HomeMy WebLinkAboutResolution - 2019-R0330 - West Texas Services Dba Tom's Tree Place - 09/24/2019Resolution No. 2019-RO330
Item No. 6.7
September 24, 2019
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Public Works Contract No. 14824 for Glenna
Goodacre Medians as per RFP 19-14824-FM, by and between the City of Lubbock and West
Texas Services, Inc., dba Tom's Tree Place of Lubbock, Texas, and related documents. Said
Contract is attached hereto and incorporated in this resolution as if fully set forth herein and
shall be included in the minutes of the City Council.
Passed by the City Council on September 24, 2019
DANIEL M. POPE, MAYOR
ATTEST:
.cc). it
Rebe a Garza, City Secretary
APPROVED AS TO CONTENT:
�O�L 662�a
D. ]u Kostelich, Chief "inancial Officer
APPROVED AS TO FO
Ryan JYro(e, A si tant City Attorney
ccdocs'RES.Contract 14824 Glenna Goodacre Medicans
September 4, 2019
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1of1
Complete Nos. 1- 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3.5, and 6 if there are no interested parties,
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2019-539374
1 Name of business entity tiling form, and the city, state and country of the business entity's place
of business.
West Texas Services, Inc. D8A Toms Tree Place
Lubbock, TX United States
Date Filed:
09/12/2019
2 Name of governmental entity or state agency that Is a party tot the conVact f6t Which the form Is
being filed.
City of Lubbock
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
14824
Glenna Goodacre Medians
4
Name of Interested Party
City, State, Country (piece of business)
Nature of Interest
(check applicable)
Controlling
Intermediary
5 Check only if there is NO Interested Party. ❑
x
6 UNSWORN DECLARATION
My name is h Lk S c r o LL - � and my date of birth is
My address is\
(street) (city) (state) (zip Dodo) (country)
I declare under penalty of perjury that the foregoing is true and correct. (�
Executed in 4A-((00��L County, Stale of on the Dtay f �� .20 Ia .
'' (month) (year)
Signature of authorized agent of contracting business entity
(Dedwant)
Forms provided by Texas Ethics Commission www.ethics_state_tx.us Version V1.1.3a6aaf7d
CERTIFICATE OF INTERESTED PARTIES FORM 1295
l of l
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 parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2019-539374
West Texas Services, Inc. DBA Toms Tree Place
Lubbock, TX United States
Date Filed:
09/12/2019
2 Name of governmental entity or state agency that is a party tot the contract for 'w-Tiich the form is
being filed.
City of Lubbock
Date Acknowledged:
09/13/2019
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
14824
Glenna Goodacre Medians
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
5 Check only if there is NO Interested Party.
X
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 orovided by Texas Ethics Commission www_athirs_stnte tY us \/areinn V1 1 3aFaaf7rl
BOND CHECK
BEST RATING _________
LICENSED IN TEXAS
DATE______ BY: _______
CONTRACT AWARD DATE: September 24, 2019
CITY OF LUBBOCK
Lubbock, Texas
CITY OF LUBBOCK
SPECIFICATIONS FOR
Glenna Goodacre Medians
RFP 19-14824-FM
CONTRACT: 14824
PROJECT NUMBER: 92254.9258.30000
Plans & Specifications may be obtained from
Bidsync.com
Page Intentionally Left Blank
ADDENDUM 1
Extended Closing Date
RFP 19-14824-FM
Glenna Goodacre Medians
DATE ISSUED: July 30, 2019
NEW CLOSE DATE: August 13, 2019 at 4:00 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.
Extended Closing Date
The closing date has been extended to Tuesday, August 13, 2019, at 4:00 PM CST.
All requests for additional information or clarification must be submitted in writing and directed to:
Fernando Moncada, Buyer
City of Lubbock
Purchasing and Contracts Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-3150 or Email to FMoncada@mylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
Fernando Moncada
CITY OF LUBBOCK
Fernando Moncada
Buyer
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder’s responsibility to advise the
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
ADDENDUM 2
Revised Plans
RFP 19-14824-FM
Glenna Goodacre Medians
DATE ISSUED: August 7, 2019
CLOSE DATE: August 13, 2019 at 4:00 PM
The following items take precedence over specifications for the above named Request for Proposal
(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.
Revised Plans
Please see the attached revised plans/drawings for L-110 and L-111.
All requests for additional information or clarification must be submitted in writing and directed to:
Fernando Moncada, Buyer
City of Lubbock
Purchasing and Contracts Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to FMoncada@mylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
Fernando Moncada
CITY OF LUBBOCK
Fernando Moncada
Buyer
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder’s responsibility to advise
the 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 pri or to the close date. A review of
such notifications will be made.
Page is too large to OCR.
Page is too large to OCR.
Page Intentionally Left Blank
n
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 19-14824-FM
Glenna Goodacre Medians
Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL
FORM. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on
acceptance of his bid to execute a contract and any required bonds, according to the accompanying
forms, for performing and completing the said work within the time stated and for the prices stated
below. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in
the form shall be correctly filled in, stating the price in numerals for which he intends to do the
work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the unit price and the extended total
for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the
purpose of correcting an error in the bid price. Include corporate seal and Secretary's signature.
Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL
SECURITY number.
Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a
bid surety WILL result in automatic rejection of your bid.
3. Ll Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
Contractor's signature must be original.
4. +✓ Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS
5. �� Clearly mark the bid number, title, due date and time and your company name and address on the outside
of the envelope or container.
6. ✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office
prior to the deadline. Late bids will not be accepted.
7. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained
in detail and submitted with Bid.
8. t/ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
9. ✓ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE.
10. ✓ Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel
11. ✓ Complete and submit the LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
12. ✓ Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED:
13. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM
1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics
Commission website.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON-
RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS
COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. y�
!��,).o Tt'eF P (Qce
(Type or Print Company Name)
3
Page Intentionally Left Blank
INDEX
1. NOTICE TO OFFERORS
2. GENERAL INSTRUCTIONS TO OFFERORS
3. TEXAS GOVERNMENT CODE § 2269
4. PROPOSAL SUBMITTAL FORM – (must be submitted by published due date & time)
4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM
4-2. CONTRACTOR’S STATEMENT OF QUALIFICATIONS
4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
4-4. SAFETY RECORD QUESTIONNAIRE
4-5. SUSPENSION AND DEBARMENT CERTIFICATION
4-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL
VERIFICATION
4-7. PROPOSED LIST OF SUB-CONTRACTORS
5. POST-CLOSING DOCUMENT REQUIREMENTS – (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB-CONTRACTORS
6. PAYMENT BOND
7. PERFORMANCE BOND
8. CERTIFICATE OF INSURANCE
9. CONTRACT
10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
12. GENERAL CONDITIONS OF THE AGREEMENT
13. CITY OF LUBBOCK WAGE DETERMINATIONS
14. SPECIAL CONDITIONS (IF APPLICABLE)
15. SPECIFICATIONS
Page Intentionally Left Blank
NOTICE TO OFFERORS
Page Intentionally Left Blank
Notice to Offerors
RFP 19-14824-FM
Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall,
1625 13th Street, Room 204, Lubbock, Texas, 79401, until 4:00 PM on July 31, 2019, or as changed by the
issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the
construction of the following described project:
Glenna Goodacre Medians
After the expiration of the time and date above first written, said sealed proposals will be opened in the
office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility
of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract
Management for the City of Lubbock, before the expiration of the date above first written.
The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 4:00 PM on July 31, 2019, and the City of Lubbock City Council will consider the
proposals on August 27, 2019, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may
be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The
successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and
the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said
statutory bonds shall be issued by a company carrying a current Best Rating of “A” or better. THE BONDS
MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT
SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total
amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary
bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE
PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL
CONSTITUTE A NON-RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE
PROPOSAL SUBMITTAL.
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 http://www.bidsync.com 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.
It shall be each proposer’s sole responsibility to inspect the site of the work and to inform Offerror regarding
all local conditions under which the work is to be done. It shall be understood and agreed that all such factors
have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a
non-mandatory pre-proposal conference on July 23, 2019, at 11:00AM, in the City of Lubbock, Purchasing
and Contract Management Office, Room 204, 1625 13th Street, Lubbock, TX 79401.
Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the Purchasing and Contract Management Office
of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention
is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements
contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages
as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals
in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability,
or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-proposal
meetings and proposal openings are available to all persons regardless of disability. If you require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office
Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
Marta Alvarez
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
GENERAL INSTRUCTIONS TO OFFERORS
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
1 PROPOSAL DELIVERY, TIME & DATE
The City of Lubbock is seeking written and sealed competitive proposals to furnish Glenna Goodacre
Medians per the attached specifications and contract documents. Sealed proposals will be received no
later than 4:00 PM, July 31, 2019, at the office listed below. Any proposal received after the date and
hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting
documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner:
“RFP 19-14824-FM, Glenna Goodacre Medians” and the proposal opening date and time. Offerors
must also include their company name and address on the outside of the envelope or container. Proposals
must be addressed to:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract
Management Office. Mailing of a proposal does not ensure that it will be delivered on time or
delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort
of delivery service that provides a receipt.
1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by
private courier service. Only written proposals submitted in conformance with the Instruction to
Offerrors will be considered responsive and evaluated or award of a Contract.
1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through
an addendum.
2 PRE-PROPOSAL MEETING
2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non-
mandatory pre-proposal conference will be held at 11:00AM, July 23, 2019, in the City of
Lubbock, Purchasing and Contract Management Office, Room 204, 1625 13th Street, Lubbock, TX
79401. All persons attending the meeting will be asked to identify themselves and the prospective
proposer they represent.
2.2 It is the proposer’s responsibility to attend the pre-proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre-
proposal meeting to offerors who do not attend the pre-proposal meeting.
3 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at www.bidsync.com. We strongly suggest that you check for any
addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES
WITHOUT INTERNET ACCESS may use computers available at most public libraries.
3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Director of Purchasing and Contract Management.
At the request of the proposer, or in the event the Director of Purchasing and Contract Management
deems the interpretation to be substantive, the interpretation will be made by written addendum
issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and
Contract Management Office will be available over the Internet at http://www.bidsync.com and
will become part of the proposal package having the same binding effect as provisions of the
original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING.
In order to have a request for interpretation considered, the request must be submitted in writing
and must be received by the City of Lubbock Purchasing and Contract Management Office no later
than five (5) calendar days before the proposal closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only
information supplied by the City of Lubbock Purchasing and Contract Management Office in
writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer
may have had before or after receipt of this RFP with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or seen
or heard in any communication facility regarding this proposal should be disregarded in preparing
responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with
all requirements before submitting a proposal to ensure that their proposal meets the intent of these
specifications.
4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for Proposals. Failure to make such investigations and examinations
shall not relieve the proposer from obligation to comply, in every detail, with all provisions and
requirements of the Request for Proposals.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Director of Purchasing and Contract Management and a
clarification obtained before the proposals are received, and if no such notice is received by
the Director of Purchasing and Contract Management prior to the opening of proposals,
then it shall be deemed that the proposer fully understands the work to be included and has
provided sufficient sums in its proposal to complete the work in accordance with these plans
and specifications. If proposer does not notify the Director of Purchasing and Contract
Management before offering of any discrepancies or omissions, then it shall be deemed for
all purposes that the plans and specifications are sufficient and adequate for completion of
the project. It is further agreed that any request for clarification must be submitted no later
than five (5) calendar days prior to the opening of proposals.
5 PROPOSAL PREPARATION COSTS
5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a proposal.
5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any
services or equipment.
5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer.
6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors
and keeps the proposals secret during negotiations. All proposals are open for public inspection
after the contract is awarded, but trade secrets and confidential information in the proposals are
not open for inspection. Tex. Loc. Govt. Code 252.049(a)
6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the
Texas Open Records Act.
6.4 Pursuant to Section 552.301(c) of the Texas Government Code, the City of Lubbock has
designated the following email address for which public information requests may be made by an
emailed request: orr@mylubbock.us. Please send this request to this email address for it to be
processed.
6.5 For more information, please see the City of Lubbock Public Information Act website at:
https://ci.lubbock.tx.us/pages/public-information-act
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer
is or may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their proposal submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror
has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the
receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
11 PLANS FOR USE BY OFFERORS
It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and
prepare a proposal without charge. The contract documents may be examined without charge as noted in
the Notice to Offerors.
12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offerors responsibility to advise the Director of Purchasing and Contract
Management if any language, requirements, etc., or any combinations thereof, 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 City Purchasing and Contract Management
Office no later than five (5) calendar days before the proposal closing date. A review of such
notifications will be made.
12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL
REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN
WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL
CLOSING DATE AND ADDRESSED TO:
Fernando Moncada, Buyer
City of Lubbock
Purchasing and Contract Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: FMoncada@mylubbock.us
Bidsync: www.bidsync.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 180
Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City
of Lubbock to the successful proposer.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the
work contemplated by the contract documents. In the event the City requires a progress schedule
to be submitted, and it is determined by the City that the progress of the work is not in accordance
with the progress schedule so submitted, the City may direct the Contractor to take such action as
the City deems necessary to ensure completion of the project within the time specified.
13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall
ensure daily prosecution of the work is conducted every business day until the work is 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. Additionally, inclement
weather shall be the only other reason consistent, daily prosecution of the work may not take place
on those inclement weather days.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions
of the contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail
will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a representative
of the City on the site will not relieve the Contractor of full responsibility of complying with this provision.
The specifications for materials and methods set forth in the contract documents provide minimum
standards of quality, which the Owner believes necessary to procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be
guaranteed against defective materials and workmanship. Prior to final acceptance, the
Contractor shall furnish to the Owner, a written general guarantee which shall provide that
the Contractor shall remedy any defects in the work, and pay for any and all damages of any
nature whatsoever resulting in such defects, when such defects appear within TWO years
from date of final acceptance of the work as a result of defective materials or workmanship,
at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor
represents and warrants fault-free performance and fault-free result in the processing date
and date-related data (including, but not limited to calculating, comparing and sequencing)
of all hardware, software and firmware products delivered and services provided under this
Contract, individually or in combination, as the case may be from the effective date of this
Contract. Also, the Contractor warrants calculations will be recognized and accommodated
and will not, in any way, result in hardware, software or firmware failure. The City of
Lubbock, at its sole option, may require the Contractor, at an y time, to demonstrate the
procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor,
its sub-contractor or any third party involved in the creation or development of the products
and services to be delivered to the City of Lubbock under this Contract. Failure to comply
with any of the obligations contained herein, may result in the City of Lubbock availing itself
of any of its rights under the law and under this Contract including, but not limited to, its
right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified
in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor’s liability which may be specified in this Contract, its appendices,
its schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to a maximum of five sets of plans and
specifications and related contract documents for use during construction. Plans and specifications for use
during construction will only be furnished directly to the Contractor. The Contractor shall then distribute
copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution
of the work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction,
and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such
work, until the date the City issues its certificate of completion to Contractor. The City reserves the right,
after the proposals have been opened and before the contract has been awarded, to require of a proposer
the following information:
(a) The experience record of the proposer showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the proposer.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to
buy the materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents
in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility
lines, conduits or other underground structures which might or could be damaged by Contractor during
the construction of the project contemplated by these contract documents. The City of Lubbock agrees
that it will furnish Contractor the location of all such underground lines and utilities of which it has
knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned.
All such underground lines or structures, both known and unknown, cut or damaged by Contractor during
the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to
the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24 CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time that
the work contemplated by this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to
do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished
to the City and written notice of cancellation or any material change will be provided ten (10) days
in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost
and expense through the life of this contract, insurance protection as hereinafter specified.
Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be
carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor.
A certificate of insurance specifying each and all coverages shall be submitted before contract
execution.
26 LABOR AND WORKING HOURS
26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this project
shall not be less than specified in the schedule of general prevailing rates of per diem wages as
above mentioned. The proposer' attention is further directed to the requirements of Texas
Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage
schedules above mentioned and the proposer's obligations thereunder. The inclusion of the
schedule of general prevailing rate of per diem wages in the contract documents does not release
the Contractor from compliance with any wage law that may be applicable. Construction work
under this contract requiring an inspector will not be performed on Sundays or holidays unless the
following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability t o provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to each
worker. This record shall be open at all reasonable hours to inspection by the officers and agents
of the City. The Contractor must classify employees according to one of the classifications set forth in
the schedule of general prevailing rate of per diem wages, which schedule is included in the contract
documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract
is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion
thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular
classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal price due
to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the proposer without being considered.
29 PREPARATION FOR PROPOSAL
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the
form shall be correctly filled in, stating the price in numerals for which he intends to do the
work contemplated or furnish the materials required. Such prices shall be written in ink,
distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the
extended total for a bid item, the unit price will be taken. A bid that has been opened may
not be changed for the purpose of correcting an error in the bid price.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a proposal is submitted by a firm, association, or partnership, the name and address of
each member must be given and the proposal signed by a member of the firm, association or
partnership, or person duly authorized. If the proposal is submitted by a company or corporation,
the company or corporate name and business address must be given, and the proposal signed by
an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The
proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name ______________________________________________________
29.3.2 Proposal “RFP 19-14824-FM Glenna Goodacre Medians"
Proposal submittals may be withdrawn and resubmitted at any time before the time set for
opening of the proposals, but no proposal may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 2 52.043(g), a competitive sealed proposal that
has been opened may not be changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE
MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
30 BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
the following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Proposer's Submittal Form.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub-Contractors.
(j) All other documents made available to proposer for his inspection in accordance with the Notice
to Offerors.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
31 QUALIFICATIONS OF OFFERORS
The proposer may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service
specified therein in a satisfactory manner. The proposer may also be required to give a past history and
references in order to satisfy the City of Lubbock about the proposer’s qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the proposer
to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose
that may be requested. The proposer’s proposal may be deemed not to meet specifications or the proposal
may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of
Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete
the work described therein. Evaluation of the proposer’s qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the proposer to perform the work or provide the service promptly or within the time
specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub-Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of
ALL similar municipal and similar non-municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s)
that will be used to perform work on this project in compliance with City of Lubbock specifications herein.
32 BASIS OF PROPOSALS AND SELECTION CRITERIA
The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is
equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, 5
points for Safety Record Questionnaire, and 5 points for Construction Time. The selection criteria used
to evaluate each proposal includes the following:
32.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal
or, conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are evaluated.
One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the
price of the proposal being evaluated. That fraction is then multiplied by the maximum point value
of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x
Maximum Point Value = Price Score.
32.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor’s
qualifications, the City uses the “Contractor’s Statement of Qualifications” attached within and
past experience with the contractor. The City may also interview the job superintendent at a time
to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is
as follows: (Points = Score) with a maximum of five points allowable. Each evaluator assigns
points based upon the responses the contractor provides in the “Contractor’s Statement of
Qualifications” And any past experience with the contractor. The “Contractor’s Statement of
Qualifications” is a minimum, and you may provide additional pertinent information relevant to
the project for which you are submitting this proposal.
32.3 5 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively
evaluated and the formula is as follows: (Points = Score) with a maximum of five points allowable.
Each evaluator assigns points based upon the responses you provide in your “Safety Record
Questionnaire” and the Contractors Experience Modification Ratio (EMR). Contractors with an
EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points
for this portion of the selection criteria. The City may consider any incidence involving worker
safety or safety of Lubbock residents, be it related or caused by environmental, mechanical,
operational, supervision or any other cause or factor under the contractor’s control. Evaluators
base their rating primarily upon how well you document previous offenses with the date of the
offense, location where the offense occurred, type of offense, final disposition of the offense, and
any penalty assessed as well as the EMR.
32.4 5 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators
use the following formula when determining construction time as a factor for construction contract
proposals. The lowest construction time proposal of all the proposals becomes the standard by
which all the construction time proposals are evaluated. One at a time, each proposal is evaluated
by taking the lowest construction time and dividing it by the construction time of the proposal
being evaluated. That fraction is then multiplied by the maximum point value of the construction
time factor for the construction time score. For example: (Lowest construction time/Current
Proposal construction time) x Maximum Point Value = Construction Time Score)
32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
Committee meets, during which time the Committee Chairperson totals the individual scores. If
the individual scores are similar, the Chairperson averages the scores then ranks offerors
accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates
discussion to determine the reasons for the differences and ensures that all evaluators are fully
knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based
on committee discussion. Please note that offerors with higher qualifications scores could be
ranked higher than offerors with slightly better price scores.
32.6 The estimated budget for the construction phase of this project is $600,000
32.7 Proposals shall be made using the enclosed Proposal Submittal Form.
33 SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors
included in this RFP.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER
UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY
COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE
REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
33.3 The City shall select the offeror that offers the best value for the City based on the published
selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract
with the selected offeror. The City and its engineer or architect may discuss with the selected
offeror options for a scope or time modification and any price change associated with the
modification. If the City is unable to negotiate a contract with the selected offeror, the City shall,
formally and in writing, end negotiations with that offeror and proceed to the next offeror in the
order of the selection ranking until a contract is reached or all proposals are rejected.
33.4 In determining best value for the City, the City is not restricted to considering price alone, but may
consider any other factor stated in the selection criteria.
33.5 A proposal will be subject to being considered irregular and may be rejected if it shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of
the items specified, if the unit prices are obviously unbalanced (either in excess of or below
reasonably expected values), or irregularities of any kind."
34. ANTI-LOBBYING PROVISION
34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH
ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE
REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE
OF CITY-SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS .
34.2 This provision is not meant to preclude bidders from discussing other matters with Ci ty Council
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
35 PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the worker
is employed by the contractor or any subcontractor in the execution of the contract for the project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less
than the general prevailing rate of per diem wages for the work of a similar character in the locality
in which the work is performed, and not less than the general prevailing rate of per diem wages
for legal holiday and overtime work.
35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that
the worker is paid less than the wage rates stipulated in the contract.
Page Intentionally Left Blank
TEXAS GOVERNMENT CODE § 2269
SUBCHAPTER D.
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In
this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests
proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the
construction, rehabilitation, alteration, or repair of a facility.
(b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow
the procedures provided by this subchapter.
Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or
designate an architect or engineer to prepare construction documents for the project. The selected or designated
engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as
applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental
entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as
provided by Section 2254.004, Government Code.
Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for
competitive sealed proposals that includes construction documents, selection criteria and the weighted value for
each criterion, estimated budget, project scope, estimated project completion date, and other information that a
contractor may require to respond to the request. The governmental entity shall state in the request for proposals
the selection criteria that will be used in selecting the successful offeror.
Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly
open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later
than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and
rank each proposal submitted in relation to the published selection criteria.
Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that
submits the proposal that offers the best value for the governmental entity based on:
(1) the selection criteria in the request for proposal and the weighted value for those criteria in
the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to
negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss
with the selected offeror options for a scope or time modification and any price change associated with the
modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected
offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to
the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In
determining best value for the governmental entity, the governmental entity is not restricted to considering
price alone, but may consider any other factor stated in the selection criteria.
