electrode conductor with a minimum size of 2 AWG for poles with 75 feet mounting height or less, and 2/0 AWG for poles with more than 75 feet mounting height. D. Safety: All system components shall be UL listed for the appropriate application. 2.2 ELECTRICAL A. Electric Power Requirements for the Sports Lighting Equipment: 1. Electric Power: See electrical plans. 2. Maximum Total Voltage Drop: Voltage drop to the disconnect switch located on the poles shall not exceed 3 percent of the rated voltage. B. Energy Consumption: The kW consumption for the field lighting system shall be less than or equal to 20 kW. 2.3 CONTROL A. Instant On/Off Capabilities: System shall provide for instant on/off of luminaires. B. Lighting contactor cabinet(s) constructed of NEMA Type 4 aluminum, designed for easy installation with contactors, labeled to match field diagrams and electrical design. Manual off -on -auto selector switches shall be provided. C. Contactor Control of Lights: To minimize wear on drivers and other electrical components and prevent lights from turning on due to communication loss, circuits must be controlled via contactor switching, not dimming driver output to zero. D. Dimming: System shall provide for 3-stage dimming (high -medium -low). Dimming will be set via scheduling options (website, app, phone, fax, email). E. Remote Lighting Control System: System shall allow Owner and users with a security code to schedule on/off system operation via a website, phone, fax, or email up to 10 years in advance. Manufacturer shall provide and maintain a two-way TCP/IP communication link. Trained staff shall be available 24/7 to provide scheduling support and assist with reporting needs. 1. The Owner may assign various security levels to schedulers by function and/or fields. This function must be flexible to allow a range of privileges such as full scheduling capabilities for all fields to only having permission to execute "early off' commands by phone. Scheduling tool shall be capable of setting curfew limits. 1207122 EXTERIOR ATHLETIC LIGHTING 26 56 68 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park 2. Controller shall accept and store 7-day schedules, be protected against memory loss during power outages, and shall reboot once power is regained and execute any commands that would have occurred during outage. F. Remote Monitoring System: System shall monitor lighting performance and notify manufacturer if individual luminaire outage is detected so that appropriate maintenance can be scheduled. The controller shall determine switch position (manual or auto) and contactor status (open or closed). G. Management Tools: Manufacturer shall provide a web -based database and dashboard tool of actual field usage and provide reports by facility and user group. Dashboard shall also show current status of luminaire outages, control operation, and service. Mobile application will be provided suitable for IOS, Android, and Blackberry devices. 1. Hours of Usage: Manufacturer shall provide a means of tracking actual hours of usage for the field lighting system that is readily accessible to the Owner. a. Cumulative Hours: Shall be tracked to show the total hours used by the facility b. Report hours saved by using early off and push buttons by users. H. Communication Costs: Manufacturer shall include communication costs for operating the control and monitoring system for a period of 25 years. L Communication with Lummaire Drivers: Control system shall interface with drivers in electrical components enclosures by means of powerline communication. 2.4 STRUCTURAL PARAMETERS A. Wind Loads: Wind loads shall be based on the 2015 International Building Code. Wind loads to be calculated using ASCE 7-10, an ultimate design wind speed of 115 miles per hour and exposure category C. B. Pole Structural Design: The stress analysis and safety factor of the poles shall conform to 2013 AASHTO Standard Specification for Structural Supports for Highway Signs, Luminaires, and Traffic Signals (LTS-6). C. Foundation Design: The foundation design shall be based on soil parameters as outlined in the geotechnical report. If no geotechnical report is available, the foundation design shall be based on soils that meet or exceed those of a Class 5 material as defined by 2015 IBC Table 1806.2. D. Foundation Drawings: Project specific foundation Drawings stamped by a Registered Engineer in the state where the Project is located are required. The foundation Drawings must list the moment, shear (horizontal) force, and axial (vertical) force at ground level for each pole. These Drawings must be submitted at time of Bid to allow for accurate pricing. PART 3 - EXECUTION 3.1 SOIL QUALITY CONTROL A. It shall be the Contractor's responsibility to notify the Owner if soil conditions exist other than those on which the foundation design is based, or if the soil cannot be readily excavated. Contractor may issue a Change Order request/estimate for the Owner's approval/payment for additional costs associated with: 1. Providing engineered foundation embedment design by a registered engineer in the State of Texas for soils other than specified soil conditions; 2. Additional materials required to achieve alternate foundation; 3. Excavation and removal of materials other than normal soils, such as rock, caliche, etc. 1207122 EXTERIOR ATHLETIC LIGHTING 26 56 68 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.2 DELIVERY TIMING A. Delivery Timing Equipment On -Site: The equipment must be on -site 8 to 10 weeks from receipt of approved submittals and receipt of complete order information. 3.3 FIELD QUALITY CONTROL A. Illumination Measurements: Upon Substantial Completion of the Project and in the presence of the Contractor, Project Engineer, Owner's representative, and manufacturer's representative, illumination measurements shall be taken and verified. The illumination measurements shall be conducted in accordance with IESNA LM-5-04. B. Field Light Level Accountability: 1. Light levels are guaranteed not to fall below the target maintained light levels for the entire warranty period of 25 years. These levels will be specifically stated as "guaranteed" on the illumination summary provided by the manufacturer. 2. The Contractor/manufacturer shall be responsible for conducting initial light level testing and an additional inspection of the system, in the presence of the Owner, 1 year from the date of commissioning of the lighting. 3. The Contractor/manufacturer will be held responsible for any and all changes needed to bring these fields back to compliance for light levels and uniformities. Contractor/Manufacturer will be held responsible for any damage to the fields during these repairs. C. Correcting Non -Conformance: If, in the opinion of the Owner or his appointed representative, the actual performance levels including foot candles, uniformity ratios, and offsite candela readings are not in conformance with the requirements of the performance specifications and submitted information, the manufacturer shall be required to make adjustments to meet Specifications and satisfy Owner. 3.4 WARRANTY AND GUARANTEE A. 25-Year Warranty: Each manufacturer shall supply a signed warranty covering the entire system for 25 years from the date of shipment. Warranty shall guarantee specified light levels. Manufacturer shall maintain specifically funded financial reserves to assure fulfillment of the warranty for the full term. Warranty does not cover weather conditions events such as lightning or hail damage, improper installation, vandalism or abuse, unauthorized repairs or alterations, or product made by other manufacturers. B. Maintenance: Manufacturer shall monitor the performance of the lighting system, including on/off status, hours of usage, and luminaire outage for 25 years from the date of equipment shipment. Parts and labor shall be covered such that individual luminaire outages will be repaired when the usage of any field is materially impacted. Manufacturer is responsible for removal and replacement of failed luminaires, including all parts, labor, shipping, and equipment rental associated with maintenance. Owner agrees to check fuses in the event of a luminaire outage. 1207122 EXTERIOR ATHLETIC LIGHTING 26 56 68 - 6 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 4 - DESIGN APPROVAL 4.1 PRE -BID SUBMITTAL REQUIREMENTS (Non-Musco) A. Design Approval: The Owner / Engineer will review Pre -Bid Submittals per Section 4.1.13 from all the manufacturers to ensure compliance to the Specification 10 days prior to Bid. If the design meets the design requirements of the Specifications, a letter and/or Addendum will be issued to the manufacturer indicating approval for the specific design submitted. B. Approved Product: Musco's Light -Structure SystemTM with TLC for LED® is the approved product. All substitutions must provide a complete submittal package for approval as outlined in Submittal Information at the end of this Section at least 10 days prior to Bid. Special manufacturing to meet the standards of this Specification may be required. An Addendum will be issued prior to Bid listing any other approved lighting manufacturers and designs. C. All listed manufacturers not pre -approved shall submit the information at the end of this Section at least 10 days prior to Bid. An Addendum will be issued prior to Bid; listing approved lighting manufacturers and the design method to be used. D. Bidders are required to bid only products that have been approved by this Specification or Addendum by the Owner or Owner's representative. Bids received that do not utilize an approved system/design, will be rejected. END OF SECTION 1207122 EXTERIOR ATHLETIC LIGHTING 26 56 68 - 7 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 31 10 00 - SITE CLEARING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing trees and other vegetation. 2. Clearing, grubbing, and topsoil stripping. 3. Removing above -grade Site improvements. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 1 inch in diameter; and free of weeds, roots, and other deleterious materials. 1.3 MATERIALS OWNERSHIP A. Except for materials indicated to stockpile or remain Owner's property, cleared materials shall become Contractor property and removed from Site. 1.4 SUBMITTALS A. Record Drawings According to General Conditions: Identify and accurately locate capped utilities and other subsurface structural, electrical, and mechanical conditions. 1.5 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site -clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Salvable Improvements: Carefully remove items indicated to salvage and store on Owner's premises where indicated. C. Notify utility locator service to locate and mark utilities in Project area before Site clearing. PART 2 - PRODUCTS (Not Used) 1207122 SITE CLEARING 31 10 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Provide erosion -control measures to prevent soil erosion and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Protect existing Site improvements to remain from damage during construction. Restore damaged improvements to original condition, as acceptable to Owner. D. Verify existing plant life or items designated to remain are tagged or identified. 3.2 UTILITIES A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions, then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Architect not less than 2 days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. B. Coordinate removal of underground utilities with other Sections of Contract Documents. 3.3 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. Removal includes digging out stumps and obstructions and grubbing roots. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or relocated. 2. Cut minor roots and branches of trees indicated to remain, clean and carefully, where such roots and branches obstruct installation of new construction. 3. Completely remove stumps, roots, obstructions, and debris extending to 18 inches below exposed subgrade. 4. Use only hand methods for grubbing within drip line of remaining trees. B. Fill clearing and grubbing depressions with satisfactory soil material, unless further excavation or earthwork indicated. Place fill material in horizontal layers not exceeding 8-inch loose depth. Compact each layer to density equal to adjacent original ground. 3.4 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to depths encountered to prevent intermingling with underlying subsoil or other waste materials. Strip surface soil of unsuitable topsoil including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within drip line of remaining trees. 3. Stockpile surplus topsoil and allow for respreading deeper topsoil. 1207122 SITE CLEARING 31 10 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.5 SITE IMPROVEMENTS A. Remove existing above- and below -grade improvements as indicated and necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. Unless existing full -depth joints coincide with line of demolition, neatly saw -cut length of existing pavement to remain before removing existing pavement. Saw -cut faces vertically. 3.6 DISPOSAL A. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials, including trash and debris, and legally dispose of off Owner's property. END OF SECTION 1207122 SITE CLEARING 31 10 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 3123 00 - EXCAVATION AND FILL PART 1- GENERAL 1.1 SUMMARY A. Section includes all excavation, filling, and grading in connection with paved streets and parking lots and unpaved landscaped areas. Excavation, filling, and grading shall conform to lines and grades as shown on Plans. Contractor furnishes all materials, equipment, tools, labor, superintendence, and incidentals necessary to complete Work per Drawings and as specified herein. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Backfill: Soil material or controlled low -strength material used to fill an excavation. 1. Initial Backfill is placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill is placed over initial backfill to fill a trench. B. Borrow Soil: Satisfactory soil imported from off -site for use as fill or Backfill. C. Excavation: Removal of material encountered above subgrade elevations to lines and dimensions indicated. 1. Authorized Additional Excavation is below subgrade elevations or beyond indicated lines and dimensions as Architect directs. Authorized additional excavation and replacement material paid per Contract provisions for changes in Work. 2. Bulk excavation is more than 10 feet in width and 30 feet in length. 3. Unauthorized excavation is below subgrade elevations or beyond indicated lines and dimensions without Architect direction. Unauthorized excavation and remedial Work directed by Architect, shall be without additional compensation. D. Embankment/Fill: Soil materials used to raise existing grades. E. Rock: Material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 3/4-cubic yard or more in volume that exceed a standard penetration resistance of 100 blows per 2 inches when tested by a geotechnical testing agency, per ASTM D 1586. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other manmade stationary features constructed above or below ground surface. G. Subgrade: Uppermost surface of excavation or top surface of a fill/backfill immediately below subbase, drainage fill, drainage course, or topsoil materials. 1207122 EXCAVATION AND FILL 3123 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.3 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during earthmoving operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. B. Do not commence earthmoving operations until temporary sedimentation- and erosion -control measures are in place. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. Provide borrow soil materials when sufficient satisfactory soil materials unavailable from excavations. B. Satisfactory Soils: Onsite material free of gravel, debris, waste, frozen materials, vegetation, and other deleterious matter or a select non -expansive material mechanically processed to produce a consistent uniform material meeting the following general requirements: 1. Maximum Aggregate Size: 3.0 inches. 2. Percent Retained on No. 4 Sieve: 25 to 50 percent. 3. Percent Retained on No. 40 Sieve: 50 to 85 percent. 4. Plasticity Index: 15 maximum. C. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content. D. Bedding Course: Naturally- or artificially -graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D2940; except with 100 percent passing a 1-inch sieve and not more than 8 percent passing a No. 200 sieve. E. Sand: ASTM C33; fine aggregate. PART 3 - EXECUTION 3.1 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.2 EXCAVATION A. Excavation consists of removing all material from areas where subgrade or finished grade is below existing ground. Excess excavated material not required, or otherwise unsuitable according to geotechnical report, for making necessary fills for items in Project, shall be disposed by Contractor, as Architect directs, in approved waste areas. No additional compensation made for hauling or disposing waste material or excess excavation. 1207122 EXCAVATION AND FILL 31 23 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park B. Existing Pavement, Curbs, Gutters, Sidewalks, Etc.: All existing pavement, concrete curbs, trees, grass, or other organic materials removed as excavation, shall be classified as waste material, and not incorporated in fills unless Architect gives specific direction to do so. Where sidewalks are removed, take care to avoid damage to that portion of walk not requiring removal. Waste material shall be disposed as provided herein. C. Finishing: All excavation shall be to lines and grades shown on Plans. Any excavation below such grade, and consequential filling to established grade, shall be at Contractor expense. Neatly finish excavation beyond ends of intersection stubs, between curb and property line, or other transition areas, to lines and grades shown on Plans or established by Architect. D. Damage to Existing Pavement, Curbs, Utilities, Etc.: Take care in all excavation ork to avoid damage to existing pavement, curbs, utilities, and other such installations. If these installations are damaged by Contractor forces or equipment, replace or repair as directed at expense of Contractor. E. Unclassified Excavation: All material excavated as part of Project. 3.3 EMBANKMENT/TOPSOIL A. Embankment: Constructed to lines and grades shown on Plans or directed by Architect, in approximate horizontal layers. Only place suitable material, approved by Architect, as embankment. Contractor shall obtain borrow source if necessary to complete embankment areas. Material shall meet ASTM D2487 soil classification groups SP and SM, free of rock or gravel larger than I -inch in any dimension, debris, waste, or vegetation. Material shall have a PI less than 15. Existing surface where placing fill shall be scarified to approximately 3 inches before placing any fill material, to bond fill to existing surface. Remove and replace any unsuitable subgrade materials below finished subgrade excavation with suitable materials. No separate payment for removing and replacing such materials made and shall be incidental to subgrade preparation. B. Topsoil: 1. All topsoil imported for planting beds shall be typical in texture of soils in Project area. Soil shall be free of nutgrass and other noxious weeds, grasses, sticks, roots, sterilants, chemicals or stones, consistent in texture characteristic of red sandy loam. Blow sand or caliche not permitted. No rocks larger than 2 inches in diameter permitted. Topsoil, source, and method of installation shall be approved by Architect. 2. Minimum 12-inch depth required at all landscape areas. 3. Minimum 4-inch depth required at all other areas shown on Plans. C. Quality Control: One field density test required for each 500 square yards of prepared subgrade. 3.4 SOIL MOISTURE CONTROL A. Uniformly moisten and mechanically process soil to produce material with consistent and uniform soil moisture content. Deviation in moisture content consistency is grounds for rejection of material. 1. Do not place backfill or fill soil material on muddy, frozen, frosty, or icy surfaces. 2. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and too wet to compact to specified dry unit weight. 1207122 EXCAVATION AND FILL 3123 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.5 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Mechanically process soil material until a consistent material, uniform in color, unit weight, and moisture content is produced prior to any compaction efforts. D. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D698: 1. Proctor samples will not be taken for performance testing before material processed to a uniform and consistent material on Site. Approval of any material in submittal process does not guarantee acceptance of material in the field. 2. For Pavements: Scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill soil material at 95 percent. 3. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 95 percent. 4. Under turf or unpaved areas, scarify and recompact top 12 inches below subgrade and compact each layer of backfill or fill soil material at 85 percent. 5. For utility trenches, compact each layer of initial and final backfill soil material at 95 percent. 6. At Architect discretion, additional proctors and rework required where compaction exceeds 103 percent of ASTM D698. Compaction result of 103 percent ASTM D698 or higher is cause for rejection. 3.6 SUBGRADE FINISHING A. Finish subgrade accurately to lines, grades, and cross -sections shown on Plans or established in the field. Bring subgrade in cut areas to grade by blading or hand grading. Compact surface with approved pneumatic roller followed by approved three -wheel roller until it presents a uniform compacted appearance. Compact subgrade in fill areas with approved pneumatic roller. Follow final rolling of last layer deposited by blading and rolling with three -wheel roller as described. B. Accurately form warped sections, valley gutters, and other irregularities in section shown on Plans or established in the field, in subgrade during finishing operation. Check subgrade by "teeing" from gutter to gutter on cross-section, valley gutters, with straightedge, longitudinally. Contractor shall furnish a satisfactory straightedge if required. Correct variations more than 1/2-inch from true grade or true cross -sections by loosening, adding, or removing material, reshaping, and recompacting affected area. Set "blue tops" set to finished subgrade elevations set where elevations cannot be checked as stated. 1207122 EXCAVATION AND FILL 31 23 00 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.7 ROLLING EQUIPMENT A. Pneumatic Rollers: Consists of not less than 9 pneumatic -tired wheels, running on 2 axles so rear group of tires will not follow in tracks of forward group, mounted in rigid frame, and provided with loading platform or body suitable for ballast loading. Front axle shall rotate around a king pin located so roller may turn within a minimum circle. Roller, under working conditions, shall have an approximate 60-inch effective rolling width and give a minimum compression of 325 pounds per inch of width of tire tread. Roller shall be drawn by a suitable pneumatic -tired tractor or self-propelled type. B. Three -Wheel Roller: Shall be a three -wheel self-propelled type, weighing not less than 10 tons, and provide a compression on rear wheels not less than 325 pounds per linear inch of width. Rear wheels shall be flat, diameter not less than 48 inches, and width not less than 20 inches. 3.8 PROTECTION A. Protecting newly graded areas from traffic, freezing, erosion, and free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially -completed surfaces become eroded, rutted, settled, or lose compaction due to subsequent construction operations or weather conditions. Scarify or remove and replace soil material to depth as directed by Architect. Reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. Restore appearance, quality, and condition of finished surfacing to match adjacent Work and eliminate evidence of restoration to greatest extent possible. 3.9 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of off Owner's property. END OF SECTION 1207122 EXCAVATION AND FILL 3123 00 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 3123 00.10 - EXCAVATION AND FILL FOR UTILITIES PART 1- GENERAL 1.1 SUMMARY A. Section includes all excavating, backfilling, and compacting of trenches for pipe and pipe accessories and other utilities. No separate pay item for excavating, backfilling, and compacting trenches. Correct overexcavation not at Architect direction at Contractor expense. OSHA regulations and Part 3 herein will apply to all excavation and trenching. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 33 12 00 "Water Utility Distribution Equipment." 3. Section 33 31 00.10 "Sanitary and Storm Utility Sewerage Piping." PART 2 - PRODUCTS 2.1 TRENCHES A. Excavate pipe trenches to lines and grades shown on Drawings or established by Architect. Before excavation begins in paved areas, cut, or saw existing pavement to a neat line by methods meeting Architect approval. Maximum width of trench from pipe invert to top of trench shall be as detailed on limits of excavation; indicated on Contract Drawings. Procedures for treatment of trench walls shall be as prescribed by trench safety system. In some areas of limited right-of-way or when necessary to protect existing facilities, limit slope of trench wall. Where necessary to stay within maximum width limits at top of pipe, adequately brace and sheet trench. Contractor shall be fully responsible for any damage to adjacent structures due to inadequate trench wall supporting devices. B. Where special pipe bedding material not required, excavate trench to an even grade so bottom of pipe will rest on bottom of trench throughout entire length of pipe. In obtaining a true and even grade, wet excavated trench bottom as necessary to facilitate compaction. Compact bottom of trench by mechanical means to consolidate all loose material disturbed during excavation. No compaction tests required on bottom of trench; however, compact entire width and length of trench so no loose material remains. Correct any part of trench excavated below grade by filling with approved materials and thoroughly compacting. If clay, rock, or other unyielding material encountered in trench bottom, remove to 6 inches below grade, refill with selected materials, and compact to minimum 95 percent maximum density and plus or minus 2 percent optimum moisture per ASTM D698 to specified grade. C. Dig bell holes of ample dimensions at each joint to permit jointing pipe made properly, and prevent pipe from resting on or supported by bell. D. Use trench -digging machinery to make trench excavations except where operation of same would cause damage to existing structures above or below ground. In such instances, employ hand methods. Contractor shall locate all existing underground lines, whether shown on Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. Take extreme care to prevent such damage and Contractor fully responsible for damage to any such lines. Pothole and locate all utility lines at least 1,000 feet ahead of pipeline placement operations to allow Architect a minimum 4 working days to initiate any necessary changes in alignment and/or grade of pipeline. 1207122 EXCAVATION AND FILL FOR UTILITIES 3123 00.10 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park E. No classification of excavated materials and excavate all materials encountered as required. Protect adjacent structures from damage by construction equipment. Excavated material may be stockpiled alongside trench per approved Trench Safety Plan, not endangering work. Within street rights -of -way, remove excavated material as necessary from the street to allow traffic to pass safely. In no case is excavated material allowed to be stockpiled in street or public rights -of -way. F. Excavate for manholes as required, providing space for constructing structure and trench safety system if applicable. G. Explosives not permitted. PART 3 - EXECUTION 3.1 TRENCH EXCAVATION SAFETY SYSTEM A. This item covers requirements for Contractor to provide design and construction of trench safety system for all trenches excavated. Contractor required to install a trench system to provide for safe excavation of all trenches exceeding a depth of 5 feet per OSHA standards. It is the duty and responsibility of Contractor and all subcontractors to be familiar and comply with all requirements of Public Law 91-596, 29 U.S.C. Specs. 