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
Page Intentionally Left Blank
City of Lubbock
Bid RFP 19-14824-FM
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: 13 August 2019
PROJECT NUMBER: RFP 19-14824-FM Glenna Goodacre Medians
Proposal of West Texas Services, Inc. dba Tom's Tree Place
called Offeror)
(hereinafter
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the Glenna Goodacre Medians having
carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions surrounding
the construction of the intended project including the availability of materials and labor, hereby intends to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated below. The price
to cover all expenses incurred in performing the work required under the contract documents.
ITEM
DESCRIPTION
QTY
U/M
UNIT COST
EXTENDED
OST
DEMOLITION & GENERAL
I
SPRAY ROUNDUP (TWO VISITS
REQUIRED)
2
EA
88.22
176.44
2
REMOVE GRASS & WEEDS TO 4" DEEP
14,230
SF
0.43
6,118.90
3
REMOVE FLOW FILL FROM MEDIAN
3,625
SF
1.84
6.670.00
4
CONCRETE WASHOUT
1
LS
767.10
767.10
HARDSCAPE
5
5" CONCRETE SIDEWALK, 4,000 PSI
4,070
SF
7.31
29,751.70
6
SAW TOOTH CURB
44
LF
18.41
810.04
7
6" MOW CURB
272
LF
8.18
2.224.96
8
BRICK PAVER BAND
660
LF
12.27
8,098.20
9
BRICK PAVERS ON SAND HERRINGBONE
PATTERN
1,500
SF
10.13
15,195.00
30
7/23/2019 10:23 AM
p. 32
City of Lubbock
Bid RFP 19-14824-FM
7
7
I
ITEM
DESCRIPTION
QTY
U/M
UNIT COST
EXTENDED
(+/-)
COST
10
BRICK PAVERS ON SAND
1,760
SF
10.13
17,828.80
BASKETWEAVE PATTERN
LIGHTING & AMENITIES
11
VEHICULAR LIGHTS (WITH ELECTRICAL
5
EA
10.531.87
52,659.35
WORK12
PEDESTRIAN LIGHTS (WITH
17
EA
8.467.61
143.949.37
ELECTRICAL WORK)
13
LIGHT BASES
22
EA
1.058.60
23.289.20
14
TRASH RECEPTACLES
3
EA
1,877.86
5.633.58
FEATURE MONUMENT SIGN
15
SHOP DWGS FOR MONUMENT,
1
LS
3,324.10
3,324.10
ELECTRICAL, SIGNAGE
16
MASONRY & LABOR
I
LS
33.114.17
33,1 14.17
17
OBELISK FOOTINGS
I
LS
4.602.60
4,602.60
18
OBELISK ROOF FRAMINGS
2
LA
1,470.28
2,940.56
19
OBELISK TILES BY LYDICK
2
EA
3.324.10
6.648.20
20
ARTISTIC STEEL PANELS
6
EA
1,534.20
9,205.20
21
CAST STONE SIGN WITH SANDBLAST
1
LS
11,107.61
11,107.61
LETTERS
22
UPLIGHTING & ELECTRICAL WORK
1
LS
13,928.80
13,928.80
23
PLANTERS WITH SOIL AND PLANTS
2
EA
2,071.17
4.142.34
IRRIGATION SYSTEM
24
IRRIGATION SYSTEM FOR ALL BEDS,
I
LS
57.379.08
57,379.08
PLANTERS & TURF AREAS
GARDEN BEDS & TURF
25
SOIL CONDITIONER (1,485 SF AREA, 3CF
45
BAG
13.81
621.45
BAGS)
26
CELEBRATION BERMUDA SOD
8,645
SF
1.07
9.250.15
7/23/2019 10:23 AM
31
p. 33
City of Lubbock
Bid RFP 19-14824-FM
17
ITEM
DESCRIPTION
QT Y
U/M
UNIT COST
EXTENDED
27
2"-4" RIVER ROCK (1,515 SF AREA)
24
CY
327.55
7.861.20
28
TEXAS RED OAK (3.5" CALIPER)
11
EA
644.36
7.087.96
29
SOUTHERN LIVE OAK (3.5" CALIPER)
20
EA
644.36
12,887.20
30
TREE STAKING
31
EA
268.49
8.323.19
31
GREEN DESERT SPOON (10 GALLON)
5
EA
226.29
1,131.45
32
YELLOW YUCCA (5 GALLON)
11
EA
49.86
548.46
33
YELLOW ICE PLANT (3 GALLON)
58
EA
42.96
2,491.68
34
RED SALVIA / AUTUMN SAGE (5
GALLON)
33
1-A
49.86
1.645.38
35
SILVER CARPET LAMB'S EAR (5
GALLON)
14
EA
52.16
730.24
36
ROSE VERBENA (4" POT)
364
EA
4.60
1.674.40
37
FINE GRADING
8,645
SF
0.12
1,037.40
EXTENDED TOTAL (ITEMS 1-37)
$ 514,855-46
qPROPOSED CONSTRUCTION TIME:
n 1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 180 (to Substantial Completion)
(not to exceed 180 consecutive calendar days to Substantial Completion)
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 180 Consecutive Calendar Days as
stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as
liquidated damages in the sum of $150.00 for each consecutive calendar day after substantial completion set forth
herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled
closing time for receiving proposals.
11
32
7/23/2019 10:23 AM p. 34
City of Lubbock
Bid RFP 19-14824-FM
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and
he further agrees to commence work on the date specified in the written notice to proceed, and to substantially
complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
I check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
1
k� Offeror's Initials
33
7/23/2019 10:23 AM p. 35
11
nEnclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of
Dollars ($ ), which it is agreed shall be collected and retained by the Owner as
liquidated damages in the event the proposal is accepted by the Owner and the undersigned
p fails to execute the necessary contract documents, insurance certificates, and the required
1 bond (if any) with the Owner within ten (10) business days after the date of receipt of written
notification of acceptance of said proposal; otherwise, said check or bond shall be returned to
the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound
and include all contract documents made available to him for his inspection in accordance with the
Notice to Offerors.
n
hi
n
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATIE T:
Secretary
Offeror acknowledges receipt of the following addenda
Addenda No. l
Date - 3o--i
Addenda No. 2..
Date S --07 -1q
Addenda No.
Date
Addenda No.
Date
Date: 10 I
<L
Authorized Tioature
6
(Printed or Typed Name)
Company
tLA -�
Address.
Ll�bm� - b
City, Count
a lv
State Zip Code
Telephone: (c -
Fax: P)p (,
Email: Ie cS (b -(-�K� (?c'_rAA,1- jcz;ac,
FEDEIEt" ID or SOCIAL SECURITY
No.
M/wBE Firm: woman I I Black American I I Native American
Hispanic American I I Asian Pacific American I I Other (Specify)
Page Intentionally Left Blank
Contractors Statement of Qualifications
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the
Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of
the bid by the OWNER. Bidders are to provide any additional informa tion requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well
as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and
developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any
such misstatement, if discovered after award of the contract to suc h firm, may be grounds for immediate termination of
the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER
resulting from such misstatements, including costs and attorney's fees for collecting suc h costs and damages.
Complete the following information for your organization:
Page Intentionally Left Blank
nContractor's General Information
Organization Doing Business As
et %4cx S Inc D66 -TS
Business Address of Principle Office
t5 104 _
ly ,41D
Telephone Numbers
Main Number
9— q q')
Fax Number
A— 9 n 4 3
Web Site Address
I 1UD _ hi[Av-e _Ca (VI
Form of Business (Check One)
Date of Incorporation
A Corporation A Partnership An Individual
I JT-)
State of Incorporation
Chief Executive Officer's Name
President's Name
Vice President's Name(s)
SCE SCLU��O(�C'O
c6)o0
� Yl
Secretary's Name
-1-'e-0-doom
Treasurer's Name
Date of Organization
Lq, I(pp(Q
State whether partnership is general or
limited
Name
Business Address
ldentif�, all individuals significant
organization
Indicators of'Organization Size
Average Number of Current Full Time Average Estimate of Revenue for the
Employees Current Year
36
1 1 Contractor's Organizational Experience
n
11,
n
k,
A
n
A
Organization Doing Business As
SQC'J S
Business Address of Regional Office
be)
—3
G (()
Name of Regional Office Manager
S h e LGe- (-
Telephone Numbers
Main Number
0 --9 C4 C4-3 --7
Fax Number
Web Site Address
Organization IlistorN
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the names of related companies presently doing business:
Names of Organization
From Date
To Date
ere mT-e e. b•aF
g
re -
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
K
ExperienceConstruction
Years experience in projects similar to the proposed project:
As a General Contractor
et'S
I As a Joint Venture Partner
Has this or a predecessor organization ever defaulted on a project or failed to complete any work
awarded to it?
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten years?
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, state, or federal agency within the last five ears?
If yes provide full details in a separate attachment. See attachment No.
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
1� O
If yes provide full details in a separate attachment. See attachment No.
37
nContractor's Proposed KeN Personnel
Organization Doing Business As We 1' Qf VL.;eS -J�c 8 `1'o A;a ee
Proposed Pro.icet Organization
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Include the title and names of ke personnel. Include this chart at an attachment to this description. See attachment
No. `Ii CLi11 Zc�.'4'1 Vl
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this
description. See attachment No. O Zc,* n
Experience of Key Personnel
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assignment should also be included.
Role
Primary Candidate
Alternate Candidate
Project Manager
YtcureyxIZeC�ms
Project Superintendent
wx K Bertn4 4
L pr6en
Project Safety Officer
q \ Q Y So CW bL;C'O
F raKA- 6"n uw
Quality Control Manager
seawbM,4\
t 6cr AZ4
If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much
time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will
be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided
between this project and their other assignments.
OtG�
38
R
r
n
e
Proposed Project Managers
Organization Doing Business As
Name of Individual
ed V+c,�s C
(N-CL-v bcco(�`
Years of Experience as Project Manager
S.
Years of Experience with this organization
3 S
Number of similar projects as Project Manager
bo S
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion/
D�
ZI �.��G �
U
late
Q dv l
(�'
r
Sci
ti
o
Reference Contact
Information (listing names indicates ap val to contacting the
names individuals as a reference)
Name
Name
Q.V-
Title/ Position
e Q
Title/ Position
Organization
Organization
-cenc
Telephone
O —413
Telephone
- _ I �
E-mail
CPow0-}e4rn-- ,CCU
rnu �+- P(e ,S
{�COyE�(' MGtr1Q9�'-e'
E-mail
Project
ProjectVA
i2ke
Candidate role on
Project
Name of Individual
Candidates role
onPro'ect
✓�(\
G�(`c1 S e
Years of Experience as Project Manager
S
Years of Experience with this organization
I S
Number of similar projects as Project Manager
Number of similar projects in other positions
C
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
'% 4Q-r nS e
S Ic
S
M C,
TTXk yYl e
10
e- ao.-�0
Reference Contact
Inforniation (listinananies indicate,, approval
to contacting the
names indi%-iduals a-S a r6erence)
Name
LW.� (A
Name
z rre�,n
Title/ Position
¢A_�
Title/ Position
Q
Organization
S
Organization
ra
Telephone
- - 2 o 1
Telephone
E-mail
`,gyp( Orn
E-mail
Project
e,
Project
Candidate role on
Project
�cp
\
Candidate role on
Project
Q
S
�Q CXI
AMC,
39
V1
F4
I
09
Proposed Project Superintendent
Organization Doing Business As
Priniary Candidate
Name of Individual
ron L Lt" o c
Years of Experience as Project Superintendent
C S
Years of Experience with this organization
Q GS
Number of similar projects as Superintendent
t S
Number of similar projects in other positions
\V
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Pro'eet
Estimated Project
Completion Date
l`�-�
C(
Reference Contact
Information (listing names indicates ap roval to contacting the
names individuals as a reference)
Name
Name
.,(e.
Title/ Position
Title/ Position
Organization
- G,
Organization
j
Telephone
MO b414 kq 3q
Telephone
! ', `p--7 -7 PY ILO
E-mail
6
E-mail
i eplc VN
Project
��¢. ,y�
Project
`•
Candidate role on tt
Project
Alternate. .
Name of Individual
Candidate role onj,�
Project
70 QT
Years of Experience as Project Superintendent
5
Years of Experience with this organization
Number of similar projects as Superintendent
I cx"!S
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Will . I I It, to
p;� ¢e�' Q.-X-
�cr %
Name
J31101MMIMM4
` Q-.i e C"Av-
Name
Title/ Position
Title/ Position
Organization
Organization
kowe • .,fir
Telephone
C` ti 2 p
Telephone
" o5
E-mail
JLL:- V%
E-mail
Project
Zi 6o G 'r
Project
CAC t�ua
Candidate role onif,�5C.AQe
Project
ti„r�� �ntQ,'ll2r
Candidate role on
Project
G1-
40
Proposed Project Safety Officer
Organization Doing Business As
Primary Candidate
Name of Individual
buro
Years of Experience as Project Safety Officer
S
Years of Experience with this organization
Number of similar projects as Safety Officer
Do
Number of similar projects in other positions
100 t �
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
—y—
e,�'
as ;o
PnCL.14a oav
Reference Contact
Information (listing names indicates apRroval to contacting the
names individuals as a reference)
Name
-L S
Name
Q — S
Title/ Position
Title/ Position
Organization
Organization
S ,
Telephone
90 — C>0
Telephone
E-mail
CO C M — SC,
E-mail
QietJiS, Cary
Project
' e �' S
Project
S
Candidate role on P(-p a e�
Project <&4,Q u_a
Alternate
Name of Individual
Candidate role on p�
Project Q
�nanL�Yl
Years of Experience as Project Safety Officer
_., s
Years of Experience with this organization
Q S4,
Number of similar projects as Safety Officer
(
Number of similar projects in other positions
k oo , Q
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Pro' ct
Estimated Project
Completion Date
7 ei ) S. r
SU o
1)
Reference Contact
In 60 nnati L) n (I i sti Ti,-, nanic, i ndi cate�, dpproval
to c,.)ntaC Lin- Lh
C nle
a --
s i ndividuai -, a_N refcrcnce)�
Name
� ONQC Gu1
Name
Title Position
flcr)' Q¢, +�'
Title/ Position
S .er (\ u2LNk
Organization
1nS r
Organization
kj' S S .
Telephone
— 3
Telephone
E-mail
�S u Ct,
E-mail
Q, CD leel ear
Project
et:J-\ V1 _ u-m
Project
3D OaMwN H442 1, UInc
Candidate role on
Project
S `� Mj� ��. S
11 `
Candidate role on
Project
j
Su fete Pr�' 1 ,�Q
41
nProposed Project Quality Control Manager
Organization Doing Business As
Primary Candidate
Name of Individual
57T11 (DIG(
.tZ Cfr �-
Years of Experience as Quality Control Manager
3 S
Years of Experience with this organization
Number of similar projects as Quality Manager
I Do' o
Number of similar projects in other positions
low.0
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Doi
ID0,10
Reference Contact
Information (listing names indicates ap roval to contacting the
names individuals as a reference)
Name
ayls
Name
e-r
Title/ Position
eg4q
Title/ Position
' 2 le r
Organization
Organization
Telephone
6 - QD
Telephone
—( -
E-mail
SCc7 k- - PSC . M
E-mail
Project
.P—
ProjectL4--;nke
Candidate role on
Pro ect7,�{�(p
Name of Individual
roj� G-
Candidate role ontti�(�nG-rje
Project
� i1 L
(�kw
Years of Experience as Quality Control Manager
Q S
Years of Experience with this organization
Number of similar projects as Quality Manager
S
Number of similar projects in other positions
1 -1-
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
ContactReference
• •
Name
T � 0 i- C
Name
1c" n
Title/ Position
V--QV
Title/ Position
+-.e �w
Organization
Yl 0.
Organization
w iS 5
Telephone
4— 19 3Cl
Telephone
9,0 U, - `j - CX-2
E-mail
cD(
E-mail
,cCD,eeLieLoL, crvi
Project
JQ S QC� P YY)
Project
Q ` ,-S}-
Candidate role on
Project
Su-PQr'i (k-ik=e
" p
Candidate role on
Project
s( C ^cam A
11 1 i Al 0 i
ri
11K
0 Contractor's Project Experience and Resources
ri
Organization Doing Business As �"CS S�'�C �11 Yo���acac
✓PtCYCSZ
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attaclunent A
Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five
ears which specifically illustrate the organizations capability to provide best value to the Owner for this project.
Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the
proposed key personnel.
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas: S Qe- aAA0-C W-^e /1
1. Contract administration
2. Management of subcontractor and suppliers
3. Time management
4. Cost control
S. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
9. Meeting HUB / MWBE Participation Goal
Equipment
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessa
Equipment Item
Primary Use on Project
Own
BWiill
Lease
Division of Work between Organization and Subcontractor
What work will the organization complete using its own resources?
krd
What work does the organization propose to subcontract on this roject?
'arc i. � iOr S�SfQ,m
n
(YIGLSco r
43
7 Contractor's Subcontractors and Vendors
Organization Doing Business As (,�'rs -; y1e {— ����' P
Project Subcontractors
Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts
Name
Work to be Provided
Est. Percent
of Contract
HUB/MWBE
Firm
i C CZ. o
C� ctr
c- PC
d
ve
s j . n
t�
Provide information on the proposed key personnel, project experience and a description of past relationship and work
ex erience for each subcontractor listed above usinp, the Project Information Forms.
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary
Vendor Name
Equipment / Material Provided
Furnish
Only
Furnish
and
Install
HUB/M
WBE
Firm
44
City of Lubbock b'dA't><�cfiT�iiert AF��
Current Projects and Project Completed within the last 10 fears
Project Owner
`�}pc_k li-sp
Project Name
c(k `J}t1c S
General Description of Project: -7)rw e6 V ti ''d)-o't OACA,SC 4, r+
Project Cost
q 1-,I Joq
Dale Project Completed
(D •q j
Key Project Personnel
Project Manager
Project Superintendent
Safety f icer
Quality Control
Manager
Name
z,
d 7sc a6i
'c- c6rc
Qn
Reference Contact Information (listing names indicates approval to contacting the names individuals as a
eference)
Name
Title` Position
Organization
Telephone
E-mail
Owner
4CG kn
Designer
S�Sc
A
�z `'tL►"�
hi k
L f 3.-)--
Construction Manager
Qgc
�t [ i
_„
Dl - `y 1 1
r b0 � Gk e.z
e L,;�
Project Owner
I
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Project Owner
Project Name
General Description of Project:
Project Cost
I Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organi/ation
Telephone
F-mail
Owner
Designer
Construction Manager
45
7/23/2019 10:23 AM p. 47
Proiect Information
Project Owner
C V) SS
Project Name
r-7 C
t1 Zsp S ` 1
General Description of Project CL C' Q rs Syf -c k -�
udget Ilistoty Schedule Performance
I
Amount
% of Bid
Amount
Date
Days
Bid
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
a
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
VV-
Design Issues
Change Order Authorized Final Completion Date
Total
, 1, (�S�
Act I / Estimated Substantial Completion Date
c+
Final Cost - q , C)�
Actual / Estimated Final Completion Date (p ( �
Project Manager Project Sup Safety Officer. Quality Control
Manager
Name
rRemej
H and So - P
CLn nnt cCvtn e1-
Percentage of Time Devoted to the Project
a�
(_( {� _ -T
i� • r fc� ��, .
Proposed for this Project
Did Individual Start and Complete the Project?
e S
P S
If not, who started or completed the project in their place.
Reason for change.
I Refierence (")l1kci 1111,61-malion (liming 11.1111cs indicates approval to coi0acting the names individuals asa refcrence)
Name Title/ Position Organization Telephone
E-mail
Owner
^' t(;` _
S i `mac p S
CItJ� �(Vl�i
fin-+ S-ItxlC-�,)n S ;b - Zq''CM
Designer
tl�G�SC a h, e.�-
h� �j �►-t� �� ?j L�
Construction Manager
a
- e eL,) (S q0I LA t b �D c
SuretyN
f�
1"Sm's Resolved
7Number of Issues
Resolved
or lVidini, Rcmflwion by Arbitration, Litigation oi Dispute
I Total Amount im,olved in �l /
Resolved Issues t /
Rc\,iew Boards
Number of issues Total Amount involved in �(
Pendingi Resolved Issues
46
I _--J _-a
= 1 1 J —.1 — =3
Attachment A
Current Projects and Project Completed within the last 10 Years
Project Owner�,P-
S TZ, (t 1 t l%e- I -St
Project Name
-M(
General Description of Project:}u-
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Ttxn `r OCC(%
kN
Cox 4-
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
0-�O
T-M
(` - U D—r1a7S
I t4 6-v-,ed LoL(ter LL
'?
Designer
��� ( -G�l� c Y�
YCY1.+e C
Construction Manager
' CIS .tY�� - h
R G1 C C< (
T n (' ( Ck C�-�r
- - �� 3`�
�.�C{ }Sly (; u��•S e
Project Owner
Project Name
General Description o l' Proj ect:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Project Owner
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names Indicates approval to contacting the names Individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
dI
45
__J __J J _.J _ J l l _ —1 - .J I 1 1 1 771 _> _-A --A _-
Proiect Information
Project Owner
�Q %� S ` e N +2 5
Project Name
C U
General Description of Project Sc+ Cc r V S C
l3tidget And Schedule P&formance
Budget History Schedule Performance
Amount
% of Bid
Amount
Date
Days
Bid
Notice to Proceed `CJ� ` Q_
Z I y-
caang;6.e �mefd menis
Contract Substantial Completion Date at Notice to Proceed
3ekS
Owner Enhancements
•a Q 1 . (�
Contract Final Completion Date at Notice to Proceed
([�
Unforeseen Conditions
i"
Change Order Authorized Substantial Completion Date
ICA
Design Issues
N I
Change Order Authorized Final Completion Date
1 l is -
Total
(pJ
Actua Estimated Substantial Completion Date
(- 3f /
Final Cost 0o $
Actuay Estimated Final Completion Date (� �,�} C f
Project Manager Project Sup Safety Officer Quality Cbntrol
Manager
Name
sCC <Ci�bV� O
�0(n • SCC�r�x ; c�
CE C>C
Percentage of Time Devoted to the Project
Proposed for this Project
Did Individual Start and Complete the Project?
2
�S
If not, who started or completed the project in their place.
5
e S
Reason for change.
lZeferclice Conl;lcl Information (fisting nanies indicates approval to contacting the names individuals as a reference)
Name Title/ Position Organization Telephone
E-mail
Owner
&,QeAlcoe
D;c
ree - 3�— ��S c (C.)Pw4-il'e
Designer
t (( �� i(1
rC e.L
r 0SSCe- 0 - 3SSlast 6, Ilacl(Z oC'j c �
Construction Manager
_$cC cb ce
�_C,t_�l Cif ' h
li Ms ('ee0iC`Ck'
Surety C xv' - t;QO n r
Litigation. r Dispute
Number ol' Issues Total amount involved in /
Resolved lam'/(� Resolved Issues (\—\ f I�
ire Te Q_ �r
]Zeview Boards
Number of issues / Total Amount involved in
Pendin �l Resolved Issues
46
Z_ 1 ]
J
l ==2 =7
Attachment A
Current Projects and Project Completed within the last 10 Years
Project Owner
I Q Q-S
Project Name
General Description of Project: UL a ; S C L 4 GU ,2 C'...
Project Cost
( q'l _� j
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safe Offs er
Quality Control
Manager
Name
eC Ci.rbos 0t,4
b �-
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
gt'7rl�'11t1't
SCCt�C.'1nL� h
C�
e �L('l
7 -' -c 4C1L�
Designer
(t_h �.� ' ArLG,
Tt �T.� reek(
L Ct—�`
Construction Manager
9. `r�x,-ot
L _
1 t
11
I t
Project Owner
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
U\ ner
Designer
Construction Manager
Project Owner I I
Project Name
General Description ol'Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference)
Name
Title/ Position
Organization
Telephone
F.-mail
Owner
Designer
Construction Manager
Z01
45
Proiect Information
Project Owner
Qy1%�,�. \
Project Name
G
General Description of Project
lli,o,icct Budget and Schedule Performance
Budget History Schedule Performance
Amount
% of Bid
Amount
Date
Days
Bid
q� 3�
Notice to Proceed er
3 t5 l�
Change Orders
_
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
aU �, (�
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
—
Change Order Authorized Substantial Completion Date
Design Issues
—
Change Order Authorized Final Completion Date
Total
Actual / Estimated Substantial Completion Date
Final Cost /79
Actua / Estimated Final Completion Date
Project Manager Project Sup Safety Officer Quality Control
Manager
Name
CCw fCx
1 rafl 6t? n ne
atr SC' C e- SccM e—
Percentage of Time Devoted to the Project
S
v O��Pi�C
G-nG re S��rrG
Proposed for this Project
a
!o
Did Individual Start and Complete the Project?
S
If not, who started or completed the project in their place.
Reason for change.
1�efercncc Contact Inforimition (fisthig nanics in(licates approval to confacting the names individuals as a reference)
Name Title/ Position Organization Telephone
E-mail
Owner
J�bAl; t
Cam(
n bo1 -'1qq— y- (iCK6w �c(Eci%C h.c
Designer
SCC_.f )(O
�� �'1
I 111ni�T�l�rr ��� �Qlv~ SCE IUpS e� lC cr
Construction Manager
Surety
Boards
NUniber of Issues Total , mOLInt involved in n Number of Issues 1� r Total Amount involved in A t
/P, �
Resolved Resolved Issues h-1 Pending l� Resolved Issues 1"
46
Attachment A
Current Projects and Project Completed within the last 10 Years
Project Owner
I
Project Name
C '
General Description of Project: t4ar SCC
Project Cost
Date Project Completed
I > —to 1-7
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
��b tl1
eYl
e Mon �11
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
owners P-ep
T76, vet &r
qc)- 09--1094
r- C-D PxL'e-4
Designer
Construction Manager
Project Owner I I
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
COuStrLIC6011 M,11Mgc1-
Project Owner
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names Indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
0-41
Ivn
45
Proiect Information
Project Owner
0,.-o
Project Name
5 W —SID
General Description of Project S
udget History Schedule Performance
I
Amount
% of Bid
Amount
Date
Days
Bid
?j oC
Notice to Proceed ` -��C-e-
Change Orders
Contract Substantial Completion Date at Notice to Proceed
�
Owner Enhancements
Q ( Srg
�%,
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
--
Change Order Authorized Substantial Completion Date
Design Issues
—
Change Order Authorized Final Completion Date
Total
�; 3
Actual / Estimated Substantial Completion Date
Final Cost
rActualy Estimated Final Completion Date
Project Manager Project Sup Safety Officer Quality Control Manager
Name
s b �c�::c r1 elrl e
J
cct -Q
cL-rr
Percentage of Time Devoted to the Project
Proposed for this Project
- ��
C�C� 9�
Did Individual Start and Complete the Project?
S
G�
If not, who started or completed the project in their place.
Reason for change.
Name Title/ Position Organization Telephone
E-mail
Owner
M
9042 — :� 034- Ci i i-(.' C✓ t:�-VC r
Designer
Construction Manager
M
�r
Suret
Number of' Issues
Resolved
Total Amount involved in /
�' Resolved Issues 1�( A
Numbcr of Issues / Total Amount involved in
Pendin N! Resolved Issues
46
Page Intentionally Left Blank
ui
City of Lubbock, TX
Insurance Requirement Affidavit
To Be Completed by Offeror
Must be submitted with Proposal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed
by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten
w (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the
.1 City meeting all of the requirements defined in this proposal.
Contractor (Original Signature) Contractor (Print)
CONTRACTOR'S BUSINESS NAME: �Jc)sf TQJg�ervtce-sl-,rrLc,
(Print or Type) "� (1 -F�� re9— 0 ((1 121
CONTRACTOR'S FIRM ADDRESS: i o 4 — `, 44�,
h 6 a �7 ��{l
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
RFP 19-14824-FM - Glenna Goodacre Medians
47
Page Intentionally Left Blank
Safety Record Questionnaire
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code,
and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the
past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army
Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection
Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, 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.
Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four
(4) questions and submit them with their proposals:
QUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO— �(_
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
Offeror's Initials
49
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations,
of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES 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.
QUESTION FOUR
Provide your company's Experience Modification Rate and supporting information: 1
V) - Q- Ey. r_ �-�, P.5 QA44-cl 6 d
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated,
with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected.
aufL
Signature
Title
50
City of Lubbock, TX
RFP 19-14824-FM
Suspension and Debarment Certification
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting
with or making sub -awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or services
equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its
principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
suspended or debarred by a Federal agency.
COMPANY NAME:
FEDERAL TAX ID or SOCIAL
Signature of Company Official:
Printed name of
Date
/I
_ T;sTcec ()Vtce
y official signing above: MLr(7C..1(J l�L�
51
City of Lubbock, TX
Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel
RFP 19-14824-FM
Pursuant to Section 2270.002 of the Texas Government Code, Respondent certifies that either (i) it meets an
exemption criteria under Section 2270.002, or (ii) it does not boycott Israel and will not boycott Israel during
the term of the contract resulting from this solicitation. Respondent shall state any facts that make it exempt
from the boycott certification in its Response.
M I, the undersigned agent for the company named below, certify that I have read the above statement and will
comply with its requirements.
(-
COMPANY NAME: &ef% CL eS :'lC 1>6A Tcjm�Tm-le P(We-
Signature of Company Official:
nDate S
Printed name of company official signing above: Sheu,(-)
52
PROPOSED LIST OF SUB -CONTRACTORS
Minority Owned
1.
Company Name Location Services Provided
a. ce�r i a �oh �.bh�.� .�-r � � � ivn �� �rn-�
Yes
❑
No
�`
3.
St ue ply.rt� "bxi- d&(V si! ,n_
4.
❑
❑
S
❑
❑
6.
°
1-1
7.
❑
❑
8.
°
°
9.
❑
❑
10.
❑
❑
11.
°
❑
12.
°
°
13.
❑
❑
14.
❑
❑
15.
°
°
16.
❑
°
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
n
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
!1
SUBMITTED BY:
t�� :kcc� �e f U LC
(PRINT NAME OF COMPANY)
nRFP 19-14824-FM - Glenna Goodacrc ]Medians
54
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 proposals are due.
FINAL LIST OF SUB-CONTRACTORS
Page Intentionally Left Blank
FINAL LIST OF SUB -CONTRACTORS
Company Name Location Services Provided
2. ill '(�" �le_e-r ie_ bo#- Pules
3. ��OLp 1"L bow r u
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
SUBMITTED BY:
loq
(PRINT NAME OF COMPANY)
Minority Owned
Yes
No
❑
l�
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
�Tc;VnSTree K,
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS
DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
RFP 19-14824-FM - Glenna Goodacre Medians
57
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 West Texas Services, Inc. dba Tom's Tree Place (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 Five Hundred Fourteen Thousand Eight Hundred Fifty-five Dollars and Forty-six Cents
($514,855.46) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves,
and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 24th day of
September, 2019, to RFP 19-14824-FM Glenna Goodacre Medians
________________________________________________________________________________________________
________________________________________________________________________________________________
________________________________________________________________________________________________
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 w ork 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 __________________ 2019.
________________________________ ________________________________
Surety (Company Name)
*By:_____________________________ By:_____________________________
(Title) (Printed Name)
________________________________
(Signature)
________________________________
(Title)
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.
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 West Texas Services, Inc. dba Tom's Tree Place (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 Five Hundred Fourteen Thousand Eight Hundred Fifty-five Dollars and Forty-six Cents
($514,855.46) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves,
and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 24th day of
September, 2019, to RFP 19-14824-FM Glenna Goodacre Medians
________________________________________________________________________________________________
________________________________________________________________________________________________
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 ____________________, 2019.
____________________________ ________________________________
Surety (Company Name)
* By: _______________________ By:_____________________________
(Title) (Printed Name)
________________________________
(Signature)
________________________________
(Title)
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.
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 acco rdance 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
Commercial General Liability General Aggregate $________________
Claims Made Products-Comp/Op AGG $________________
Occurrence Personal & Adv. Injury $________________
Owner’s & Contractors Protective Each Occurrence $________________
___________________________ Fire Damage (Any one Fire) $________________
$________________ Med Exp (Any one Person)
AUTOMOTIVE LIABILITY
Any Auto Combined Single Limit $________________
All Owned Autos Bodily Injury (Per Person) $________________
Scheduled Autos Bodily Injury (Per Accident) $________________
Hired Autos Property Damage $________________
Non-Owned Autos
___________________________
GARAGE LIABILITY
Any Auto Auto Only - Each Accident $_______________
___________________________ Other than Auto Only:
Each Accident $_______________
Aggregate $_______________
BUILDER’S RISK
100% of the Total Contract Price $_______________
INSTALLATION FLOATER $_______________
EXCESS LIABILITY
Umbrella Form Each Occurrence $_______________
Aggregate $_______________
Other Than Umbrella Form $_______________
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
The Proprietor/ Included Statutory Limits
Partners/Executive Excluded Each Accident $_______________
Officers are: Disease Policy Limit $_______________
Disease-Each Employee $_______________
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less
than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
(Name of Insurer)
MUST BE SENT TO THE CITY OF LUBBOCK
By:
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.
C O N T R A C T O R C H E C K L I S T
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 governmenta l
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
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Page Intentionally Left Blank
CONTRACT
Page Intentionally Left Blank
AContract 14824
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 24'd day of September, 2019 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and West Texas Services. Inc. dba Tom's Tree Place of the City of Lubbock, County
of Lubbock and the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
RFP 19-14824-FM Glenna Goodacre Medians
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 famish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. West Texas Services. Inc. dba Tom's Tree Place's proposal dated
Aueust 13, 2019 is incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY O LUBB C S (OWNER):
West xas Servic Inc. dba Tom's Tree Place By:
Daniel M. Pope, Mayor
By: ATTEST:
PRINT ✓o
TITLE:
Re ca "arza, City Secr
COMPLETE ADDRESS: APPROVED AS TO CONTENT:
West Texas Services, Inc. dba Tom's Tree Place
5104 341 Street
Lubbock, Texas, 79410 Cheryl Brock, Director of Financial
Planning & Analysis
AZAPPROVED AS TO FORM:
Corporate Secretary
RyA P fooke, Assistant City Attorney
Contract 14824
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 24th day of September, 2019 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and West Texas Services, Inc. dba Tom's Tree Place of the City of Lubbock, County
of Lubbock and the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
RFP 19-14824-FM Glenna Goodacre Medians
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. West Texas Services, Inc. dba Tom's Tree Place’s proposal dated
August 13, 2019 is incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
West Texas Services, Inc. dba Tom's Tree Place By: ____________________________________
Daniel M. Pope, Mayor
By:________________________________________ ATTEST:
PRINTED NAME:____________________________
TITLE:_____________________________________ _______________________________________
Rebecca Garza, City Secretary
COMPLETE ADDRESS: APPROVED AS TO CONTENT:
West Texas Services, Inc. dba Tom's Tree Place _______________________________________
5104 34th Street Lionel Plummer, Park Development Manager
Lubbock, Texas, 79410 _______________________________________
ATTEST:
Bridget R. Faulkenberry, Director of Parks and
Recreation
___________________________________________ APPROVED AS TO FORM:
Corporate Secretary _______________________________________
Ryan Brooke, Assistant City Attorney
Page Intentionally Left Blank
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
Page Intentionally Left Blank
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY
This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session
Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the
Office of the City Secretary’s Office. Local government officers are also required to file when a conflict exists.
The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a
business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets
the requirements under Section 176.006(a).
By law this questionnaire must be filed with the City Secretary’s Office of the local governmental entity no later
than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be
filled.
Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts
Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors).
The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase
of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire"
regarding the vendor's business relationships, if any, with Council Members or the City Manager.
Compliance is the responsibility of each individual, business or agent who is subject to the law's filing
requirement. Questions about compliance should be directed to your legal counsel.
Office of the City Secretary
1625 13th Street, Room 206
Lubbock, TX 79401
Questionnaire is available at https://ci.lubbock.tx.us/departments/purchasing/vendor-information
Page Intentionally Left Blank
CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
Page Intentionally Left Blank
Texas Government Code 2252.908
Disclosure of Interested Parties
Form 1295
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.
§2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new
disclosure requirement and to prescribe the disclosure form. 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. Section 2252.908 provides definitions of certain terms occurring in the section.
House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016.
An interested party is defined as a person who has a controlling interest in a business entity with whom a
governmental entity or state agency contracts or who actively participates in facilitating the contract or
negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business
entity.
Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires
registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing
the form, and returning the form to City of Lubbock Purchasing & Contract Management Department.
Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with
the project will log-in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than
the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will
complete the form for the contract with which the form is associated. The completed form will be made
available via the Texas Ethics Commission website.
Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed
instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co -
partnership or corporation, to wit West Texas Services, Inc. dba Tom's Tree Place who has agreed to perform the
work embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative Lionel Plummer, Park Development Manager, so designated
who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as
may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors
will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor
or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror
for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to
herein as the “contract” or “contract documents”.
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order, designation
or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
8. CONTRACTOR’S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment,
tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities
necessary for the execution and completion of the work covered by the contract documents. Unless otherwise
specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor
shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have well known, technical or trade meaning shall be held to refer such recognized
standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check
the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's
request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in
accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner’s
Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor will Owner’s Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner’s
Representative’s rights of entry hereunder, the Owner’s Representative will not be responsible for the Contractor's
failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the construction documents.
All lines and grades shall be furnished whenever Owner’s Representative (as distinguished from Resident Project
Representative(s)) deems said lines and grades are necessary for the commencement of the work 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 appoi nted,
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 an d
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, preservatio n, 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 t he
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 c ase 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 i ncurred 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 ca se
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, t he
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 w ith 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 EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress
herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers’ Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers’
Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the
safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state
and municipal laws and building and construction codes. All machinery and equipment and other physical hazards
shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General
Contractors of America, except where incompatible with federal, state or municipal laws or re gulations. 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.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined
Single Limit in the aggregate and $1,000,000 per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance – NOT REQUIRED
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned
and non-owned cars including: Employers Non-ownership Liability Hired and Non-owned Vehicles.
D. Builder’s Risk Insurance/Installation Floater Insurance – NOT REQUIRED
E. Umbrella Liability Insurance – NOT REQUIRED
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $1,000,000
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or
entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code)
- includes all persons or entities performing all or part of the services the Contractor has undertaken
to perform on the project, regardless of whether that person contracted directly with the Contractor
and regardless of whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor carriers, owner-operators,
employees of any such entity, or employees of any entity which furnishes persons to provide
services on the project. "Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage vendors, office
supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends duri ng the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the project,
for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(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 br each 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.
F. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage
for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current coverage
and report failure to provide coverage. This notice does not satisfy other posting
requirements imposed by the Texas Worker’s Compensation Act or other commission
rules. This notice must be printed with a title in at least 30-point bold type and text in at
least 19-point normal type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the following text
provided by the commission on the sample notice, without any additional words or
changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000
(www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to
verify whether your employer has provided the required coverage, or to report an
employer's failure to provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(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 Contra ctor 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 arisin g
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, ordi nances 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 Ow ner’s Representative of such variance
or variances within said time, any objection and/or assertion that the plans and specifications are at variance with
any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees
or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such
notice to the Owner's Representative, Contractor shall bear all costs arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though
embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning
and time for completion as specified in the 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 $150 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.
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. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material to
be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be
estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
proposals offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project, provided that the over
run or under run of estimated quantities32 note exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under this
agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for
any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting,
in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees
to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against
any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or
growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and
according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work.
Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative
with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work.
Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding
liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final
payment of the contract price shall constitute a waiver of all claims against Owner, Owner’s agents and employees,
which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for
partial payment. Owner's Representative shall review said application for partial payment if submitted, and the
progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and including
the last day of the preceding month. The determination of the partial payment by the Owner’s Representative shall
be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained
until final payment, and further, less all previous payments and all further sums that may be retained by Owner
under the terms of the contract documents.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent
standard retainage until actually incorporated into the project.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce
the express terms of the contract documents, and all remedies provided therein, as to any and all work performed,
to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment
is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner’s Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the
issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the
work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner’s Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner’s Representative determines final completion has occurred, Owner’s
Representative shall so certify to the Owner. Upon certification by Owner’s Representative of final completion,
Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to
the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other
contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time 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 t he 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 di spute 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 th e
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 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.
49. LIMITATION ON CONTRACTOR’S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount
of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted
on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury’s “Approved” list
and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until
such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
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 s hall 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 avail able 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. HOUSE BILL 2015
House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to
be imposed on a person who contracts for certain services with a governmental entity and who fails to properly
classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly
classify individuals performing work under a governmental contract will be penalized $200 for each individual that
has been misclassified (Texas Government Code Section 2155.001).
61. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908
requires a business entity entering into certain contracts with a governmental entity or state agency to file with the
governmental entity or state agency a disclosure of interested parties at the time the business entity submits the
signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be
signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under
oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the
governing body of the governmental entity or state agency before the contract may be signed or has a value of at
least $1 million. Instructions for completing Form 1295 are available at:
https://ci.lubbock.tx.us/departments/purchasing/vendor-information
62. SB 252
SB 252 prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a
company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist
organization.
63. Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel
Section 2270.002, 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.
CITY OF LUBBOCK WAGE DETERMINATIONS
Page Intentionally Left Blank
EXHIBIT A
City of Lubbock
Building Construction
Prevailing Wage Rates
Craft
Hourly Rate
Hourly Rate
Automatic Fire Sprinkle Fitter, Certified 28.00
Block, Brick, and Stone Mason 23.00
Carpenters-Acoustical Ceiling Installation 16.00
Carpenter-Rough 13.00
Carpenter-All other work 16.50
Caulker/Sealers 12.00
Cement & Concrete Finishers 16.67
Commercial Truck Drivers 10.26
Crane & Heavy Equipment Operator 20.00
Door & Hardware Specialist 16.00
Drywall and Ceiling Tile Installers 16.00
Drywall Finishers & Tapers 12.00
Electrician 21.21
Floor Layers-Carpet and Resilient 18.00
Floor La yers-Specialty 18.00
Floor La yers-Wood 18.00
Glaziers 17.00
Heating, Air Conditioning & Refrigeration Svc. Tech 21.31
HVAC Mechanic Helper 13.62
HVAC Sheet metal Ductwork Installer 19.30
HVAC Sheet metal Ductwork Installer Helper 13.85
Insulation Workers-Mechanical 12.00
Irrigator-Landscape Certified 13.50
Laborer: Common or General 11.65
Laborer: Mason Tender-Brick 17.00
Laborer: Mason Tender-Cement/Concrete 16.92
Laborer: Roof Tear off 11.09
Roofer 17.44
Painters (Brush, Roller & Spray) 12.00
Paper Hanger 13.00
Pipe Fitters & Steamfitters 24.10
Plaster, Stucco, Lather and EIFS Applicator 17.00
Plumber/Medical Gas Installer 22.83
Plumber Helper 14.20
EXHIBIT B
City of Lubbock
Heavy and Highway
Prevailing Wage Rates
Craft Hourly Rate
Power Equipment Operator-Tower Crane 30.00
Hydraulic Crane Operators 60 tons & above 32.00
Operator Backhoe/Excavator/Truck hoe 20.25
Bobcat/Skid Steer/Skid Loader 15.22
Drill 16.00
Grader Blade 18.00
Loader 18.00
Mechanic 22.85
Paver (Asphalt, Aggregate, & Concrete) 17.00
Roller 15.00
Reinforcing Iron & Rebar Workers 14.33
Sheet Metal Workers, Excludes HVAC Duct Installation 21.38
Structural Iron & Steel Workers/Metal Building Erector 15.00
Asphalt Distributor Operator
16.50
Asphalt Paving Machine Operator/Spreader Box Operator 18.75
Backhoe Operator 18.00
Cement Mason/Concrete Finishers (Paving Structures) 15.00
Crane Operator (Hydraulic) 25.00
Electrician 17.50
Laborer 13.50
Laborer, Common 15.64
Laborer, Utility 13.50
Crane, Lattice Boom 80 Tons or Less 30.00
Loader/Backhoe 18.00
Roller/Other 15.00
Welder Certified/Structural Steel Weld 25.00
EXHIBIT 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 Standard
Page Intentionally Left Blank
SPECIFICATIONS
Page Intentionally Left Blank
INFRASTRUCTURE IMPROVEMENTS
GLENNA GOODACRE MEDIANS
CITY OF LUBBOCK PARKS & RECREATION
PARK DEVELOPMENT, 2019 version
TECHNICAL SPECIFICATIONS
Table of Contents | 2
SECTION 01000: TABLE OF CONTENTS
SECTION 01000: TABLE OF CONTENTS ................................................................................................ 2
SECTION 01100: SEALS – DESIGN RESPONSIBILITY ......................................................................... 3
SECTION 01200: SUMMARY OF WORK ................................................................................................. 4
SECTION 01300: MEASUREMENT AND PAYMENT ............................................................................ 6
SECTION 01400: SUBMITTALS................................................................................................................ 8
SECTION 01500: QUALITY CONTROL ................................................................................................. 10
SECTION 01600: TESTING LABORATORY SERVICES ...................................................................... 12
SECTION 01700 TEMPORARY FACILITIES AND CONTROLS ......................................................... 16
SECTION 01800: ENVIRONMENTAL PROTECTION .......................................................................... 18
SECTION 01900: MATERIAL AND EQUIPMENT ................................................................................ 22
SECTION 02000: SUBSTITUTIONS AND PRODUCT OPTIONS ......................................................... 25
SECTION 02100: CONTRACT CLOSEOUT ........................................................................................... 29
SECTION 02200: DEMOLITION AND NOTIFICATIONS ..................................................................... 33
SECTION 02300: EARTHWORK ............................................................................................................. 38
SECTION 02400: CONCRETE.................................................................................................................. 40
SECTION 02500: ELECTRICAL & LIGHTING ...................................................................................... 46
SECTION 02600: IRRIGATION SYSTEM ............................................................................................... 50
SECTION 02700: PLANTING SOIL ......................................................................................................... 71
SECTION 02800: TREE & SHRUB PLANTING ..................................................................................... 89
SECTION 02900: TURFGRASS LAWNS .............................................................................................. 108
SECTION 03000: SITE FURNISHINGS ................................................................................................. 118
SECTION 03100: FEATURE MONUMENT .......................................................................................... 120
Seals | 3
SECTION 01100: SEALS – DESIGN RESPONSIBILITY
The specification sections authenticated by my seal and signature are limited to the following:
01200: Summary
01400: Submittals
01500: Quality Control
01700: Temporary Facilities and Controls
01900: Materials and Equipment
02000: Substitutions and Product Options
02100: Contract Closeout
02200: Demolition and Notifications
02300: Earthwork
02400: Concrete
02600: Irrigation System
02700: Planting Soil
02800: Tree and Shrub Planting
02900: Turfgrass Lawns
03000: Site Furnishings
03100: Feature Monument
Landscape Architecture in Texas is regulated by:
Texas Board of Architectural Examiners
PO Box 12337, Austin, TX 78711
Irrigation in Texas is regulated by:
Texas Commission on Environmental Quality
PO Box 13087, Austin, TX 78711-3087
Z E
END OF SECTION
Summary of Work | 4
SECTION 01200: SUMMARY OF WORK
PART 1 - GENERAL
RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
and Division 1 - General Requirements apply to the work of this Section.