651 et. Seq., Occupational Safety and Health Act of 1970 (OSHA), all amendments thereto, and enforce and comply with all provisions of this act. In addition, on projects where trench excavation exceeds 5 feet, Contractor and all subcontractors shall comply with all requirements of 29 C.F.R. secs., and 1926.652 and 1926.653, OSHA Safety and Health Standards, more fully described herein. B. Description: 1. This Section governs trench safety systems required for construction of all trench excavation utilized in Project, including all additional excavation and backfill necessitated by the safety system. Trench safety systems shall be suitable for construction of pipelines, utilities, etc., installed below grade and sufficient to fully protect public or private property including other existing utilities and structures below or above grade. Trench safety systems include but are not limited to sloping of side of excavation, sheeting, trench boxes or trench shields, sheet piling, cribbing, bracing, shoring, dewatering, or diversion of water to provide adequate drainage. 2. Contractor is responsible for design of systems and procedures (use of sheet piling, shoring, or other means of temporary support to protect existing buildings, streets, highways, water conveying structures, and any other structures). For existing utilities, Contractor may elect, at his cost, to remove utilities under stipulated condition that removal and subsequent replacement of utilities shall meet with approval of Architect, Owner, utility owner, and all agencies having jurisdiction of structure or property. In all cases, Contractor is fully responsible for protection of public or private property and any person(s), who, as a result of Contractor work, may be injured. 3. Successful responsible Bidder is required to submit 3 sets of trench excavation plans with a trench safety system to Owner for review within 15 consecutive days after Award of Contract. 4. Plans must be designed and sealed by a Professional Engineer registered in Texas with professional experience in geotechnical engineering. Contractor is responsible for obtaining borings and soil analysis as required for design and preparation of trench excavation plan and trench safety system. Design trench excavation plan and trench safety system per OSHA standards and regulations. 1207122 EXCAVATION AND FILL FOR UTILITIES 3123 00.10 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 5. No trenching in excess of 5 feet below existing grade allowed until trench excavation plan is reviewed and returned to Contractor. Any changes in trench excavation plan after initiation of construction will not cause an Extension of Time or Change Order but such changes will require same review process as original excavation plan. 6. Contractor accepts sole responsibility for compliance with all applicable safety requirements. Review is only for general conformance with OSHA safety standards; and trench excavation plan review does not relieve Contractor of any/all construction means, methods, technique, and procedures. Any property damage or bodily injury, including death arising from use of trench excavation plan, shall remain sole responsibility and liability of Contractor. C. Construction Methods: Accomplish trench safety systems per detailed specifications set out in provisions of Excavations, Trenching, and Shoring, Federal Occupational Safety and Health Administration (OSHA) Standards, 29 CFR, Part 1926, Subpart P, as amended including proposed Rules published in Federal Register (Vol. 54, No. 209) on Tuesday, October 31, 1989, or subsequent revisions. Sections incorporated into these Specifications by reference include Sections 1926-650 through 1926-653. Legislation enacted by Texas Legislature (H.B. NoS. 662 and 665) with regard to Trench Safety Systems is hereby also incorporated, by reference, into these Specifications. D. Safety Program: 1. Contractor shall submit a safety program specifically for construction of trench excavations together with trench excavation plans for trench safety systems. Trench safety program shall be per OSHA Standards governing presence and activities of individuals working in and around trench excavation. 2. Contractors have 3 generally accepted methods, or combinations thereof, to meet OSHA Standards for trench excavation: a. Utilization of Trench Box: Utilizing a trench box must submit physical dimensions, materials, position in trench, expected loads, and strength of box. Trench box shall be designed by a Professional Engineer. b. Shoring, Sheeting, and Bracing Methods: Utilizing shoring, sheeting, and bracing must submit dimensions and materials of all uprights, stringers, cross -bracing, and spacing required to meet OSHA requirements, all designed by a Professional Engineer. C. Sloping and Benching: Utilizing sloping and benching methods shall have methods designed by a Professional Engineer. 3. Safety program must indicate in which areas Plan will be utilized. 4. No claims for delay permitted for Contractor delay in obtaining safety program approval. E. Inspection: 1. Provide a qualified person to daily inspect trench safety systems to ensure systems meet OSHA requirements. Contractor shall provide this person's name as part of post -bid, pre -award key personnel qualifications submittal. Maintain a permanent record of daily inspections. 2. If evidence of possible cave-ins or slides is apparent, cease all Work in trench until Contractor takes necessary precautions to safeguard personnel entering trench. It is sole duty, responsibility, and prerogative of Contractor, not Owner or designated representative, to determine specific applicability of designed trench safety systems to each field condition encountered on Project. 1207122 EXCAVATION AND FILL FOR UTILITIES 3123 00.10 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park F. Indemnification: 1. Indemnify and hold harmless Owner, employees, and agents, from any/all damages, costs (including without limitation legal fees, court costs, and cost of investigation), judgments or claims, by anyone, including workers or general public, for injury or death of person(s) resulting from collapse/failure of trenches constructed under this Contract. 2. Acknowledge and agree this indemnity provision provides indemnity for Owner in case claims are made Owner is negligent by act/omission in providing for trench safety, including but not limited to inspections, failure to issue stop -work orders, and hiring Contractor. G. Emergencies: In any emergency situation which may threaten or affect safety or welfare of persons or property, act at your discretion to prevent possible damage, injury, or loss. Any additional compensation or extension of time claimed for such action is considered in view of cause of emergency and per general conditions. 3.2 OPEN TRENCH RESTRICTION A. Limit stringing out pipeline ahead of trenching operations in street right-of-way, to linear footage of pipeline installed in 1 day's work. Under no circumstances is pipeline allowed to string out or store in street rights -of -way any longer than 1 day. Except where otherwise specified, indicated on Plans or accepted in writing by Architect, maximum length of open trench, where construction is in any stage of completion shall not exceed lengths set forth. Open trench includes excavation, pipe laying, backfilling, and pavement replacement. Descriptions under area designations are general in nature and may be amended in writing by Architect due to particular or peculiar field conditions. 1. Business District Areas: 300 linear feet. 2. Residential Areas: One block or 300 linear feet, whichever is less. 3. Undeveloped Areas: 1,000 linear feet (open trench shall not exceed length of 1 day's pipe laying)- B. Complete backfill of all trenches before removing dewatering operations from area to prevent possibility of pipe flotation. C. Excavated areas considered open trench until all pavement replacements made or all trenches outside of pavement replacement areas are backfilled, compacted, and replaced to original condition per Contract Documents. Completely backfill trenches across streets and place temporary or permanent pavement within 48 hours after laying pipe. D. Provide substantial steel plates, properly secured in place, with adequate trench bracing used to bridge across trenches at street and alley crossings and at commercial and residential driveways, where trench backfill and temporary patches are not completed before end of Contractor regular working hours. Provide safe and convenient passage for pedestrians at all times. Architect may designate an enclosed or railed passage for safe access of pedestrian traffic at any location adjacent to construction activities as necessary. Maintain access to fire stations, fire hydrants, schools, hospitals, EMS, emergency response, homes, and businesses at all times. 3.3 BEDDING A. Bedding and bedding zone for pipe shall be as specified in applicable portions of Sections 33 12 00 "Water Utility Distribution Equipment" and 33 31 00.10 "Sanitary and Storm Utility Sewerage Piping." 1207122 EXCAVATION AND FILL FOR UTILITIES 3123 00.10 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.4 BACKFILLING A. Backfill all trenches per this Section as soon as practicable after pipe is installed with specified bedding condition. As soon as practicable after laying and jointing pipe, completion of bedding, and completion of structures, Backfill trench. B. Backfill material immediately adjacent to pipe or bedding material shall meet gradation requirements recommended by geotechnical engineer. Material shall be free from rocks, boulders, clay or other unsuitable material(s). C. Placement of Backfill: If bedding requirements do not require bedding zone material to top or above pipe, carefully place first lift of Backfill material under and around pipe and thoroughly compact by mechanical tamps to spring line of pipe. When first lift is compacted by mechanical tamps, second lift shall be to 1 foot above top of pipe and compacted as specified. Placing each lift will be dependent upon pipe diameter and in no case shall each lift exceed 8 inches in thickness based upon loose measure. Backfilling remainder of trench shall be done in the following manner: 1. Place Backfill material in trench in layers not to exceed 8 inches. Backfill material shall be moistened as necessary to obtain optimum moisture and mechanically processed to a consistent material, uniform in color, moisture, and unit weight prior to placement and compaction efforts in the trench. Compact with approved mechanical compaction equipment until required density obtained. Do not use vibratory rollers in city streets. Depending upon mechanical compaction equipment used, Architect may allow Contractor to lay thicker lifts. If Contractor feels he can achieve passing density tests based upon density requirements of Contract with thicker lifts than 8 inches by loose measure, he shall first submit proposed method of compaction, type of equipment to use, and desired lift thickness. Architect shall determine whether Contractor's proposed methods are acceptable. In utilizing existing spoil for backfill material, any spoil that contains obvious and excessive amounts of clay and/or large cobbles (greater than 3 inches) shall not be acceptable for use in any zone. Architect shall determine whether excavated spoil is acceptable for Backfill material. 2. Density requirements shall be as: a. For all Backfill in areas to pave, obtain a density not less than 95 percent per ASTM D698 from top of subgrade to 18 inches below top of subgrade. Obtain a density 90 percent per ASTM D698 from 18 inches below top of subgrade to top of pipe bedding zone. b. For all Backfill not in paved areas, obtain a density not less than 90 percent per ASTM D698 from top of pipe bedding zone to ground surface. C. Jetting or water ponding methods not allowed. d. Slamming excavator bucket down on Backfill is unacceptable for compaction. Contractor shall use sheepsfoot wheel rollers or other approved mechanical compaction techniques. e. At Architect discretion, additional proctors and rework is required where compaction exceeds 103 percent of ASTM D698. Compaction result of 103 percent ASTM D698 or higher is cause for rejection. 1207122 EXCAVATION AND FILL FOR UTILITIES 3123 00.10 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park D. Field Quality Control: 1. Take field densities of backfill every 300 linear feet of pipe installation, per ASTM D698 at the following depths: a. One-third pipe height. b. Springline. C. Top of pipe. d. Every lift thereafter to ground surface. 2. Additionally, obtain 1 moisture density curve for each type of material used per ASTM D698, 1 sieve analysis, and 1 Plasticity Index for each type of imported material used per ASTM C136 and D4318. 3. Sloping the backfill with an excavator to test multiple lifts is not permitted. Each lift shall pass moisture and density requirements prior to placement of subsequent lifts. E. Backfill and Maintenance: 1. Following backfill completion, maintain trench surface in a satisfactory manner until final completion and acceptance of finished Project. Maintenance shall include blading as necessary, filling depressions caused by settlement, and other Work required to keep areas and roads in satisfactory condition. 2. Repair any settlement which occurs before and during the 1-year warranty period at Contractor expense. END OF SECTION 1207122 EXCAVATION AND FILL FOR UTILITIES 3123 00.10 - 6 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 3131 16 - TERMITE CONTROL PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Soil treatment with termiticide. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include the EPA -Registered Label for termiticide products. 1.3 INFORMATIONAL SUBMITTALS A. Product certificates. B. Soil Treatment Application Report: Include the following: 1. Date and time of application. 2. Moisture content of soil before application. 3. Termiticide brand name and manufacturer. 4. Quantity of undiluted termiticide used. 5. Dilutions, methods, volumes used, and rates of application. 6. Areas of application. 7. Water source for application. C. Bait -Station System Application Report: Include the following: 1. Location of areas and sites conducive to termite feeding and activity. 2. Plan drawing showing number and locations of bait stations. 3. Dated report for each monitoring and inspection occurrence indicating level of termite activity, procedure, and treatment applied before time of Substantial Completion. 4. Termiticide brand name and manufacturer. 5. Quantities of termiticide and nontoxic termite bait used. 6. Schedule of inspections for 1 year from date of Substantial Completion. D. Warranties: Sample of special warranties. 1.4 QUALITY ASSURANCE A. Installer Qualifications: A specialist who is licensed according to regulations of authorities having jurisdiction to apply termite control treatment and products in jurisdiction where Project is located and who employs workers trained and approved by manufacturer to install manufacturer's products. B. Regulatory Requirements: Formulate and apply termiticides and termiticide devices according to the EPA -Registered Label. C. Preinstallation Conference: Conduct conference at Project Site. 1207122 TERMITE CONTROL 31 31 16 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.5 PROJECT CONDITIONS A. Environmental Limitations: To ensure penetration, do not treat soil that is water saturated or frozen. Do not treat soil while precipitation is occurring. Comply with requirements of the EPA -Registered Label and requirements of authorities having jurisdiction. B. Coordinate soil treatment application with excavating, filling, grading, and concreting operations. Treat soil under footings, grade beams, and ground -supported slabs before construction. C. Install bait -station system during construction to determine areas of termite activity and after construction, including landscaping, is completed. 1.6 WARRANTY A. Soil Treatment Special Warranty: Manufacturer's standard form, signed by applicator and Contractor, certifying that termite control Work, consisting of applied soil termiticide treatment, will prevent infestation of subterranean termites. If subterranean termite activity or damage is discovered during warranty period, re -treat soil and repair or replace damage caused by termite infestation. 1. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 SOIL TREATMENT A. Termiticide: Provide an EPA -Registered termiticide, complying with requirements of authorities having jurisdiction, in an aqueous solution formulated to prevent termite infestation. Provide quantity required for application at the label volume and rate for the maximum termiticide concentration allowed for each specific use, according to product's EPA -Registered Label. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. BASF Corporation, Agricultural Products; Termidor. b. Bayer Environmental Science; Premise 75. C. Control Solutions; Supertc. d. FMC Corporation, Agricultural Products Group; Dragnet FT. e. Gaford Pest Control 2. Service Life of Treatment: Soil treatment termiticide that is effective for not less than 5 years against infestation of subterranean termites. PART 3 - EXECUTION 3.1 APPLICATION, GENERAL A. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's EPA -Registered Label for products. 1207122 TERMITE CONTROL 31 31 16 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.2 APPLYING SOIL TREATMENT A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements for moisture content of soil per termiticide label requirements, interfaces with earthwork, slab and foundation work, landscaping, utility installation, and other conditions affecting performance of termite control. B. Proceed with application only after unsatisfactory conditions have been corrected. C. Soil Treatment Preparation: Remove foreign matter and impermeable soil materials that could decrease treatment effectiveness on areas to be treated. Loosen, rake, and level soil to be treated except previously compacted areas under slabs and footings. Termiticides may be applied before placing compacted fill under slabs if recommended in writing by termiticide manufacturer. 1. Fit filling hose connected to water source at the Site with a backflow preventer, complying with requirements of authorities having jurisdiction. D. Application: Mix soil treatment termiticide solution to a uniform consistency. Provide quantity required for application at the label volume and rate for the maximum specified concentration of termiticide, according to manufacturer's EPA -Registered Label, to the following so that a continuous horizontal and vertical termiticidal barrier or treated zone is established around and under building construction. Distribute treatment evenly. 1. Slabs -on -Grade: Underground -supported slab construction, including footings, building slabs, and attached slabs as an overall treatment. Treat soil materials before concrete footings and slabs are placed. 2. Foundations: Adjacent soil, including soil along the entire inside perimeter of foundation walls; along both sides of interior partition walls; around plumbing pipes and electric conduit penetrating the slab; around interior column footers, piers, and chimney bases; and along the entire outside perimeter, from grade to bottom of footing. Avoid soil washout around footings. 3. Crawlspaces: Soil under and adjacent to foundations as previously indicated. Treat adjacent areas including around entrance platform, porches, and equipment bases. Apply overall treatment only where attached concrete platform and porches are on fill or ground. 4. Masonry: Treat voids. 5. Penetrations: At expansion joints, control joints, and areas where slabs will be penetrated. E. Avoid disturbance of treated soil after application. Keep off treated areas until completely dry. F. Protect termiticide solution, dispersed in treated soils and fills, from being diluted until ground -supported slabs are installed. Use waterproof barrier according to EPA -Registered Label instructions. G. Post warning signs in areas of application. H. Reapply soil treatment solution to areas disturbed by subsequent excavation, grading, landscaping, or other construction activities following application. END OF SECTION 1207122 TERMITE CONTROL 3131 16 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 32 1150 - FLEXIBLE BASE COURSE PART 1- GENERAL 1.1 SUMMARY A. Section includes excavating, crushing, hauling, and spreading base material and wetting, compacting, and shaping it to form a flexible base course for paving, to lines, grades, and typical cross section shown on Plans, and as specified herein. Furnish all materials, equipment, tools, labor, superintendence, and incidentals necessary to complete Work. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 3123 00 "Excavation and Fill." 1.2 QUALITY CONTROL A. This list is a guideline for number of tests required per sequence of construction. Architect shall direct required tests and reserves the right to adjust, modify, or waive required test. 1. Base Material: Retest gradation, liquid limits and plasticity index, for each 10,000 square yards of base material laid. 2. Compaction Test: One field density test required for each 500 square yards of caliche base material laid. 1.3 SUBMITTALS A. Submit product data representative of product per Submittal Procedures and sample must be less than 12 months old. B. Product Data: Must submit product data for each source. C. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of these with requirements indicated, based on comprehensive testing: 1. Atterburg limits. 2. Sieve analysis. 3. Proctor. 4. Wet ball mill. PART 2 - PRODUCTS 2.1 CALICHE BASE A. Furnish materials for constructing base course from Architect -approved source. Locate source of caliche, securing approval of source, and arrange with property Owner on which pit is located, for use of material. Strip pits of all unacceptable material and dispose stripping as agreeable to pit property Owner. Open pits to immediately expose vertical faces of all various strata of acceptable material. Unless otherwise directed, secure material in successive vertical cuts extending through all exposed strata. Any incidental costs, including securing, stripping, or crushing base material, is paid by Contractor. 1207122 FLEXIBLE BASE COURSE 32 11 50 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park B. Screen all acceptable material, crush, and return oversized material to screened material so a uniform material is produced. Processed caliche base material, when properly slaked and tested by TxDOT standard laboratory methods, shall meet the following requirements: Property Test Method Grade 1-2 Grade 3 Grade 5 Sampling Tex-400-A Master gradation sieve size (cumulative % retained) Tex-110-E 2-1/2" 0 0 0 1-3/4" 0-10 0-10 0-5 7/8" 10-35 - 10-35 3/8" 30-65 - 35-65 #4 45-75 45-75 45-75 #40 65-90 50-85 70-90 Liquid Limit, % Max Tex-104-E 40 40 35 Plasticity Index, Max' Tex-106-E 10 12 10 Plasticity index, Min' As shown on the plans As shown on the plans As shown on the plans Wet ball mill, % Max Tex- 116-E 40 40 Wet ball mill, % Max increase passing the #40 sieve 20 20 C. Crushed or recycled concrete must meet TxDOT 247 Type D Recycled Materials. Tests necessary to show compliance will be required in a Submittal. D. Recycled material (Recycled Asphalt Pavement (RAP), etc.) not permitted unless specifically shown otherwise on Plans. PART 3 - EXECUTION 3.1 HAULING AND PLACING A. Before placing any base material, shape, wet, roll, and compact subgrade to cross -sections and grades specified per Section 3123 00 "Excavation and Fill." 1207122 FLEXIBLE BASE COURSE 32 11 50 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park B. Place flexible base in uniform courses with compacted thicknesses no more than 8 or less than 3 inches compacted if compaction achieved. Deliver material in approved vehicles of uniform capacity and supply amount of material required to construct base course to thickness shown on Plans. Spread and shape to thoroughly mix material and prevent segregation. Sprinkling during this process required if necessary to prevent segregation. When shaping is completed, material shall be uniformly well graded and of proper thickness. Spread and shape material deposited upon subgrade the same day. In event inclement weather or other unforeseen circumstances renders impractical spreading of material during the day it is deposited, material shall be scarified, mixed and spread as directed by Architect. Correct and remove or replace all areas and nests of segregated coarse or fine materials with well -graded material. If additional or corrective binder required, it shall be furnished and applied in amount directed by Architect. Carefully and evenly incorporate such binder material with material in place by scarifying, harrowing, or other approved method. 3.2 COMPACTING AND FINISHING A. After material is properly spread, sprinkle, roll, and blade until thoroughly compacted. During compaction, apply water to maintain optimum moisture in material and sufficiently blade base course to ensure a uniform distribution of base materials and smooth uniform surface, true to section and grades established, after final compaction. Compact by rolling with pneumatic and steel -wheeled rollers as approved by Architect. In areas not accessible to roller, compact base material with mechanical tampers or other approved methods to secure uniform compaction over entire paved area. Throughout entire operation, maintain shape of base course by blading. Blading and rolling shall continue until course is thoroughly compacted and surface is smooth and in conformity with typical sections shown on Plans, to lines and grades established. Compact material to 95 percent maximum density, at optimum moisture, as determined by ASTM D1557. At Architect discretion, additional proctors and rework shall be required where compaction exceeds 103 percent of ASTM D1557. A compaction result of 103 percent ASTM D1557 or higher is cause for rejection. B. Immediately correct all irregularities, depressions, or weak spots which develop during compaction by scarifying areas affected, adding or removing material as required, reshaping, and recompacting by sprinkling and rolling. Immediately before placing surfacing, check base for grade and cross section, and correct any deviation in excess of 1/4-inch from grade or true cross section. Set blue tops to finished base elevations to check base for proper grade and elevation. C. If base course is opened to traffic before surfacing, satisfactorily maintain base by wetting, blading, and rolling until wearing surface is placed thereon. END OF SECTION 1207122 FLEXIBLE BASE COURSE 32 11 50 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 32 12 16 — ASPHALT PAVING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Hot -mix asphalt paving and patching. 2. Asphalt surface treatments. 3. Pavement -marking paint. 4. Cold milling existing hot -mix asphalt pavement. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 32 11 50 "Flexible Base Course." 1.2 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D8 for definitions of terms. 1.3 REFERENCES A. AASHTO T 102 - Spot Test of Asphaltic Materials. B. AASHTO M 248 - Standard Specification for Ready -Mixed White and Yellow Traffic Paints. C. Al MS-2 - Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types. D. AIMS-22 - Construction of Hot Mix Asphalt Pavements. E. ASTM C 29 - Unit Weight and Voids in Aggregate. F. ASTM C 88 - Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. G. ASTM C 117 - Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing. H. ASTM C 127 - Specific Gravity and Absorption of Coarse Aggregate. L ASTM C 128 - Specific Gravity and Absorption of Fine Aggregate. J. ASTM C 131 - Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. K. ASTM C 136 - Sieve Analysis of Fine and Coarse Aggregates L. ASTM C 188 - Density of Hydraulic Cement. M. ASTM D 70 - Specific Gravity of Semi -Solid Bituminous Materials. N. ASTM D 75 - Sampling Aggregates. O. ASTM D 242 - Mineral Filler for Bituminous Paving Mixtures. P. ASTM D 546 - Sieve Analysis of Mineral Filler for Road and Paving Materials. Q. ASTM D 692 - Coarse Aggregate for Bituminous Paving Mixtures. R. ASTM D 854 - Specific Gravity of Soils. S. ASTM D 946 - Penetration -Graded Asphalt Cement for Use in Pavement Construction. T. ASTM D 979 - Sampling Bituminous Paving Mixtures. U. ASTM D 995 - Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures. V. ASTM D 1073 - Fine Aggregate for Bituminous Paving Mixtures. W. ASTM D 1075 - Effect of Water on Cohesion of Compacted Bituminous Mixtures. 