SECTION INCLUDES
A. Work Covered by Contract Documents
B. Contractor Use of Premises
C. Owner Occupancy
WORK COVERED BY CONTRACT DOCUMENTS
A. Identification:
1. Glenna Goodacre Median
Location: Glenna Goodacre Boulevard & Avenue R, Lubbock, TX 79401
Owner: City of Lubbock
B. Verbal Summary: Drawings and general provisions of the Contract, including General
Conditions, apply to this Section. Without force or effect on requirements of the Contract
Documents, a brief description of the Project is as follows:
1. The Base Proposal includes all labor, materials, services, and equipment required in
conjunction with, or properly incidental to work described in the plans and
specifications. Work includes concrete sidewalk, brickwork, site grading,
landscaping, irrigation, electrical, lighting and fine grading.
C. The work will be constructed under a single prime contract.
CONTRACTOR USE OF PREMISES
A. General: During the construction period the Contractor shall have full use of the premises
for construction operations, including use of the site. The Contractor's use of the premises is
limited only by the Owner's right to perform work or to retain other contractors on portions
of the Project.
Summary of Work | 5
B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to
areas within contract limits indicated. Do not disturb portions of the site beyond the areas in
which the Work is indicated.
OWNER OCCUPANCY
A. Allow for owner occupancy.
B. Driveways and Entrances: Keep entrances serving the premises clear and available to the
Owner, the Owner's employees, and emergency vehicles at all times.
END OF SECTION
Measurement & Payment | 6
SECTION 01300: MEASUREMENT AND PAYMENT
PART 1 - GENERAL
SECTION INCLUDES
A. Bid Price
B. Lump Sum Items
C. Mobilization/Demolition
D. Electrical
E. Clean-up
BID PRICE
A. The lump sum price bid on each item, as stated in the proposal, shall include furnishing all
labor, superintendence, machinery, equipment and materials necessary or incidental to
complete the various items of work in accordance with the plans and specifications. Cost of
work or materials shown on the plans or called for in the specifications and for which no
separate payment is made shall be included in the bid price with the most applicable item(s).
LUMP SUM ITEMS
A. Lump sum items to be paid for at a lump sum price per job shall include all work and
materials involved in the installation within the limits designated on the plans. No
measurement of the work or material included in such items will be made. All work so
included shall be installed, constructed or performed as shown on the drawings and
specified herein.
MOBILIZATION/DEMOLITION
A. Mobilization and demobilization shall include costs associated with move-in/move- out
related equipment and labor, bid bond, performance bond and insurance required for this
project. Total mobilization/demobilization costs allowed in the pay request sheet shall be
limited to 7.5% of the total bid price and shall be paid based on actual expenses.
ELECTRICAL
A. Stamped electrical engineered drawings and any electrical service set-up necessary to be
performed by Contractor in coordination with Owner.
Measurement & Payment | 7
CLEAN-UP
A. No measurement or separate payment will be made for site cleanup. Cost for cleanup shall
be included as a part of the cost of the various items of work involved.
END OF SECTION
Submittals | 8
SECTION 01400: SUBMITTALS
PART 1 - GENERAL
SECTION INCLUDES
A. Procedures
B. Schedule of Values
C. Shop Drawings
D. Product Data
E. Manufacturer’s Certificates
F. Samples
PROCEDURES
A. A. Deliver submittals to Landscape Architect at the following address:
1. City of Lubbock, Park Development, 1611 10th Street, Lubbock, TX 79401.
B. Transmit each item under Landscape Architect accepted form. Identify Project, Contractor,
Subcontractor and major supplier. Identify pertinent drawing sheet and detail number (if
applicable). Identify deviations from Contract Documents. Provide space for Contractor and
Landscape Architect review stamps.
C. After Landscape Architect review of submittal, revise and resubmit as required, identifying
changes made since previous submittal.
D. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to
promptly report any inability to comply with provisions.
SCHEDULE OF VALUES
A. Submit typed schedule on AIA Form G703. Contractor’s standard form or media driven
printout will be considered on request.
B. Format: Table of contents of this Project Manual. Identify each line item with number and
title of major Specification sections.
Submittals | 9
SHOP DRAWINGS
A. Prepared by a qualified detailer.
B. Submitted as required by the individual Sections and to clarify information shown or called
for in the Contract Documents.
PRODUCT DATA
A. Mark each copy to identify applicable Products, models, options, and other data.
Supplement manufacturer’s standard data to provide information unique to the work.
Include manufacturer’s instructions when required by the Specification section.
B. Submit the number of copies that the Contractor requires plus two copies that will be
retained by the Architect.
MANUFACTURER’S CERTIFICATES
A. Submit certificates, in duplicate, in accordance with requirements of each Specification
section.
B. Manufacturer’s standard schematic drawings and diagrams:
1. Modify drawings to delete information that is not applicable to the work.
2. Supplement standard information to provide additional information specifically
applicable to the work.
C. Manufacturer’s catalog sheets, brochures, diagrams, schedules, performance charts,
illustrations, and other standard descriptive data:
1. Clearly mark each copy to identify pertinent materials, products, or models.
2. Show dimensions and clearances required.
3. Show performance characteristics and capabilities.
4. Show writing or piping diagrams and controls.
SAMPLES
A. Submit samples as required by the individual Specification Sections.
END OF SECTION
Quality Control | 10
SECTION 01500: QUALITY CONTROL
PART 1 - GENERAL
RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
and Division 1 - General Requirements apply to the work of this Section.
SECTION INCLUDES
A. Quality Assurance and Control of Installation
B. Inspection and Testing Laboratory Services
C. Tolerances
D. Field Samples
RELATED SECTIONS
A. General Conditions of the Agreement
B. Section 01300 Submittals: Submission of Manufacturers' Instructions and Certificates
QUALITY ASSURANCE/CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions,
and workmanship, to produce Work of specified quality.
B. Comply fully with manufacturers' instructions, including each step in sequence.
C. Should manufacturers' instructions conflict with Contract Documents, request clarification
from Owners Representative before proceeding.
D. Comply with specified standards as a minimum quality for the Work except when more
stringent tolerances, codes, or specified requirements indicate higher standards or more
precise workmanship.
E. Secure Products in place with positive anchorage devices designed and sized to withstand
stresses, vibration, physical distortion or disfigurement.
F. Perform work by persons qualified to produce workmanship of specified quality.
Quality Control | 11
INSPECTION AND TESTING LABORATORY
A. The Contractor will perform inspections, tests, and other services specified in individual
specification Sections and as required by the Owners Representative.
B. Reports will be submitted by the Contractor to the Owners Representative, in triplicate,
indicating observations and results of tests and indicating compliance or non-compliance
with Contract Documents.
C. Retesting required because of non-conformance to specified requirements shall be
performed on instructions by the Owners Representative. Payment for retesting will be
charged to the Contractor.
TOLERANCES
A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit
tolerances to accumulate.
B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with
Contract Documents, request clarification from Owners Representative before proceeding.
C. Adjust Products to appropriate dimensions; position before securing Products in place.
FIELD SAMPLES
A. field samples at the site as required by individual specifications Sections for review.
B. Acceptable samples represent a quality level for the Work.
C. Where field sample is specified in individual Sections to be removed, clear area after field
sample has been accepted by Owners Representative.
END OF SECTION
Testing Laboratory Services | 12
SECTION 01600: TESTING LABORATORY SERVICES
PART 1 - GENERAL
RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
and Division 1 - General Requirements apply to the work of this Section.
SECTION INCLUDES
A. Selection and Payment
B. Contractor Submittals
C. Laboratory Responsibilities
D. Laboratory Reports
E. Limits on Testing Laboratory Authority
F. Contractor Responsibilities
G. Schedule of Inspections and Tests
RELATED SECTIONS
A. Section 01300 Submittals: Manufacturer's certificates
B. Section 01700 Contract Closeout: Project Record Documents
C. Individual Specification Sections: Inspections and tests required, and standards for testing
REFERENCES
A. ANSI/ASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or
Inspection of Soil and Rock as Used in Engineering Design and Construction.
B. ANSI/ASTM E329 - Recommended Practice for Inspection and Testing Agencies for
Concrete, Steel, and Bituminous Materials as Used in Construction.
SELECTION AND PAYMENT
Testing Laboratory Services | 13
A. Contractor shall employ and pay for services of an independent testing laboratory to
perform specified inspection and testing.
B. Employment of testing laboratory shall in no way relieve Contractor of obligation to perform
work in accordance with requirements of Contract Documents.
QUALITY ASSURANCE
A. Comply with requirements of ANSI/ASTM E329 and ANSI/ASTM D3740R.
B. Laboratory: Authorized to operate in State of Texas.
C. Laboratory Staff: Maintain a full time registered Engineer on staff to review services.
D. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable
to either National Bureau of Standards (NBS) standards or accepted values of natural
physical constants.
CONTRACTOR SUBMITTALS
A. Prior to start of Work, submit testing laboratory name, address, and telephone number, and
names of full time registered Engineer and responsible officer.
LABORATORY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
B. Provide qualified personnel at site. Cooperate with Landscape Architect and Contractor in
performance of services.
C. Perform specified inspection, sampling, and testing of Products in accordance with specified
standards.
D. Ascertain compliance of materials and mixes with requirements of Contract Documents.
E. Promptly notify Landscape Architect and Contractor of observed irregularities or non-
conformance of Work or Products.
F. Perform additional inspections and tests required by Landscape Architect.
LABORATORY REPORTS
A. After each inspection and test, promptly submit three copies of laboratory report to
Landscape Architect and to Contractor. Include:
1. Date issued
2. Project title and number
Testing Laboratory Services | 14
3. Name of inspector
4. Date and time of sampling or inspection
5. Identification of product and Specifications Section
6. Location in the Project
7. Type of inspection or test
8. Date of test
9. Results of tests
10. Conformance with Contract Documents
B. When requested by Landscape Architect, provide interpretation of test results.
LIMITS ON TESTING LABORATORY AUTHORITY
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract
Documents.
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory may not assume any duties of Contractor.
D. Laboratory has no authority to stop the Work.
CONTRACTOR RESPONSIBILITIES
A. Deliver to laboratory at designated location, adequate samples of materials proposed to be
used which require testing, along with proposed mix designs.
B. Cooperate with laboratory personnel, and provide access to the Work and to manufacturer's
facilities.
C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and
handle samples at the site or at source of products to be tested, to facilitate tests and
inspections, storage and curing of test samples.
D. Notify Landscape Architect and laboratory 24 hours prior to expected time for operations
requiring inspection and testing services.
E. Pay costs of testing laboratory services from Allowance specified in Section 01019 on
approval of invoices by Landscape Architect.
F. Employ services of a separate qualified testing laboratory, arrange with laboratory and pay
for additional samples and tests required by Contractor beyond specified requirements.
Testing Laboratory Services | 15
SCHEDULE OF INSPECTIONS AND TESTS
A. As indicated in individual Specification Sections
PART 2 – PRODUCTS
Not Used
PART 3 – EXECUTION
Not Used
END OF SECTION
Temporary Facilities & Controls | 16
SECTION 01700: TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
SUMMARY OF REQUIRMENTS
A. Furnish, install and maintain temporary items required for construction. Remove on
completion of Work.
B. Comply with federal, state and local codes and regulations, and with utility company
requirements.
SECTION INCLUDES
A. Storage Units
B. Fencing
C. Sanitary Facilities
D. Storage and Stockpile of Excavated Dirt
E. De-Watering
F. Barricades
G. Traffic Control
H. Removal of Temporary Facilities
I. Parking facilities
STORAGE UNITS
A. The Contractor may provide on the premises, suitable watertight storage units for storage of
materials. Storage will be maintained in good condition. Coordinate location w/Owner.
FENCING
A. The Contractor shall provide temporary fencing. Fencing will be maintained in good
condition. Coordinate location w/ Owner.
SANITARY FACILITIES
Temporary Facilities & Controls | 17
A. The Contractor may provide toilet facilities for the use of all persons employed on the job.
He shall post notices, take such precautions as may be necessary, remove any refuse
deposited in or about the building, and maintain the premises in a sanitary condition.
STORAGE AND STOCKPILE OF EXCAVATED DIRT
A. All dirt excavated during the construction process shall be removed to an approved location.
Temporary stockpile locations, if required, will be approved by the Landscape Architect.
DE-WATERING
A. Surface or subsurface water or other fluid shall not be permitted to accumulate in
excavations. Should such conditions develop, water and other fluids shall be controlled and
disposed of by means of temporary pumps, piping, drain lines, ditches, dams, or other
approved methods.
BARRICADES
A. Barricades and Protective Measures. The Contractor shall be responsible for the protection
of unfinished work. The Contractor shall, at his own expense, furnish and erect such
barricades, fences, lights, and danger signals. He shall also take such other precautionary
measures for the protection of persons, property, and the work as may be necessary.
B. The Contractor shall be responsible for all damage to the work due to failure of barricades,
signs, and lights to protect it. When damage is incurred, the damaged portion shall be
immediately removed and replaced by the Contractor at his own cost and expense.
TRAFFIC CONTROL
A. The Contractor shall be responsible for all traffic control and safety during construction.
The Contractor shall meet all City requirements for public safety, barriers, and traffic
control. The Contractor shall coordinate traffic control with the City of Lubbock.
REMOVAL OF TEMPORARY FACILITIES
A. When any temporary facility is no longer needed for the proper conduct of the work, the
Contractor shall completely remove it from the project and shall repair or replace any
material, equipment, or finished surface damaged by doing so.
PARKING FACILITIES
A. Restrict parking of construction personnel vehicles to areas designated on Drawings or as
directed by Owner.
END OF SECTION
Environmental Protection | 18
SECTION 01800: ENVIRONMENTAL PROTECTION
PART 1 - GENERAL
SECTION INCLUDES
A. Definitions
B. Environmental Protection Requirements
C. Protection of Natural Resources
D. Erosion and Sediment Control Measures
E. Control and Disposal of Solid and Sanitary Wastes
F. Dust Control
G. Storm water Pollution Prevention Plan (SWPPP)
REFERENCES
A. The publications listed below form a part of this specification to the extent referenced. The
publications are referred to in the text by the basic designation only.
1. CODE OF FEDERAL REGULATIONS (CFR)
2. 29 CFR 1910-SUBPART G: Occupational Health and Environmental Control
3. CORPS OF ENGINEERS (COE)
4. COE EP-1165-2-304 1976: Flood Plain Regulations for Flood Plain Management
DEFINITIONS
A. Sediment is defined as soil and other debris that has eroded and transported by runoff water
or wind.
B. Solid Waste is defined as rubbish, debris, garbage, and other discarded solid materials
resulting from industrial, commercial, and agricultural operations and from community
activities.
C. Rubbish is defined as combustible and noncombustible wastes such as paper, boxes, glass,
crockery, metal, lumber, cans, and bones.
D. Debris is defined as combustible and noncombustible wastes such as ashes and waste
Environmental Protection | 19
materials resulting from construction or maintenance and repair work, leaves, and tree
trimmings.
E. Chemical Waste is defined as salts, acids, alkalis, herbicides, pesticides, organic chemicals,
and spent products which serve no purpose.
F. Sanitary Waste defined as sewage, domestic sanitary sewage, garbage, and any refuse and
scraps resulting from preparation, cooking, dispensing, and consumption of food.
G. Oily Waste is defined as any petroleum products and bituminous materials.
ENVIRONMENTAL PROTECTION REQUIREMENTS
A. Provide and maintain, during the life of the contract, environmental protection as defined.
Plan for and provide environmental protective measures to control pollution that develops
during normal construction practice. Plan for and provide environmental protective
measures required to correct conditions that develop during the construction of permanent
or temporary environmental features associated with the project. Comply with Federal,
state, and local regulations pertaining to the environment, including but not limited to water,
air, and noise pollution.
1. Preconstruction Survey: perform a preconstruction survey of the project site with the
Owners Representative, and pollution prevention measures necessary to assess
existing environmental conditions in, and adjacent to the site.
PART 2 – PRODUCTS
Not Used
PART 3 – EXECUTION
PROTECTION OF NATURAL RESOURCES
A. Natural Resources: preserve within the project boundaries and outside the limits of
permanent work. Restore to an equivalent or improved condition upon completion of work.
Confine construction activities to within the limits of the work indicated or specified.
B. Land Resources (except in areas to be cleared): do not remove, cut, deface, injure, or
destroy trees or shrubs without the Landscape Architect's permission. Do not fasten or
attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the
Owners Representative. Where such use of attach ropes, cables, or guys is authorized, the
Contractor shall be responsible for any resultant damage.
C. Water Resources: prevent oily or other hazardous substances from entering the ground,
drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum
storage tanks with a temporary earth berm of sufficient size and strength to contain the
contents of the tanks in the event of leakage or spillage.
Environmental Protection | 20
D. Protection: protect existing trees which are to remain and which may be injured, bruised,
defaced, or otherwise damaged by construction operations. Remove displaced rocks from
uncleared areas. By approved excavation, remove trees with 30 percent or more of their root
systems destroyed.
E. Replacement: Remove trees and other landscape features scarred or damaged by equipment
operations, and replace with equivalent, undamaged trees and landscape features. Obtain
Landscape Architect's approval before replacement.
F. Temporary Construction: Remove traces of temporary construction facilities such as haul
roads, work areas, structures, foundations of temporary structures, stockpiles of excess or
waste materials, and other signs of construction. Grade temporary roads, parking areas, and
similar temporarily used areas to conform with surrounding contours.
EROSION AND SEDIMENT CONTROL MEASURES
A. Burnoff: burnoff of groundcover is not permitted
B. Borrow Areas: manage and control borrow areas to prevent sediment from entering nearby
streams or lakes. Restore areas, including those outside the borrow areas, disturbed by
borrow and haul operations. Restoration includes grading, replacement of topsoil, and
establishment of a permanent vegetative cover.
C. Protection of Erodible Soils: immediately finish the earthwork brought to a final grade, as
indicated or specified. Immediately protect the side slopes and back slopes upon completion
of rough grading. Plan and conduct earthwork to minimize the duration of exposure of
unprotected soils.
D. Temporary Protection of Erodible Soils: Mechanically retard and control the rate of runoff
from the construction site. This includes construction of diversion ditches, benches, and
berms to retard and divert runoff to protected drainage courses.
CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES
A. Solid Waste Pickup: solid waste to be placed in containers which are regularly emptied. Do
not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of
other areas when handling and disposing of wastes. On completion, leave the areas clean.
Control and dispose of waste.
B. Disposal of Rubbish and Debris: dispose of rubbish and debris in accordance with the
requirements specified in area as directed by Owner.
C. Garbage Disposal: place garbage in approved containers and move to a pickup point or
disposal area where directed.
DUST CONTROL
A. Contractor will be fully responsible for dust control along all haul roads and in the project
area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat,
Environmental Protection | 21
with dust suppressants, the soil at the site, haul roads, and other areas disturbed by
operations.
STORM WATER POLLUTION PREVENTION PLAN
A. Compliance with TCEQ TPDES Construction General Permit and/or City of Lubbock
Storm Water Ordinance. For City review, provide Storm Water Plan Review application and
fee, Storm Water Pollution Prevention Plan, Construction Site Notice, and if applicable
Notice of Intent and upon completion Notice of Termination. Implement, maintain, and
inspect BMPs such as silt fence, sand bags, diversion swales, and other measures and/or
incidentals for compliance.
END OF SECTION
Material & Equipment | 22
SECTION 01900: MATERIAL AND EQUIPMENT
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
and Division 1 - General Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Products
B. Product Delivery, Storage, and Handling
C. Product Options
D. Substitutions
1.3 RELATED SECTIONS
A. General Conditions
B. Information to Bidders: Product Options and Substitution Procedures
C. Section 01400 Quality Control: Product Quality Monitoring
1.4 PRODUCTS
A. Products are new material, machinery, components, equipment, fixtures, and systems
forming the Work. This does not include machinery and equipment used for preparation,
fabrication, conveying and erection of the Work.
B. Provide interchangeable components of the same manufacturer, for similar components.
1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING
C. Delivery:
1. Deliver materials, products and equipment to the project site in undamaged condition
in manufacturer's original, unopened containers or packaging, with identifying labels
intact and legible.
2. Promptly inspect shipments to assure that products comply with requirements,
Material & Equipment | 23
quantities are correct, and products are undamaged.
3. Provide equipment and personnel to handle products by methods to prevent soiling,
disfigurement, or damage.
4. Arrange deliveries in accordance with the construction schedule and in ample time to
facilitate inspection prior to installation to avoid unnecessary delays in the
construction process.
D. Storage:
1. Store and protect products in accordance with manufacturer's instructions, with seals
and labels intact and legible. Store sensitive products in weather-tight, climate
controlled enclosures.
2. For exterior storage of fabricated products, place on sloped supports, above ground.
3. Provide off-site storage and protection when site does not permit on-site storage or
protection.
4. Cover products subject to deterioration with impervious sheet covering. Provide
ventilation to avoid condensation.
5. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent
mixing with foreign matter.
6. Provide equipment and personnel to store products by methods to prevent soiling,
disfigurement, or damage.
E. Handling:
1. Handle materials, products, and equipment in a manner prescribed by manufacturer
or specified to protect from damage during storage and installation.
1.6 PRODUCT OPTIONS
A. Products specified by Reference Standards or by description only are any product meeting
those standards or description.
B. Products specified by naming one or more manufacturers are products of manufacturers
named and meeting specifications (no options or substitutions allowed).
C. Products specified by naming one or more manufacturers with a Provision for Substitutions
require the submittal of a request for substitution for any manufacturer not named.
1.7 SUBSTITUTIONS
A. Substitutions may be considered when a product becomes unavailable through no fault of
the Contractor.
Material & Equipment | 24
B. Document each request with complete data substantiating compliance of proposed
Substitution with Contract Documents.
C. A request constitutes a representation that the Contractor:
1. Has investigated proposed product and determined that it meets or exceeds the
quality level of the specified product.
2. Will provide the same warranty for the Substitution as for the specified product.
3. Will coordinate installation and make changes to other Work which may be required
for the Work to be complete with no additional cost to Owner.
4. Waives claims for additional costs or time extension which may subsequently
become apparent.
5. Will reimburse Owner for review or redesign services associated with re-approval by
authorities.
D. Substitutions will not be considered when they are indicated or implied on shop drawing or
product data submittals, without separate written request, or when acceptance will require
revision to the Contract Documents.
E. Substitution Submittal Procedure:
1. Submit four copies of request for Substitution for consideration. Limit each request to
one proposed Substitution.
2. Submit shop drawings, product data, and certified test results attesting to the
proposed product equivalence.
3. The Owners Representative will notify Contractor, in writing, of decision to accept or
reject request.
PART 2 – PRODUCTS
Noted Above
PART 3 – EXECUTION
Not Used
END OF SECTION
Substitutions and Product Options | 25
SECTION 02000: SUBSTITUTIONS AND PRODUCT OPTIONS
PART 1 - GENERAL
SUMMARY OF REQUIREMENTS
A. Furnish and install products specified under the options and conditions for substitutions
stated in this section.
B. The General Conditions, the Supplementary General Conditions and the Special Conditions
apply to the work specified in this section.
C. Related Requirements:
1. Section 01060 Regulatory Requirements
2. Section 01300 Submittals
3. Section 01720 Record Documents
SECTION INCLUDES
A. Product List
B. Contractor’s Options
C. Substitutions
D. Contractor’s Representation
E. Landscape Architect’s Duties
PRODUCT LIST
A. Within 30 days after award of Contract, submit to Landscape Architect five (5) copies of a
complete list of materials and equipment proposed to be substituted for specified product.
B. Prepare list by Specification Section Number and Title
C. For products specified only by reference standards, list for each such Product:
1. Name and address of manufacturer
2. Trade name
3. Model or catalog designation
Substitutions and Product Options | 26
4. Manufacturer's data, including performance and test data, and reference standards
CONTRACTOR’S OPTIONS
A. For products specified only by reference standard, select product meeting that standard, by
any manufacturer, and submit to Landscape Architect for approval.
B. For products specified by naming several products or manufacturers, select any product and
manufacturer named which complies with Specifications, and submit to Landscape
Architect for approval. Note: The listing of a manufacturer as an acceptable manufacturer is
not necessarily an acceptance of their standard product unless it meets specified
requirements.
C. For products specified by naming one or more products or another manufacturer's "approved
equal", submit a request as for substitutions, for any product or manufacturer which is not
specifically named.
SUBSTITUTIONS
A. During Bidding Period, Landscape Architect will consider written requests from Bidders
and manufacturers for substitutions. Such requests must be received at least 10 days prior to
Bid Date. Requests received after that time will not be considered. Approval of proposed
substitutions will be set forth in Addenda to the Specifications. Requests for substitutions
shall include data listed below.
B. Within a period of 30 days after award of Contract, Landscape Architect will consider
formal requests from the Contractor for substitutions of products in lieu of those specified.
C. Beyond 30 days after award of Contract, requests will be considered only in case of product
unavailability or other conditions beyond the control of the Contractor.
D. Submit separate request for each substitution.
E. Support each request with complete data substantiating compliance of proposed
substitutions following the requirements stated in Contract Documents:
1. Product identification; including manufacturer's name and address
2. Manufacturer's literature; identify:
Product description
Reference standards
Performance and test data
Samples, as required by specific Specification Sections
Name and address of similar projects on which product has been used, and date of
each installation.
Substitutions and Product Options | 27
3. The construction methods:
Detailed written description of proposed method.
Complete and comprehensive drawings illustrating methods or revisions.
4. Itemized comparison of the proposed substitution with product or method specified;
list significant variations.
5. Data relating to changes in construction schedule.
6. List of changes required in other work or products.
7. Accurate cost data comparing proposed substitution with product or method
specified, including amount of any net change to Contract Sum.
8. Designation of availability of maintenance services; sources of replacement materials
F. Substitutions will not be considered for acceptance when:
1. They are indicated or implied on shop drawings or product data submittals without a
formal request from Contractor
2. They are requested directly by a subcontractor or supplier
3. Acceptance will require substantial revision of Contract Documents
4. They are submitted at times other than specified above
G. Substitute products shall not be ordered or installed without written approval of Landscape
Architect.
H. Landscape Architect will determine acceptability of all proposed substitutions.
I. Should accepted substitution prove defective or unsatisfactory during warranty period, the
Contractor shall bear costs of replacing defective or unsatisfactory material with item
originally specified, or:
1. Replace with other approved substitution
2. Extend warranty period for one (1) year on replaced materials
3. Bear costs of replacing defective or unsatisfactory materials 01630-3
CONTRACTOR’S REPRESENTATION
A. In making formal request for substitution, Contractor represents that:
1. He has investigated proposed product or method and has determined that it is equal to
or superior in all respects to that specified and that the product is compatible with
interfacing systems, products and methods.
Substitutions and Product Options | 28
2. He will provide same warranties or guarantees for substitution as for product
specified.
3. He will coordinate installation of accepted substitution into the Work and will make
such changes as may be required for the Work to be complete in all respects.
4. He waives claims for additional costs caused by substitution which may subsequently
become apparent and agrees to bear the costs of any addition to the work required by
the substitution.
5. Cost data are complete, including related costs under the Contract.
LANDSCAPE ARCHITECT’S DUTIES
A. Review Contractor's requests for substitutions with reasonable promptness.
B. Notify Contractor, in writing, of decision to accept or reject requested substitution.
C. Landscape Architect's decision on acceptance or rejection of substitutions will be final.
END OF SECTION
Contract Closeout | 29
SECTION 02100: CONTRACT CLOSEOUT
PART 1 - GENERAL
RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
and Division 1 - General Requirements apply to work of this Section.
SECTION INCLUDES
A. Closeout Procedures
B. Final Cleaning
C. Adjusting
D. Project Record Documents
E. Operation and Maintenance Data
F. Warranties
G. Spare Parts and Maintenance Materials
RELATED SECTIONS
A. Section 01500 Temporary Facilities and Controls: Progress Cleaning
CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready for
Owners Representative's inspection.
B. Provide submittals to Landscape Architect that are required by governing or other
authorities.
C. Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
FINAL CLEANING
A. Execute final cleaning prior to final inspection.
Contract Closeout | 30
B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels,
stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and
soft surfaces.
C. Clean equipment and fixtures to a sanitary condition.
D. Replace filters of operating equipment.
E. Clean debris from roofs, gutters, downspouts, and drainage systems.
F. Clean site; sweep paved areas and rake clean landscaped surfaces.
G. Remove waste and surplus materials, rubbish, and construction facilities from the site.
H. Repair, patch and touch-up marred surfaces to match adjacent finishes.
I. Clean ducts, blowers and coils if air conditioning units were operated during construction.
ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered operation.
PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to the
Work:
1. Contract Drawings
2. Specifications
3. Addenda
4. Change Orders and other Modifications to the Contract
5. Reviewed shop drawings, product data, and samples
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications: legibly mark and record at each Product section description of actual
Products installed, including the following:
1. Manufacturer's name and product model and number
2. Product substitutions or alternates utilized
3. Changes made by Addenda and Modifications
Contract Closeout | 31
E. Record Documents and Shop Drawings: legibly mark each item to record actual
construction including:
1. Measured depths of foundations in relation to finish first floor datum
2. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements
3. Measured locations of internal utilities and appurtenances concealed in construction,
referenced to visible and accessible features of the Work
4. Field changes of dimension and detail
5. Details not on original Contract Drawings
6. Changes made by addenda and modification
F. Submit documents to Architect with claim for final Application for Payment.
OPERATIONS AND MAINTENANCE DATA
A. Submit one copy 15 days prior to final inspection, 8 1/2 x 11-inch text pages, bound in three
D-ring binders with durable plastic covers.
1. This copy will be returned after final inspection, with Landscape Architect
comments. Revise content of documents as required prior to final submittal.
B. Submit two final volumes revised within ten days after final inspection.
C. Prepare binder covers with printed title "OPERATION AND MAINTENANCE
INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are
required.
D. Internally subdivide the binder contents with permanent page dividers, logically organized
as described below; with tab titling clearly printed under reinforced laminated plastic tabs.
1. Contents: prepare a Table of Contents for each volume, with each Product or system
description identified, type on 24-pound white paper.
2. Part 1: Directory, listing names, addresses, and telephone numbers of Architect,
Contractor, Subcontractors, and major equipment suppliers.
3. 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. Additionally, identify the following:
Significant design criteria
List of equipment
Parts list for each component
Contract Closeout | 32
Operating instructions necessary for Owner to make full and efficient use of
equipment including recommended maintenance and seasonal change-over
procedures for HVAC systems
Maintenance instructions for equipment and systems
Maintenance instructions for finishes, including recommended cleaning methods and
materials and special precautions identifying detrimental agents
4. Part 3: Project documents and certificates, including the following:
Shop drawings and product data
Air and water balance reports
Certificates
Photocopies of warranties and bonds
WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
C. Provide Table of Contents and assemble with metal prong binder in durable plastic
presentation cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated
submittal within ten days after acceptance, listing date of acceptance as start of warranty
period.
SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in
individual specification Sections.
B. Deliver to project site and place in location as directed; obtain receipt prior to final payment.
END OF SECTION
Demolition & Notifications | 33
SECTION 02200: DEMOLITION AND NOTIFICATIONS
PART 1 - GENERAL
SUMMARY OF WORK
A. The primary purpose of this work is to demolish and haul away debris from certain right-of-
ways owned by the City of Lubbock. The Contractor understands and agrees that demolition
and debris removal in the most expeditious manner possible is of the utmost importance and
it will make every effort to complete all requirements of this Contract in the shortest time
possible.
B. The work to be performed under this Contract shall consist of demolition and removal of the
structures shown on the plans and listed in these specifications. Included in the work shall
be all concrete, stone, brick, asphalt or other flatwork and or planters as shown on the plans
or as directed by the Owner.
C. The City-owned structures are deemed to be clear of or have been abated for Asbestos
Containing Materials (ACM), and may be handled as such.
D. The Contractor shall maintain all work sites to appropriate use standards, safety standards,
and regulatory requirements. All materials shall be removed, hauled, and disposed
according to applicable federal, state and local requirements.
E. The Contractor shall be responsible for compliance with all federal, state and local
requirements related to structure demolition and removal.
RELATED DOCUMENTS
F. Drawings and General provisions of the Contract, including General Conditions and Special
Conditions apply to this Section.
SECTION INCLUDES
A. Definitions
B. Securing the Site
C. Utility Disconnects
D. Demolition of Structures
E. Backfill – Finishing
F. Erosion Control
Demolition & Notifications | 34
G. Debris Ownership and Hauling Responsibilities
H. Equipment
I. Clean-up
PART 2 – PRODUCTS
DEFINITIONS
A. Asbestos Containing Materials (ACM)
B. Construction Site Best Management Practices (BMPs)
C. National Emissions Standards for Hazardous Air Pollutants (NESHAP).
D. Regulated Asbestos-Containing Material (RACM)
E. Rotating blade (RB)
F. Stormwater Pollution Prevention Plan (SWPPP)
G. Texas Department of Transportation (TxDOT)
PART 3 – EXECUTION
SECURING THE SITE
A. The Contractor shall take all necessary steps to secure each site in a manner to prevent
access by the general public. This includes the use of fencing to secure the site until backfill
has been completed.
UTILITY DISCONNECTS (IF APPLICABLE)
A. The Contractor shall be responsible for coordinating with private utility companies for
disconnection of services, including, but not limited to electricity, natural gas, telephone,
cable television and internet.
DEMOLITION OF STRUCTURES
A. All demolition debris, including concrete, stone, brick, asphalt or other flatwork must be
removed from the site. Demolition debris shall be disposed of at the City of Lubbock
Landfill. If a retaining wall must be removed, the walls shall be completely removed and the
embankment shall be cut back to a slope of eight horizontal to one vertical.
B. As designated by the Owner, the Contractor shall employ good demolition techniques,
Demolition & Notifications | 35
which includes:
1. Using demolition techniques that minimize ground disturbance. Trees shall not be
removed except in cases where obstruction is a safety factor.
2. Maintaining the practice of keeping personnel at a safe distance from demolition
activities.
3. Loading the materials with techniques to maintain a sufficient distance from
personnel to reduce excessive exposure to airborne material.
4. Tarping loads or otherwise preventing material from becoming airborne during
hauling.
5. Manual cleaning of the demolition site to remove all materials from the site.
6. Contractor shall be responsible for providing protective gear and equipment to its
agents and employees and for ensuring its proper utilization.
BACKFILL – FINISHING
A. The Contractor shall obtain inspection and approval from the Owner prior to backfilling any
excavations, holes or depressions on the demolition site. Excavations or other depressions in
the demolition site shall be filled and compacted with sand or earthen fill as approved by the
Owner.
EROSION CONTROL
A. The Contractor shall apply Construction Site Best Management Practices (BMPs) and or
Stormwater Pollution Prevention Plan (SWPPP) objectives to reduce the discharge of
contaminates into the storm water drainage system.
DEBRIS OWNERSHIP AND HAULING RESPONSIBILITIES
A. Once the Contractor begins an activity on a site, all debris and items and or amenities on the
site is the property of the Contractor (with the exception of the above mentioned hazard
materials described (Part I - General, 1.02 Summary of Work, C) above, which must be
disposed of as indicated. The Contractor is solely responsible for all aspects related to the
debris, including, but not limited to, the hauling and disposal of the debris. Demolition
debris is to be transported to the City of Lubbock Landfill for disposal in accordance with
all Federal, State and Local rules and regulations.
EQUIPMENT
A. The Contractor shall be equipped with the normal tools of the trade and shall furnish all
labor, tools, equipment and other items necessary for and incidental to executing and
completing all required work.
Demolition & Notifications | 36
B. The use of a rotating blade (RB) roof cutter or equipment that similarly damages the roofing
material is used to remove Category I nonfriable asbestos-containing roofing material is
acceptable as per the following conditions:
1. The removal of 5580 sq. ft. or more of asbestos-containing roofing material will
create at least 160 sq. ft. of Regulated Asbestos-Containing Material (RACM) and is
subject to the National Emissions Standards for Hazardous Air Pollutants
(NESHAP).
2. The removal of less than 5580 sq. ft. is not subject to the NESHAP.
3. An original 10-day notice of intent to renovate or demolish pursuant to 40 CFR
61.145(b) (part of the NESHAP) is always required for demolitions.
C. This project has been determined to be less than 5580 sq. ft.
1. There is no special requirement for removal.
2. The contractors shall follow all local, state & federal regulations.
3. The Owner will file an original 10-day notice of intent to renovate and or demolish.
D. All equipment and vehicles utilized by the Contractor shall meet all the requirements of
federal, state and local regulations, including, without limitation, all TxDOT and safety
regulations, and are subject to approval of the Owner. All loads must be secured and solid
metal tailgates must be used on all loads. Sideboards must be sturdy and may not extend
more than two feet above the metal sides of the truck or trailer. Trucks shall carry a supply
of absorbent to be used to pick up any oil spilled from loading or hauling vehicles.
CLEAN-UP
A. All pieces, parts, scraps, debris, rubbish, wood or organic materials from a structure or part
of a structure, inside of the fence enclosure, in the process of being demolished shall be
cleaned up and removed from the premises on a daily basis. Final cleanup after a structure is
demolished shall include complete and thorough removal from the premises of all parts or
pieces of the building, its contents and its furnishings, including all debris, organic
materials, rubbish, wood, concrete and masonry rubble. All hazardous open pits and
recesses shall be filled with thoroughly tamped earth or mortar, whichever is completely
required to eliminate the hazard.
B. Debris Disposal:
1. The Contractor acknowledges, represents and warrants to the City that it is familiar
with all laws relating to disposal of the materials as stated herein and is familiar with
and will comply with all guidelines, requirements, laws, regulations, and any other
federal, state or local agencies or authorities.
2. Contractor acknowledges and understands that any disposal, removal, transportation
or pick-up of any materials not covered under the scope of work shall be at the sole
risk of the Contractor. Contractor understands that it will be solely responsible for
Demolition & Notifications | 37
any liability, fees, fines, claims, etc., which may arise from its handling of materials
not covered by the scope of work.
3. The Contractor is responsible for determining and complying with applicable
requirements for securing loads while in transit and that all trucks have a solid tailgate
made out of metal. Contractor shall assure that all loads are properly secured and
transported without threat of harm to the general public, private property and public
infrastructure.
4. The Contractor shall insure that all vehicles transporting debris are equipped with and
use tarps or netting to prevent further spread of debris.
C. Sewers, stacks, or other sanitary ducts extending to or through floors and slabs shall be
filled as specified (if applicable).
END OF SECTION
Earthwork | 38
SECTION 02300: EARTHWORK
PART 1 - GENERAL
SUMMARY OF WORK
A. Work in this section includes furnishing all labor, materials, equipment, and services
required to construct, shape, and finish earthwork to the required lines, grades, and cross
sections as specified herein and on the plans.
SECTION INCLUDES
A. Soil Materials
B. Preparation
C. Stripping of Topsoil
D. Grading
PART 2 – PRODUCTS
SOIL MATERIALS
A. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable
native soil or off-site soil, free from vegetation or other objectionable matter. All unstable or
objectionable material shall be removed from the subgrade and replaced with approved
material. The material shall be suitable for forming a stable embankment and shall meet the
following requirements:
1. Liquid Limit: 45 maximum
2. Plasticity Index: 15 maximum
3. Linear Shrinkage: 2 min – 10 max
B. Subgrade material which does not meet the above requirements may be conditioned with
lime or caliche screenings. The conditioning shall produce a uniform subgrade material
which meets all of these specified subgrade requirements.
Earthwork | 39
PART 3 – EXECUTION
PREPARATION
A. Protect structures, utilities, sidewalks, pavements and other facilities from damage caused
by settlement, lateral movement, undermining, washout and other hazards created by
earthwork operations.
B. Provide erosion control measures to prevent erosion or displacement of soils to adjacent
properties, walkways or water bodies. Soils shall not be placed on a foundation which
contains frozen material, or which has been subjected to freeze-thaw action.
STRIPPING OF TOPSOIL
A. Topsoil will be separately excavated, stored and used for surface finish in preparation for
seeding, sodding or other planting, only where topsoil is definitely superior for grass and
plant growth as compared with the remainder of the excavated material. In general, this
shall be considered as the top 3 feet of excavated material. Surface soil that is heavy clay,
predominantly sandy or is lean in grass-and-plant growth qualities will not be saved.
GRADING
A. Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with
compaction requirements and grade to cross-sections, lines and elevations indicated.
1. Provide a smooth transition between adjacent existing grades and new grades.
2. Cut out soft spots, fill low spots and trim high spots to comply with required surface
tolerances.
B. Finish grade shall allow for top of sod at one half inch below the top of concrete. Tolerance
for lawn or unpaved area shall be plus or minus 1 inch.
C. Repair and reestablish grades to specified tolerances where completed or partially
completed surfaces become eroded, rutted, settled or where they lose compaction due to
subsequent construction operations or weather conditions.
END OF SECTION
Concrete | 40
SECTION 02400: CONCRETE
PART 1 - GENERAL
RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions and Special
Conditions apply to this Section.
SECTION INCLUDES
A. Codes and Standards
B. Concrete Strength, Mixing, and Testing
C. Materials
D. Site Preparation
E. Concrete Forms
F. Reinforcing
G. Joint Types
H. Concrete Placing and Workmanship
I. Concrete Washout at Construction Sites
CODES AND STANDARDS
A. Comply with the provisions of the following codes, specifications and standards, except
where more stringent requirements are shown or specified:
1. ASTM C94 - Ready Mixed Concrete
2. ASTM C260 - Air Entraining Admixtures for Concrete
3. ASTM C494 - Chemical Admixtures for Concrete
4. ASTM A706 - Weldable Reinforcing Steel
5. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement.
6. ASTM C33 - Concrete Aggregate
Concrete | 41
7. ACI 347 - Recommended Practice for Concrete Form Work
8. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing
Concrete
9. Concrete Reinforcing Steel Institute: Manual of Standard Practice
10. ADA and TAS guidelines and recommendations
11. Environmental Protection Agency (EPA) Regulations
PART 2 – PRODUCTS
CONCRETE STRENGTH, MIXING, AND TESTING
A. Mix in proportion to produce minimum 3000 psi concrete at 28 days and 4 to 6 percent air
entrainment per ASTM C94. Slump shall not be more than 4 inches. Addition of water
because of insufficient slump will not be permitted.
B. The Contractor shall employ and pay for services of an independent testing laboratory to
perform testing of concrete materials. Four test cylinders shall be taken for every 75 CY or
less of concrete placed, or as directed by the Landscape Architect. One additional cylinder
shall be taken during cold weather (below 40 degrees f) and cylinder shall be cured on job
site under same conditions as concrete being tested. One slump test shall be taken for each
set of test cylinders.
C. Concrete shall be tested by means of actual cylinder breaks, with all information being
reported to the Owner.
D. Submit test reports to Owner showing results of tests and indicating compliance or non-
compliance with standards and specifications.
E. Mixing and delivery time shall be 90 minutes when the air temperature is 85 degrees or less.
When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and
delivery time from 90 minutes to 75 minutes, and when the air temperature is above 90
degrees F., reduce the mixing and delivery time to 60 minutes. The time of delivery is that
time when the truck is on site and the concrete is being placed in the forms.
MATERIALS
A. Concrete Materials
1. Portland Cement: ASTM C 150, Type I. (Use only one brand of cement throughout
the project, unless otherwise acceptable to Owner)
2. Aggregates: ASTM C33
3. Water: clean, fresh, drinkable
Concrete | 42
4. Fiber reinforcement
B. Related Materials
1. Expansion Joints: pre-molded cane fiber saturated with asphalt, 1/2” wide. Joints 12
feet long or less shall be one continuous piece installed as shown on detail.
2. Expansion Joint Cap: W. R. Meadows Snap-Cap, or approved equal
3. Expansion Joint Sealant: Sonneborn SL-1, one part self-leveling polyurethane
sealant, or approved equal, gray.