1207122 ASPHALT PAVING 32 12 16 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park X. ASTM D 1188 - Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens. Y. ASTM D 2027 - Standard Specification for Cutback Asphalt (Medium -Curing Type). Z. ASTM D 2041 - Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures. AA. ASTM D 2172 - Quantitative Extraction of Bitumen from Bituminous Paving Mixtures. BB. ASTM D 2726 - Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures. CC. ASTM D 2950 - Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods. DD. ASTM D 3381 - Viscosity -Graded Asphalt Cement for Use in Pavement Construction. EE. ASTM D 3405 - Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements. FF. ASTM D 3549 - Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens. GG. TEX-126-E - Molding, Testing and Evaluating Bituminous Black Base Materials. HH. TEX-204-F - Design of Bituminous Mixtures. IL TEX-224-F - Determining Flakiness Index. JJ. TxDOT Item 300 - Asphalt, Oils and Emulsions. KK. TxDOT Item 301 - Asphalt Antistripping Agents. LL. TxDOT Item 340 - Specification for Hot Mix Asphaltic Concrete Pavement. MM. TxDOT Item 345 - Specification for Asphaltic Stabilized Base (Plant Mix). 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include technical data and tested physical and performance properties. B. Job -Mix Designs: Submit for approval before preparing and placing bituminous mixture. Design mix using procedures contained in TxDOT Standard Specifications. Formulas shall indicate physical properties of mixes as shown by tests made by a commercial laboratory approved by Architect, using materials identical to those provided on Project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by Contractor and approved by Architect. Provide a new job -mix formula for each source change. C. Qualification Data: Submit qualifications for product manufacturers. D. Material Test Reports: 1. Specific gravity test of asphalt. 2. Coarse aggregate tests. 3. Weight of slag test. 4. Percent of crushed pieces in gravel. 5. Fine aggregate tests. 6. Specific gravity of mineral filler. 7. Bituminous mixture tests. 8. Aggregates tests. 9. Bituminous mix tests. 10. Pavement courses. 1207122 ASPHALT PAVING 32 12 16 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified per ASTM D3666 for testing indicated, as documented per ASTM E548. B. Asphalt -Paving Publication: TxDOT Item 340 "Hot Mix Asphalt Pavement." C. Required Data - Job -mix formula shall show: 1. Source and proportions, percent by weight, of each ingredient of mixture. 2. Correct gradation, percentages passing each size sieve listed in Specifications for mixture to be used, aggregate, and mineral filler from each separate source and from each different size used in mixture and for composite mixture. 3. Amount of material passing the No. 200 sieve determined by dry sieving. 4. Number of blows of hammer compaction per side of molded specimen. 5. Temperature viscosity relationship of the asphalt cement. 6. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight. 7. Asphalt absorption by the aggregate. 8. Effective asphalt content as percent by weight of total mix. 9. Temperature of mixture immediately upon completion of mixing. 10. Asphalt viscosity grade and/or penetration range. 11. Curves for asphalt stabilized base and hot mix asphalt paving courses. 1.6 DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered to site for damage and store with minimal handling. Store aggregates to prevent segregation, contamination, or intermixing different aggregate sizes. 1.7 PROJECT CONDITIONS A. Environmental Limitations. Do not apply asphalt materials if subgrade is wet, excessively damp, or the following conditions are not met: 1. Prime and Tack Coats: Minimum surface temperature of 60 degrees F. 2. Asphalt Surface Course: Minimum surface temperature of 60 degrees F at time of placement. Engineer must approve placement when ambient temperatures are less than 50 degrees F before placement. B. Pavement -Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at minimum 40 degrees F ambient or surface temperature for oil -based materials, 50 degrees F for water -based materials, not exceeding 95 degrees F. 1.8 MIXING PLANT A. Provide mixing plant able to meet Project needs. B. At no time shall plant hinder Project progress. 1207122 ASPHALT PAVING 32 12 16 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 2 - PRODUCTS 2.1 MATERIALS A. Aggregate: Use materials/gradations that performed satisfactorily in previous installations. 1. Coarse Aggregate shall conform to ASTM D692. a. Material retained on a No. 4 sieve shall consist of clean, washed, durable fragments of crushed stone of uniform quality. Mixing or combining crushed gravel and crushed stone is not permitted. Coarse aggregate shall be crushed to extent that produces 85 percent minimum crushed faces for Type D HMAC when tested per TEX-460-A. Part 1 "Determination or Crushed Face Count." b. Maximum loss of 20 percent when subjected to 5 cycles of Magnesium Sulfate Soundness Test ASTM C88. Amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 2 percent. When subjected to Los Angeles Abrasion test, coarse aggregate shall not have a loss greater than 40 percent by weight. C. Coarse aggregate may be enhanced with crushed concrete (CL A min). 2. Fine Aggregate shall conform to ASTM D1073. a. That part of material passing No. 40 sieve consisting of sand/screenings. Plasticity index of that part of sand passing the 40 sieve shall not exceed 6. Plasticity index of screenings shall not exceed 9. b. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings to be same/similar material specified for coarse aggregate. 3. Mineral Filler shall conform to ASTM D242 and consist of thoroughly -dry stone dust, Portland cement, or other material dust approved by Architect. Mineral filler shall be free of foreign and other injurious matter and meet the following gradation: a. Percent Passing on No. 30 Sieve: 95 to 100. b. Percent Passing on No. 80 Sieve: 75 minimum. C. Percent Passing on No. 200 Sieve: 55 minimum. B. RAP: 1. Salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so 100 percent of particles pass 2-inch sieve. 2. From Contractor or other sources including RAP generated during Project, permitted only when shown on Plans. Owner -owned RAP, if allowed for use, available at location shown on Plans. When RAP used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on Plans. 3. When RAP allowed by Plan note, use no more than 30-percent RAP in Types A or B mixtures unless otherwise shown on Plans. For all other mixtures, use no more than 20-percent RAP unless otherwise shown on Plans. 4. Do not use RAP contaminated with dirt or other objectionable materials. Do not use RAP if decantation value exceeds 5 percent and plasticity index is greater than 8. Test stockpiled RAP for decantation per the laboratory method given in Tex-406-A, Part L Determine plasticity index using Tex-106-E if decantation value exceeds 5 percent. Decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 5. Do not intermingle Contractor -owned RAP stockpiles with other RAP stockpiles. Remove unused Contractor -owned RAP material from Project site upon completion of Project. Return unused Owner -owned RAP to the designated stockpile location. 1207122 ASPHALT PAVING 32 12 16 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Asphalt: 1. Performance grade 64-28 S or L, AASHTO Performance Graded Binder Specification (MP1) or AC 10 with latex. 2. Notify Architect of source of asphaltic material for approval before production of the asphaltic mixture. 3. Optimum asphalt content determined by Tex 236F method. 4. Asphalt content of paving mixture shall not be below optimum or vary from specified design asphalt content by more than plus or minus 0.2 percent dry weight, based on total mixture. D. Prime Coat: Prime surface using an application of 0.20 to 0.30 gallons per square yard of MC asphalt per ASTM D2027 - MC 30. E. Tack Coat: Asphaltic material for tack coat shall meet requirements for Cut -Back Asphalt RC-250, slow rate cure SS-1 emulsified asphalt, or medium rate cure MS-1 emulsified asphalt or PG grade asphalt as used in HMAC Surface Course. F. Joint Sealant: ASTM D3405 or AASHTO M 301, hot -applied, single -component, polymer -modified bituminous sealant. G. Emulsified Asphalt Sealer: Spray all HMAC surface courses with an emulsified asphalt sealer consisting of a 15/85 mixture of an MS-2, or 20/80 SS-1, liquid anionic asphalt, and distilled water. Apply emulsified asphalt sealer after HMAC surface cools to below 70 degrees F, applied at a rate of 0.10 to 0.12 gallons per square yard of surface. H. Mix Design: 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed per procedures in Al MS-2 - Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types. Provide mixes with a history of satisfactory performance in geographical area Project is located. 2. Base Course: a. Asphalt Stabilized Base (ASB) shall consist of a compacted mixture of graded -gravel aggregate and asphalt cement mixed hot in a mixing plant per TxDOT Standard Specifications, 2004, Item 340 Dense -Graded Hot -Mix Asphalt (Method). b. Provide a current mix design using approved materials indicating gradation and optimum asphalt content. Aggregate mixture shall conform to the following master gradation: Sieve Size I 1-1/2-Inch 3/4-Inch 1/2-Inch 44 1 440 Percent Retained b Wei ht 1 0 8 to 30 30 to 55 55 to 70 1 70 to 90 C. Material passing #40 sieve known as soil binder and meet these requirements: 1) Liquid Limit Shall Not Exceed: 45. 2) Plasticity Index Shall Not Exceed: 15. 3) Linear Shrinkage Shall Not Exceed: 5. d. Mineral aggregate shall not contain more than 0.5 percent moisture before entering the pug mill for mixing with asphalt. 1207122 ASPHALT PAVING 32 12 16 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park e. ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. Mineral aggregate shall conform to gradation requirements specified. Percent asphaltic material determined per Test Method Tex.-126-E or Tex.-204-F and procedures outlined in TxDOT Bulletin C-14. In no case shall asphalt content be less than 4 nor more than 9 percent by weight. Asphalt for mixture shall meet requirements of TxDOT Item 300 "Asphalt, Oils, and Emulsions." Grade of asphalt and source must be approved by Architect before use. Surface Course: a. Hot mix asphalt concrete surface shall consist of a compacted mixture of coarse aggregate, fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant per Specifications. Unless otherwise specified, materials and construction shall conform to TxDOT Item 340 DGR HMA (M). b. Combined mineral aggregate, after final processing by mixing plant and before addition of asphalt and mineral filler, shall have a sand equivalent value not less than 45 when tested per Test Method Tex 203-F. Flat or elongated slivers of stone for any aggregate shall not exceed 25 percent when tested per Test Method Tex 224-F. C. Condition asphaltic mixtures with aggregates which exhibit stripping characteristics with lime or liquid anti -stripping agent approved by Architect. Anti -stripping agents shall meet requirements of TxDOT Item 301 "Asphalt Antistripping Agents," and added at manufacturer's recommended dosage and temperature range. d. Provide a current HMAC mix design indicated on Drawings using approved materials indicating gradation and optimum asphalt content. Aggregate mixture shall conform to the following master gradation from TxDOT 2004 Standard Specifications: Master Gradation Bands (% Passing by Weight or Volume) and Volumetric Properties Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 1-1/2 inch 98.0 to 100.0 - - - - 1 inch 78.0 to 94.0 98.0 to 100.0 - - - 3/4-inch 64.0 to 85.0 84.0 to 98.0 95.0 to 100.0 - - 1/2-inch 50.0 to 70.0 - - 98.0 to 100.0 - 3/8-inch - 60.0 to 80.0 70.0 to 85.0 85.0 to 100.0 98.0 to 100.0 #4 30.0 to 50.0 40.0 to 60.0 43.0 to 63.0 50.0 to 70.0 80.0 to 86.0 #8 22.0to36.0 29.0to43.0 32.0to44.0 35.0to46.0 38.0to48.0 #30 8.0to23.0 13.0to28.0 14.0to28.0 15.0to29.0 12.0to27.0 #50 3.0to 19.0 6.0to20.0 2.0to21.0 7.0to20.0 6.0to 19.0 #200 2.0to7.0 2.0to7.0 2.0to7.0 2.0to7.0 2.0to7.0 Design VMAl, Percent Minimum - 12.0 13.0 14.0 1 15.0 16.0 1207122 ASPHALT PAVING 32 12 16 - 6 10/23 City of Lubbock Pickleball Facility at McAlister Park Material passing No. 40 sieve known as soil binder and meet: 1) Liquid Limit Shall Not Exceed: 45. 2) Plasticity Index Shall Not Exceed: 15. 3) Linear Shrinkage Shall Not Exceed: 5. Mineral aggregate shall not contain more than 0.5 percent moisture before entering pug mill for mixing with asphalt. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas unstable or requiring further compaction. C. Proceed with paving only after unsatisfactory conditions are corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application: Immediately following surface preparation, apply prime coat by bituminous distributor. Apply bituminous material at a 25- to 75-pound per square inch pressure range within temperature limits specified herein, and not less than 0.20 nor more than 0.30 gallon of bituminous material per square yard. Apply bituminous material so uniform distribution is obtained over entire surface to treat with slight puddling on surface. Unless distributor is equipped to obtain satisfactory results at junction of previous and subsequent applications, spread building paper on surface of applied material for a sufficient distance back from ends of each application so flow from sprays may start and stop on paper and all sprayers will operate at full force on surface to treat. Immediately after application, remove building paper and apply bituminous material to spots missed by distributor. B. Curing: Following application of bituminous material, allow surface to cure without disturbing not less than 48 hours, or longer as necessary, to attain penetration into foundation course and evaporation of volatiles from bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain primed surface until succeeding layer of pavement is placed by protecting surface against damage and by repairing and re -priming deficient areas. C. Temperature: Maintain application temperature 68 to 149 degrees F. D. Protection: Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. 3.3 TACK COAT A. Apply tack coat when surface to treat is dry. Immediately following preparation of surface for treatment, apply bituminous material by bituminous distributor, within limits of temperature specified herein at not less than 0.05 nor more than 0.15 gallon of diluted emulsion per square yard. Apply bituminous material so uniform distribution obtained over entire surface treated. Treat lightly -coated areas and spots missed by distributor with bituminous material. Following application of bituminous material, allow surface to cure without disturbing for time necessary to permit setting tack coat. Apply bituminous tack coat only as far in advance of placing overlying layer as required for that day's operation. Maintain and protect treated surface from damage until succeeding course of pavement is placed. 1207122 ASPHALT PAVING 32 12 16 - 7 10/23 City of Lubbock Pickleball Facility at McAlister Park B. Temperature: Maintain application temperature 122 to 185 degrees F. C. Material Test: Perform spot test for asphalt per AASHTO T102 on each shipment. D. Traffic Controls: Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so traffic will not travel on freshly -treated surfaces. 3.4 ASPHALT STABILIZED BASE COURSE (ASB) A. Do not place ASB when air temperature as reported by National Weather Service is below 45 degrees F and falling. B. Place ASB at 255-85 degrees F during June, July, and August. During other months, place ASB at 275 to 325 degrees F. C. Reject any ASB material above or below specified temperature range. No payment made for any rejected material. D. Place and compact ASB in 3-inch lifts unless otherwise directed by Architect. Place material so when properly compacted, finished course is smooth, of uniform density, and in conformance with required cross -sections and grades. 3.5 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, minimum 6 inches. 3. Offset transverse joints, in successive courses, minimum 24 inches. 4. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints within 2 percent of specified course density. 3.6 COMPACTION A. Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or vibratory -plate compactors in areas inaccessible to rollers. Complete compaction before mix temperature cools to 185 degrees F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin immediately after breakdown rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course is uniformly compacted to 92- to 97-percent of density with 3- to 8-percent air voids. D. Finish Roll paved surfaces to remove roller marks while hot -mix asphalt is still warm. E. Edge Shaping: While surface is compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. 1207122 ASPHALT PAVING 32 12 16 - 8 10/23 City of Lubbock Pickleball Facility at McAlister Park G. Protection: After final rolling, do not permit vehicular traffic on pavement until it cools and hardens. H. Erect barricades to protect paving from traffic until mixture cools enough not to become marked. 3.7 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce thickness indicated within these tolerances: 1. Base Course: Plus or minus 1/2-inch. 2. Surface Course: Plus 1/4-inch, no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4-inch. 2. Surface Course: 1/8-inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4-inch. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Perform field tests and inspections and prepare test reports. Testing agency will conduct and interpret tests and state in each report whether tested Work complies with or deviates from specified requirements. B. Perform additional testing and inspecting, at Contractor expense, to determine compliance of replaced or additional Work with specified requirements. C. Thickness: In -place compacted thickness of hot -mix asphalt courses determined per ASTM D3549. D. Surface Smoothness: Finished surface of each hot -mix asphalt course will be tested for compliance with smoothness tolerances. E. In -Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement per ASTM D979 or AASHTO T 168. 1. Reference maximum theoretical density determined by averaging results from four samples of hot -mix asphalt -paving mixture delivered daily to site, prepared per ASTM D2041, and compacted per job -mix specifications. 2. In -place density of compacted pavement determined by testing core samples per ASTM D1188 or D2726. Take one core sample for every 2,000 square yards or less of installed pavement. F. Remove and replace or install additional hot -mix asphalt where test results or measurements indicate it does not comply with specified requirements. G. Owner may elect to take confirmation tests at Owner expense. Contractor shall cooperate with Owner's testing agency. Failing tests taken at Owner direction shall be charged to Contractor. Failing test charges shall include pro-rata technician charges, actual failing test charge, pro-rata mileage charge, and other pro -rated charges. 3.9 DISPOSAL A. Dispose excess materials per requirements of Contract Documents. Do not allow excavated materials to accumulate onsite. END OF SECTION 1207122 ASPHALT PAVING 32 12 16 - 9 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 32 13 13 - CONCRETE PAVING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Where Contractor elects to remove, or required to remove, and replace concrete pavement and driveway as part of construction. 2. Section applies also for repair or replacement of facilities otherwise damaged by Contractor operations, including: a. Concrete driveways. b. Concrete curb and gutter. C. Sidewalks, flatwork, and other miscellaneous concrete. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 3123 00 "Excavation and Fill." 3. Section 32 11 50 "Flexible Base Course." 4. Section 32 13 73 "Concrete Paving Joint Sealants." 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.3 SUBMITTALS A. Submit product data representative of product and less than 12 months old per Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of these with requirements indicated, based on comprehensive testing current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. 1207122 CONCRETE PAVING 32 13 13 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park E. Shop Drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures," showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Experienced installer who completed pavement work similar in material, design, and extent to this Project and whose work resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. Manufacturer must be certified per National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: Independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of same brand from same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301 "Specification for Structural Concrete," unless modified by requirements of Contract Documents. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.5 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2 - PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous, straight, smooth exposed surfaces. B. Use flexible or curved forms for curves of a radius 100 feet or less. C. Forms should be no less than 10 feet in length. D. Form -Release Agent: Commercially -formulated form -release agent with maximum 350 grams per liter volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces nor impair subsequent treatments of concrete surfaces. E. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and spalling of concrete upon removal. Provide units leaving no metal closer than 1.5 inches to plane of exposed concrete surface. Provide ties so, when removed, leaves holes not larger than 1 inch in diameter in concrete surface. 1207122 CONCRETE PAVING 32 13 13 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A185, fabricated from as -drawn steel wire into flat sheets, shall be 6 by 6 inches, 10-gauge welded -wire fabric, or as shown on Plans. B. Reinforcement Bars: ASTM A615, Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A615, Grade 60. Cut bars true to length with ends square and free of burrs. D. Tie Bars: ASTM A615, Grade 60, deformed. E. Hook Bolts: ASTM A307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting operations and permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports per CRSI "Manual of Standard Practice," from steel wire, plastic, precast concrete, or fiber -reinforced concrete of greater compressive strength than concrete, and: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5-foot maximum in any direction. 2.3 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Architect and Owner. B. Fiber reinforcement shall be 100-percent virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C1116, Type III. C. Specific Gravity: 0.91. D. Tensile Strength: 70,000 to 100,000 psi. E. Length: 2 inches. 2.4 CONCRETE MATERIALS A. Use same brand and type of cementitious material from same manufacturer throughout Project. B. Portland Cement: ASTM C150, Types I, II, or III or ASTM G176 IA, IIA, or IIIA for air entrained. C. Aggregate: ASTM C33, uniformly graded, from a single source, as: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C or D concrete shall be crushed limestone. 1207122 CONCRETE PAVING 32 13 13 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park 4. Aggregate shall be graded from fine to coarse and conform to ASTM C136. Gradation for aggregate shall meet these requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8-Inch 0 1-3/4-Inch 0 No.4 0-5 1-1/2-Inch 0-5 No.16 20-55 3/4-Inch 30-65 No.30 45-75 3/8-Inch 70-90 No.50 70-90 No.4 95-100 5. Maximum amounts of organic impurities shall conform to ASTM C40 and C87. Maximum amounts of impurities finer than #200 sieve shall conform to ASTM C 17. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C142. 6. Protect stockpiles from dusty conditions by drift fences or other methods approved by Architect. Stockpiling methods used shall not allow aggregate to roll down slope when adding to existing stockpiles. Built stockpiles in layers of uniform thickness. Equipment not permitted to operate over same lift repeatedly. 7. Coarse aggregate shall have maximum 18-percent loss when subjected to 5 cycles of magnesium sulfate soundness test (ASTM C88). 8. Wear percentage shall be no more than 40 when tested per ASTM C131 or C535. 9. Aggregates delivered to mixer shall consist of crushed stone, crushed gravel, or natural sand. Crushing shall result in a product with coarse aggregate having at least 95 percent by weight of particles with 1 or more fractured faces and 75 percent by weight of particles with 2 or more fractured faces. Aggregate shall be composed of sound, tough, durable particles and meet requirements for deleterious substances given in ASTM C33. Aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces (having a ratio between maximum and minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1). D. Water: ASTM C94. 2.5 ADMIXTURES A. Use of any material added to concrete mix shall be approved by Owner's Representative. B. Admixtures certified by manufacturer to contain no more than 0.1 percent water-soluble chloride ions by mass of cement and compatible with other admixtures. C. Air -Entraining Admixture: ASTM C260. Certified by manufacturer compatible with other required admixtures. D. Water -Reducing Admixture: ASTM C494, Type A. E. High -Range, Water -Reducing Admixture: ASTM C494, Types F or G. F. Water -Reducing and Accelerating Admixture: ASTM C494, Type E. G. Water -Reducing and Retarding Admixture: ASTM C494, Type D. 1207122 CONCRETE PAVING 32 13 13 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park 2.6 COVER MATERIAL FOR CURING A. Curing materials shall conform to one of these specifications: 1. Liquid membrane -forming compounds for curing concrete shall conform to ASTM C309 requirements, Type 2 (all resin base). 2. White polyethylene film for curing concrete shall conform to ASTM C171 requirements. 3. White burlap -polyethylene sheeting for curing concrete shall conform to ASTM C71 requirements. 4. Waterproof paper for curing concrete shall conform to ASTM C171 requirements. 2.7 RELATED MATERIALS A. Expansion/Isolation-Joint-Filler Strips: ASTM D1751, asphalt -saturated cellulosic fiber. B. Texture Surface for Ramps: 1. Meet requirements of Texas Accessibility Standards. 2. Color as selected by Owner. 3. Surface should be non-skid. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. C. Bonding Agent: Polyvinyl acetate or acrylic base. D. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.8 CONCRETE MIXES A. Prepare design mixes, proportioned per ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for trial batch method. Do not use Owner's field quality -control testing agency as independent testing agency. C. Proportion mixes to provide concrete with 0.45 maximum water-cementitious material ratio. D. Concrete Classification: 1. Class A - Curb and gutter, sidewalks, curb ramps, medians, and miscellaneous slabs. 2. Class C - Concrete pavement, fillets, and driveways. E. Mix Design: 1. At least 15 days prior to beginning any concrete pavement construction, Contractor shall submit the following to Architect for approval: a. Test certificates from approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5-cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18 percent). b. Mix design based on water -cement ratio. C. Results of compression tests per ASTM C39 and/or flexural tests per ASTM C78, made by approved commercial testing laboratory. Tests shall be made on 6 cylindersibeams at curing times appropriate to concrete class. 1207122 CONCRETE PAVING 32 13 13 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park 2. Architect will approve/reject mix design and materials based on submittals. This approval is subject to additional testing during construction. 3. Mix designs for various classes of concrete shall conform to: Minimum Sacks Maximum Gallon Maximum Slum Class Cement per CY Water per Sack Inches A 5.0 6.5 4 ±1 C 6.0 6.0 4 ±1 F. Strength Requirements. Various classes of concrete shall conform to these strengths in psi as determined by average of 2 test cylinders or beams: COMPRESSIVE NNW Class 7 Day 28 Da A 2,100 3,000 - C 2,800 4,000 600 (28-day) G. Properties: 1. Air Entrainment: 5 percent, plus or minus 1-1/2 percent ASTM C260. 2. When Approved by the Engineer, Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 pound per cubic yard (where applicable). 2.9 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C94. B. Ready -Mixed Concrete: Comply with ASTM C94 and C 1116 requirements when synthetic fibers are involved. When air temperature is 85 to 90 degrees F, reduce mixing and delivery time from 90 to 75 minutes. When air temperature is above 90 degrees F, reduce mixing and delivery time to 60 minutes. C. Project -Site Mixing: Comply with requirements and measure, batch, mix concrete materials, and concrete per ASTM C94. Mix concrete materials in appropriate drum -type batch machine mixer. 1. For mixers of 1 cubic yard or smaller capacity, continue mixing at least 1.5 but not more than 5 minutes after ingredients are in mixer, before releasing any part of batch. 2. For mixers of capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. 3. Provide batch ticket for each batch discharged and used in Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. 2.10 CONCRETE BUMPERS (WHEELSTOPS) A. Cement: Portland Cement should contain minimum five sacks of cement per cubic yard ANSI/ASTM C 150, Portland Type I - Normal, gray color. B. Concrete Materials: ANSI/ASTM C330; water and sand. C. Reinforcing Steel: ASTM A615, deformed steel bars. 1207122 CONCRETE PAVING 32 13 13 - 6 10/23 City of Lubbock Pickleball Facility at McAlister Park D. Air Entrainment Admixture: ANSI/ASTM C260. E. Concrete Mix: Minimum 4,500 psi, 28-day strength, air entrained 5 to 7 percent, with fibermesh. F. Use rigid molds, constructed to maintain precast units uniform in shape, size and finish. Maintain consistent quality during manufacture. G. Embed two #5 reinforcing steel bars, and drill or sleeve for 2 dowels. H. Cure units to develop concrete quality and minimize appearance blemishes (non -uniformity, staining, surface crackling, etc.). L Nominal Size: 6 inches high, 9 inches wide, 6 feet long. J. Profile: Rectangular cross section with sloped vertical faces, square ends. K. Anchoring Dowels: Cut reinforcing steel, 1/2-inch diameter, 12 inches long, pointed tip. PART 3 - EXECUTION 3.1 PREPARATION A. Proofroll prepared subgrade and base surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions are corrected and subgrade and base are ready to receive pavement. B. Remove loose material from compacted subbase surface just before placing concrete. C. Remove snow, ice, frost, and trash from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen or muddy surfaces. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form -release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEMENT A. Comply with CRSI "Manual of Standard Practice," for fabricating reinforcement and per CRSI "Placing Reinforcing Bars," for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 1207122 CONCRETE PAVING 32 13 13 - 7 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.4 JOINTS A. Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and where pavement operations are stopped for more than 1/2-hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent where fresh concrete is placed against hardened or partially -hardened concrete surfaces. C. Isolation Joints: Form of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2- or more than 1-inch below finished surface if joint sealant indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete is placed on both sides of joint. D. Longitudinal joints shall be completed as soon as it will not cause excessive raveling of the concrete but no more than 24 hours after placement and before any traffic is allowed on the pavement. A crew should be available, day or night, to complete this work according to ACI. E. Driveways and Pavements - Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to radius noted on Plans. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. Refer to Plans for joint dimensions. F. Sidewalks - Control Joints: Sawcut 1/8-inch control joints after curing to depth shown on Plans. Joints shall be clean, straight lines as shown on Plans. Clean concrete surface of all debris after installation. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to embed or cast in. B. Moisten subbase to provide a uniform dampened condition when placing concrete. Do not place concrete around manholes/other structures until at required finish elevation/alignment. C. Comply with ACI 304R requirements and recommendations for measuring, mixing, transporting, and placing concrete. 1207122 CONCRETE PAVING 32 13 13 - 8 10/23 City of Lubbock Pickleball Facility at McAlister Park D. Deposit and spread concrete in continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. E. Consolidate concrete by mechanical -vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete per ACI 309R recommendations. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator, keeping it away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. F. Place concrete in 2 operations. Strike off initial pour for entire width of placement and to required depth below finish surface. Lay welded -wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. Remove and replace portions of bottom layer of concrete placed more than 15 minutes without covering by top layer or use bonding agent if approved by Architect. G. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on surface. Do not further disturb concrete surfaces before finishing operations or spreading dry -shake surface treatments. H. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement attains 85 percent of 28-day compressive strength. I. Cold -Weather Placement: Comply with ACI 306.1. Protect concrete Work from physical damage or reduced strength caused by frost, freezing actions, or low temperatures. 1. When air temperature falls to, or is expected to fall, below 40 degrees F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature not less than 50 nor more than 80 degrees F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. J. Hot -Weather Placement: Place concrete per ACI 305R recommendations and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Use chilled mixing water or chopped ice to control temperature, if water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 1207122 CONCRETE PAVING 32 13 13 - 9 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.6 CONCRETE FINISHING A. Wetting concrete surfaces during screeding, initial floating, or finishing operations is prohibited. B. Float Finish: Begin second floating operation when bleed -water sheen disappears and concrete surface stiffens sufficiently to permit operations. Float surface with power -driven floats or hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high and fill low spots. Refloat surface immediately to uniform granular texture. 1. Light -to -Medium Broom Finish: Concrete sidewalks. 2. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways, provide a medium -to -coarse finish by dragging float -finished concrete surface 1/16- to 1/8-inch deep with a stiff -bristled broom, perpendicular to line of traffic. C. Wall Finishes: Concrete walls shall be form -revealed finish. Reference Plans for forms dimension control. 3.7 CONCRETE PROTECTION AND CURING A. Protect freshly -placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and follow ACI 305R recommendations for hot -weather protection during curing. B. Evaporation Retarder: Apply to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2-pound per square foot by H before and during finishing operations. Apply per manufacturer -written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water disappears from concrete surface. D. Curing Methods: Moisture curing, moisture -retaining -cover curing, curing compound, or a combination as follows: 1. Moisture Curing: Keep surfaces continuously moist not less than 7 days with: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller per manufacturer -written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 1207122 CONCRETE PAVING 32 13 13 - 10 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified herein. B. Testing Services shall be performed per the following requirements: 1. Sampling Fresh Concrete: Obtain representative samples of fresh concrete per ASTM C172, except modified for slump to comply with ASTM C94. 2. Slump: ASTM C 143; 1 test at point of placement for each compressive -strength test, but not less than 1 test for each day's pour of each type of concrete. Additional tests required when concrete consistency changes. 3. Air Content: ASTM C231, pressure method; 1 test for each compressive -strength test, but not less than 1 test for each day's pour of each type of air -entrained concrete. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees F and below and 80 degrees F and above, and 1 test for each set of compressive -strength specimens. 5. Compression Test Specimens: ASTM C31; 1 set of 4 standard cylinders for each compressive -strength test, unless otherwise indicated. Mold and store cylinders for laboratory -cured test specimens unless field -cured test specimens required. 6. Compressive -Strength Tests: ASTM C39; 1 set for each day's pour of each concrete class exceeding 5 but less than 25 cubic yards, plus 1 set for each additional 50 cubic yards. Test 1 specimen at 7 days and 2 at 28 days. Retain 1 specimen in reserve for later testing if required. 7. When frequency of testing will provide fewer than 5 compressive -strength tests for a given class of concrete, test from at least 5 randomly -selected batches or each batch if fewer than 5 are used. C. Report test results in writing to Architect and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. D. Nondestructive Testing: Architect may permit impact hammer, sonoscope, or other nondestructive device but do not use as sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements not met, as directed by Architect. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42, or by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete: 1. Concrete considered "questionable" where any of these tests evaluations occur: a. Individual test strength is below specified strength. b. Samples of concrete for acceptance test cylinders or acceptance test beams not representative of concrete -in -place in the pavement. C. Insufficient or inadequate concrete curing. d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 1207122 CONCRETE PAVING 32 13 13 - 11 10/23 City of Lubbock Pickleball Facility at McAlister Park 2. Except where core tests will impair structure strength, make core test as directed by Owner at no cost to Owner to resolve questionable concrete. If core tests fail to demonstrate test strength required by Contract Documents or structural analysis does not confirm structure adequacy, Owner may, at his discretion, reject Work, require load tests, or additional construction. If structural analysis confirms pavement adequacy, Owner may, at his discretion, accept concrete with credit for full value of concrete delivered to site per general conditions. 3. Contractor shall pay all costs incurred in providing additional testing or analysis to resolve acceptability of questionable concrete. 4. Core Tests: a. Take three representative cores from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by Owner to least impair pavement strength. Replace damaged cores. b. Obtain and test cores per ASTM C42 except if concrete in structure will be dry under service conditions, air dry cores (60 to 80 degrees F and relative humidity less than 60 percent) for 7 days before test and test dry. If concrete in structure will be more than superficially wet under service conditions, immerse cores in water at least 48 hours and test wet. C. Questionable concrete considered structurally acceptable if core average is equal to or greater than 90 percent of specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 3.9 REPAIRS OF DEFECTIVE PAVEMENT SLABS A. Replace or repair broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks as specified hereinafter at no cost to Owner. B. Broken Slabs: Entirely remove and replace pavement slabs containing multiple cracks through more than one-fourth of slab depth separating slab into 3 or more parts and pavement slabs with one or more cracks through more than one-fourth of pavement depth extending diagonally across more than one-third of slab either transversely or longitudinally. Repair pavement slabs containing a single diagonal crack intersecting transverse and longitudinal joints within one-third of width and length of slab from corner by removing and replacing smaller portion of slab. Repair broken slabs per Article 3.12 "Removal and Replacement of Defective Pavement Areas." C. Grooving and Repairing Cracks in Pavement Slabs: Random cracks penetrating more than one-fourth of pavement depth shall be grooved, crack filled with epoxy -resin, and groove filled with epoxy -resin grout. Groove top of crack to minimum 3/4-inch depth and not less than 3/8- nor more than 5/8-inch width by an approved grooving machine. Grooving machine shall be vertical rotary -cutting and able of following closely the path of crack and widening top of crack to required section without spalling or otherwise damaging concrete. Fill random cracks that are tight and penetrate less than one-fourth of pavement depth with epoxy -resin. When necessary, determine depth of crack penetration by inspection of cores not less than 4 inches in diameter drilled by Contractor at his expense where directed. Refill core holes with Portland cement concrete bonded to pavement with epoxy -resin grout. In addition, when a longitudinal crack is continuous across one or more slabs and penetrates more than one-fourth depth of pavement, drill core holes not less than 6 inches in diameter through full depth of slab at both ends of crack. In operation to drill cores at longitudinal -crack ends, position core bits so core removed will include no more than 3 inches of crack. Use sandblasting and high-pressure air jets to remove any fines near apparent ends of crack to permit accurate determination of crack ends. Remove all fines, dust, and other loose material on wall of cored holes by scrubbing with stiff -bristle brush, 1207122 CONCRETE PAVING 32 13 13 - 12 10/23 City of Lubbock Pickleball Facility at McAlister Park followed by washing and dewatering core hole. Refill core holes with epoxy -resin concrete. Apply a prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, and brush into vertical wall of core hole. Delay placement of epoxy -resin concrete until prime coat becomes stringy or approaches dry to touch. Place epoxy -resin concrete in layers not over 6 inches thick. Time interval between placement of additional layers shall be so temperature of epoxy -resin concrete does not exceed 140 degrees F any time during hardening. 3.10 NONWORKING (UNCRACKED) CONTRACTION JOINTS A. When transverse random crack terminates in or crosses a transverse contraction joint, fill uncracked portion of joint with epoxy -resin mortar or grout then route and seal crack. When a transverse random crack approximately parallels planned contraction joint and is within a distance of 25 percent of slab length from a contraction joint, route and seal crack then fill joint with epoxy -resin grout or mortar. When transverse random crack is more than 25 percent of slab length from nearest contraction joint, seal both joint and crack. Thoroughly clean joints to fill with epoxy -resin mortar or grout. Cleaning and sealing cracks and joints shall be as specified in Section 32 13 73 "Concrete Paving Joint Sealants." 3.11 SPALLING ALONG JOINTS AND CRACKS A. Repair spalls by making a saw cut at least 1-inch outside spalled area and to a 2-inch minimum depth. When spalled area abuts a joint, make saw cut to a 2-inch depth or one -sixth slab thickness, whichever is greater. Remove concrete between saw cut and joint or primary crack to a minimum 2-inch depth below original concrete surface, and to such additional depth necessary to expose a surface of sound, unweathered concrete uncontaminated by oils, grease, deicing salts or solutions, or other substances that inhibit performance of epoxy -resin bonding material. Remove concrete volume between saw cut and joint or primary crack using a hydraulic impact hammer, or other methods approved by Owner's Representative. Contractor shall exercise care in removing required concrete so no damage is inflicted on adjoining concrete slab. Contractor shall repair damage of adjoining concrete at his expense to satisfaction of Owner's Representative. 1207122 CONCRETE PAVING 32 13 13 - 13 10/23 City of Lubbock Pickleball Facility at McAlister Park B. Thoroughly clean concrete void to patch with compressed air, sandblasting, or other approved methods to remove all loose material. Apply a prime coat of epoxy -resin binder thinned with three parts toluene to seven parts epoxy binder, by volume, to dry, cleaned surface of all sides of cavity, except joint or primary crack face. Apply prime coat in a thin coating and scrub into surface with a stiff -bristle brush. Delay placement of Portland -cement concrete, epoxy -resin concrete, or mortar until prime coat becomes stringy or approaches dry to touch. Place epoxy concrete in cavity in layers not exceeding 2 inches thick. Time interval between placements of additional layers shall be so temperature of epoxy -resin concrete does not exceed 140 degrees F at any time during hardening. Use mechanical plate, screed, float vibrators, or hand tampers to consolidate concrete or mortar. Remove excess mortar or concrete on adjacent surfaces of hardened concrete before it hardens. After finishing operations and while epoxy -resin concrete or mortar is still tacky, uniformly spread a thin coating of Portland cement on surface of repaired area and lightly brush into surface. If spalled area to patch abuts a working joint or a working crack which penetrates full depth of slab, use an insert or other bond -breaking medium to maintain working joints or cracks during repair Work. Use surface embedment of a flexible polyethylene or other suitable type hose for forming a groove along working crack to fill with appropriate type of joint -sealing material. Carefully remove hose before concrete hardens sufficiently to form a high bond. Thoroughly clean and fill groove with sealer as specified. 3.12 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS A. Remove and replace defective pavement areas as specified herein with pavements of thickness and quality required by Specifications. Carefully remove defective pavement so adjacent pavement will not be damaged and existing reinforcement at joints left intact. When replacing a portion of unfractured slab, make a 2-inch-deep sawcut transversely across slab in required location, and remove concrete to provide an essentially vertical face in remaining portion of slab. Before placing fresh concrete, clean slab face of debris and loose concrete, then thoroughly coat with epoxy -resin grout. Epoxy -resin coating shall be approximately 1/16-inch and applied by scrubbing a thin coat of grout into surface with a stiff -bristle brush followed by a second application. Place strips of polyethylene sheeting on vertical faces of adjacent slabs at juncture with slab to patch as a bond -breaking medium. Place fresh Portland -cement concrete while epoxy -resin is still tacky so grout coating is not removed. Construct longitudinal and transverse joints of replaced slab or portion thereof as indicated. Seal joints as specified in Section 32 13 73 "Concrete Paving Joint Sealants." Replaced pavements will be paid for at Contract price but no payment made for defective pavements removed nor for cost of removing defective pavements. 3.13 TOLERANCE IN SLAB THICKNESS A. Determine slab thickness by average caliper measurement of cores tested per ASTM C74. Owner's Representative may elect to measure thickness of concrete pavement before placement based on measurements from a string line stretched across forms or in plastic concrete behind concrete placing operation. B. Remove and replace areas found deficient in thickness with concrete of thickness shown on Plans at Contractor expense. If cores are used to determine concrete thickness, fill core holes with non -shrink grout by Contractor at his expense. END OF SECTION 1207122 CONCRETE PAVING 32 13 13 - 14 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 32 13 65 - SURFACING FOR CONCRETE PICKLEBALL COURTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Surfacing for concrete pickleball courts. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Product Data: For each type of product. 1. Include preparation requirements and application instructions. B. Samples: For each type of topcoat product. C. Samples for Initial Selection: For each type of topcoat product. 1. Submit samples on rigid backing, 8 inches square. 2. Apply coats on samples in steps to show each coat required for system. 1.3 DEVLIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 degrees F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.4 FIELD CONDITIONS A. Apply coatings only when temperature of surfaces to be coated and ambient air temperatures are between 50 and 95 degrees F, or as designated by manufacturer. B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures of less than 5 degrees F above the dew point; to damp or wet surfaces; or as designated by manufacturer. 1.5 LIMITS OF THE WORK A. Unless otherwise indicated on the Plans, the extent of pickleball court surfacing (preparation and color finishing) is the entire surface of the court pavement(s) as measured from outside edge to outside edge. 1.6 PROTECTION OF EXISTING IMPROVEMENTS A. Contractor shall be responsible to protect existing improvements (such as buildings, lawn areas, landscape materials, curbing, parking lots, fences, net posts, wind screens, etc.) from damage, coloration, or applications of surfacing materials. Such areas shall be masked or otherwise protected. Any existing improvements that are damaged or detrimentally affected will be cleaned, repaired, or restored to their original condition by the Contractor at his expense. 1207122 SURFACING FOR CONCRETE 32 13 65 - 1 10/23 PICKLEBALL COURTS City of Lubbock Pickleball Facility at McAlister Park 1.7 STANDARDS AND WORKMANSHIP A. Pickleball court color finishes and court preparation materials shall be applied by methods which are in general conformance with standards for pickleball court construction as prescribed by the U.S. Pickleball Association and Track Builders Association. However, in the event of conflict between this Specification and those of the USPA and TBA, this Specification shall apply. Any Work that does not conform to the specified requirements shall be removed or corrected by the Contractor at his expense without extension of time to complete Work, and it shall be remedied as directed by Architect or Owner. 1.8 WARRANTY A. Installer and manufacturer shall warrant Work for 2 years from date of Substantial Completion by Owner. This warranty shall be to the extent that court preparation materials, and surfacing treatments: 1. Have been manufactured and applied by methods in accordance with these and the manufacturer's Specifications. 2. Will hold fast, adhere and bond to the newly constructed courts and to the preparation materials. 3. Have been applied in the quantities and thicknesses specified. 4. Will perform as specified by the product manufacturer(s) in the currently published product information literature and Specification sheets. 1.9 QUALIFICATIONS A. Pickle ball court surfacing installer shall submit a list of completed pickleball courts with name of client, location, completion date, and telephone number of Owner. Surfacing Contractor must also be a certified pickleball court builder as certified by the USPA and TBA. PART 2 - PRODUCTS 2.1 COURT PREPARATION MATERIALS A. Acid for Cleaning and Etching Concrete Court Surface: An acid pre-treatment shall be applied to the uncoated portland cement concrete surface for the purpose of cleaning and etching and preparing the concrete surface which is to receive subsequent applications of materials. 1. Use "Concrete Preparer" consisting of phosphoric acid and zinc chloride, manufactured by California Products Corporation, or an approved equal. "Concrete Preparer" is self -neutralizing, requires no after -wash, and forms a water -insoluble reaction in the surface of the concrete. This surface reaction creates a barrier to reduce the osmotic effect of water vapor and moisture which can create blisters and destroy the bond between subsequent coatings and the concrete substrate. 2. Acid treatment will be applied only on previously uncoated or untreated portland cement concrete court surfaces. 1207122 SURFACING FOR CONCRETE 32 13 65 - 2 10/23 PICKLEBALL COURTS City of Lubbock Pickleball Facility at McAlister Park B. Primer for Concrete Court Surface: A lightly pigmented acrylic emulsion primer shall be applied to the portland cement concrete surface after it has been pre-treated with acid. Priming shall be done to ensure bonding of subsequent materials to be applied to the concrete. 1. Use "California Ti-Coat," manufactured by California Products Corporation, or an approved equal. 2. Priming will be done only on previously uncoated portland cement concrete surfaces. C. Crack Filler: Crack filler shall be acrylic latex high solids filler that is pourable, injectable or pressure applied, and that after curing, remains highly flexible and has minimum expansion/contraction over temperature extremes. Crack filler shall adhere to the adjacent surfaces of crack interiors and shall be waterproof. Crack filler shall be a material to which subsequent patching materials, base filler slurry coats and color finish surfacings will firmly bond or adhere. 1. Use "Plexipave Crack Filler," manufactured by California Products Corporation, or an approved equal. D. Deep Patching Material: Patching material for deep patches shall be a high strength acrylic latex bonding liquid that is mixed with silica sand and portland cement. Deep patching material is for use only when directed by the Owner's Representative to correct depressions, faulty pavement, birdbaths, or other areas to be patched which are deeper than 1/4-inch. 1. Use "Court Patch Binder" manufactured by California Products Corporation, or an approved equal. E. Slurry for Base Filler Coat and for Shallow Patching Material: 1. Base filler coat and shallow patching material shall be an acrylic latex binder which is suitable for mixing with water, graded silica sand and portland cement to form a slurry with ingredient proportions appropriate to the need for the material and its proposed function. The thickness of each coat will not exceed the maximum of 1/4-inch. The slurry coat material will be applied for the following purposes: a. Patch birdbaths and shallow depressions in a series of coatings that are 1/4-inch or less in thickness. b. Reduce porosity and to fill hairline cracks and other minor irregularities in the surface of the court pavement. C. Level and true -up the paved court surface prior to the application of the color finish materials. d. Provide the entire surface of the court pavement with a uniform texture. Uniform texture will provide uniform shoe traction, uniform ball bounce, uniform appearance, and a uniform feel to the hands. 2. Use black pigmented "California Acrylic Resurfacer," manufactured by California Products Corporation, or an approved equal. 3. A minimum of 2 slurry coats is required over the entire surface of court pavement. See PART 3 - EXECUTION. 4. Use of an asphaltic emulsion as a slurry for the base filler coats will not be permitted. 1207122 SURFACING FOR CONCRETE 32 13 65 - 3 10/23 PICKLEBALL COURTS City of Lubbock Pickleball Facility at McAlister Park 2.2 COLOR FINISH MATERIALS A. Color finish materials shall be highly pigmented texturized acrylic latex coatings containing only inert mineral pigment colorants which shall be suitable for exterior use. Color coating shall contain sufficient filler to give a uniform appearance and texture. Material is to be fade resistant, tack free, and subject to no deterioration due to temperature, moisture, or ultraviolet rays of the sun. Nothing in the color coating shall be detrimental to the existing or newly applied surface or court preparation materials. Material for the color finish shall contain no vinyl's, butadiene styrene or alkyds, and shall be thinned with water only, in accordance with the manufacturer's directions. This color finish system shall contain no asphalt, tar emulsions, or non -acrylic resins. B. Use a minimum of 2 coats of job -mixed "Fortified Plexipave," and 1 coat of "Plexichrome" as manufactured by California Products Corporation, or an approved equal. C. Color selections (2 colors) of finish materials will be made by the Owner. Provide a manufacturer's color chart in each submittal set as required in PART 1 - GENERAL. 