4. Concrete curing compound: W.R. Meadows Sealtight CS-309 Acrylic Curing and
Sealing Compound, or approved equal
C. Reinforcing Materials
1. Reinforcing steel: ASTM A615, Grade 60, except No. 3 ties and stirrups may be
Grade 40
2. Supports for Reinforcement: support all reinforcing with chairs. Sand plates shall be
used where the soil is loose and will not support chair legs.
3. Slip dowels shall be plain steel bars conforming to ASTM A675, Grade 60 or ASTM
A 499. Provide smooth dowels as shown and detailed on drawings. Lubricate and cap
both ends, leaving ¼” free movement in ends of caps. Caps for smooth dowels shall
be formed, clear 6 mil poly-ethylene; or approved equal. PVC pipe shall not be used
as caps for smooth dowels.
4. Fiber reinforcement: virgin polypropylene, collated, fibrillated fibers specifically
manufactured for use as concrete reinforcement, containing no olefin fibers. The
quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard or as
recommended by the fiber manufacturer.
PART 3 – EXECUTION
SITE PREPARATION
A. Contractor is responsible for layout of work based on owner provided control points, plan
dimensions, excavation, grading, leveling, and compaction of sub-grade and fill material.
B. Contractor shall notify Owner when concrete forms and reinforcing are in place; minimum
of 24 hours prior to concrete placement.
C. Sub-grade preparation to include removal, hauling, and disposal of any unusable material.
CONCRETE FORMS
A. Curved sections of concrete shall flow smoothly throughout the curve and shall not be
Concrete | 43
composed of straight line segments which have been joined together. Ends of curves shall
flow smoothly into straight line segments.
B. Form material shall be matched, tight fitting and adequately stiffened to support weight of
concrete without deflection detrimental to tolerances and appearance of concrete.
C. Coat interior surface of forms before placement of reinforcing with W. R. Meadows Duo-
gard Concrete Form Release Agent, or approved equal.
REINFORCING
A. Maintain 2” clearance to all concrete surfaces.
B. Install smooth dowels in horizontal position, maintaining 2" min clearance to all concrete
surfaces.
C. Install tie wires by doubling the wire and tying in an “X” pattern. Ends of wire should be
bent down in close proximity to the reinforcing steel.
D. Support reinforcing with chairs. Chairs shall have sand plates on the bottom when the soil
will not support chair legs.
JOINT TYPES
A. Expansion Joints:
1. Expansion joints shall be fibrous cane material saturated with asphalt. Wood shall not
be used. Insertion during concrete placement will not be allowed. Joint material shall
have rigid backing while concrete is being placed.
2. Install expansion joint material where concrete abuts existing concrete, manholes,
inlets, structures, walks, poles, signals, and other fixed objects. Install one half inch
below top of concrete. Install Sonneborn sealant; or approved equal, flush with
concrete.
3. Expansion joints shall extend full-width and depth of slab, 1/2” below finished
surface. Expansion joint material shall be one-piece lengths for the full width being
place, whenever possible. Where more than one length is required, lace or clip joint
sections together.
4. Protect the top edge of the joint material with a temporary plastic joint cap. Remove
temporary cap after both sides of joint are placed.
5. The top 1/2” of expansion joints shall be filled with a gray colored urethane sealant.
Provide masking at joint edges to maintain straight line of sealant. Remove masking
tape before sealant has cured completely. Sealant shall not be placed more than one
half inch thick. Applications requiring sealant more than one half inch thick shall be
placed using multiple applications, with adequate hardening time between
applications.
Concrete | 44
6. Expansion joints shall be spaced as shown on plans. Contractor shall not deviate from
joint spacing shown on plans unless approved by the Owner.
7. Install expansion joints at all locations where new concrete abuts existing concrete
per detail.
B. Control Joints:
1. Control joints shall be spaced as shown on plans.
2. Contractor shall not deviate from joint spacing shown on plans unless approved by
the Owner.
C. Construction Joints and Cold Joints
1. Construction joints and cold joints are not permitted except as shown on the plans.
CONCRETE PLACING AND WORKMANSHIP
A. The Contractor is responsible for correction of concrete work which does not conform to the
specified requirements, including strength, tolerances and finishes. Correct deficient
concrete as directed by the Owner.
B. Workmen shall have a minimum of 3 years’ experience in forming and pouring concrete of
a similar nature and scope.
C. Comply with ACI 304, and as herein specified.
D. Deposit and consolidate concrete slabs in a continuous operation within the limits of
construction joints until the placing of a panel or section is complete. Consolidate concrete
during placement so that concrete is thoroughly worked around reinforcement and other
embedded items and into corners.
E. Bring slab surfaces to the correct level with a straightedge and strike off. Use a bull float or
darby to smooth the surface, leaving it free of humps or low places. Do not sprinkle water
on the plastic surface.
F. Apply non-slip broom finish: immediately after trowel finishing, slightly roughen concrete
surface by applying a light broom finish perpendicular to main traffic route. Broom must be
kept clean and free from concrete buildup between the bristles. Broom marks should be light
but distinct with clean edges.
G. Protect freshly placed concrete from premature drying and excessive cold or hot
temperature, and maintain without drying at a relatively constant temperature for a period of
time necessary for hydration of cement and proper hardening.
H. Contractor shall allow no marking or footprints to be placed on the uncured concrete.
Concrete with footprints or other defects will be subject to removal and replacement.
Mopping with cement slurry to cover defects will not be allowed.
I. Split edges, cracks, honeycomb and other defects will not be accepted. Concrete section
Concrete | 45
with such defects will be removed and replaced at the Contractor's expense.
J. Repair of formed surfaces: remove and replace concrete with defective surfaces if defects
cannot be repaired to the satisfaction of the Owner. Surface defects include color and texture
irregularities, cracks, spalls, air bubbles, honeycomb, exposed rocks and other protruding
objects.
K. Cold weather placing: protect concrete work from physical damage or reduced strength
which would be caused by low temperatures in accordance with ACI 306 and as herein
specified. When air temperature has fallen or is expected to fall below 40 degrees F.,
uniformly heat all water and aggregate before mixing as required to obtain a concrete
mixture temperature of not less than 50 degrees F., and not more than 80 degrees F., at point
of placement. Do not incorporate frozen materials into the concrete mix and do not place
concrete on frozen sub-grade, or on sub-grade containing frozen materials. Do not use
calcium chloride and other materials containing antifreeze agents or chemical accelerators
unless otherwise accepted in the design mix. Protect concrete with insulating covers if
subject to freezing. PVC only, as an insulating cover, will not be allowed. Insulating covers
shall not be allowed to damage the finish.
L. Hot weather placing: Protect concrete work from physical damage or high temperatures in
accordance with ACI 305. Cool ingredients before mixing to maintain concrete temperature
at time of placement below 90 degrees F. Mixing water may be chilled, or chopped ice may
be used to control the temperature provided the water equivalent of the ice is calculated in
the total amount for mixing. Cover reinforcing steel with wet burlap if the temperature
exceeds the air temperature immediately before embedment. Do not use retarding
admixtures unless otherwise accepted in the design mix.
M. Contractor shall be responsible for the protection of uncured concrete. Contractor shall not
allow markings or footprints to be placed in the uncured concrete. Contractor shall perform
curing of concrete by application of curing compound on finished surfaces immediately
after finishing. Apply in accordance with manufacturer’s recommendations. Re-coat areas
subjected to heavy rainfall within 3 hours after initial application.
N. Forms may be removed when concrete is sufficiently hard that it will not be damaged by
removal of forms and provided that curing operations are maintained.
O. All edges of concrete shall have a radius of ½".
P. Allow for 2" minimum clearance between all reinforcing and concrete surfaces.
CONCRETE WASHOUT AT CONSTRUCTION SITES
A. The Contractor shall be responsible for correct handling of concrete washout materials. Best
Management Practice (BMP) and or Best Available Control Technology (BACT) shall be
followed at all times.
B. Collect and retain all the concrete washout water and solids in leak proof containers per
detail in plans.
END OF SECTION
Electrical & Lighting | 46
SECTION 02500: ELECTRICAL & LIGHTING
PART 1 - GENERAL
SUMMARY OF WORK
A. Work in this section includes furnishing all labor, materials, equipment, and services
required to provide and install electrical service and lighting as specified herein and
on the plans.
SECTION INCLUDES
A. Electrical Products
B. General
C. Site Conditions
D. Trenching
E. Installation
PART 2 – PRODUCTS
ELECTRICAL PRODUCTS
A. All light poles and fixtures to follow the Overton Park Public Improvement Site
Design Guidelines with the following model numbers:
1. Pedestrian Lights
Poles -Stresscrete Inc. 13 foot (above grade) ‘Washington”, Spun-Concrete
Light Pole; Model KWC13-G-T-E90. Saluki Bronze color. Direct-embed
type installation.
Luminaires – King Luminaire Inc. “Washington” Luminaire; Model K118-
LAR-II-100(MH)120-K-16. Light shall have internal louver mechanism to
provide full cut-off to comply with “dark sky initiatives.”
2. Vehicular Lights
Poles -Stresscrete Inc. 30 foot above grade ‘Washington”, Spun-Concrete
Light Pole; Model KWH30-G-T-E90-GFI-BA; Saluki Bronze color.
Direct-embed type installation. Light arms - KPL10-PR “Pipe” arms in a
single configuration. Bronze color to match Landscape Forms
Electrical & Lighting | 47
“Stormcloud” color used on other amenities.
• Luminaires – King Luminaire Inc. “New York” Pendant Luminaire;
Model K88-HGD-III-100(MH)-MOG-120. Bronze color to best match
Landscape Forms “Stormcloud” color used on other amenities.
3. Bollard
Stresscrete Inc. “Washington”, Spun-Concrete Lit Bollard; Model KLCW-
100(MH)-DB-E90. Saluki Bronze color.
B. Outdoor lighting shall include full cutoff and cutoff lighting fixtures as defined by the
Illuminating Engineering Society of North America (IES).
C. All vehicular and pedestrian lighting in the Overton Park TIF District shall be metal
halide to provide a white-colored light that is excellent for color clarity.
D. Poles for vehicular and pedestrian lighting in the Overton Park TIF District shall be
spun concrete poles with an exposed aggregate finish.
E. Vehicular lighting poles along Glenna Goodacre Boulevard will include both inserts
for banner arms and an outdoor-rated GFCI outlet mounted at the base of the lower
banner arm for holiday lighting. Both the banner arms and the GFCI outlet can be
“spun” into the standard poles and may be used in other areas in Overton Park if so
desired.
F. In-ground Jboxes shall be 14” W x 20” L x 12” D minimum (top dimensions) with
necessary extensions (no bricks).
G. PVC Sch. 40 gray electrical conduit and fittings shall be used.
H. Dusk till Dawn Control shall be Photocontrol, 120VAC Voltage, 1800 Max. Wattage,
Fixed Type with Built in Relay.
PART 3 – EXECUTION
GENERAL
A. Codes and Standards
1. All electrical installation shall be in accordance with the N.E.C and Local
Codes.
B. Discrepancies
1. It is the intent of this contract that all work must be completed and all material
must be furnished in accordance with the generally accepted practice of the
area. In the event of any discrepancies between the plans and specifications or
doubts as to the meaning and intent of any portion of the contract, the Owner
shall define what is intended to apply to the work.
Electrical & Lighting | 48
C. Responsibility of Materials
1. The Contractor shall be responsible for all materials furnished by him and shall
replace at his own expense all material found to be defective in manufacture or
if it has become damaged in handling after shipment.
SITE CONDITIONS
A. Electrical lines (120V) that are shown on plans and damaged during construction shall
be repaired by the contractor at his expense. Terminations for repaired lines shall be at
existing light poles or electrical boxes – buried splices will not be allowed.
B. Contractor must verify all existing utility line locations with Owner before
installation.
C. The Contractor shall take all precautions necessary to protect all existing landscaping,
sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done
or that may be located adjacent to or in-route across city property to the job site. The
Contractor shall rebuild, restore, and make good at his own expense, all injury and
damage to same which may result from work being carried out under this contract.
D. If existing service is not adequate to supply the new installation as specified,
contractor shall make necessary upgrades to ensure service is sufficient to supply the
contract need.
E. Contractor to verify service location with local power company and Owner.
TRENCHING
A. Trenches to have straight, flat bottoms and of sufficient depth for future conduit
protection.
B. Trench & Sleeve Size:
1. All conduit shall have 42” of cover.
2. All sleeves shall be 2” PVC Schedule 40.
C. Electrical trenching to be done before irrigation; coordinate with irrigation contractor.
D. Trench to accommodate grade changes.
E. Maintain trenches free of debris, material, or obstructions that may damage pipe.
F. The Contractor shall locate all existing underground lines, of which he has been
advised whether or not they are shown on the drawings, sufficiently in advance of the
trenching to make whatever provision necessary to prevent damage thereto. Extreme
care shall be used to prevent such damage and the Contractor shall be fully
responsible for damage to any such lines.
Electrical & Lighting | 49
G. Trench digging machinery may be used to make trench excavation except in places
where operation of same would cause damage to existing structures either above or
below ground; in such instances, hand methods shall be employed.
H. All trenches are to be inspected and approved by Owner before covering.
I. Backfill
1. Trenches to be backfilled with the excavated earth from trench work. All rocks
and debris to be removed and no item larger than one (1) inch diameter to be
placed back in the trench. Backfill is to be compacted and flooded to settle
trench. The Contractor shall add more backfill if needed to bring trenches to
existing grade.
2. Excess trench excavation, not used for backfill, shall be disposed of by the
Contractor, and at the Contractor’s expense as directed by the Owner.
J. All settling and low areas that occur within the first twelve (12) months shall be the
responsibility of the Contractor to fill and level.
K. If tunneling, jacking, or boring is required, reference Section 02800: Irrigation
System, subsection 3.7.
INSTALLATION
A. All conduits shall have a pull box spacing of 300’-0” maximum distance,
B. All conduit sweeps shall be of a large radius type.
C. Install all conduit designated for future use and leave in place with pull string and
PVC cap
D. Pull boxes lid must be bolted on and clearly marked “Electrical”.
E. Concrete piers shall be 6’ below grade, 1’ above grade, and 2’ in circumference.
F. Install all light poles, outlets, fixtures, and dusk till dawn controls in accordance with
manufacturer’s instructions.
END OF SECTION
Irrigation System | 50
SECTION 02600: IRRIGATION SYSTEM
PART 1 - GENERAL
SUMMARY OF WORK
A. The work that the City of Lubbock desires to be performed is as follows:
1. Remove, save, and return to owner the existing valves and irrigation heads from the
areas be irrigated at Lakewood Development Area.
2. Install new wire, piping, valves, and irrigation heads as shown on the plan
B. The Contractor shall supply all supervision, perform all work, furnish all labor, tools,
materials, equipment, and incidentals necessary to fully and properly perform all work as
shown on the plans and described in the specifications. Deliver materials, products and
equipment to the project site in undamaged condition in manufacturer's original, unopened
containers or packaging, with identifying labels intact. All construction and other work shall
be completed in accordance with all governing codes and ordinances, with the best
engineering and construction practices, including material manufacturer’s recommendations
for installation and workmanship, for the skill or trade involved.
C. We request that your proposal be made in conformance with the guidelines contained in the
specifications and on all plans. The contract shall be awarded to the company with the
proposal determined to be the most advantageous to the City of Lubbock (which shall be
called owner).
RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions apply to this Section.
SECTION INCLUDES
A. Quality Assurance
B. Irrigation Products
C. Product Substitution
D. Site Conditions
E. Field Quality Control
F. Submittals
Irrigation System | 51
G. Handling of Materials
H. Trenching
I. Tunneling, Jacking, and Boring
J. Installation
K. Flushing
L. Leakage Test
M. Wiring
N. Testing and Preliminary Inspection
O. Inspection/Acceptance
P. Clean-up and Adjusting
Q. Commissioning
ADDITIONAL INFORMATION
A. All information under General Instructions to Bidder, General Conditions of Agreement,
and Special Conditions apply to this section.
B. The Bidder shall be prepared to send the Owner a price breakdown of any and/or all items
on which he has bid. Price breakdowns will only be requested after the bid opening has
taken place.
C. These plans and specifications were prepared by City of Lubbock, Park Development,
Lubbock, TX (which shall be called Owner). The Owner shall verify all construction stakes
for locations of elements at project sites, and give the Owner 48 hours to approve the
staking before construction can begin.
QUALITY ASSURANCE
D. Contractor’s on Site Responsibilities
1. The Contractor shall take all precautions necessary to protect all existing landscaping,
sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done
or that may be located adjacent to or in-route across city property to the job site. The
Contractor shall rebuild, restore, and make good at his own expense, all injury and
damage to same which may result from work being carried out under this contract.
2. The Contractor shall not park or drive any vehicles or equipment beneath the drip line
of on-site trees and shrubs. The Contractor and employees shall not park on
unsurfaced park property and shall not drive vehicles across city land unless it is
directly necessary to deliver materials to the job site.
Irrigation System | 52
3. The Contractor shall take all necessary precautions to ensure the safety of any
pedestrians and park users during the demolition, construction, and clean-up
operations. The Contractor shall maintain and keep in good repair the work intended
under these plans and specifications and shall perform all necessary repair,
construction, and renewal to the date of acceptance by the owner.
4. Any utility and irrigation lines shown on plans are for design and construction
information only. The depths of utility lines are not guaranteed.
All underground lines are referenced from known surface structures. It is not implied
that all existing public utility lines are shown on plan. Park utilities include irrigation
systems, and park lighting, all others are public utilities. The Contractor’s attention is
directed to the fact that other underground utility lines may exist of which the owner
is not aware. The owner does not assume any responsibility for any public utilities
that are not shown on plans. It is the Contractor’s obligation to locate and familiarize
himself with all utilities and to provide for their safety. Damage to utilities will be
repaired at Contractor’s expense. Park development staff will assist in the design and
relocation of utility lines.
5. The Contractor shall be responsible for the protection of unfinished work and shall be
responsible for the safety of individuals using the unfinished equipment. The
Contractor shall, at his own expense, furnish and erect such bridges, barricades,
fences, lights, and danger signals, and shall take such other precautionary measures
for the protection of persons, property and the work as may be necessary.
6. The Contractor shall be responsible for all damage to work due to the failure of
barricades, signs, and lights to protect it, and when damage is incurred, the damaged
portion shall be immediately removed and replaced by the Contractor at his own
expense. The Contractor’s responsibility for maintenance of barricades, signs, and
lights shall not cease until the date of issuance to Contractor of city’s certificate of
acceptance of the project.
7. The Contractor shall be responsible for removal, hauling, and disposal of all debris
and unusable material from proposed construction area and designated sites as shown
on plans and in specifications. The owner shall retain the right to any existing
materials deemed to have value.
8. The Contractor shall be responsible for inspection of site, to verify the completion of
all work as described in the specifications and shown on plans.
9. The Contractor shall furnish and supply all supervision, equipment, and labor
necessary to perform excavation, grading, backfill, compaction, and stock piling of
material as specified herein and on the plans.
10. Special Guidance Regarding ASBESTOS cement pipe
Contractor will be responsible for complying with applicable federal and state
regulations regarding ASBESTOS cement pipe that may be encountered during
excavation. Specifically, no ASBESTOS cement pipe may be intentionally disturbed
without appropriate training, certification, engineering controls, and worker safety
protections. Waste ASBESTOS associated with the disturbance of ASBESTOS
Irrigation System | 53
cement pipe (whether intentional or unintentional) must be removed from the
excavation and disposed of properly (wetted, double bagged in 6 mil poly, and
transported to an authorized landfill).
11. Procedures to be followed in the event that unexpected asbestos is found or
previously non-friable asbestos materials become friable:
There will be a designated competent person as required by the United States
Occupational and Health Administration regulations in 29 CFR, 1926.1101 on site
during entire project.
All work will stop if unexpected asbestos is found or previously non-friable asbestos
becomes friable and the competent person will follow all local, state, and federal
regulations.
12. The contractor shall be responsible for the Texas Prevention Legislation. The Texas
damage prevention law (Utilities Code Title 5, Chapter 251) took effect October 1,
1998. This law requires excavators to call 48 hours before they dig. Texas Excavation
Safety System Inc. (TESS) is a nonprofit corporation formed by member companies
to prevent damage to underground facilities. The service is 100 percent free to
excavators by calling 1-800-DIG-TESS (344-8377).
13. Any utility and irrigation lines shown on plans are for design and construction
information only. The depths of utility lines are not guaranteed. All underground
lines are referenced from known surface structures. It is not implied that all existing
public utility lines are shown on plan. Park utilities are not listed with DIG TESS.
They include but are not limited to irrigation systems, park lighting and all others are
private utilities. The Contractor’s attention is directed to the fact that other
underground utility lines may exist of public utilities that are not shown on plans. It
is the Contractor’s obligation to locate and familiarize themselves with all utilities
that are not shown on plans. Damage to utilities will be repaired at Contractor’s
expense.
14. All trenching or any excavation shall be a greater distance from the trunk of any plant
material than ten (10x) times the diameter of the trunk at twelve (12”) inches from the
ground. If questions arise, the Contractor shall contact the Owners Representative for
clarification.
E. Product Delivery, Storage, and Handling
1. Protect all materials from inclement weather: wet, damp, extreme heat, or cold, theft,
damage, or vandalism.
2. All manufacturers’ labels, installation instructions, and shop drawings shall be in
included for each item ordered.
F. Equipment Check
1. The Contractor shall, one week after installation of equipment, check that all parts are
secure and are in good working condition.
Irrigation System | 54
2. Verify the completion of all work as described in the specifications and shown on
plans.
G. Clean-up
1. Demolition debris shall be removed from the site prior to commencement of
construction work.
2. Within three (3) days after completion of the site, the Contractor shall clean, remove
rubbish and temporary structures from the site. He shall restore adequately all
property, to its original integrity both public and private, which has been damaged
during the execution of work, and leave the entire site of the work in a neat and
presentable condition. The cost of the “cleanup” shall be included as a part of the
cost of the various items of work involved, and no direct compensation will be made
for this work. This work shall be done before final acceptance by the owner will be
considered.
3. The Contractor shall clean up and dispose of all construction debris, including
excavated rock material. The area shall be graded back into existing grade smoothly.
4. All spare parts or other pieces of equipment shall be turned over to the Owner
following completion of the project.
H. Warranty
1. The Contractor shall guarantee all labor, workmanship, and materials supplied by the
Contractor for a period of one (1) year from date of acceptance.
Repairs made necessary due to faulty workmanship shall be made promptly by the
Contractor at the Contractor’s expense.
PART 2 – PRODUCTS
IRRIGATION PRODUCTS
A. Performance of Specified Material
1. All specifications given for materials are based on the performance of the equipment.
This is to assure the integrity and proper hydraulics for which the system is designed.
If bid material does not conform to given performance specifications, the bid will be
rejected by the Owner based on grounds that proper function of system could not be
maintained by using equipment that does not meet the performance specifications
required.