2.3 STRIPING PAINT A. This material shall be a non -glare, high -hiding, highly reflective acrylic latex paint. Oil -based or solvent -type paints are not permissible. Striping paint shall be pre -mixed with fine silica fillers per the manufacturer's recommendation to provide "texturized" line paint which when dry has the same texture as the rest of the playing surface. B. Paint shall be a 100 percent acrylic emulsion type containing no alkyds, butadiene styrene, or vinyl's and shall be thinned with water only. Paint shall also be suitable for application by brush, spray, or roller. All materials used in the manufacture of the paint shall be of good commercial quality entirely suitable for the purpose intended under normal conditions of use. For white color, the opaque portion of the pigment shall be rutile titanium dioxide, and vehicle shall consist of 100 percent acrylic polymer dispersed in water together with the minimum amounts of necessary additives, such as pigment dispersants, anti -foaming agents, and preservatives, but no driers shall be used. Paint shall meet a minimum requirement of total solids (percent by weight of paint) of 51.5 percent and a maximum pigment content (percent by weight of paint) of 34 percent. White paint shall contain not less than 3 pounds per gallon of treated rutile titanium dioxide. A minimum fineness of grind of 4 and a viscosity (Krebs Units) of 70 minimum and 85 maximum is required. Paint shall brush easily and have good flowing, leveling, and spreading characteristics. C. Use white "Hi -Hide Plexicolor Line Paint," manufactured by California Products Corporation, or an approved equal. 2.4 MATERIAL LABELS AND CONTAINERS A. Materials specified for application as surfacing and patching materials shall be delivered to the Site in sealed containers, properly labeled with the manufacturers' labels, and stenciled with the proper batch code numbers. Products packaged or labeled in any other manner will not be accepted. Mixing with clean fresh water shall only be done at the jobsite. 1207122 SURFACING FOR CONCRETE 32 13 65 - 4 10/23 PICKLEBALL COURTS City of Lubbock Pickleball Facility at McAlister Park 2.5 APPROVED EQUAL SUBSTITUTIONS A. Court Master, Laykold, Novacrylic, Dynaflex and WorldClass may be considered as substitute products subject to the approval of Owner and Architect. PART 3 - EXECUTION 3.1 SURFACE PLANE AND CONDITION OF PICKLE BALL COURTS A. Pickle ball court pavement designated to receive surfacing described herein shall have been placed to the required slope, pitch, and grade with no variations greater than 1/8-inch along a 10-foot straight edge in any direction. Minor irregularities in the surface plane shall be corrected as described in Item 3.9. Gross defects or faulty pavement will be referred to the Owner's representative for corrective directives. Concrete pavement surfaces shall have a consistent light broom finish. Other finishes are unacceptable and will have to be corrected by approved methods before Work may begin. 3.2 ADVERSE CONDITIONS A. Neither court preparation materials nor color finish surfacing materials will be applied when adverse conditions exist. Adverse conditions include air pollutants, blowing sand and other materials, excessive humidity, present or imminent precipitation of all kinds, high and low temperatures, adverse court surface conditions, and other conditions and limitations as specified by product manufacturer(s) that are detrimental to the product's performance and the desired results as specified herein. In general, no surfacing or court preparation Work will be done when air temperatures are below 50 degrees F or are expected to fall below 50 degrees Fahrenheit during the curing/drying period. No Work will be done when the court surface temperature is more than 140 degrees F. B. Protection of Materials: All materials and containers stored on the site will be protected from extremes of heat, solar radiation, and cold which adversely affect their performance. 3.3 ORDER OF WORK A. The following tasks shall be performed in the order listed below. Appropriate times for drying and curing shall occur after each application of the various court preparation and color finish materials. B. After court pavement is placed, curing time of 30 days must elapse before Work begins. C. Grind Off Ridges and Bumps (if necessary): Remove all ridges and make certain all edges are feathered to avoid patched appearance and different textures. A terrazzo grinder, hand stone or scraper may be used. D. Sweep and wash courts. E. Perform acid treatment. F. Apply epoxy primer. G. Apply acrylic resurfacer (one coat). H. Fill cracks. I. Patch birdbaths (and execute deep patching if so directed). J. Apply second coat (minimum) of acrylic resurfacer (two coats, minimum). K. Apply 2 coats of job -mixed Fortified Plexipave. 1207122 SURFACING FOR CONCRETE 32 13 65 - 5 10/23 PICKLEBALL COURTS City of Lubbock Pickleball Facility at McAlister Park L. Apply 1 coat of Plexichrome without any sand. M. Paint court striping. N. Clean up. O. Inspection for final acceptance. 3.4 SWEEP AND WASH COURTS A. This Work will be done on all court surfaces prior to proceeding with any of the other Work listed below. B. Sweeping: Sweep all court surfaces to remove gravel, dust, loose soil, dead vegetation, chipped and spalled concrete, foreign matter, and other debris before washing. C. Washing: Courts will be washed clean of dirt, mud, grease, oil, airborne pollutants, and loose material by means of scrub brushes, strong detergent, and a high-pressure stream of water. 3.5 ACID TREATMENT A. After a small test area on one corner of a court has been approved by Owner's Representative the entire surface of the concrete courts shall be uniformly treated with acid. B. Application: Dilute 1 gallon of "Concrete Preparer" with 4 gallons of clean water before using. Apply at the rate of 1 undiluted gallon of "Concrete Preparer" per 700 to 900 square feet of court surface. Apply material liberally to concrete surface by pouring onto surface and spread by broom. Do not rinse but allow to dry thoroughly before applying subsequent materials. All puddles should be dispersed by broom or squeegee after reaction has stopped. 3.6 PRIMING A. Apply the epoxy primer to acid treated and thoroughly cleaned concrete surfaces with a short nap phenolic core roller. Apply a thin, wet coat. Apply 1 coat of acrylic resurfacer within 1 to 2 hours. 3.7 FILL CRACKS A. Cracks must first be blown clean with an air compressor or a high-pressure stream of water. Structural cracks and slab settlements must be referred to Owner's representative for action. Hairline cracks and other minor cracks will be filled by squeezing a narrow bead of crack filler into voids using a blunt -nose hand trowel or a broad knife. Cracks should be filled to a minimum depth of 1/4-inch. After the crack filler has been forced into the crack, the edges shall be wiped clean with a damp cloth. (This prevents edge build-up which would require sanding as a corrective measure.) 1207122 SURFACING FOR CONCRETE 32 13 65 - 6 10/23 PICKLEBALL COURTS City of Lubbock Pickleball Facility at McAlister Park 3.8 DEEP PATCHING A. Deep patching will be done only as directed by Owner's representative to correct major defects in the court pavement. B. For depressions up to 3/4-inch in thickness the following mix shall be applied by steel trowel or metal screed, filling the depression, and bringing it to grade. I. Mix 100 pounds #100 mesh silica sand, 3 gallons "Court Patch Binder," and 1-gallon portland cement. C. Mix in a clean mortar box or mortar mixer to a workable consistency. A small quantity of water may be added to increase the workability when the surface temperature is high. Deep patching mix may be applied directly to depressed area after thorough cleaning of surface. Patch should be allowed to cure for 24 hours prior to the application of subsequent materials. D. Depressions, in excess of 3/4-inch depth, must receive multiple applications of the patching material, allowing 24 hours curing time between applications. Each application must be feathered out to a fine edge. Any rough edges must be rubbed down with a grinder or an abrasive rubbing stone to remove roughness. 3.9 PATCH BIRDBATHS AND OTHER MINOR SURFACE IRREGULARITIES A. Determination: A birdbath is a depression in the plane of the court surface in which water settles after a rain or flooding. All courts will be flooded in the presence of the Owner or his representative. After surrounding areas have dried, if water remaining in depressions on the court is of a depth to cover the thickness of a new 5-cent piece, the depression is a birdbath to be filled. Perimeter of the birdbath will be marked by chalk or keel. B. Mixing: Mix slurry for shallow patching material according to the following proportions: "Acrylic Resurfacer" 55 gals. Water 28 gals. Sand 40-60 mesh 1,100 lbs. Cement: Portland Type I or Hi Early 4 lbs. C. Filling: Birdbaths shall be filled with the specified shallow patching material after the courts have been flooded and have dried. If necessary, patching material shall be applied in successive coats not exceeding 1/4-inch in thickness so the patch is "built-up." Coats shall not be so deep or thick that proper curing and adhesion is not achieved. D. Leveling: Patching material shall be struck off with a trowel or with a straight edge screed, the length of which exceeds the width of the birdbath. Patch will be struck off level to the same elevation as the surrounding court surface. Original birdbath will probably be circular or elliptical in shape. Finished patch should be roughly square or rectangular, parallel to the court edges. E. Other Irregularities: Other irregularities in the surface will be marked and patched by substantially the same method as described for birdbaths. However, the thickness of the patch will vary with the depth of the irregularity below the surrounding proper plane. Bumps and ridges will have been scraped off or ground off prior to the sweeping and cleaning of courts which occurs prior to the acid treatment. 1207122 SURFACING FOR CONCRETE 32 13 65 - 7 10/23 PICKLEBALL COURTS City of Lubbock Pickleball Facility at McAlister Park 3.10 APPLY SLURRY FOR BASE FILLER COATS A. Work will not begin until all steps of Work described above have been completed and have been approved by the Owner's Representative. B. Mixing: "Acrylic Resurfacer" shall be mixed per manufacturers' recommendations, varying the water -sand ratios to the latex binder within recommended limits as appropriate to the court finish and desired results. Desired results are to achieve a uniformity of texture and a trueness of plane as stated under the description of "slurry" in PART 2 - PRODUCTS. The final mix should be a creamy slurry of easy spreading consistency, but thick enough to prevent sand drop -out. Mix slurry using the following proportions and methods: "Acrylic Resurfacer" 55 gals. Water 20- gals. Sand first coat 60-80 mesh, second coat 720 sand 600 - 900 lbs. Liquid Yield 112 - 138 gals. C. Mix ingredients thoroughly in a mortar box or mortar mixer. Use clean, dry sand and clean, potable water to make mixes. Quantity of sand and water in the above mix may be adjusted by 10 percent to the roughness and temperature of the surface. D. Application: Entire surface of the courts will be uniformly covered with the specified base filler coat material. Slurry should have the consistency of cream while being spread. it shall be applied with a 70 Durometer flexible rubber squeegee, 24 to 36 inches in width. Final dried coat will be uniform in texture, completely hiding all concrete irregularities, and will be smooth and free of shrinkage cracks or mud cracks. Allow each application of slurry to dry thoroughly. Scrape off all ridges, and rough spots prior to any subsequent application of slurry or color finish coatings. 1. A minimum of two coats are required. as many more coats as are necessary will be applied if two coats do not achieve the desired results. a. Desired results are as stated under the description of "slurry" in PART 2 - PRODUCTS. 2. Rate of application for the slurry coat is 1 gallon of unmixed "Acrylic Resurfacer" per 135 to 180 square feet of court surface. The thickness of each coat will not exceed the maximum of 1/4-inch. 3.11 APPLY COLOR FINISH COATS A. Work will not begin until the base slurry coats have been completed and have been approved by Owner's Representative. B. Job -Mixed "Fortified Plexipave": 1. Mixing: "Fortified Plexipave" shall be a job mixture of "Plexipave Color Base," "Plexichrome," and water as proportioned below: a. Plexipave Color Base: 30 gallons. b. Plexichrome: 20 gallons. C. Water: 20 gallons. 2. Within approved limits, the mix may be adjusted on the Job depending on porosity of surface and ambient temperature at the time of application. 1207122 SURFACING FOR CONCRETE 32 13 65 - 8 10/23 PICKLEBALL COURTS City of Lubbock Pickleball Facility at McAlister Park 3. Application: Apply a minimum of two coats of "Fortified Plexipave" with 24-inch or 36-inch 50 Durometer long flexible rubber squeegees as approved by the manufacturer. Rate of application for each coat shall be 1 gallon of mix per 135 to 180 square feet, depending on surface porosity. Final application shall be made crosswise to the court's length and shall be smooth, uniform and without puddles or thick spots that may cause "mud cracking." Prior to applying final coat, make a final, careful inspection and remove any ridges, loose, or foreign particles and bumps. C. "Plexichrome" Finish Coat: 1. Mixing: Dilution rate shall not exceed 1 part water to 1 part "Plexichrome." 2. Application: Apply with wide hair -type push broom or with rubber squeegee followed by a wide hair -type push broom. Application shall be made crosswise to the court's length and shall be smooth and uniform. Rate of application is 1 undiluted gallon per 180 to 225 square feet. D. Color Uniformity: Final result of applying the color finish coats shall be a uniform color throughout when viewed from a distance of 25 feet from any edge of the court at mid -day. 3.12 PAINT COURT STRIPING A. Two -inch -wide textured white lines, conforming to the U.S. Pickleball Association's Specifications, shall be laid out according to Drawings on court markings. Line paint shall be applied by brush, roller or spray, free from any fogging, splatter or overspray. 3.13 CLEAN UP A. Contractor is responsible for removing and disposing of all containers, surplus materials, rubbish, trash, debris, or other foreign material resulting from his Work. In general, Site shall be left in a clean and orderly condition acceptable to Owner. END OF SECTION 1207122 SURFACING FOR CONCRETE 32 13 65 - 9 10/23 PICKLEBALL COURTS City of Lubbock Pickleball Facility at McAlister Park SECTION 32 13 73 - CONCRETE PAVING JOINT SEALANTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Expansion and contraction joints within Portland cement concrete pavement. 2. Joints between Portland cement concrete and asphalt pavement. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. ASTM C1193 - Use of Joint Sealants. B. ASTM D5249 - Backer Material for Use with Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints. C. ASTM D1751 - Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). D. ASTM D3405 - Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements. E. ASTM D3406 - Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements. F. ASTM C920 - Elastomeric Joint Sealants. 1.3 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint -sealant samples in 1/2-inch-wide joints formed between two 6-inch-long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying products furnished comply with requirements and suitable for use indicated. D. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating: 1. Materials forming joint substrates and joint -sealant backer materials were tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Experienced installer who specialized in installing joint sealants similar in material, design, and extent to those indicated for Project and work resulted in joint -sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through one source and manufacturer. 1207122 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Product Testing: Obtain test results for Article 1.3.E "Product Test Reports," from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: Independent testing agency qualified per ASTM CO21 to conduct testing indicated, as documented per ASTM E548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated, samples of materials that contact or affect joint sealants. Use manufacturer -standard test methods to determine if priming and other specific joint preparation techniques required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project Site in original, unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials per manufacturer -written instructions to prevent deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not install joint sealants under these conditions: 1. Ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. Joint substrates are wet. 3. Blowing dust conditions exist. B. Joint -Width Conditions: Do not install joint sealants where joint widths are less than allowed by joint sealant manufacturer for application indicated. C. Joint -Substrate Conditions: Do not install joint sealants until contaminants able to interfere with adhesion are removed from joint substrates. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials compatible with one another and with joint substrates under conditions of service and application, per joint sealant manufacturer based on testing and field experience. B. Bituminous premolded expansion joint shall conform to ASTM D1751. C. Elastomeric sealant for contraction joints shall be, or equivalent to, W.R. Meadows "SOF-SEAL" or "Gardox." 1. Hot -poured sealant for joints between Portland cement concrete and bituminous concrete shall conform to ASTM D3405. 2. Hot -poured sealant for all other joints in Portland cement concrete pavement shall conform to ASTM D3406. 3. Cold -poured joint sealant shall conform to ASTM C920. D. Mix material per manufacturer recommendations. 1207122 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 2.2 JOINT -SEALANT BACKER MATERIALS A. Provide joint -sealant backer materials that are nonstaining, compatible with joint substrates, sealants, primers, and other joint fillers, and approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold- and Hot -Applied Sealants: ASTM D5249, Type 1, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D5249, Type 2, thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D5249, Type 3, diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, determined from preconstruction joint -sealant -substrate and field tests. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions are corrected. 3.2 PREPARATION A. Surface Clean Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALL JOINT SEALANTS A. Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with ASTM C1193 recommendations for use of joint sealants as applicable to materials, applications, and conditions indicated. 1207122 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Install backer materials type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths to allow optimum sealant movement capability. 1. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that are wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with these when backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths to allow optimum sealant movement capability. E. Tooling Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants per specified requirements to form smooth, uniform beads of configuration indicated, eliminate air pockets, and ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents approved in writing by joint sealant manufacturer and do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original Work. END OF SECTION 1207122 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 32 17 23 - PAVEMENT MARKINGS PART 1- GENERAL 1.1 SUMMARY A. Section includes painting markings and stripes on pavement surface applied per Specifications at locations shown on Plans or as directed by Architect. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. PART 2 - PRODUCTS 2.1 MATERIALS A. Paint shall meet current local authority having jurisdiction specifications for pavement markings and requirements of the following specifications: 1. Federal Test Method Standard No. 141, Methods 4121, 4184, 4281, and 6121. 2. Fed. Spec. TT-P-85b. 3. Fed. Spec. TT-P-115A. 4. Fed. Spec. TT-14-16, Methods 408.1, 409.1, and 409.2. 5. ASTM D771-5S. PART 3 - EXECUTION 3.1 CONSTRUCTION METHODS A. Weather Limitations: Paint only when surface is dry, atmospheric temperature is above 45 degrees F, and weather is not foggy or windy. B. Equipment: 1. All Work equipment shall be approved by Architect and include apparatus necessary to properly clean existing surface, mechanical marking machine, and such auxiliary hand -painting equipment as necessary to satisfactorily complete Job. 2. Mechanical marker shall be atomizing spray marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at required coverage and designed to apply markings of uniform cross sections and clear-cut edges without running or spattering. C. Preparation of Surface: 1. Immediately before paint application, surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material which reduce bond between paint and pavement. Clean area to paint by sweeping, blowing, or other methods required to remove all dirt, laitance, and loose materials. 2. Do not apply paint to Portland cement concrete pavement until concrete in areas to paint is clean of curing material. Use sandblasting or high-pressure water to remove curing material from concrete surfaces. 1207122 PAVEMENT MARKINGS 32 17 23 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park D. Layout of Markings: On those sections of pavement where no previously -applied markings are available to serve as a guide, lay out proposed markings in advance of paint application. E. Application: 1. Apply markings at locations and to dimensions and spacing shown on Plans. Do not apply paint until layout and condition of surface are approved by Architect. 2. Mix paint per manufacturer's instructions and apply to pavement with marking machine at rate of 100 to 110 square feet per gallon. Do not add thinner. Allow 15 days to elapse between placing a bituminous surface course or seal coat and applying paint. 3. Marking edges shall not vary from a straight line more than 1/2-inch in 50 feet, and dimensions shall be within a tolerance of plus or minus 5 percent. If Plans indicate, distribute glass spheres to surface of marked areas immediately after applying paint. Furnish a dispenser properly designed to attach to marking machine and suitable for dispensing glass spheres. Apply spheres at rate of 10 pounds per gallon of paint. 4. Contractor shall furnish certified test reports for materials shipped to Project. Reports shall not be interpreted as basis for final acceptance. Contractor shall notify Architect upon arrival of a shipment of paint to jobsite. Return all emptied containers to paint storage area for checking by Architect. Do not remove containers from site or destroy until authorized by Architect. F. Protection: After application of paint, protect all markings from damage until paint is dry. Protect all surfaces from disfiguration by spatter, splashes, spillage, or drippings of paint. END OF SECTION 1207122 PAVEMENT MARKINGS 32 17 23 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 32 3113 - CHAIN -LINK FENCES AND GATES PART 1- GENERAL 1.1 SUMMARY A. Section includes chain -link fences. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for chain -link fences and gates. 1. Fence and gate posts, rails, latches, drop rods, and fittings. 2. Chain -link fabric, reinforcements, and attachments. 3. Gates and hardware. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other Work. Show accessories, hardware, gate operation, and operational clearances. C. Samples for Verification: Prepared on samples of size indicated below: 1. Polymer -Coated Components: In 6-inch lengths for components and on full-sized units for accessories. 1.3 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified installer. B. Product Certificates: For each type of chain -link fence, and gate, from manufacturer. C. Product Test Reports: For framing strength according to ASTM F1043. D. Field quality -control reports. E. Warranty: Sample of special warranty. 1.4 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For the following to include in emergency, operation, and maintenance manuals: 1. Polymer finishes. 2. Gate hardware. 1.5 QUALITY ASSURANCE A. Preinstallation Conference: Conduct conference at Project Site. 1. Review coordination of interlocked equipment specified in this Section and elsewhere. 1207122 CHAIN -LINK FENCES AND GATES 3231 13 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.6 PROJECT CONDITIONS A. Field Measurements: Verify layout information for chain -link fences and gates shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of chain -link fences and gates that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Faulty operation of gate operators and controls. b. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Period: Fifteen years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 CHAIN -LINK FENCE FABRIC A. General: Provide fabric in one-piece heights measured between top and bottom of outer edge of selvage knuckle or twist. Comply with CLFMI Product Manual and with requirements indicated below: 1. Fabric Height: As indicated on Drawings. 2. Steel Wire Fabric: Wire with a diameter of 0.148-inch. a. Mesh Size: Two inches. b. Polymer -Coated Fabric: ASTM F668, Class 2a or Class 2b over zinc -coated steel wire. All fencing at the picklball courts. See Plans. 1) Color: Black, complying with ASTM F934. C. Zinc -Coated: Minimum 1.2 ounces zinc coating per square foot (ASTM A 392). 3. Selvage: Knuckled at both selvages. 2.2 FENCE FRAMING A. Posts and Rails: Comply with ASTM F1043 for framing, including rails, braces, and line; terminal; and corner posts. Provide members with minimum dimensions and wall thickness according to ASTM F1043 or ASTM F1083 based on the following: 1. Fence Height: As indicated on Drawings. 2. Horizontal Framework Members: Intermediate top and bottom rails complying with ASTM F1043. a. Top Rail: As indicated. 3. Brace Rails: Comply with ASTM F1043. 4. Polymer coating over metallic coating. a. Color: Black, complying with ASTM F934. 1207122 CHAIN -LINK FENCES AND GATES 3231 13 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 2.3 SWING GATES A. General: Comply with ASTM F900 for gate posts and single or double swing gate types. 1. Gate Leaf Width: As indicated on Drawings. 2. Gate Fabric Height: As indicated on Drawings. B. Pipe and Tubing: 1. Zinc -Coated Steel: Comply with ASTM F1043 and ASTM F1083; manufacturer's standard protective coating and finish. 2. Gate Posts: Round tubular steel. 3. Gate Frames and Bracing: Round tubular steel. C. Frame Corner Construction: Welded. D. Hardware: 1. Hinges: 360-degree inward and outward swing. 2. Latches permitting operation from both sides of gate with provision for padlocking accessible from both sides of gate. 2.4 FITTINGS A. General: Comply with ASTM F626. B. Post Caps: Provide for each post. 1. Provide line post caps with loop to receive tension wire or top rail. C. Rail and Brace Ends: For each gate, corner, pull, and end post. D. Rail Fittings: Provide the following: 1. Top Rail Sleeves: Pressed -steel or round -steel tubing not less than 6 inches long. 2. Rail Clamps: Line and corner boulevard clamps for connecting intermediate and bottom rails in the fence line -to -line posts. E. Tension and Brace Bands: Pressed steel. F. Tension Bars: Steel, length not less than 2 inches shorter than full height of chain -link fabric. Provide 1 bar for each gate and end post, and 2 for each corner and pull post, unless fabric is integrally woven into post. G. Truss Rod Assemblies: Steel, hot -dip galvanized after threading rod and turnbuckle or other means of adjustment. H. Tie Wires, Clips, and Fasteners: According to ASTM F626. 1. Standard Round Wire Ties: For attaching chain -link fabric to posts, rails, and frames, complying with the following: a. Hot -Dip Galvanized Steel: 0.148-inch-diameter wire; galvanized coating thickness matching coating thickness of chain -link fence fabric. I. Finish: 1. Metallic Coating for Pressed Steel or Cast Iron: Not less than 1.2 ounces per square feet zinc. a. Polymer coating over metallic coating or zinc coating. See Plans for locations. 1207122 CHAIN -LINK FENCES AND GATES 3231 13 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions, with installer present, for compliance with requirements for a verified survey of property lines and legal boundaries, site clearing, earthwork, pavement work, and other conditions affecting performance of the Work. 1. Do not begin installation before final grading is completed unless otherwise permitted by Architect. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 CHAIN -LINK FENCE INSTALLATION A. Post Bracing and Intermediate Rails: Install according to ASTM F567, maintaining plumb position and alignment of fencing. Diagonally brace terminal posts to adjacent line posts with truss rods and turnbuckles. Install braces at end and gate posts and at both sides of corner and pull posts. 1. Locate horizontal braces at midheight of fabric 72 inches or higher, on fences with top rail and at two -third fabric height on fences without top rail. Install so posts are plumb when diagonal rod is under proper tension. B. Top Rail: Install according to ASTM F567, maintaining plumb position and alignment of fencing. Run rail continuously through line post caps, bending to radius for curved runs and terminating into rail end attached to posts or post caps fabricated to receive rail at terminal posts. Provide expansion couplings as recommended in writing by fencing manufacturer. C. Intermediate and Bottom Rails: Install and secure to posts with fittings. D. Chain -Link Fabric: Apply fabric to inside of enclosing framework. Leave 1 inch between finish grade or surface and bottom selvage unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. E. Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts with tension bands spaced not more than 15 inches on center. F. Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end to chain -link fabric, wrap wire around post a minimum of 180 degrees, and attach other end to chain -link fabric per ASTM F626. Bend ends of wire to minimize hazard to individuals and clothing. 1. Maximum Spacing: Tie fabric to line posts at 12 inches on center and to braces at 24 inches on center. 3.3 GATE INSTALLATION A. Install gates according to manufacturer's written instructions, level, plumb, and secure for full opening without interference. Attach fabric as for fencing. Attach hardware using tamper -resistant or concealed means. Install ground -set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. 1207122 CHAIN -LINK FENCES AND GATES 3231 13 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.4 ADJUSTING A. Gates: Adjust gates to operate smoothly, easily, and quietly, free of binding, warp, excessive deflection, distortion, nonalignment, misplacement, disruption, or malfunction, throughout entire operational range. Confirm that latches and locks engage accurately and securely without forcing or binding. B. Lubricate hardware and other moving parts. 3.5 DEMONSTRATION A. Train Owner's personnel to adjust, operate, and maintain chain -link fences. END OF SECTION 1207122 CHAIN -LINK FENCES AND GATES 3231 13 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 32 33 00 - SITE FURNISHINGS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Bench seating. 2. Tables. 3. Trash receptacles. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified. C. Product Schedule: For site furnishings. Use same designations indicated on Drawings. 1.3 CLOSEOUT SUBMITTALS A. Maintenance Data: For Site furnishings to include in maintenance manuals. PART 2 - PRODUCTS 2.1 BENCH SEATING A. As specified on Drawings. 2.2 TABLES A. As specified on Drawings. 2.3 TRASH RECEPTACLES A. As specified on Drawings. 2.4 GENERAL FINISH REQUIREMENTS A. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved samples and are assembled or installed to minimize contrast. 1207122 SITE FURNISHINGS 3233 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions, with installer present, for compliance with requirements for correct and level finished grade, mounting surfaces, installation tolerances, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Comply with manufacturer's written installation instructions unless more stringent requirements are indicated. Complete field assembly of Site furnishings where required. B. Unless otherwise indicated, install Site furnishings after landscaping and paving have been completed. C. Install Site furnishings level, plumb, true, and positioned at locations indicated on Drawings. D. Post Setting: Set cast -in support posts in concrete footing with smooth top, shaped to shed water. Protect portion of posts above footing from concrete splatter. Verify that posts are set plumb or at correct angle and are aligned and at correct height and spacing. Hold posts in position during placement and finishing operations until concrete is sufficiently cured. END OF SECTION 1207122 SITE FURNISHINGS 3233 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 32 84 00 - PLANTING IRRIGATION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The Work consists of installing a complete underground irrigation system as shown on the Drawings and as specified hereafter. Contractor performing this Work shall furnish all labor, equipment, materials, and permits necessary for the completion of the system, except those specified to be furnished by others. 2. Unless otherwise specified or indicated on the Drawings, construction of the irrigation system shall include the furnishing, installing, and testing of all pipe, fittings, valves, heads, controllers, wires, air release and vacuum valves, backflow prevention devices, inlet and discharge piping, automatic drain valves, manual drain valves, valve boxes, water meters, and all other components pertinent to the Plans and Specifications of this system. 3. Contractor shall perform all trenching, excavating, boring, backfilling, compacting, concrete pouring, electrical Work, welding, and any other Work necessary for the completion of the Project. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SITE INVESTIGATION A. Contractor shall examine related work and surfaces before starting the Work of this Section. Contractor shall report to Landscape Architect or his authorized representative, in writing, conditions which will prevent the proper execution of irrigation installation. B. Deviations from Plans and Specifications shall be executed only with the express permission of Landscape Architect and at no cost to Owner. If obvious inadequacies or inappropriate design are found on the Drawings, they shall be promptly brought to the attention of Landscape Architect in writing before proceeding with installation of the system. 1.3 CODES, RULES, AND SAFETY ORDERS A. All Work and materials shall be in full accordance with the latest local rules and regulations of safety. 1.4 PROTECTION A. Contractor shall furnish and maintain all warning signs, shoring, barricades, red lanterns, etc., as required by the Safety Orders of the Division of Industrial Safety and local ordinances. 1207122 PLANTING IRRIGATION 32 84 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.5 DEFINITIONS A. Lateral Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. C. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile-butadiene-styrene plastic. 2. FRP: Fiberglass -reinforced plastic. 3. PA: Polyamide (nylon) plastic. 4. PE: Polyethylene plastic. 5. PP: Polypropylene plastic. 6. PTFE: Polytetrafluoroethylene plastic. 7. PVC: Polyvinyl chloride plastic. 8. TFE: Tetrafluoroethylene plastic. 1.6 PERFORMANCE REQUIREMENTS A. Maintain 100 percent water -coverage irrigation system for exterior plants indicated. B. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent water coverage of planting areas indicated. C. Minimum Working Pressures: The following are minimum pressure requirements for piping, valves, and specialties, unless otherwise indicated: 1. Irrigation Main Piping: 200 prig. 2. Lateral Piping: 200 prig. 1.7 SUBMITTALS A. Prepare and make 5 sets of submittals providing manufacturer's Specifications and "cut sheets" on the following components: 1. Manual and automatic valves. 2. Drip Emitters. 3. 24-volt wire. 4. Piping. 5. Joint materials. 6. Irrigation heads and nozzles. 7. Filters and screens. 8. Valve boxes and extensions. 9. Wire splicing materials. 10. PVC fittings. 11. Drip tubing. 12. Pressure regulators. 13. Dripline. B. Provide irrigation system record Drawings: 1. Legibly mark Drawings to record actual construction. 2. Indicate horizontal and vertical locations, referenced to permanent surface improvements. 3. Identify field changes of dimension and detail any changes made by Change Order. 1207122 PLANTING IRRIGATION 32 84 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Contractor shall provide 1 controller chart showing the area covered by a controller for each automatic valve. The chart shall be a reduced Drawing of the actual "Record Drawing" system. The size of the chart shall be the maximum size that the controller door will allow. If controller sequence is not legible when the Drawing is reduced, Drawing shall be enlarged to a size that is readable. D. Chart shall be a blackline print with a different color used to show area of coverage for each system. When completed and approved, the chart shall be hermetically sealed between 2 pieces of plastic, each piece being a minimum 20 mils thick. Charts shall be completed and approved prior to final inspection and acceptance of the irrigation system. E. Field quality -control test reports. 1.8 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. Comply with Sections on general conditions, quality control, and standard landscape practices. C. Installer's Qualifications: Minimum of 5 years' experience installing irrigation systems of comparable size, and current Irrigator's License. Submit a copy of Irrigator's License to Landscape Architect. D. Materials, equipment, and methods of installation shall comply with the following codes and standards: 1. Manufacturer's instructions. 2. National Fire Protection Association (NFPA): National Electrical Code. 3. ASTM International (ASTM). 4. National Sanitation Foundation (NSF). 5. The Irrigation Association (IA). 6. Texas Commission on Environmental Quality (TCEQ). E. Excavation, Backfilling, and Compaction Operations: Contractor shall meet state and local requirements. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver irrigation system components in manufacturer's original, undamaged, and unopened containers with labels intact and legible. B. Deliver plastic piping in bundles, packaged to provide adequate protection of pipe ends, both threaded or plain. C. Store and handle materials to prevent damage and deterioration. D. Provide secure, locked storage for valves, sprinklers heads, and similar components that cannot be immediately replaced, to prevent installation delays. E. Contractor to provide and honor all manufacturer warranties on all irrigation products. F. 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. G. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. 1207122 PLANTING IRRIGATION 32 84 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.10 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated: 1. Notify Landscape Architect and Owner no fewer than 5 days in advance of proposed interruption of water service. 2. Do not proceed with interruption of water service without Owner's written permission. B. Known underground and surface utility lines are indicated within the Drawing set. If utilities are not shown on Plans, that does not mean there are no utilities in the construction limits. C. Protect existing trees, plants, lawns, and other features designated to remain as part of the final landscape work. D. Promptly repair damage to adjacent facilities caused by irrigation system work. Cost of repairs at Contractor's expense. E. Promptly notify Landscape Architect of unexpected subsurface conditions. F. Irrigation system layout is diagrammatic. Exact location of piping, sprinkler heads, valves and other components shall be established by Contractor in the field at the time of installation. 1. Cut through concrete and masonry with core drills. Jackhammers are not permitted. 2. Materials and finishes for patching shall match existing surface materials and finish. Exercise special care to provide watertight patching at openings in exterior walls. 3. Methods and materials used for cutting and patching shall be acceptable to Landscape Architect. 1.11 COORDINATION A. Contractor shall coordinate and cooperate with other contractors on -site to ensure rapid and efficient completion of all contracted Work. 1.12 WARRANTY A. Irrigation system shall be guaranteed against defects in materials and workmanship for 1 year after Final Acceptance. Work covered under the guarantee period will include, but of be limited to, emergency repairs. Repair settling backfilling trenches, and repair replacement of any malfunctioning equipment. B. Correct all defects and resulting damages within 24 hours after Owner's notification. If no response to the notification is made within the 24-hour period, Owner may proceed with repairs and charge the expense incurred with the Work to Contractor. Owner may make emergency repairs as necessary without voiding the guarantee. C. Furnish all materials, labor, and equipment for correction at no expense to Owner. 1207122 PLANTING IRRIGATION 32 84 00 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 Articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturer's specified, or approved equal. 2.2 PIPES, TUBES, AND FITTINGS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, fitting, and joining materials. B. PVC, Pressure -Rated Pipe: ASTM D2241, PVC 1120 compound, SDR21: 1. PVC Socket Fittings, Schedule 80: ASTM D2467. C. PVC Pipe: ASTM D1785, PVC 1120 compound, Schedule 40: 1. PVC Socket Fittings, Schedule 40: ASTM D2466. D. PVC Pipe: ASTM D1785, PVC 1120 compound, Schedule 80: 1. PVC Socket Fittings, Schedule 80: ASTM D2467. 2. PVC Threaded Fittings: ASTM D2464. 2.3 SWING JOINTS A. The swing joints shall be used as a height -adjustable connector between lateral lines and sprinklers or quick coupler valves. 1. The swing joint shall be molded from rigid PVC, Type 1 cell classification 12454-B, conforming to ASTM D1784, with a pressure rating of 315 psi at 73 degrees F when tested in accordance with ASTM D3139. All NPT threads, sockets, and spigots shall be Schedule 80 per ASTM D2464 and D2467. 2. All components shall be factory pre -assembled in lengths of 12 inches and 18 inches. 3. All rotating joints shall be modified stub ACME threads. 4. All rotating joints shall have EPDM rubber O-rings for positive sealing and thread protection. 2.4 JOINING MATERIALS A. Solvent Cement: ASTM F656 primer and ASTM D2564 solvent cement in color other than orange. Solder: ASTM B32, Alloys Sn95 and E. B. Gaskets and Fasteners for Metal and Metal -to -Plastic Flanged Joints. ASME B 16.21, nonmetallic, asbestos -free, flat 1/8-inch-thick gaskets and ASME B 18.2.1, carbon steel bolts, nuts, and washer. C. Gaskets for Plastic Flanged Joints: Materials recommended by plastic pipe and fittings manufacturer. 1207122 PLANTING IRRIGATION 32 84 00 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park 2.5 VALVES AND VALVE BOXES A. Valve Box and Cover: 18-inch-deep by 25-1/4-inch-diameter plastic box with locking cast iron cover. B. Gravel: The bottom of each valve box shall be filled with clean gravel as specified. Gravel shall be washed clean and graded such that none are less than 3/8-inch and none larger than 3/4-inch. Gravel sizes shall be equally proportioned and thoroughly mixed. 2.6 CONTROL -VALVE BOXES A. Plastic Control -Valve Boxes: Box and cover, and box extensions with open bottom; designed for installing flush with grade. Include size as required for valves and service. 1. Shape: Rectangular. 2. Sidewall Material: PE. Injection molded of structural foam polyethylene. 3. Cover Material: PE. a. Lettering: IRRIGATION. 4. Manufacturers: a. Carson Industries LLC. b. NDS. C. Armor. d. Rambird. B. Drainage Backfill: 4-inch-depth cleaned gravel or crushed stone, graded from 3/4-inch-minimum to 2 inches maximum. 2.7 SPRINKLERS, VALVES, CONTROLLERS A. As shown on the Plans. PART 3 - EXECUTION 3.1 POINT OF CONNECTION A. All water main line locations shown on the Drawings are schematic. It shall be Contractor's responsibility to pothole and field check to determine actual locations as incidental requisite to the construction Contract. B. The proposed controller location indicted on the Plans is approximate. It shall be Contractor's responsibility to connect proposed valves to the proposed controller. C. Where connections to existing stub -outs are required, Contractor shall make necessary adjustments, should stubs not be located exactly as shown, at no additional cost to Owner. 3.2 PREPARATION A. Examine final grades and installation conditions. Do not start irrigation system Work until unsatisfactory conditions are corrected. B. Contractor will be responsible for gaining access under all paving by boring under the paving. Sleeves should be coordinated before all Work begins. 1207122 PLANTING IRRIGATION 32 84 00 - 6 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.3 EARTHWORK A. Excavating and Trenching: 1. All excavation shall be considered unclassified excavation and include all materials encountered. 2. Install piping and wiring in sleeves under sidewalks, roadways, parking lots, and railroads. 3. Contractor shall be responsible for locating all cables, conduits, piping, and any other utilities or structures that may be encountered either above or below ground. All necessary precautions must be taken by Contractor to prevent any damage to these existing utilities and improvements. In the event that such damage should occur from his operations, Contractor shall repair or replace damaged utilities to their original condition at no additional expense to Owner. 4. Excavation and trenching for pipelines shall be a true and straight line with the trench banks as nearly vertical as practical. The width of the trenches shall not be greater than necessary to permit proper joining, tamping, backfilling, bedding, or any other installation procedures that may be necessary. Trench widths shall also be wide enough so that there will be a minimum horizontal and vertical separation of 4 inches between pipes in the same trench. 5. In areas where trees are present, trench lines will be adjusted on the site to eliminate any damage to tree roots. In areas where avoidance of tree roots is not possible, trenches shall be hand dug. Roots greater than or equal to 1-inch in diameter shall not be cut. 6. Trench depths shall be sufficient to provide the specified pipe cover as described elsewhere in these Specifications or as noted on the Drawings. In rocky areas, the trenching depth shall be 6 inches below normal trench depth to allow for pipe bedding as described in other portions of these Specifications. 7. Provide minimum cover over top of underground piping according to the following: a. Irrigation Main Piping: Minimum depth of 18 inches below finished grade, or not less than 6 inches below average local frost depth, whichever is deeper. b. Lateral Piping: Twelve inches. C. Sleeves: Eighteen inches. 8. If Contractor encounters rock or other unfavorable trenching conditions, no additional compensation will be paid. When material from the excavation or trenching is unsuitable for use as backfill, additional backfill material suitable for this purpose shall be brought in at the expenses of Contractor. It shall also be Contractor's responsibility to remove and dispose of all unsuitable materials removed from the trench that cannot be used in the backfill operation. B. Backfilling: 1. Upon completion of a particular section of the irrigation system, and after sufficient time has elapsed for the curing of solvent weld joints, partial backfilling shall begin, leaving all joints, risers, and connections exposed for visual inspection during the hydrostatic testing. Only upon successful completion of the hydrostatic test shall the backfill operation be completed for any one particular section. 2. All backfill material shall be subject to approval by Landscape Architect. Backfill material shall be free from rock, large stones, brush, sod, frozen material, or other unsuitable substances that may damage pipe during the backfilling operations. 1207122 PLANTING IRRIGATION 32 84 00 - 7 10/23 City of Lubbock Pickleball Facility at McAlister Park 3. In the event that the material from the excavation or trenching is found to be unsuitable for use in backfill by Owner's representative, it shall be removed from the Site and properly disposed of by Contractor and at his own expense. Contractor shall then, at no additional cost to the Owner, arrange for, purchase, and furnish suitable backfill material consisting of earth, loam, sandy clay, sand, or other approved materials free of large clods of earth or sharp stones and capable of attaining the same relative density of the surrounding ground. 4. In rocky areas, the trench depth shall be 6 inches below the normal trench depth to allow for 6 inches of suitable backfill as padding for the pipe. In like manner, there shall be at least 6 inches of padding on all sides of the pipe as a padding against the rock wall of the trench. 5. Install warning tape directly above pressure piping, 12 inches below finished grades, except 6 inches below subgrade under pavement and slabs. 6. Backfill shall be placed in horizontal layers not exceeding 6 inches in depth and shall be thoroughly tamped, or water compacted to near original density or so that no settling will result. Backfill shall be placed to the original ground level. If settlement of trenches occurs within 1 year from date of completion, it shall be Contractor's responsibility to refill trenches and re -seed or sod the repaired areas. 7. After all piping, risers, valves, thrust blocks, etc., have been installed and partially backfilled as specified in other parts of these Specifications, the control valve shall be opened, and a full head of water used to flush out the system. After the system is thoroughly flushed, risers shall be capped off and the system pressure tested in accordance with the testing Section of these Specifications. At the conclusion of the pressure test, the heads shall be installed and the backfill operation completed. 3.4 PIPING APPLICATIONS A. Install components having pressure rating equal to or greater than system operating pressure. B. Piping in control -valve boxes and aboveground may be joined with flanges instead of joints indicated. 1. NPS 5 and Larger: Schedule 40 PVC pipe and socket fittings, and solvent -cemented joints. C. Underground Irrigation Main Piping: 1. Schedule 40 PVC pipe and socket fittings, and solvent -cemented joints. D. Lateral Piping: 1. Class 200 PVC pipe and socket fittings, and solvent -cemented joints. E. Underground Branches and Offsets at Sprinklers and Devices: 1. Class 200 PVC pipe; threaded PVC fittings, and threaded joints. F. Risers to Aboveground Sprinklers and Specialties: 1. Class 200 PVC pipe and socket fittings, and solvent -cemented joints. G. Sleeves: 1. Class 200 PVC pipe and socket fittings, and solvent -cemented joints. H. Transition Fittings: Use transition fittings for plastic -to -metal pipe connections according to the following: 1. Couplings: a. Underground Piping NPS 1-1/2 and Smaller: Manufactured fitting or coupling. b. Underground Piping NPS 2 and Larger: AWWA transition coupling. 2. Fittings: a. Underground Piping: Union with plastic end of same material as plastic piping. 1207122 PLANTING IRRIGATION 32 84 00 - 8 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.5 VALVE APPLICATIONS A. Where specific types are not indicated, the following requirements apply. 1. Buried Valves 2 inches and Smaller: Full port brass ball valve. 2. Buried Valves 2 inches and Larger: PVC ball valves. 3.6 PIPING INSTALLATION A. Install plastic pipe in accordance with manufacturer's installation instructions. Provide for thermal expansion and contraction. B. Saw cut plastic pipe. Use a square -in -saw vice to ensure a square cut. Remove burrs and shavings at ends prior to installation. C. Make plastic to plastic joints with solvent weld joints. Use only solvent recommended by the pipe manufacturer. Install plastic pipe fittings in accordance with pipe manufacturer's instructions. Contractor shall make arrangements with pipe manufacturer for all necessary field assistance. D. Make plastic to metal joints with plastic male adapters. E. Location and Arrangement: Drawings indicate location and arrangement of piping systems. Install piping as indicated unless deviations are approved on coordination Drawings. F. The minimum horizontal and vertical clearance between lines in the same trench shall be 4 inches. G. Pipe shall not be laid when the temperature is 32 degrees F or below. 3.7 JOINT CONSTRUCTION A. Make solvent weld joints in accordance with manufacturer's recommendations. 1. Pressure Main IPS Weld -on 711 (grey heavy-duty) for all Pressure Main and PVC pipe over 2 inches. 2. Lateral: IPS Weld -on 710 for all PVC pipe up to 2 inches. 3. Primer: IPS Weld -on, Purple P-68 or P-70. 4. Cleaner: IPS Weld -on. 5. Allow joints to set at least 24 hours before pressure is applied to the system. 6. Maintain pipe interiors free of dirt and debris. Close open ends of pipe by acceptable methods when pipe installation is not in progress. 3.8 VALVE INSTALLATION A. Underground Manual Valves: Install in valve box with top flush with grade. 1. Install valve boxes on a minimum 4-inch depth base of pea gravel with landscape fabric beneath. Valve boxes shall be large enough to house the entire valve assembly and allow for maintenance. 2. Provide valve box extension, if necessary, to ensure that entire valve assembly is enclosed in valve box and top of box or extension is flush with adjacent grade. B. Automatic Control Valve: Install in valve box with top flush with grade. 1. Install valve boxes on a minimum 4-inch depth base of pea gravel with landscape fabric beneath. Valve boxes shall be large enough to house the entire valve assembly and allow for maintenance. 2. Provide valve box extension, if necessary, to ensure that entire valve assembly is enclosed in valve box and top of box or extension is flush with adjacent grade. 1207122 PLANTING IRRIGATION 32 84 00 - 9 10/23 City of Lubbock Pickleball Facility at McAlister Park 3. Automatic control valves shall be of the type and size as indicated on the Drawings. Installation shall be according to these Specifications, the Drawings, and the manufacturer's Specifications. 4. Valve wire splices shall be waterproofed. 5. Contractor shall provide a 36-inch wire expansion coil to facilitate raising splices to ground level without cutting wires. 6. Seal threaded connections on pressure and non -pressure side of control valves with Teflon tape only. 3.9 SPRINKLER INSTALLATION A. Flush circuit piping with full head of water and install sprinklers after hydrostatic test is completed. B. Install sprinklers at manufacturer's recommended heights. C. Locate part -circle sprinklers to maintain a minimum distance of 4 inches from walls and 2 inches from other boundaries, unless otherwise indicated. D. Heads shall be installed in the vertical position and backfilled and compacted to near original density. E. Heads shall be of the type and make specified and shall be installed as shown on the Drawings. F. Head spacing shall not exceed the spacing shown and shall be in the location and configuration as shown on the Drawings. Contractor shall verify turf area dimension while staking head location. Heads shall be spaced to achieve uniform coverage. G. After all piping and risers are in place and connected and before installation of the heads, all control valves for a given section shall be fully opened and a full head of water shall be used to flush out the system. H. Install popup spray heads with polyethylene "cut off' nipples. I. Install popup impact or gear driven sprinklers with an adjustable swing joint riser of at least three standard 90-degree elbows. Fabricate double swing joints risers of Schedule 80 PVC nipples and Schedule 40 PVC elbows. 3.10 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. C. Valve wire splices shall be waterproofed using 3M Scotchlok Connectors, and Contractor shall provide a 36-inch wire expansion coil to facilitate raising splices to ground level without cutting wires. 3.11 LABELING AND IDENTIFYING A. Equipment Nameplates and Signs: Install engraved plastic -laminate equipment nameplates and signs on each automatic controller. 1. Text: In addition to identifying unit, distinguish between multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations. 