2. All material to be new, unused, and current.
3. All material must be a standard product of a manufacturer.
4. The Contractor shall provide performance records to verify equipment capabilities.
Irrigation System | 55
B. Materials
1. PVC Pipe
All polyvinyl chloride pipes shall be class 200, SDR 21 un-plasticized polyvinyl
chloride, Type I, Grade I.
2. Polyethylene Line
All polyethylene line shall be Agricultural Products, Inc. ¾” polyethylene, OD
= .710, ID = .610, and be made from low density.
3. Fittings
All pipe must have manufacturer’s markings clearly printed on them during
installation.
All class 200 pipes must conform to ASTM. D-2241
All lateral piping under four (4) inches shall be solvent weld.
All mainline piping four (4) inches and larger shall use belled ends or belled
couplings using rubber gaskets in twenty- (20) foot laying lengths.
All fittings for four (4) inches or larger mainline shall be 200 psi Gasketed Fittings.
All fittings shall be pressure rated for 200-psi maximum working pressure.
Gaskets shall be designed for pressure and vacuum with maximum deflection (ASTM
F-477).
PVC Fittings:
Schedule 40 fittings must conform to ASTM D-2466.
Schedule 80 fittings must conform to ASTM D-2464.
Three (3) X Four (4) Reducing Male adapters shall not be used.
Install concrete thrust blocks per details.
4. Swing Joints
Nipples: Schedule 80 with molded threads on both ends, unless specified otherwise in
construction detail
Elbows: (90 degree) Schedule 40 FIPT X FIPT
Pre-fabricated swing joints are acceptable as specified Sec. 06, C, 5B
Lateral line fittings: Schedule 40
Irrigation System | 56
5. Valves
Quick-coupler Valves
Rain Bird # 44-RC, 1”, Single lug, 2-piece body, heavy cast bronze with Rubber
Cover Lid ‘or approved equal’.
Standard cover
The Contractor shall supply the Owner with two- (2) valve keys for each Quick-
coupler type.
Installed with minimum ten (10”) inch diameter plastic valve box
Section Valve (Hunter ICV Series or ‘approved equal’)
Sized according to plan
Direct burial, remote control electric valve normally closed
Solenoid: waterproof molded epoxy resin construction having no carbon steel
components exposed
Actuator: stainless steel enclosed in a watertight protection capsule with a molded
in place rubber exhaust port seal. Spring shall be stainless steel.
Diaphragm - Dual ported, made of nylon reinforced nitril rubber
Flow adjustment system
Cold water working pressure -200 psi
Heavy-duty glass-filled UV resistant nylon with stainless steel studs and flang
brass nuts
6. Valve Boxes
Valve Box (Ametek “or approved equal”).
Supplied by the Contractor
To be installed by the Contractor
Minimum dimensions: 16” x 11” x 12” deep, molded plastic. Extensions shall be
used as necessary to bring valve box to grade and shall be compatible with box to
achieve depth required (no bricks shall be used).
Bolt-in green lid with cover lift holes (rectangular, lid shall have snap lock tab
closure).
7. Irrigation Heads
Irrigation System | 57
i. Specified Head #1: Hunter MP Corner PROS-04-PRS40-CV Turf Rotator, 4"
(10.16cm) pop-up with factory installed check valve, pressure regulated to 40 psi (2.76
bar), MP Rotator nozzle. T=Turquoise adj arc 45-105 on PRS40 body.
Irrigation heads shall be pop-up type with gear drive for full circle and part circle
coverage. The final gear drive and bull gear drive shall be made of stainless steel
and brass. The nozzle and drive assembly shall also be encased in stainless steel.
Irrigation heads shall be mounted up to one-half (1/2”) inch below finished grade.
ii. Specified Head #2, Hunter MP Strip PROS-04-PRS40-CV Turf Rotator, 4" (10.16
cm) pop-up with factory installed check valve, pressure regulated to 40 psi (2.76
bar), MP Rotator nozzle on PRS40 body. LST=Ivory left strip, SST=Brown side
strip, RST=Copper right strip.
Irrigation heads shall be pop-up type with gear drive for full circle and part circle
coverage. The final gear drive and bull gear drive shall be made of stainless steel
and brass. The nozzle and drive assembly shall also be encased in stainless steel.
Irrigation heads shall be mounted up to one-half (1/2”) inch below finished grade.
2. Control Wiring
All 24 volt wiring to be 14 AWG-annealed copper, Baron UF, 600 volts, PVC coated
UL approved direct burial.
All wire to be single stranded, one wire for each electric valve and a common wire.
12-gauge Common wire
14-gauge Zone wire
Flow Sensor wire – EV-CAB-SEN or “approved equal” – 2 conduit or direct burial
shielded cable for connecting flow sensors to controllers. Maximum allowable
distance is 2000 feet.
Communication Cable – EV-CAB-COM or “approved equal” - 2 conductor direct
burial shielded cable for connecting controllers. Maximum allowable distance is
2000 feet.
All control wires to be installed at minimum depth of eighteen (18”) inches, with a
maximum depth of twenty-four (24”) inches and directly alongside any pipe if the
same ditch is used.
Add yellow and green 14-gauge spare wires looped in mainline ditch. Contractor
shall place a minimum of 18” of each spare wire in each valve box. In case of a
looped mainline, run spares and common in a full continuous loop.
3. Miscellaneous Equipment
Wire Connectors shall be DS-400 model as manufactured by Spears, Prefilled Dri-
Splice Connector w/Crimp Sleeve or approved equal.
Irrigation System | 58
Provide moisture-proof connection for underground wiring.
Solvent Cementing
Primer- Weld-On P-68 Purple Colored Only (All pipe and fittings)
Solvent- ½” then 1 ½” Weld-On #705; 2” three-10” Weld-On #717.
Manufactures Recommendations shall be followed at all times.
Repair Coupling (Smith Blair, 461-462 Quantum Wide Range Cast Coupling “or
approved equal”).
Gasket: Nitrile (Buna-N), compounded to resist natural gas, water, oil, acids,
alkalis, most (aliphatic) hydrocarbon fluids and many chemicals.
Follower Flanges: Cast ductile iron per ASTM A-536.
Sleeve: Cast ductile iron per ASTM A-536. 461 Style is 4” to 6.5” in length. 462
Style is 12” in length.
Washers: Carbon steel per ASTM 633-78, electro-galvanized finish.
Coating: Fusion bonded Flexi-Coat epoxy.
Bolts and nuts: High strength, low alloy steel, 5/8”, to AWWA C219 (ANSI
A21.11) standards Flexi-coat, fusion bonded epoxy coating. Nuts are perished
hexagon, fluoropolymer coated, to prevent galling.
Thrust Blocks
Concrete “ready-mix” - 3,000 PSI. in 28 days with number #3 rebar installed. To
be placed at all angles and terminal ends of two and one-half (2 ½”) inch or
greater pipe. To be placed at all angles (90’s, 45’s, tees) and at terminal ends of
pipe. (Refer to Thrust Block Detail) Thrust Blocks must be installed against the
pipe and extend to twelve (12”) inches of an undisturbed vertical wall of the
trench. All pipe and fittings to be wrapped in thirty (30) pound felt to protect from
movement.
Fresh water line shall be no less than schedule 80 and have a six (6’) foot minimum
horizontal separation from all other underground utilities. Tracer wire is requirement
of all fresh water lines.
All pipe to have a one (1’) foot minimum vertical separation from all non-like utility
lines.
PRODUCT SUBSTITUTION
A. Conditions for substitutions (‘or approved equal’)
4. In the event that the clause ‘or approved equal’ is used in the specifications pertaining
Irrigation System | 59
to materials, the Bidder desiring to make substitutions for specified equipment shall
submit the following:
Product identification, including manufacturer’s name, address, and product literature
Product description
Product performance and test date
Reference standards
Manufacturer instructions for maintenance and repairs
5. Request for substitution shall be included with the overall bid and will be considered
before contract is awarded.
6. After the contract is awarded, no substitutions will be considered. It will be the
Bidder/Contractor’s responsibility to assure the availability of specified product or
substitution before the bid date.
7. The Bidder shall provide the same guarantee for substitution as for product or method
specified.
8. The Bidder shall coordinate installation of accepted substitution into work, making
such changes as may be required for work to be complete in all aspects.
9. The Bidder shall waive all claims for additional costs related to substitution that
consequently becomes apparent.
10. The Bidder shall be prepared to send the Owner a price breakdown of any and/or all
items on which he has bid. Price breakdowns will only be requested after the bid
opening has taken place.
A. Substitutions will not be considered if:
1. They are indicated or implied on shop drawings or project data submittals without
being formally described in detail as to their differences from what was originally
specified.
2. Acceptance will require substantial revision of the original layout of the project.
PART 3 – EXECUTION
GENERAL
A. Qualifications of Bidder-Licensing
1. The Bidder shall supply the name and license number of the licensed irrigator who is
responsible for the project with the bid submittal. The licensed irrigator shall be
Irrigation System | 60
licensed in the state of Texas and must comply with TCEQ and the standards
established by Title 30 TAC Chapter 344. A licensed irrigator or installer shall be on
the job site at all times when irrigation work is in progress.
2. The Owner reserves the right to reject any bid if bidder is not qualified based on the
above given criteria.
B. Codes and Standards
1. The Bidder shall conform to all local, state, and federal codes and ordinances.
C. Discrepancies
1. It is the intent of this contract that all work must be completed and all material must
be furnished in accordance with the generally accepted practice of the area. In the
event of any discrepancies between the plans and specifications or doubts as to the
meaning and intent of any portion of the contract, the Owner shall define what is
intended to apply to the work.
SITE CONDITIONS
A. The Contractor’s attention is directed to the fact that other underground utility lines may
exist of which the Owner is not aware. It is the Contractor’s obligation to locate and
familiarize himself with all utilities and to provide for their safety. Damage to utilities will
be repaired at the Contractor’s expense.
B. Water Supply
1. Meter or other water source already installed
B. Electrical Power Supply
1. Meter or other electric source already installed
C. Bores / Road crossings
1. Contractor is responsible for bores and sleeving necessary to go under city
streets/utility drives to provide any utility service to the project site. Bored holes shall
be of the smallest diameter that will permit installation of encasement pipe. Pipe
sleeving under city streets, park roads, and or parking lots shall be 16-gauge smooth
steel pipe with a minimum wall thickness of one-quarter (1/4”) inch when pipe size is
greater than four (4”) inch diameter.
2. Irrigation lines crossing sidewalks shall be sleeved with Schedule 40 PVC pipe twice
that of the pipe when line is less than six (6”) inch diameter. Pipe to be large enough
for irrigation pipe and conduit for electrical control wires (if necessary). Notes shown
on plans shall over ride specifications. Sleeves shall extend at least two (2’) feet out
from under the surface structure.
Irrigation System | 61
FIELD QUALITY CONTROL
A. Responsibility of Materials
1. The Contractor shall be responsible for all materials furnished by him and shall
replace at his own expense all material found to be defective in manufacture or if it
has become damaged in handling after shipment.
B. Responsibility of Property
1. The Contractor shall be responsible for the protection and preservation of all plant
material, monuments, and structures during installation. Any damage shall be
repaired or replaced by the Contractor, at his own expense, to the satisfaction of the
Owner.
2. All trenching or any excavation is to be no less than six (6) feet from the trunk of any
plant material. If questions arise, the Contractor shall contact the Owner for
clarification.
C. Barricades and Protective Measures
1. The Contractor shall be responsible for the protection of unfinished work. The
Contractor shall, at his own expense, furnish and erect such barricades, fences, lights,
and danger signals. He shall also take such other precautionary measures for the
protection of persons, property, and the work as may be necessary.
2. The Contractor shall be responsible for all damage to the work due to failure of
barricades, signs, and lights to protect it. When damage is incurred, the damaged
portion shall be immediately removed and replaced by the Contractor at his own cost
and expense. The Contractor’s responsibility for maintenance of barricades, signs,
and lights shall not cease until the date of issuance to of City’s certificate of
acceptance of the project.
SUBMITALS
A. Shop Drawings
1. Contractor shall submit shop drawings to the Owner before installation of equipment.
Shop drawing to include complete layout and detail drawings illustrating the location
and type of all heads, valves, piping circuits, controls, and accessories.
B. Maintenance Materials
1. At the completion of the job, the Contractor shall furnish spare parts, special tools,
and equipment required to operate and maintain the system.
C. Maintenance Data
1. The Contractor shall furnish two (2) copies of parts list and repair manuals for
controllers, valves, and heads.
Irrigation System | 62
D. Project Record Document
1. The Contractor shall prepare “as-built” plans of system after final check. Work to be
done with legend describing symbols for equipment in a digital format of AutoCAD
or “approved equal”. “As-built” plans shall be accurate. Inaccurate plans will not be
accepted. Final payment will not be made until “as-built” plans are submitted and
approved by Park Development Staff.
HANDLING OF MATERIALS
A. The Contractor shall exercise care in handling, loading, and unloading of all equipment. All
PVC pipe, fittings, and other equipment shall be adequately covered and protected from the
elements. Pipe and fittings also shall be transported in such a fashion as to be protected from
excessive bending and from external, concentrated load at any point.
TRENCHING
A. Trenches to have straight, flat bottoms and of sufficient depth for irrigation head and
operable swing joint.
B. Trench Size:
1. Minimum width: Six (6”) inches and/or six (6”) inches greater than pipe size
2. Minimum cover over installed supply piping: Eighteen (18”) inches
3. Minimum cover over installed branch piping: Fourteen (14”) inches
4. Minimum cover over installed outlet piping: Fourteen (14”) inches
5. Maximum centerline depth main line shall not exceed twenty-four (24”) inches at zone
valves.
6. Maximum centerline depth of zone valves shall not exceed eighteen (18”) inches at
zone valves.
A. Pipe pulling is not acceptable.
B. All trenches and adjoining areas shall be hand raked to leave the grade in as good or better
condition than before construction started.
C. All settling and low areas that occur within the first twelve (12) months shall be the
responsibility of the Contractor to fill and level.
D. Trench to accommodate grade changes.
E. Maintain trenches free of debris, material, or obstructions that may damage pipe.
F. Where rock or other undesirable materials are encountered trenches are to be over excavated
by three (3”) inches to allow for a three (3”) inch layer of finely graded sand under all
piping. After the piping is installed, finely graded sand shall be placed around the piping up
to a point three (3”) inches above the piping.
Irrigation System | 63
G. All trenches are to be inspected and approved by Owner before covering.
H. Trench digging machinery may be used to make trench excavation except in places where
operation of same would cause damage to existing structures either above or below ground;
in such instances, hand methods shall be employed.
I. The Contractor shall locate all existing underground lines, of which he has been advised
whether or not they are shown on the drawings, sufficiently in advance of the trenching to
make whatever provision necessary to prevent damage thereto. Extreme care shall be used
to prevent such damage and the Contractor shall be fully responsible for damage to any such
lines.
J. There will be no classification of, or extra payment for excavated materials and all materials
encountered shall be excavated as required. Adjacent structures shall be protected from
damage by construction equipment. All excavated material shall be piled in a manner that
will not endanger the work or existing structures and which will cause the least obstruction
to roadways.
K. The Contractor will be required to locate all known utility lines far enough in advance of the
trenching to make proper provision for protecting the lines and to allow for any deviations
that may be required from the establishment lines and grades.
L. It is understood that the piping layout is dynamic and piping shall be routed in such a
manner to achieve the intent of the plan.
M. Backfill
1. Trenches to be backfilled with the excavated earth from trench work. All rocks and
debris to be removed and no item larger than one (1) inch diameter to be placed back
in the trench. Backfill is to be compacted and flooded to settle trench. The Contractor
shall add more backfill if needed to bring trenches to existing grade.
2. Excess trench excavation, not used for backfill, shall be disposed of by the
Contractor, and at the Contractor’s expense as directed by the Owner.
3. All trench backfill shall be flooded to prevent settling to 95% Standard Proctor
Maximum Density. Tamping is required, at road crossings and cross country trails.
The material shall be placed in 8-inch layers, moistened if necessary, and thoroughly
compacted with mechanical tampers from the bottom of the trench to the finish grade
to a density of at least 95% of maximum density at optimum moisture as determined
by ASTM D698.
TUNNELING, JACKING AND BORING
A. Tunneling, jacking and boring are methods used for water line placement under restrictive
conditions when open cut construction is not allowed.
1. Only straight pipe alignments for both horizontal and vertical alignment are allowed.
2. Casing shall extend full width of right-of-way or as directed by the Chief Water
Irrigation System | 64
Utilities Engineer.
3. Casing pipe shall be a minimum of two standard sizes larger than encased pipe.
4. Casing Pipe thickness shall be:
Casing Diameter
Minimum Casing Thickness
< 16 inches 3/8 inch
≥ 16 inches 1/2 inch
5. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or
as recommended by the manufacturer.
Only purpose-built centralizers may be used.
6. Coal tar coating for casing pipe shall conform to AWWA C203.
7. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be
used.
B. Slick boring or directional drilling without encasement shall be considered on a case- by-
case basis by the Chief Water Utilities Engineer.
C. Annular space between casing or uncased pipe and bored hole shall be injection grouted.
INSTALLATION
A. General Information
1. Install pipe, valves, controls, and outlets in accordance with manufacturer’s
instructions.
2. Connect to utilities
3. Set outlets and box covers at finish grade elevations
4. Provide for thermal movement of components in system
5. After piping is installed, but before outlets are installed and backfill commences, open
valves and flush system with full head of water.
6. Dissimilar Materials Piping Joints: Construct joints using adapters that are
compatible with both piping materials, outside diameters, and system working
pressure.
7. Concrete Thrust Blocks are required at all turns and dead-ends on pipe sizes three (3”)
inches and over. Pipe of smaller sizes may also require thrust blocks if so directed by
Irrigation System | 65
the Owner. Concrete shall have a twenty-eight (28) day compressive strength of 3000
psi, minimum. (See Detail). Control wire shall not be encased in the thrust block.
8. Dripline to be Techline CV, Pressure compensating with check valve. As
manufactured by Netafim. Emmitter spaceing to be 12” with .9gph output.
9. Filters to be manufactured by Netafim and installed as shown on plan.
B. Wiring
1. Wire splices will only be allowed within an accessible control box. Inline direct
burial splices will not be allowed. Wire Connectors shall be DS-400 model as
manufactured by Spears, Prefilled Dri-Splice Connector w/Crimp Sleeve or approved
equal.
2. Provide looped slack at valves and turns in trench to allow for contraction of wires.
3. All wire passing under existing paving, sidewalk, etc., shall be encased in plastic
conduit extending at least twelve (12”) inches beyond edges of paving or
construction.
4. All electrical control wiring shall be wrapped together on 10-feet increments with
plastic tape. An electrical wiring schematic shall be furnished with the equipment.
C. Laying of PVC Pipe
1. The pipe is to be snaked from side to side of trench bottom to allow for expansion
and contraction of the pipe.
2. All foreign matter is to be removed from inside of pipe before joining. Keep clean
during laying operations by means of plugs or other approved methods.
3. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe shall
have firm, uniform bearing for the entire length of each pipeline to prevent uneven
settlement.
4. Do not lay pipe in water, or when trench or weather conditions are unsuitable for
work.
5. When work is not in progress, securely close the open ends of pipe fittings so that no
trench water, earth, or other substance will enter pipes or fittings.
6. Take up and relay any pipe that has the grade or joint disturbed after laying.
7. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against
the vertical face of the trench, but not against rock.
8. Thrust blocks to be used. (See V. Products, B., 12.d., Thrust Blocks)
9. Make joints in all threaded fittings by applying Teflon tape on male threads. Use of
Teflon dope is prohibited.
Irrigation System | 66
10. Where threaded PVC connections are required, use threaded PVC adapters.
11. There shall be no less than nine (9) inches of pipe between any two fittings, except
for close nipples used in swing joints.
12. No cross tees or street ells are to be used at any time.
13. On cut pipe, all burrs to be removed, tees and pipe to be cleaned, and primer and
solvent applied as to standard application process.
14. After pipe has been solvent weld, do not apply water pressure for a time less than that
of the manufacture’s recommendation, considering current weather conditions.
15. All pipe shall be installed so that manufacture’s markings are facing in the up
position.
16. Excess PVC Solvent shall be removed from joints before drying to prevent pipe
weakening. Pipe connections made with excess solvent will not be accepted.
17. Solvent welding will not be permitted if weather conditions prevent joints from
remaining free of dirt or moisture, while the joint is being made. Also, if the
temperature is below that specified by the pipe or solvent manufacturer’s
recommendations.
18. The Owner must be given twenty-four (24) hour notice before the pipe trenches are
covered so that Landscape Architect may be present for inspection. After the pipe
system has been inspected and approved, trenches may be closed.
19. All pipe shall have a one (1’) foot minimum vertical separation from all utility lines
in close proximity.
D. Installation of Valves (gate, double check, and section valves)
1. Install all new valves on a level grade with the mainline. Valve boxes shall extend a
minimum of three (3”) inches below bottom of valve. Valve box extensions shall be
used as necessary and shall be compatible with the valve box.
2. After installing valves and valve boxes, backfill holes with a three (3”) inch
minimum washed gravel, three-quarters (3/4”) inch size up to bottom of valve.
3. Quick-coupler valve to be installed on swing joint. Top to be flush with finish grade.
E. Irrigation Heads
1. All irrigation heads to be installed at spacing indicated on plans.
2. Irrigation heads installed on swing joint assemblies shall be installed so that the top
of head is slightly above ground level to allow for settling.
Swing Joints:
• Swing joints shall be used on all rotary gear driven irrigation heads and shall be of the
Irrigation System | 67
same diameter as the inlet opening and shall have a twelve (12”) lay length.
• Pre-manufactured swing joints shall be used as manufactured by Lasco, swing joint
shall be schedule 80t, Lasco G132-412 no exceptions.
3. All irrigation heads to be set to property arc by the Contractor.
4. All irrigation heads to be installed six (6) inches from existing and/or proposed fence
line.
FLUSHING
A. The mainline and valves will be flushed after installation. Full working pressure must be
used to flush all lines. On a loop system the two valves the greatest distance from the water
source will be opened. On any other configuration of mainline, the last valve on each
mainline will be opened for flushing. The Landscape Architects must be given twenty-four
(24) hours’ notice before flushing begins so they may be present for inspections. After
mainlines have been inspected and flushed, the lateral lines may be installed.
B. The lateral lines will be flushed just before head installation. The flushing procedure will
consist of pointing all swing joints away from ditch line to prevent contamination. Next,
open the valve with full working pressure and begin capping each swing joint with a
threaded cap, beginning with the swing joint closest to the valve and ending with the swing
joint the greatest distance from the valve. Twenty- four (24) hour notice must be given to
Landscape Architects for inspection.
C. Flush pipes until free of all rock, dirt, trash, pipe shavings, and debris.
LEAKAGE TEST
A. After pipe is laid, line to be pressurized and all air expelled from line at highest point of
each section.
B. Each line to be inspected for leaks. Any joints showing leaks shall be repaired and any
cracked or defective pipes or fittings shall be removed and replaced with good material.