1207122 PLANTING IRRIGATION 32 84 00 - 10 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.12 FIELD QUALITY CONTROL A. Inspection: 1. The following inspections shall be the minimum required inspections during the course of construction. Additional inspections shall be made at any time at the discretion of Owner or Landscape Architect. It shall be the responsibility of Contractor to notify Owner's representative, in writing, 48 hours in advance of each required inspection. The sequence of required inspections shall not be changed from the sequence listed below. Contractor shall not proceed with Work of the next sequence without written approval of the Work of the previous sequence. Contractor shall attach a copy of the written inspection approvals to all applications for payment. a. Inspect head placement, coverage, and operating pressure prior to planting. b. Inspect at end of maintenance period. B. Testing: 1. Upon completion of the irrigation system's mainline, the entire mainline shall be tested for a 1-hour period at 100 psi, unless otherwise noted. Prior to testing, the mainline shall be partially backfilled, leaving all joints and connections exposed for visual inspection. All dirt shall be flushed from the system and the line filled with water to remove air. The mainline shall be brought to static pressure. A pressure gauge and temporary valve shall be installed at the end of the mainline to permit air pressure to be applied to the main. A pressure of 100 psi must be retained for a 1-hour period. Any leaks resulting in the 1 hour pressure test shall be repaired and the system retested until the system passes the test. Any leaks resulting in the 1 hour pressure test shall be repaired and the system retested until the system passes the test. 2. Upon completion of the lateral piping sections, each lateral system shall be pressure tested. On systems using flex nipples, or swing joints, the lateral system shall be tested prior to installation of the flex nipples or swing joints. Prior to testing, the lateral lines shall be partially backfilled, leaving all joints and connections exposed for visual inspection. All air and dirt shall be flushed from the system and all open fittings shall be capped. The testing procedure shall be the same as used for the main line. If, after 1 hour, 100 psi pressure has been retained, the heads shall be installed and the backfill operation completed. Any leaks resulting from the hydrostatic test shall be repaired and the system retested until the system passes the test. 3. Contractor shall be responsible for payment of construction observations for retesting of any lines or system components that fail initial pressure or performance test. Costs shall include the time of the observer at the observer's standard rate, travel time, and travel expenses. 3.13 STARTUP SERVICE A. Verify that controllers are installed and connected according to the Contract Documents. B. Verify that electrical wiring installation complies with manufacturer's submittal and installation requirements in Division 26 Sections. C. Complete startup checks according to manufacturer's written instructions. 1207122 PLANTING IRRIGATION 32 84 00 - 11 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.14 ADJUSTING A. Contractor shall adjust all valves for the proper operating pressure and adjust all heads for uniform coverage and even flow. B. Contractor shall wire the controller (valve/station) as directed by Landscape Architect. The valve number shall be indicated on the controller panel for each station. C. Contractor shall program controller to provide optimum system performance. D. Adjust sprinklers so they will be flush with finish grade. 3.15 CLEANING A. Contractor shall continuously keep a neat and orderly area in which he is installing the system. Disposal of rubbish and waste material resulting from the installation shall be continual. Upon completion of the system, Contractor shall remove from Owner's property, at own expense, all temporary structures, rubbish waste material, tools, and equipment resulting from or used in the installation of the system. B. Contractor shall repair damage resulting from irrigation system installation. C. Flush dirt and debris from piping before installing sprinklers and other devices. 3.16 FINAL ACCEPTANCE A. When Contractor is satisfied that the system is operating properly, that it is balanced and adjusted, and that all Work and clean-up is completed, Notice of Completion is to be issued to Owner's representative requesting a final inspection. Owner's representative will respond to the Notice of Completion by Contractor and shall appear with Owner for an inspection of the Project. At that time, Contractor shall demonstrate the operation of each system in its entirety. In judging the Work, no allowance for deviation from the original Drawings and Specifications will be made unless prior approval has been obtained. B. Any inconsistency to the Specifications or the Drawings shall be noted by Owner's Representative and a written copy of required corrections shall be given to Contractor. 3.17 DEMONSTRATION A. After the system has been tested and accepted, Contractor shall instruct Owner's representative in the operation and maintenance of the system. B. Contractor shall provide Owner with 2 keys for the following: 1. Manual gate valves. 2. Manual drain valves. 3. Valve boxes. 4. Valve markers. 5. Controllers. 6. Any locking assembly in need of key access. C. Contractor shall provide Owner with 2 copies of a Maintenance Manual bound in a three-ring binder. The maintenance manual shall include copies of the approval submittals, controller operations manuals, and manufacturer's warranties on all irrigation products. 1207122 PLANTING IRRIGATION 32 84 00 - 12 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.18 SYSTEM MAINTENANCE AND GUARANTEE A. Maintenance of the irrigation system shall begin immediately following the installation of the system and shall continue until the entire Project is accepted. Maintenance shall include repair of defects or damages, adjustments and fine tuning of the system, and repairs of damages resulting from vandalism, erosion, weather, and the like. B. For a period of 1 year from Final Acceptance of the system, Contractor shall promptly furnish and install, without cost to Owner, any and all parts or materials which prove defective in material or workmanship. Damage due to irrigation system line breaks shall be repaired and brought to original condition by Contractor at no expense to Owner. C. In the fall, at Owner's request, Contractor shall drain the system and otherwise prepare the system for winter. In the spring, at Owner's request, Contractor will reactivate the system, repair any defects or damage, and adjust the system. As these services are performed, Contractor shall instruct Owner. D. For a period of 1 year from Final Acceptance of the system, Contractor shall repair any settlement of trenches by one of the following methods as directed by Owner's representative. 1. Bring to grade by top -dressing (raking topsoil into the planting bed). 2. Bring to grade with topsoil. 3. Remove existing plant material, fill depression with topsoil, and replace with new plant material to match original plantings. 4. Repair by any of the above methods shall result in a smooth, level area. Maintenance of repaired areas shall be the responsibility of Owner. END OF SECTION 1207122 PLANTING IRRIGATION 32 84 00 - 13 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 32 92 00 - TURF AND GRASSES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sodding. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 32 84 00 "Planting Irrigation" for turf irrigation. 3. Section 32 93 00 "Plants." 1.2 DEFINITIONS A. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. B. Finish Grade: Elevation of finished surface of planting soil. C. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. D. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. E. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. F. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in -place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. G. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or top surface of a fill or backfill before planting soil is placed. H. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. I. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil, but in disturbed areas such as urban environments, the surface soil can be subsoil. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1. Pesticides and Herbicides: Include product label and manufacturer's application instructions specific to this Project. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name, percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1. Certification of each seed mixture for turfgrass sod. Include identification of source and name and telephone number of supplier. 1207122 TURF AND GRASSES 32 92 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Qualification Data: For qualified landscape installer. D. Product Certificates: For soil amendments and fertilizers, from manufacturer. E. Material Test Reports: For existing native surface topsoil and imported or manufactured topsoil. F. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of turf during a calendar year. Submit before expiration of required initial maintenance periods. 1.4 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful turf establishment. 1. Professional Membership: Installer shall be a member in good standing of either the Professional Landcare Network or the American Nursery and Landscape Association. 2. Experience: Five years' experience in turf installation in addition to requirements in Section 0140 00 "Quality Requirements." 3. Installer's Field Supervision: Require installer to maintain an experienced full-time supervisor on Project site when work is in progress. 4. Maintenance Proximity: Not more than 2 hours normal travel time from installer's place of business to Project site. 5. Pesticide Applicator: State licensed, commercial. 1.5 DELIVERY, STORAGE, AND HANDLING A. Seed and Other Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws, as applicable. B. Sod: Harvest, deliver, store, and handle sod according to requirements in "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in TPI's "Guideline Specifications to Turfgrass Sodding." Deliver sod in time for planting within 24 hours of harvesting. Protect sod from breakage and drying. C. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials, discharge of soil -bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk fertilizers, lime, and soil amendments with appropriate certificates. 1207122 TURF AND GRASSES 32 92 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.6 SCHEDULING 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 151h to August 31st for seeding and sprigging. 2. Overseeding: Annual Rye Grass. a. If seed or sprigs cannot be established by September 30, lawn areas are to be over -seeded with annual rye grass at a rate of 4 pounds per 1,000 square foot. If this is required, Contractor shall maintain the annual grass lawn as needed, including, but not limited to irrigation, weeding and mowing to maintain a maximum height of 3 inches, and edging as required. b. This annual rye grass maintenance shall be considered as a separate item from the maintenance period. C. Contractor shall apply a minimum of 2 applications of Roundup herbicide to the annual rye grass in early spring in preparation for Bermudagrass installation. The 2 applications should be separated by a period of 10 to 14 days and Contractor should notify A/E of the schedule of Roundup application. d. After sufficient annual grass kill has been verified by A/E, lawn areas should be tilled to a depth of 2 to 3 inches prior to seeding or sprigging as specified. 1.7 PROJECT CONDITIONS A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of planting completion. 1. Spring Planting: April 1st to August 1st for seed and sprigs. 2. Fall Planting: Year-round for sod. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions. 1.8 MAINTENANCE SERVICE A. Initial Turf Maintenance Service: Provide full maintenance by skilled employees of landscape installer. Maintain as required in Part 3. Begin maintenance immediately after each area is planted and continue until acceptable turf is established but for not less than the following periods: 1. Seeded Turf. 60 days from date of planting completion. a. When initial maintenance period has not elapsed before end of planting season, or if turf is not fully established, continue maintenance during next planting season. 2. Sodded Turf. 30 days from date of planting completion. 1207122 TURF AND GRASSES 32 92 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 2 - PRODUCTS 2.1 TURFGRASS SOD A. Turfgrass Sod: Approved complying with "Specifications for Turfgrass Sod Materials" in TPI's "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Cynodon Dactylon (TIFTUF). 2.2 ORGANIC SOIL AMENDMENTS A. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1/2-inch sieve; soluble salt content of 5 to 10 dS/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings: B. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil, or toxic materials. C. Manure: Well -rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.3 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 2 percent organic material content; free of stones 1-inch or larger in any dimension and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled on -site. Verify suitability of stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. Supplement with imported or manufactured topsoil from off -site sources when quantities are insufficient. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from playa lake areas. 2. Topsoil Source: Import topsoil or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from playa lake areas. 3. Topsoil Source: Amend existing in -place surface soil to produce topsoil. Verify suitability of surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. Surface soil may be supplemented with imported or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from playa lake areas. 1207122 TURF AND GRASSES 32 92 00 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to be planted for compliance with requirements and other conditions affecting performance. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2. Do not mix or place soils and soil amendments in frozen, wet, or muddy conditions. 3. Suspend soil spreading, grading, and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 4. Uniformly moisten excessively dry soil that is not workable and which is too dusty. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by A/E and replace with new planting soil. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding and hydromulching overspray. 2. Protect grade stakes set by others until directed to remove them. B. Install erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 TURF AREA PREPARATION A. Limit turf subgrade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 6 inches. Remove stones larger than 1-inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil. a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. b. Mix lime with dry soil before mixing fertilizer. 2. Spread planting soil to a depth of 6 inchesbut not less than required to meet finish grades after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. a. Reduce elevation of planting soil to allow for soil thickness of sod. C. Unchanged Subgrades: If turf is to be planted in areas unaltered or undisturbed by excavating, grading, or surface -soil stripping operations, prepare surface soil as follows: 1. Remove existing grass, vegetation, and turf. Do not mix into surface soil. 1207122 TURF AND GRASSES 32 92 00 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park 2. Loosen surface soil to a depth of at least 6 inches. Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 6 inches of soil. Till soil to a homogeneous mixture of fine texture. a. Apply fertilizer directly to surface soil before loosening. 3. Remove stones larger than 1-inch in any dimension and sticks, roots, trash, and other extraneous matter. 4. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property- D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2-inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future. E. Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Before planting, obtain A/E's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.4 SODDING A. Lay sod within 24 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding 1:3. C. Saturate sod with fine water spray within 2 hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.5 TURF MAINTENANCE A. Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. I. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace materials and turf damaged or lost in areas of subsidence. 2. Apply treatments as required to keep turf and soil free of pests and pathogens or disease. Use integrated pest management practices whenever possible to minimize the use of pesticides and reduce hazards. B. Watering: Keep turf uniformly moist to a depth of four inches. I. Schedule watering to prevent wilting, puddling, erosion, and displacement of mulch. 2. Water turf with fine spray at a minimum rate of 1-inch per week unless rainfall precipitation is adequate. 1207122 TURF AND GRASSES 32 92 00 - 6 10/23 City of Lubbock Pickleball Facility at McAlister Park C. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 1/3 of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow bermudagrass to a height of 1/2- to 1-inch. D. Turf Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb./1,000 sq. ft. to turf area. 3.6 SATISFACTORY TURF A. Use specified materials to reestablish turf that does not comply with requirements and continue maintenance until turf is satisfactory. 3.7 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by turf work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established. C. Remove nondegradable erosion -control measures after grass establishment period. END OF SECTION 1207122 TURF AND GRASSES 32 92 00 - 7 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 32 93 00 - PLANTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Plants. 2. Planting Soils. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. C. Finish Grade: Elevation of finished surface of planting soil. D. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. E. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. F. Pests: Living organisms that occur where they are not desired, or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. G. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in -place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. H. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. I. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. J. Subsoil: All soil beneath the topsoil layer of the soil, profiled and typified by the lack of organic matter and soil organisms. K. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project Site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as urban environments, the surface soil can be subsoil. 1.3 SUBMITTALS A. Product Data: For each type of product indicated, including soils. B. Samples of mineral mulch. C. Product certificates. D. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. 1207122 PLANTS 3293 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park 1.4 QUALITY ASSURANCE A. Installer's Field Supervision: Require installer to maintain an experienced full-time supervisor on Project Site when Work is in progress. 1. Pesticide Applicator: State licensed, commercial. B. Soil Analysis: For each unamended soil type, furnish soil analysis and a written report by a qualified soil -testing laboratory. 1. Report suitability of tested soil for plant growth. a. State recommendations for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. b. Report presence of problem salts, minerals, or heavy metals; if present, provide additional recommendations for corrective action. C. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. D. Preinstallation Conference: Conduct conference at Project Site. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver bare -root stock plants freshly dug. Immediately after digging up bare -root stock, pack root system in wet straw, hay, or other suitable material to keep root system moist until planting. B. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. C. Handle planting stock by root ball. D. Deliver plants after preparations for planting have been completed and install immediately. If planting is delayed more than 6 hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. 1.6 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner, or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. 2. Warranty Periods from Date of Substantial Completion: a. Trees, Shrubs, Vines, and Ornamental Grasses: 12 months. b. Ground Covers, Biennials, Perennials, and Other Plants: 12 months. 1207122 PLANTS 32 93 00 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 2 - PRODUCTS 2.1 PLANT MATERIAL A. General: Furnish nursery -grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in plant schedule or plant legend shown on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1. Root flare shall be visible before planting. C. Annuals and Biennials: Provide healthy, disease -free plants of species and variety shown or listed, with well -established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. Provide only plants that are acclimated to outdoor conditions before delivery. 2.2 ORGANIC SOIL AMENDMENTS A. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 3/4-inch sieve; soluble salt content of 5 to 10 dS/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil, or toxic materials. 2. Manure: Well -rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, debris, and material harmful to plant growth. 2.3 PLANTING SOILS A. Planting Soil: Existing, native surface topsoil formed under natural conditions with the duff layer retained during excavation process. Verify suitability of soil to produce viable planting soil. Clean soil of roots, plants, sod, stones, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. Mix soil with the following soil amendments and fertilizers in the following quantities to produce planting soil: 1. Loose Compost Per Acre: Four tons. 2. Weight of Sulfur Per Acre: Twenty pounds. 3. Weight of Zinc Per Acre: 1.5 pounds. 4. Weight of Boron Per Acre: 0.5-pounds. 5. Weight of 11-52-0 Monoammoniun Phosphate (MAP) Per Acre: 200 pounds. 2.4 MULCHES A. Inorganic Mulch: As shown on the Drawings. 1207122 PLANTS 3293 00 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park PART 3 - EXECUTION 3.1 PLANTING AREA ESTABLISHMENT A. Loosen subgrade of planting areas to a minimum depth of 6 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply superphosphate fertilizer directly to subgrade before loosening. B. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. 3.2 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits with sides sloping inward at a 45-degree angle. Excavations with vertical sides are not acceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. 1. Excavate approximately three times as wide as ball diameter. 2. Excavate at least twelve inches wider than root spread and deep enough to accommodate vertical roots for bare -root stock. 3. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. B. Subsoil and topsoil removed from excavations may be used as planting soil. 3.3 TREE AND SHRUB PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. B. Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. C. Set stock plumb and in center of planting pit or trench with root flare 1 inch above adjacent finish grades. 1. Use planting soil for backfill. 2. Balled and Burlapped: After placing some backfill around root ball to stabilize plant, carefully cut and remove burlap, rope, and wire baskets from tops of root balls and from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. 3. Container -Grown: Carefully remove root ball from container without damaging root ball or plant. 4. Fabric Bag -Grown Stock: Carefully remove root ball from fabric bag without damaging root ball or plant. Do not use planting stock if root ball is cracked or broken before or during planting operation. 1207122 PLANTS 32 93 00 - 4 10/23 City of Lubbock Pickleball Facility at McAlister Park 5. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of Backfill. Repeat watering until no more water is absorbed. 6. Place planting tablets in each planting pit when pit is approximately one-half filled; in amounts recommended in soil reports from soil -testing laboratory. Place tablets beside the root ball about 1 inch from root tips; do not place tablets in bottom of the hole. 7. Continue backfilling process. Water again after placing and tamping final layer of soil. D. When planting on slopes, set the plant so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above the surrounding soil. Apply enough soil to cover the downhill side of the root ball. 3.4 TREE AND SHRUB PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by Architect, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. 3.5 PLANTING AREA MULCHING A. Mulch backflled surfaces of planting areas and other areas indicated. 1. Inorganic Mulch: Screening material shall be blend #20 from R.E. Janes Gravel; Slaton, Texas. END OF SECTION 1207122 PLANTS 3293 00 - 5 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 33 05 00 - COMMON WORK RESULTS FOR UTILITIES PART 1- GENERAL 1.1 SUMMARY A. Section includes general and other site utilities. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 UTILITY LOCATION A. Before any Work commences, Contractor shall notify Dig Tess for locating all utilities within Project area. B. Contractor shall coordinate location of existing utilities (irrigation systems, etc.) with Owner's personnel. Take care to salvage all system components to remove unless otherwise directed by Owner. 1.3 PROJECT CONDITIONS A. Perform Site survey, research Owner's utility records, and verify existing utility locations. Contact utility -locating service for area where Project is located as required. B. Locate existing structures and piping to close and abandon. 1.4 SEQUENCING AND SCHEDULING A. Coordinate utility down time with Owner. B. Coordinate with other utility work. C. Provide utility entity at least 72 hours advance notification. PART 2 - PRODUCTS 2.1 REPLACING DAMAGED PRODUCTS A. If damage is done to Owner's utility service, Contractor shall coordinate replacement of damaged parts with Owner at no cost to Owner to a quality equal -to -or -better -than prior to construction. Repair in a timely manner to prevent excessive down -time for Owner. B. Any rerouting existing utilities, other than those utilities anticipated in Plans, shall be at Contractor expense and considered subsidiary to Project. PART 3 - EXECUTION (Not Used) END OF SECTION 1207122 COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 33 05 13 - MANHOLES AND STRUCTURES PART 1- GENERAL 1.1 SUMMARY A. Section includes modular precast concrete manhole sections with tongue -and -groove joints with transition to lid frame, covers, anchorage, and accessories. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. ASTM A48 - Gray Iron Castings. B. ASTM C478 - Precast Reinforced Concrete Manhole Sections. C. ASTM C923 - Resilient Connectors Between Reinforced Concrete Manhole Structures and Pipes. 1.3 SUBMITTALS FOR REVIEW A. Shop Drawings: Indicate manhole locations, elevations, piping, conduit, and sizes and elevations of penetrations. B. Product Data: Provide manhole covers, component construction, features, configuration, and dimensions. PART 2 - PRODUCTS 2.1 CONCRETE MANHOLE MATERIALS A. Manhole Sections: Reinforced precast concrete 4,000 psi at 28 days in accordance with ASTM C478 with gaskets in accordance with ASTM C923. 2.2 CONCRETE MANHOLE COMPONENTS A. Lid and Frame: ASTM A48, Class 30B Cast iron construction, machined flat bearing surface, removable lid, lid molded with "Sanitary Sewer" name; Number 300-24; manufactured by Western Iron Works or approved equal. Lids on storm sewer manholes shall be slotted grates. B. Manhole Steps: Formed galvanized steel rungs; 3/4 diameter. 2.3 CONFIGURATION A. Shaft Construction: Concentric with concentric cone top section; lipped male/female joints; sleeved to receive pipe sections. B. Shape: Cylindrical. C. Clear Inside Dimensions: 48-inch diameter for pipes up to 16-inch diameter. Larger manhole diameter as required for pipes larger than 16-inch diameter. 1207122 MANHOLES AND STRUCTURES 33 05 13 - 1 10/23 City of Lubbock Pickleball Facility at McAlister Park D. Design Depth: As indicated. E. Clear opening inside of ring is 36-inch diameter. F. Pipe Entry: Provide openings as required. G. Steps: Sixteen inches on center vertically, set into manhole wall. H. Interior Epoxy Coating: 1. The interior of all concrete sanitary sewer manholes shall have an epoxy coating. Minimum thickness of cured coating shall be 65 mils. This coating may be field or shop applied. When manholes are furnished with shop coating, all joints and other exposed concrete areas shall be field coated using the same material used for shop coating. 2. Furnished material shall be a sprayable/brushable 2-component epoxy coating composed of 100 percent solids, suitable for horizontal, vertical, and overhead application. The product shall be FE-100 as supplied by Thane -Coat, Inc., 10400 West Office Drive, Suite 120, Houston, TX 77042, or approved equal. Submit technical data on product furnished including catalog cut sheets and one set of installation procedures, including shop and field application techniques. 3. Produced lining shall be monolithic, permanent, impermeable, and chemically resistant to chemicals found in domestic sewer lines including sulfuric acid, sodium hydroxide detergents, bleaches, and gasoline and other solvents that might be accidentally spilled into said sewer lines. Thoroughly clean surface to coat per material supplier's recommendations before coating material is applied. 4. Follow manufacturer recommendation regarding product pot life, cure time, substrate, and ambient air temperatures during application. 5. Use an accurate wet film gauge in at least two locations per square yard during application to check film thickness as applied. 6. After coating operation is complete and prior to acceptance, Work shall be visually inspected by Architect. Visual inspection shall be done to check for thin spots and voids. 7. Keep a daily log showing date, weather conditions, quantity of structure lined (square footage), and number of gallons of lining compound expended. S. Trowel, brush, roller, or squeegee may be used for touchup and repairs. �. All application procedures must be performed in accordance with OSHA and NIOSH requirements. In confined areas, workers must wear fresh airline respirators or positive pressure hose masks. Protective clothing, goggles, and gloves must be worn to protect eyes and skin from contact with the material. Where flammable solvents exist, explosion proof lighting must be used. Requirements of the Material Safety Data Sheets and manufacturer's recommendations regarding safe procedures must be rigidly adhered to. 10. All interior concrete structure walls and ceiling shall be covered with epoxy coating FE-100 or approved equal. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify items provided by other Sections of Work are properly sized and located. B. Verify that built-in items are in proper location, and ready for roughing into Work. C. Verify excavation for manholes is correct. 1207122 MANHOLES AND STRUCTURES 3305 13 - 2 10/23 City of Lubbock Pickleball Facility at McAlister Park 3.2 PREPARATION A. Coordinate placement of inlet and outlet pipe or duct sleeves required by other Sections. 3.3 PLACING MANHOLE SECTIONS A. Place base pad, trowel top surface level. B. Place manhole sections plumb and level, trim to correct elevations, anchor to base pad. C. Cut and fit for pipe. D. Grout base of shaft sections to achieve slope to exit piping. Trowel smooth. Contour as required. E. Set cover frames and covers level without tipping, to correct elevations. F. Coordinate with other sections of Work to provide correct size, shape, and location. END OF SECTION 1207122 MANHOLES AND STRUCTURES 33 05 13 - 3 10/23 City of Lubbock Pickleball Facility at McAlister Park SECTION 33 12 00 - WATER UTILITY DISTRIBUTION EQUIPMENT PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipe and fittings for Site water line including domestic and fire protection water lines. 2. Valves and fire hydrants. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 3123 00.10 "Excavation and Fill for Utilities." 3. Section 33 13 00 "Disinfection of Water Utility Distribution Equpment" for disinfection of Site service utility water piping. 1.2 REFERENCES A. ASME B16.18 - Cast Copper Alloy Solder Joint Pressure Fittings. B. ASME B 16.22 - Wrought Copper and Copper Alloy Solder Joint Pressure Fittings. C. ASTM B88 - Seamless Copper Water Tube. D. ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb. Rammer and 18-inch Drop. E. ASTM D1785 - Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. F. ASTM D2241 - Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR). G. ASTM D2466 - Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. H. ASTM D2855 - Making Solvent -Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and fittings. L ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). J. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures. K. ASTM D3139 - Joints for Plastic Pressure Pipes using Flexible Elastomeric Seals. L. ASTM D3035 - Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Controlled Outside Diameter. M. AWS A5.8 - Brazing Filler Metal. N. AWWA C 104 - Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. O. AWWA C105 - Polyethylene Encasement for Ductile Iron Piping for Water and Other liquids. P. AWWA CIII- Rubber -Gasket Joints for Ductile Iron and Grey -Iron Pressure Pipe and Fittings. Q. AWWA C151 - Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. R. AWWA C500 - Gate Valves, 3-inch through 48-inch NPS, for Water and Sewage Systems. S. AWWA C502 - Dry Barrel Fire Hydrants. T. AWWA C504 - Rubber Seated Butterfly Valves. U. AWWA C508 - Swing -Check Valves for Waterworks Service, 2-inch through 24-inch NPS. 1207122 WATER UTILITY DISTRIBUTION 33 12 00 - 1 10/23 EQUIPMENT City of Lubbock Pickleball Facility at McAlister Park V. AWWA C509 - Resilient Seated Gate Valves 3-inch through 12-inch NPS, for Water and Sewage Systems. W. AWWA C600 - Installation of Ductile -Iron Water Mains and Appurtenances. X. AWWA C606 - Grooved and Shouldered Type Joints. Y. AWWA C900 - Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4-inch through 12-inch, for Water. Z. AWWA C901 - Polyethylene (PE) Pressure Pipe, Tubing, and Fittings, 2-inch through 3-inch, for Water. AA. UL 246 - Hydrants for Fire -Protection Service. 1.3 SUBMITTALS FOR REVIEW A. Product Data: Provide data on pipe materials, pipe fittings, valves, and accessories. 1.4 SUBMITTALS AT PROJECT CLOSEOUT A. Record actual locations of piping mains, valves, connections, and invert elevations. B. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.5 QUALITY ASSURANCE A. Perform Work per City of Lubbock standards. B. Valves: Manufacturer's name and pressure rating marked on valve body. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to Site to prevent damage. B. Deliver and store valves in shipping containers with labeling in place. PART 2 - PRODUCTS 2.1 WATER PIPE A. General water piping shall be ductile iron or C900 PVC in standard trenches. Piping in and near underground vaults shall be ductile iron as noted on details. B. Pipe 6- to 12-inch Diameter: 1. Ductile Iron Pipe: AWWA C151: a. Fittings: Ductile iron, standard thickness. b. Joints: AWWA C111, rubber gasket with rods. C. Jackets: AWWA C105 polyethylene jacket. 2. PVC Pipe: AWWA C900 Class 150: a. Fittings: AWWA C111, cast iron. b. Joints: ASTM C3139 compression gasket ring. C. Trace Wire: Magnetic detectable conductor, brightly -colored plastic covering, imprinted with "Water Line" in large letters. 1207122 WATER UTILITY DISTRIBUTION 33 12 00 - 2 10/23 EQUIPMENT City of Lubbock Pickleball Facility at McAlister Park C. Pipe 1- to 4-inch Diameter: 1. Copper Tubing: ASTM B88, Type K annealed: a. Fittings: ASME B 16.18, cast copper, or ASME B 16.22, wrought copper. b. Joints: Compression connection or AWS A5.8, BCuP silver braze. 2. PVC Pipe: ASTM D2241, SDR-26 for 160 prig pressure rating: a. Fittings: ASTM D2466, PVC. b. Joints: ASTM D2855, solvent weld. C. Trace Wire: Magnetic detectable conductor, brightly -colored plastic covering, imprinted with "Water Line" in large letters. 3. Polyethylene Pipe: ASTM D3035, for 160 prig: a. Fittings: AWWA C901, molded or fabricated. b. Joints: Compression. C. Trace Wire: Magnetic detectable conductor, brightly -colored plastic covering, imprinted with "Water Line" in large letters. 2.2 GATE VALVES - UP TO 3 INCHES A. Brass or bronze body, non -rising stem, inside screw, single wedge or disc, extension box, and valve key. 2.3 GATE VALVES - 3 TO 12 INCHES A. AWWA C509, Iron body, bronze trim, non -rising stem with square nut, single wedge, resilient seat, ends, control rod, post indicator where shown on plans, extension box, and valve key. 2.4 SWING CHECK VALVES A. Manufacturers: 1. Watts Series 709OSYRW. 2. Substitutions: Refer to other Sections of Contract Documents. B. AWWA C510-92, iron body, bronze trim, removable disk and seat, flanged ends. 2.5 HYDRANT A. Manufacturers: Mueller Centurion, or approved equal. B. Hydrant: AWWA C502, UL 246, dry -barrel type, inside dimension of 7 inches minimum, with minimum 5-inch-diameter valve seat opening; minimum net water area of barrel not less than 190 percent of valve opening; 6-inch bell or mechanical joint inlet connection with accessories, gland bolts, and gaskets. C. Hydrant Extensions: Fabricate in multiples of 6 inches with rod and coupling to increase barrel length. Extensions shall be incidental and installed to place hydrant lower flange at elevation noted on Plans. D. Hose and Streamer Connection: Match sizes with utility company, 2 hose nozzles, and 1 pumper nozzle. E. Finish: Primer and 2 coats of enamel. 2.6 BEDDING AND COVER MATERIALS A. Bedding: Crushed rock material per ASTM C33, Grade No. 8 or approved equal. B. Cover: Per Section 3123 00.10 "Excavation and Fill for Utilities." 1207122 WATER UTILITY DISTRIBUTION 33 12 00 - 3 10/23 EQUIPMENT City of Lubbock Pickleball Facility at McAlister Park 2.7 FITTINGS A. Four- to Twelfth -Inch -Diameter Pipe: Ductile iron mechanical joint AWWA C110, minimum pressure rating 350 psi. B. Pipe Smaller Than 3-Inch Diameter: Suitable for use with the piping and at a pressure rating not less than pipe. 2.8 TAPPING SLEEVES AND VALVES A. Tapping sleeves designed for a working pressure of 150 psi and mechanical joint or as required to make connection. Tapping sleeves shall be Mueller, ductile iron, with duck -tipped gaskets or approved equal. All interior cast iron surfaces shall be epoxy coated per appropriate articles herein. Tapping valves shall be resilient seat Mueller mechanical joint valves designed for a working pressure of 150 psi or approved equal. 2.9 VALVE BOXES, EXTENSION STEMS, AND POST INDICATORS A. Extension stems furnished on buried valves where top of operating nut is more than 36 inches below finished grade. Top of extension stem shall not be more than 9 inches below top of valve box. Buried valves provided with cast iron valve boxes. Boxes designed to fit over a section of 6-inch C900 PVC riser pipe used as extension from top of valve to within 8 inches of ground surface. Box shall have a heavy cast-iron cove and flange -type base, with base approximately 4 inches larger in diameter than outside diameter of box barrel. Necessary length of 6-inch C900 PVC riser pipe required for extension considered as part of box. B. Post indicator extensions shall be compatible with installed valve and installed per manufacturer instructions. Post indicators shall be Mueller adjustable type or approved equal. 2.10 ACCESSORIES A. Concrete for Thrust Restraints: 3,000 psi concrete. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify building service connection and municipal utility water main size and location are as indicated. 3.2 PREPARATION A. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, remove burrs. B. Remove scale and dirt on inside and outside before assembly. C. Prepare pipe connections to equipment with flanges or unions. 1207122 WATER UTILITY DISTRIBUTION 33 12 00 - 4 10/23 EQUIPMENT City of Lubbock Pickleball Facility at McAlister Park 3.3 BEDDING A. Excavate pipe trench per Section 31 23 00.10 "Excavation and Fill for Utilities," for Work herein. Hand trim excavation for accurate placement of pipe to elevations indicated. B. Form and place concrete for pipe thrust restraints at any change of pipe direction. Place concrete to permit full access to pipe and pipe accessories. C. Place bedding material at trench bottom, level fill materials in 1 continuous layer not exceeding 6 inches compacted depth. D. For non-metallic pipe, place bedding material around pipe sides and to 6 inches over top of pipe. Take care to position bedding material under the pipe haunches. E. For metallic pipe, backfill around sides and to top of pipe. Position bedding material under pipe haunches. F. Maintain optimum moisture content of cover material to attain required compaction density. 3.4 INSTALLATION - PIPE A. Maintain separation of water main from sewer piping per TCEQ code. B. Install ductile iron piping and fittings to AWWA C600. C. Route pipe in straight line. D. Install pipe to allow for expansion and contraction without stressing pipe or joints. E. Install access fittings to permit disinfection of water system performed under Section 33 13 00 "Disinfection of Water Utility Distribution Equipment." Slope water pipe and position drains at low points. F. Form and place concrete for thrust restraints at each elbow or change of direction of pipe main. G. Establish elevations of buried piping to ensure not less than 3.5 feet of final cover. H. For non-metallic pipe, install trace wire continuous buried 18 inches below finish grade, above pipe line; coordinate with Section 3123 00.10 "Excavation and Fill for Utilities." I. Backfill trench per Section 3123 00.10 "Excavation and Fill for Utilities." J. Pipe Installed in Casings: 1. Attach 2 hardwood skids to pipe joint using stainless steel bands. Skid dimensions shall position pipe bell above casing by 2 inches minimum. Skid length shall be 2/3-pipe joint -length minimum. Submit alternate skid designs for approval. 2. Insert pipe joints into casings so that joint is always in compression. 3. Seal spaces at ends of casing pipe between casing and carrier pipe with grout. Extend grout 12 inches minimum into casing. 3.5 INSTALLATION - VALVES AND HYDRANTS A. Set valves on solid bearing. B. Center and plumb valve box over valve. Set box cover flush with finished grade. C. Set hydrants plumb; locate pumper nozzle perpendicular to and facing roadway. D. Set hydrants to elevation noted on the Plans, with nozzles at least 20 inches above ground. E. Provide a granular drainage sump as indicated on Plans. Encase elbow of hydrant in gravel to above drain opening. Do not connect drain opening to sewer. F. Paint hydrants Federal Safety Yellow. 1207122 WATER UTILITY DISTRIBUTION 33 12 00 - 5 10/23 EQUIPMENT City of Lubbock Pickleball Facility at McAlister Park 3.6 DISINFECT DOMESTIC WATER PIPING SYSTEM A. Flush and disinfect system per Section 33 13 00 "Disinfection of Water Utility Distribution Equipment." 3.7 SERVICE CONNECTIONS A. Provide water service to municipal systems shown in Plans and per City of Lubbock requirements. 3.8 FIELD QUALITY CONTROL A. Compaction testing per Section 3123 00.10 "Excavation and Fill for Utilities." B. Other testing per Section 33 13 00 "Disinfection of Water Utility Distribution Equipment." END OF SECTION 1207122 WATER UTILITY DISTRIBUTION 33 12 00 - 6 10/23 EQUIPMENT City of Lubbock Pickleball Facility at McAlister Park SECTION 33 13 00 - DISINFECTION OF WATER UTILITY DISTRIBUTION EQUIPMENT PART 1- GENERAL 1.1 SUMMARY A. Section includes disinfection of potable water distribution system and testing/reporting results. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 33 12 00 "Water Utility Distribution Equipment." 1.2 REFERENCES A. AWWA B300 - Standard for Hypochlorites. B. AWWA B301 - Standard for Liquid Chlorine. C. AWWA B302 - Standard for Ammonium Sulfate. D. AWWA B303 - Standard for Sodium Chlorite. E. AWWA C651 - Standards for Disinfecting Water Mains. 1.3 SUBMITTALS FOR INFORMATION A. Test Reports: Indicate results comparative to specified requirements. B. Certificate: Certify cleanliness of water distribution system meets/exceeds specified requirements. 1.4 PROJECT RECORD DOCUMENTS A. Submit test results to Architect. B. Disinfection Report: 1. Type and form of disinfectant used. 2. Date and time of disinfectant injection start and time of completion. 3. Test locations. 4. Initial and 24-hour disinfectant residuals (quantity in treated water) in parts per million for each outlet tested. 5. Date and time of flushing start and completion. 6. Disinfectant residual after flushing in ppm for each outlet tested. C. Bacteriological Report: 1. Date issued, Project name, and testing laboratory name, address, and phone number. 2. Time and date of water sample collection. 3. Name of person collecting samples. 4. Test locations. 5. Initial and 24-hour disinfectant residuals in parts per million for each outlet tested. 6. Coliform bacteria test results for each outlet tested. 7. Certification that water conforms, or fails to conform, to bacterial standards of local health department. 1207122 DISINFECTION OF WATER UTILITY 33 13 00- 1 10/23 DISTRIBUTION EQUIPMENT City of Lubbock Pickleball Facility at McAlister Park 1.5 QUALITY ASSURANCE A. Perform Work per AWWA C651. B. Water Treatment Firm: Company specializing in disinfecting potable water systems specified herein with minimum 3 years' experience. C. Testing Firm: Company specializing in examining potable water systems, approved by State of Texas. D. Submit bacteriologist's signature and authority associated with testing. 1.6 REGULATORY REQUIREMENTS A. Conform to applicable code or regulation for performing Work herein. B. Provide certificate of compliance from authority having jurisdiction indicating approval of water system. PART 2 - PRODUCTS 2.1 DISINFECTION CHEMICALS A. Chemicals: AWWA B300, Hypochlorite, AWWA B301, Liquid Chlorine, AWWA B302, Ammonium Sulfate, and AWWA B303, Sodium Chlorite. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify piping system is clean, inspected, and pressure tested. B. Perform scheduling and disinfecting activity with startup, testing, adjusting, and balancing, and demonstration procedures, including coordination with related systems. 3.2 EXECUTION A. Provide and attach required equipment to perform Work herein. B. Introduce treatment into piping system. C. Maintain disinfectant in system for 24 hours. D. Flush, circulate, and clean until required cleanliness is achieved. Use municipal domestic water. E. Replace permanent system devices removed for disinfection. F. Pressure test system to 150 psi. Repair leaks and retest. 3.3 FIELD QUALITY CONTROL A. Test samples per AWWA C651. END OF SECTION 1207122 DISINFECTION OF WATER UTILITY 33 13 00 - 2 10/23 DISTRIBUTION EQUIPMENT City of Lubbock Pickleball Facility at McAlister Park SECTION 33 3100.10 - SANITARY AND STORM UTILITY SEWERAGE PIPING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary sewerage drainage piping, fittings, accessories, and bedding from 5 feet outside building to municipal utilities. 2. Site storm sewers and culverts. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 31 23 00.10 "Excavation and Fill for Utilities" for trenching subsoil for sewer system piping. 1.2 REFERENCES A. ANSI/ASTM A74 - Cast Iron Soil Pipe and Fittings. B. ANSI/ASTM C 12 - Practice for Installing Vitrified Clay Pipe Lines. C. ANSI/ASTM C 14 - Concrete Sewer, Storm Drain, and Culvert Pipe. D. ANSI/ASTM C76 - Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. E. ANSI/ASTM C425 - Compression Joints for Vitrified Clay Pipe and Fittings. F. ANSI/ASTM C443 - Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. G. ANSI/ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3). H. ANSI/ASTM D2321 - Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. L ANSI/ASTM D2729 - Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. J. ANSI/ASTM D2751 - Acrylonitrile-Butadiene-Styrene (ABS) Sewer Pipe and Fittings. K. ANSI/ASTM D3033 - Type PSP Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. L. ANSI/ASTM D3034 - Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. M. ASTM A746 - Ductile Iron Gravity Sewer Pipe. N. ASTM C564 - Rubber Gaskets for Cast Iron Soil Pipe and Fittings. O. ASTM C700 - Vitrified Clay Pipe, Extra Strength, Standard Strength and Perforated. P. ASTM D1785 - Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120. Q. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). R. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures. 1.3 DEFINITIONS A. Bedding: Fill placed under, beside, and directly over pipe, before subsequent backfilling. 1.4 SUBMITTALS A. Product Data: Provide data indicating pipe and pipe accessories. 1207122 SANITARY AND STORM UTILITY 33 31 00.10 - 1 10/23 SEWERAGE PIPING City of Lubbock Pickleball Facility at McAlister Park 1.5 PROJECT RECORD DOCUMENTS A. Record location of pipe runs, connections, and invert elevations. B. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.6 FIELD MEASUREMENTS A. Verify field measurements and elevations are as indicated. 1.7 COORDINATION A. Coordinate Work with termination of sanitary sewer connection outside building, connection to off -site utility service, and trenching. PART 2 - PRODUCTS 2.1 SEWER AND STORM SEWER PIPE MATERIALS A. Pipe for sanitary sewers 15 inches in diameter and less shall be PVC. B. PVC Pipe: ANSI/ASTM D3034, Type PSM, PVC material; bell and spigot style joint end, with rubber gasket joints. Utilize SDR 35 (greater than 3 or less than 12 feet of cover) and SDR 26 (less than 3 or greater -than -or -equal -to 12 feet of cover). C. Polyethylene Storm Sewer Pipe: High Density Polyethylene (HDPE) pipe shall meet: ASTM F405 "Standard Specification for Corrugated Polyethylene Pipe and Fittings;" ASTM F667 "Standard Specification for Large Diameter Corrugated Polyethylene Pipe and Fittings;" AASHTO M 252 "Standard Specification for Polyethylene Corrugated Drainage Pipe;" and AASHTO M 294 "Standard Specification for Corrugated Polyethylene Pipe, 12-inch to 36-inch diameter." Joint watertightness required to inhibit groundwater infiltration and/or effluent exfiltration. Seal watertight joints with elastomeric gasket that meets or exceeds ASTM F477 performance requirements. Diameters 24 inches and smaller shall meet ASTM D3212; larger pipe shall meet ASTM D3212, with exception that maximum pressure is 5 psi. Pipe shall be smooth interior Advanced Drainage Systems (ADS) N-12 for 12-inch to 36-inch diameters, and ADS N-12 HC for diameters larger than 36 inches, Hancor Products ASTM F794 Vylon Pipe, ETI Co Ultra -Rib, or approved equal. D. Concrete Storm Sewer Pipe: Concrete culvert pipe, 12-inch diameter or larger, reinforced concrete Class III - Wall B, shall conform to AASHTO M170 or ASTM C76 requirements. Pipe shall be Gifford Hill Tongue and Groove C-76, or approved equal. 2.2 PIPE ACCESSORIES A. Warning Devices: Tracer Wire and Warning Tape both required. 1. Tracer Wire: Minimum 12 gauge. 2. Detectable Warning Tape: Brightly -colored continuously -printed plastic ribbon tape with "Sewer Line" in large letters; not less than 6 inches wide by minimum 4 mil thick. 1207122 SANITARY AND STORM UTILITY 33 31 00.10 - 2 10/23 SEWERAGE PIPING City of Lubbock Pickleball Facility at McAlister Park B. Sloping End Treatments: If part of Project, sloped concrete end treatments shall be constructed per TxDOT Standards. 6:1 typical slope. C. Cleanouts shall incorporate long sweep ells and constructed per Plan details. 2.3 BEDDING MATERIALS A. Bedding: Crushed rock material per ASTM C33. Grade No. 8, or approved equal. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify trench cut is ready to receive Work and excavations, dimensions, and elevations are as indicated on Drawings. 3.2 PREPARATION A. Hand trim excavations to required elevations. Correct overexcavation with bedding aggregate. B. Remove large stones or other hard matter which damage pipe or impede consistent backfilling or compaction. 3.3 BEDDING A. Excavate pipe trench per Section 31 23 00.10 "Excavation and Fill for Utilities," for Work herein. Hand trim excavation for accurate placement of pipe to elevations indicated. B. Place bedding material at trench bottom, level materials in continuous layer not less than 6-inch depth. 3.4 INSTALLATION - PIPE A. Install pipe, fittings, and accessories per ASTM D2321 and manufacturer instructions. Seal joints watertight. B. Lay pipe to slope gradients noted on Drawings; with maximum variation from true slope of 1/8-inch in 10 feet. C. Place bedding material around pipe sides and to 6 inches over top of pipe. Position bedding material under pipe haunches. D. Refer to Section 31 23 00.10 "Excavation and Fill for Utilities," for trenching and backfill requirements. Do not displace or damage pipe when compacting. E. Install trace wire continuous over top of pipe. F. Install detectable warning tape continuous of top of pipe, buried 12 to 16 inches below finish grade. G. For concrete pipe, use two -sack concrete as backfill up to top of pipe to provide joint watertightness. 1207122 SANITARY AND STORM UTILITY 33 31 00.10 - 3 10/23 SEWERAGE PIPING City of Lubbock Pickleball Facility at McAlister Park 3.5 FIELD QUALITY CONTROL A. Request inspection prior to and immediately after placing bedding. B. Compaction testing per Section 3123 00.10 " Excavation and Fill for Utilities." C. Pressure Test: Test in accordance with ASTM C828. D. Deflection Test: Test in accordance with 95 percent diameter mandrel. 3.6 PROTECTION A. Protect pipe and aggregate cover from damage or displacement until backfilling operation is in progress. END OF SECTION 1207122 SANITARY AND STORM UTILITY 33 31 00.10 - 4 10/23 SEWERAGE PIPING No Text j� ) I n I I I I \ e , i \ 9 i r . . e p / 3270 -?00 3Sn ' ✓ j Pon � I , jam, i �`"^� / � I I �\ I I \\ I I \ O\\ V II\�5 ---- jj0jj� j______-- 0 0(3 / / / / / / / / / ------------------------- N ------------------------ -- 9----- 9Z�' - JI ♦♦ S S S ♦ ♦♦ 5, /J ------------ C J\- IJ \\ /voww �w 1171 I I -------- -- INSTALL: 1- 3" 45' BEND 1- 3" GATE VALVE IN CONCRETE COLLAR NaSEWERNOUT RIM ELEV = 3269.10 FL ELEV = 3266.54 I (SEE DETAIL B5/CU501) N = 7261792.44 I E = 916605.37 I / W Z 6�9 r i w Q / U C6 ry 0 X w � I O I I L.L \ !/ I I � � I I INSTALL: I REFER TO LANDSCAPE 1- 3" 90' BEND i I f MGM-MGM-M INSTALL: I / 10, 1- 3" 90' BEND N 501-F OF 3" PEX (SDR-9, CTS)WATER LINE C I / / / / / / / / / / / I I I I i ;HORAGE FOR 22 1/20 BEND SCALE VALVE BOX DETAIL NOT TO SCALE IiVA FENCE SET IN MOW -CURB 24 1 17) 24 0126 22 ke 2 FENCE SET IN MOW -CURB No Text �52 �I 002 7261723.199 EEEEE�R T 916766.278 �o 17 LO co co 29.72' � , 10.5'- 14.5' � � 6 � 1 003 7261657.699 O 916825.252 �n co LO u 48.47' 005 7261605.449 916776.778 004 7261605.449 916825.252 0 67.70 TC 67.65 FG n --n -n -n 67.80 IN 67.92 TC 1.5% I 67.20 TC 67.25 TC PROPOSED CONTOUR TYPICAL 67.60 TC 67.65 TC 67.50 FG 67.53 TC 67.77 TC 67.20 FG 67.83 TC I 67.95 TC ICD N �4" PVC PIPE AT .3% MINIMUM. DAYLIGHT WITHIN THIS APPROXIMATE LOCATION. 67.53 TC 67.10 FG Q i i i i i i i i i i i i i i i Z --------------- .Z,-, PW ir FecMx� F 7x, if A" ME5 r- l.. �- Y2" 2 3 Y2" -tly2 7- 2" , V. Y4" A" lY2" 21 lY2" 38 1 .5 Y 3 1Y4 12j Y2" W, - 2" o 0 0 I (116 sf) Limestone o (179 sf) Limestone o (2) Lacebark Elm o . .�.�.�.�.�.�.�.. . f) Limestone I Wl ENTRY LUCK RY GATE EXIT GATE 1 � v i— =III II I I' II —III ° .I I •° I I=. i i I I ' 11=IIIIII=III=III—III=III=11 11 I p III—= P "� III— ��I I• I I=1 i' ' I —III HE =II•.`I I. III III- •I I• ' IIIII 111I'° � I�•° 1I —II II .I I. 1. II11 I111 . LJ IIII kTE - PANIC HARDWARE 22'-0" i (3) Self -Closing Badass Hinge set from Shut It Gate Hardware. 9CI3850 Gate Rim Exit Device - Advantex Series mounted on an 8" x 8" plate, inside. Plate to be welded to gate frame. Paint galvanized to match fence. Anti -Climb welded wiremesh panel. Mesh installed facing out 2" sq gate frame Anti -Cut /Anti -Climb Mesh 4" sq gate post --- 10" x 8" Steel kickplate welded flush to the inside face of the gate frame on inside. Galvanized Paint to match fencing 1 4" Concrete Sidewalk TIII PROVIDE SUBMITTAL ON ALL GATE HARDWARE, CLOSERS, j I II LOCKING MECHANISMS AND 1 I• ° I= ANTI -CLIMB MESH. •'LJ :III I.. 18" DOUGLAS PICKLEBALL NET LACING BRACKET DOUGLAS PREMIER XS-36 PICKLEBALL POSTS AS SPEC'D C%W 14 n 23 22 1 I I I I WP/C FCI I I \ 1 1 DP-4 \ 1 ` 017 1 I I I 21 IIJ rON MDP-1,3,5 GC - --UGC UGC 8 25U O - 0,2 g y< AN 'MD " MDR- 8 o P/G CI P/G CI LI HTIN L CABINET MDP-10 WP/GFCI :)g UGC -UGC WP/GFCI ON MDP-2,4, 19 up 8 F N DP- ,3,5 x ON MDP-18, 0, 8 25 N MDP-1,3,5 MDP-1 23 O r" t� MDP-36 P5 ONi MDP-2,4,6=====____ MDP-12 8 25 11 P/ FCI No Text OUTDOOR RECEPTACLE 1 20 A 40 SPARE 1 20 A 42 SPARE 1 20 A 44 SPARE 1 20 A 46 SPARE 1 20 A 48 SPARE 1 20 A 50 SPARE 1 20 A 52 SPARE 1 20 A 54 SPACE 56 SPACE 58 SPACE 60 SPACE 62 SPACE 64 SPACE 66 SPACE 68 SPACE 70 SPACE 72 SPACE 74 SPACE 76 SPACE 78 80 FUTURE PICKLEBALL 82 COURTLOAD P9 ALTERNATE #1 40 FEET P10 ALTERNATE #1 40 FEET CIRCUIT CIRCUIT DESC A FUTURE CHAMPIOf B PICKLEBALL C C PICKLEBALL CC E PICKLEBALL 17-19 (A