WIRING
A. All wiring shall be Type UF, copper direct bury type made for the irrigation industry.
Wiring shall be color-keyed: 12 ga. white for ground, 14 ga. red for operation of equipment,
and an eighteen inch (18”) loop in each valve box of a 14 ga. green and a 14 ga. yellow
spare.
B. Tracer wire and warning tape shall be installed with all fresh water piping. Tracer wire 16
Gauge CU. shall have the insulation removed for at least six (6”) inches every thirty (30’)
feet of run. Potable Water Warning tape shall be run at half the depth of the top of the pipe.
C. Control wires from controller to valves shall be laid in irrigation head line trenches (if
applicable-wiring to be installed along wiring route on plan).
Irrigation System | 68
D. Control wires to be taped together every ten (10) feet along trench.
E. Expansion loops shall be made at every turn in the trench and every 50-foot length of wire
run by wrapping at least five (5) turns of wire around a one (1) inch rod or pipe. Next,
withdraw the rod leaving turns in wire.
F. All wire connections or splicing work shall have moisture proof connectors, and their
location must be denoted on the as-built plan. Contractor shall minimize amount of splices.
G. Extra yellow and green wires shall be installed in mainline ditch.
H. Common valve wiring shall be white through entire system.
I. Section valve wiring shall be red through entire system. White wire may not be used as
section wire.
TESTING AND PRELIMINARY INSPECTION
A. Testing Procedure
1. Do not allow any of the work in this section to be covered or enclosed until it has
been inspected, tested and approved by the Owner or Landscape Architect.
2. Prior to backfill, the main line and with control valves in place but before the lateral
lines are connected, completely flush and test the main line.
3. Fill the main line with water for a twenty-four (24)-hour period prior to testing.
4. Pressure test main lines with 100 psi for a period of two (2) hours. Allowable leakage
shall be as determined by the formula listed in AWWA C600.
The Owner will witness and approve all tests. Notify the Owner at least twenty-four
(24) hours in advance of all testing.
5. Provide all testing equipment and personnel required to complete the testing
procedure (Repeat testing as required)
6. Flush, clean, adjust, and balance all systems.
7. Adjust heads for proper coverage.
8. Potable Water Lines: Hydrostatic test for six (6) hours at 150 psi. There shall be no
leaks whatsoever.
9. Backflow preventer shall be tested and certified, and three (3) copies shall be
provided; one to the owner, one to the water purveyor, and one to remain with the
tester as required by local, state, and federal codes and ordinances
B. Preliminary Inspection
Irrigation System | 69
1. When all initial installation is done and all incidentals necessary to the proper
function of the system is done, the Contractor shall request the Owner to walk
through system and visually check the operation of the system. At this time the
Owner and the Contractor will discuss repairs that may need to take place.
INSPECTION/ACCEPTANCE
A. Final Inspection
1. After preliminary inspection has taken place and all corrections and repairs have been
completed by the Contractor, the Contractor and the Owner will again walk through
system to check operation. This procedure will be repeated until system operates to
the Owner satisfaction. At this time the Owner will accept system from the
Contractor. An acceptance form will follow from the Owner to the Contractor.
CLEAN-UP AND ADJUSTING
A. Removal of Site Debris
1. The Contractor shall:
Make final clean-up of all parts of work.
Remove all construction material and equipment.
Prepare the site in an orderly and finished appearance.
Remove from site any rock or extra dirt that resulted from this and restore site to its
original condition.
Flush dirt and debris from piping before installing irrigation heads and other devices.
Adjust automatic control valves to provide flow rate of rated operating pressure
required for each irrigation head circuit.
Carefully adjust lawn irrigation heads so they will be flush with, or not more than
one-half (1/2”) inch below finish grade after completion of landscape work.
Adjust settings of controllers and automatic control valves.
The Contractor will be required to remove all construction debris from the site. Final
clean up by the Contractor must be acceptable to the Owner.
COMMISIONING
A. Starting Procedures
1. Follow manufacturer’s written procedures. If no specific procedures are prescribed by
proceed as follows:
Irrigation System | 70
Verify that specialty valves and their accessories have been installed correctly and
operate correctly.
Verify that specified tests of piping are complete.
Check that irrigation heads and devices are correct type.
Check that any damaged emitters, valves and devices have been replaced with new
materials.
Check that potable water supplies have correct type backflow preventers.
Energize circuits to electrical equipment and devices.
Adjust operating controls.
2. Operational Testing
Perform operational testing after hydrostatic testing is completed, backfill is in place,
and emitters are adjusted to final position.
B. Demonstration
1. Demonstrate to the Owner that system meets coverage requirements and that
automatic controls function properly.
2. Demonstrate to the Owner’s maintenance personnel operation of equipment,
irrigation heads, specialties, and accessories. Review operating and maintenance
information.
3. Provide a seven (7) day written notice in advance of demonstration.
C. Guarantee
1. The Contractor shall:
Make all needed repairs or replacements due to defective workmanship or materials
for exactly one (1) years following date of final acceptance.
Be responsible for all expenses necessary for repairs and replacement.
Pay all expenses incurred if the Contractor fails to act upon a request from the Owner
for repairs to system. If the Contractor fails to do work within ten (10) days after
request has been made by the Owner, the Owner will proceed with repairs and
charge all expenses to the Contractor.
Pay for expenses incurred to project due to vandalism prior to final acceptance.
Owner shall pay for all expenses incurred due to vandalism after final acceptance.
END OF SECTION
Planting Soil | 71
SECTION 02700: PLANTING SOIL
PART 1 - GENERAL
SUMMARY OF WORK
A. The scope of work includes all labor, materials, tools, supplies, equipment, facilities,
transportation and services necessary for, and incidental to performing all operations in
connection with furnishing, delivery, and installation of Planting Soil and /or the
modification of existing site soil for use as Planting Soil, complete as shown on the
drawings and as specified herein.
A. The scope of work in this section includes, but is not limited to, the following:
1. Locate, purchase, deliver and install Imported Planting Soil and soil amendments.
2. Harvest and stockpile existing site soils suitable for Planting Soil.
Modify existing stockpiled site soil.
Modify existing site soil in place for use as Planting Soil.
3. Install existing or modified existing soil for use as Planting Soil.
4. Locate, purchase, deliver and install subsurface Drain Lines.
5. Fine grade Planting Soil.
6. Install Compost into Planting Soil.
7. Clean up and disposal of all excess and surplus material.
CONTRACT DOCUMENTS
A. Shall consist of specifications, general conditions, and the drawings. The intent of these
documents is to include all labor, materials, and services necessary for the proper execution
of the work. The documents are to be considered as one. Whatever is called for by any parts
shall be as binding as if called for in all parts.
RELATED DOCUMENTS AND REFERENCES
A. Related Documents:
1. Drawings and general provisions of contract, including general and supplementary
conditions and Division I specifications, apply to work of this section.
Planting Soil | 72
2. Related Specification Section
Section - Planting
Section - Irrigation
Section – Lawn
Section – Tree and Plant Protection
VERIFICATION
A. All scaled dimensions on the drawings are approximate. Before proceeding with any work,
the Contractor shall carefully check and verify all dimensions and quantities, and shall
immediately inform the Landscape Architect of any discrepancies between the information
on the drawings and the actual conditions, refraining from doing any work in said areas until
given approval to do so by the Landscape Architect.
PERMITS AND REGULATIONS
A. The Contractor shall obtain and pay for all permits related to this section of the work unless
previously excluded under provision of the contract or general conditions. The Contractor
shall comply with all laws and ordinances bearing on the operation or conduct of the work
as drawn and specified. If the Contractor observes that a conflict exists between permit
requirements and the work outlined in the contract documents, the Contractor shall promptly
notify the Landscape Architect in writing including a description of any necessary changes
and changes to the contract price resulting from changes in the work.
A. Wherever references are made to standards or codes in accordance with which work is to be
performed or tested, the edition or revision of the standards and codes current on the
effective date of this contract shall apply, unless otherwise expressly set forth.
B. In case of conflict among any referenced standards or codes or among any referenced
standards and codes and the specifications, the more restrictive standard shall apply or
Landscape Architect shall determine which shall govern.
PROTECTION OF WORK, PROPERTY AND PERSON
A. The Contractor shall adequately protect the work, adjacent property, and the public, and
shall be responsible for any damages or injury due to the Contractor’s actions.
CHANGES IN WORK
A. The Landscape Architect may order changes in the work, and the contract sum adjusted
accordingly. All such orders and adjustments plus claims by the Contractor for extra
compensation must be made and approved in writing before executing the work involved.
A. All changes in the work, notifications and contractor’s request for information (RFI) shall
Planting Soil | 73
conform to the contract general condition requirements.
CORRECTION OF WORK
A. The Contractor shall re-execute any work that fails to conform to the requirements of the
contract and shall remedy defects due to faulty materials or workmanship upon written
notice from the Landscape Architect, at the soonest possible time that can be coordinated
with other work and seasonal weather demands but not more than 180 (one hundred and
eighty) days after notification.
SUBMITTALS
A. See the contract General Conditions for policy and procedures related to submittals.
B. Submit all product submittals eight weeks prior to the start of the soil work.
A. Product data and certificates: For each type of manufactured product, submit data and
certificates that the product meets the specification requirements, signed by the product
manufacturer, and complying with the following:
1. Submit manufacturers or supplier’s product data and literature certified analysis for
standard products and bulk materials, complying with testing requirements and
referenced standards and specific requested testing.
For each Compost product submit the following analysis by a recognized laboratory:
• pH
• Salt concentration (electrical conductivity)
• Moisture content %, wet weight basis
• Particle size % passing a selected mesh size, dry weight basis
• Stability carbon dioxide evolution rate mg CO2-C per g OM per day
• Solvita maturity test
• Physical contaminants (inerts) %, dry weight basis
• US EPA Class A standard, 40CFR § 503.13, Tables 1 and 3 levels Chemical
Contaminants mg/kg (ppm)
B. Samples: Submit samples of each product and material, where required by Part 2 of the
specification, to the Landscape Architect for approval. Label samples to indicate product,
characteristics, and locations in the work. Samples will be reviewed for appearance only.
1. Submit samples a minimum of 8 weeks prior to the anticipated date of the start of soil
installation.
Planting Soil | 74
2. Samples of all Topsoil, Coarse Sand, Compost and Planting Soil shall be submitted at
the same time as the particle size and physical analysis of that material.
C. Soil testing for Imported and Existing Topsoil, existing site soil to be modified as Planting
Soil and Planting Soil Mixes.
1. Topsoil, existing site soil and Planting Soil Mix testing: Submit soil test analysis
report for each sample of Topsoil, existing site soil and Planting Soil from an
approved soil-testing laboratory and where indicated in Part 2 of the specification as
follows:
Submit Topsoil, Planting Soil, Compost, and Coarse Sand for testing at least 8 weeks
before scheduled installation of Planting Soil Mixes. Submit Planting Soil Mix test
no more than 2 weeks after the approval of the Topsoil, Compost and Coarse Sand.
Do not submit to the testing laboratory, Planting Soil Mixes, for testing until all
Topsoil, Compost and Coarse Sand have been approved.
If tests fail to meet the specifications, obtain other sources of material, retest and
resubmit until accepted by the Landscape Architect.
All soil testing will be at the expense of the Contractor.
2. Provide a particle size analysis (% dry weight) and USDA soil texture analysis. Soil
testing of Planting Soil Mixes shall also include USDA gradation (percentage) of
gravel, coarse sand, medium sand, and fine sand in addition to silt and clay.
OBSERVATION OF THE WORK
A. The Landscape Architect may observe the work at any time. They may remove samples of
materials for conformity to specifications. Rejected materials shall be immediately removed
from the site and replaced at the Contractor's expense. The cost of testing materials not
meeting specifications shall be paid by the Contractor.
1. The Landscape Architect may utilize the Contractor’s penetrometer and moisture
meter at any time to check soil compaction and moisture.
B. The Landscape Architect shall be informed of the progress of the work so the work may be
observed at the following key times in the construction process. The Landscape Architect
shall be afforded sufficient time to schedule visit to the site. Failure of the Landscape
Architect to make field observations shall not relieve the Contractor from meeting all the
requirements of this specification.
1. SOIL MOCKUP REVIEW: At the time of construction of all soil mockups.
2. EXISTING SOIL CONDITIONS REVIEW: Prior to the start of any soil
modification that will utilize or modify the existing soil.
3. EXCAVATION REVIEW: Observe each area of excavation prior to the installation
of any Planting Soil.
Planting Soil | 75
4. DRAIN LINE INSTALLATION REVIEW: Upon completion of the installation of
drain lines and prior to the installation of any Planting Soil
5. COMPLETION of SOIL MODIFICATIONS REVIEW: Upon completion of all soil
modification and installation of planting soil.
6. COMPLETION OF FINE GRADING AND SURFACE SOIL MODIFICATIONS
REVIEW: Upon completion of all surface soil modifications and fine grading but
prior to the installation of shrubs, ground covers, or lawns.
PRE-CONSTRUCTION CONFERENCE
A. Schedule a pre-construction meeting with the Landscape Architect at least seven (7) days
before beginning work to review any questions the Contractor may have regarding the work,
administrative procedures during construction and project work schedule.
QUALITY ASSURANCE
A. Installer Qualifications: The installer shall be a firm having at least 5 years of experience of
a scope similar to that required for the work, including the preparation, mixing and
installation of soil mixes to support planting. The installer of the work in Section: Planting,
shall be the same firm installing the work in this section.
1. The bidders list for work under this section shall be approved by the Landscape
Architect.
2. Installer Field Supervision: When any Planting Soil work is in progress, installer
shall maintain, on site, an experienced full-time supervisor who can communicate in
English with the Landscape Architect.
3. Installer’s field supervisor shall have a minimum of five years’ experience as a field
supervisor installing soil, shall be trained and proficient in the use of field surveying
equipment to establish grades and can communicate in English with the Landscape
Architect.
4. The installer’s crew shall be experienced in the installation of Planting Soil,
plantings, and irrigation (where applicable) and interpretation of planting plans, soil
installation plans, and irrigation plans (where applicable).
5. Submit references of past projects and employee training certifications that support
that the Contractors meet all of the above installer qualifications and applicable
licensures.
B. Soil testing laboratory qualifications: an independent laboratory, with the experience and
capability to conduct the testing indicated and that specializes in USDA agricultural soil
testing, Planting Soil Mixes, and the types of tests to be performed. Geotechnical
engineering testing labs shall not be used.
C. All delivered and installed Planting Soil shall conform to the approved submittals sample
Planting Soil | 76
color, texture and approved test analysis.
1. The Landscape Architect may request samples of the delivered or installed soil be
tested for analysis to confirm the Planting Soil conforms to the approved material.
2. All testing shall be performed by the same soil lab that performed the original
Planting Soil testing.
3. Testing results shall be within 10% plus or minus of the values measured in the
approved Planting Soil Mixes.
4. Any Planting Soil that fails to meet the above criteria, if requested by the Landscape
Architect, shall be removed and new soil installed.
D. Soil compaction testing: following installation or modification of soil, test soil compaction
with a penetrometer.
1. Maintain at the site at all times a soil cone penetrometer with pressure dial and a soil
moisture meter to check soil compaction and soil moisture.
2. Penetrometer shall be AgraTronix Soil Compaction Meter distributed by Ben
Meadows, www.benmeadows.com or approved equal.
3. Moisture meter shall be “general digital soil moisture meter” distributed by Ben
Meadows, www.benmeadows.com or approved equal.
4. Prior to testing the soil with the penetrometer check the soil moisture and
penetrometer readings in the mockup soils. Penetrometer readings are impacted by
soil moisture and excessively wet or dry soils will read significantly lower or higher
than soils at optimum moisture.
5. The penetrometer readings shall be within 20% plus or minus of the readings in the
approved mockup when at similar moisture levels.
SITE CONDITIONS
A. It is the responsibility of the Contractor to be aware of all surface and subsurface conditions,
and to notify the Landscape Architect, in writing, of any circumstances that would
negatively impact the health of plantings. Do not proceed with work until unsatisfactory
conditions have been corrected.
1. Should subsurface drainage or soil conditions be encountered which would be
detrimental to growth or survival of plant material, the Contractor shall notify the
Landscape Architect in writing, stating the conditions and submit a proposal covering
cost of corrections. If the Contractor fails to notify the Landscape Architect of such
conditions, they shall remain responsible for plant material under the warrantee
clause of the specifications.
2. This specification requires that all Planting Soil and Irrigation (if applicable) work be
completed and accepted prior to the installation of any plants.
Planting Soil | 77
SOIL COMPACTION – GENERAL REQUIREMENTS
A. Except where more stringent requirements are defined in this specification. The following
parameters shall define the general description of the threshold points of soil compaction in
existing, modified or installed soil and subsoil.
B. The following are threshold levels of compaction as determined by each method.
1. Acceptable Compaction: Good rooting anticipated, but increasing settlement
expected as compaction is reduced and/or in soil with a high organic matter content.
Bulk Density Method – Varies by soil type see Chart on page 32 in Up By Roots.
Standard Proctor Method – 75-85%; soil below 75% is unstable and will settle
excessively.
Penetration Resistance Method – about 75-250 psi, below 75 psi soil becomes
increasingly unstable and will settle excessively.
2. Root limiting Compaction: Root growth is limited with fewer, shorter and slower
growing roots.
Bulk Density Method – Varies by soil type see Chart on page 32 in Up By Roots.
Standard Proctor Method – above approximately 85%.
Penetration Resistance Method – about 300 psi.
3. Excessive Compaction: Roots not likely to grow but can penetrate soil when soil is
above field capacity.
Bulk Density Method – Varies by soil type see Chart on page 32 in Up By Roots.
Standard Proctor Method – Above 90%.
Penetration Resistance Method – Approximately above 400 psi
DELIVERY, STORAGE, AND HANDLING
A. Weather: Do not mix, deliver, place or grade soils when frozen or with moisture above field
capacity.
B. Protect soil and soil stockpiles, including the stockpiles at the soil blender’s yard, from
wind, rain and washing that can erode soil or separate fines and coarse material, and
contamination by chemicals, dust and debris that may be detrimental to plants or soil
drainage. Cover stockpiles with plastic sheeting or fabric at the end of each workday.
C. All manufactured packaged products and material shall be delivered to the site in unopened
containers and stored in a dry enclosed space suitable for the material and meeting all
environmental regulations. Biological additives shall be protected from extreme cold and
heat. All products shall be freshly manufactured and dated for the year in which the
Planting Soil | 78
products are to be used.
D. Deliver all chemical amendments in original, unopened containers with original labels intact
and legible, which state the guaranteed chemical analysis. Store all chemicals in a weather
protected enclosure.
E. Bulk material: Coordinate delivery and storage with Landscape Architect and confine
materials to neat piles in areas acceptable to Landscape Architect.
EXCAVATING AND GRADING AROUND UTILITIES
A. All underground lines are referenced from known surface structures. It is not implied that
all existing public utility lines are shown on plan. Park utilities include irrigation systems,
and park lighting, all others are public utilities. The Contractor’s attention is directed to the
fact that other underground utility lines may exist of which the owner is not aware. The
owner does not assume any responsibility for any public utilities that are not shown on
plans. It is the Contractor’s obligation to locate and familiarize himself with all utilities and
to provide for their safety. Damage to utilities will be repaired at Contractor’s expense. Park
development staff will assist in the design and relocation of utility lines.
PART 2 – PRODUCTS
IMPORTED TOPSOIL
A. Imported Topsoil definition: Fertile, friable soil containing less than 5% total volume of the
combination of subsoil, refuse, roots larger than 1-inch diameter, heavy, sticky or stiff clay,
stones larger than 2 inches in diameter, noxious seeds, sticks, brush, litter, or any substances
deleterious to plant growth. The percent (%) of the above objects shall be controlled by
source selection not by screening the soil. Topsoil shall be suitable for the germination of
seeds and the support of vegetative growth. Imported Topsoil shall not contain weed seeds
in quantities that cause noticeable weed infestations in the final planting beds. Imported
Topsoil shall meet the following physical and chemical criteria:
1. Soil texture: USDA loam, sandy clay loam or sandy loam with clay content between
15 and 25%. And a combined clay/silt content of no more than 55%.
2. pH value shall be between 5.5 and 7.0.
3. Percent organic matter (OM): 2.0-5.0%, by dry weight.
4. Soluble salt level: Less than 2 mmho/cm.
5. Soil chemistry suitable for growing the plants specified.
B. Imported Topsoil shall be a harvested soil from fields or development sites. The organic
content and particle size distribution shall be the result of natural soil formation.
Manufactured soils where coarse sand, composted organic material or chemical additives
has been added to the soil to meet the requirements of this specification section shall not be
Planting Soil | 79
acceptable. Retained soil peds shall be the same color on the inside as is visible on the
outside.
C. Imported Topsoil for Planting Soil shall NOT have been screened and shall retain soil peds
or clods larger than 2 inches in diameter throughout the stockpile after harvesting.
D. Stockpiled Existing Topsoil at the site meeting the above criteria may be acceptable.
E. Provide a two-gallon sample from each Imported Topsoil source with required soil testing
results. The sample shall be a mixture of the random samples taken around the source
stockpile or field. The soil sample shall be delivered with soil peds intact that represent the
size and quantity of expected peds in the final delivered soil.
COMPOST
A. Compost: Blended and ground leaf, wood and other plant based material, composted for a
minimum of 9 months and at temperatures sufficient to break down all woody fibers, seeds
and leaf structures, free of toxic material at levels that are harmful to plants or humans.
Source material shall be yard waste trimmings blended with other plant or manure based
material designed to produce Compost high in fungal material.
EXISTING SOIL (ACCEPTABLE FOR PLANTING WITH MINIMUM MODIFICATIONS)
A. General definition of existing soil: Surface soil in the areas designated on the soils plan as
existing soil, that is not altered, compacted to root limiting density, graded or contaminated
before or during the construction process and considered acceptable for planting and long
term health of the plants specified either as it exists or with only minor modification.
1. The Landscape Architect shall verify that the soil in the designated areas is suitable at
the beginning of planting bed preparation work in that area. In the event that the work
of this project construction has damaged the existing soil in areas designated for use
as Planting Soil to the point where the soil is no longer suitable to support the plants
specified, the Landscape Architect may require modification of the damaged soil up
to and including removal and replacement with soil of equal quality to the soil that
existed prior to construction. Examples of damage include further compaction,
contamination, grading, creation of hard pan or drainage problems, and loss of the O,
and or A horizon.
Do not begin work on additional modifications until changes to the contract price are
approved by Landscape Architect.
B. Protect existing soil from compaction, contamination, and degradation during the
construction process.
C. Unless otherwise instructed, remove all existing plants, root thatch, and non-soil debris from
the surface of the soil using equipment that does not increase compaction of soil to root
limiting levels.
D. Modifications:
Planting Soil | 80
1. When results of soil tests recommend chemical adjustments, till surface soil to six
inches or greater after chemical adjustments have been are applied.
2. Remove existing turf thatch, ground cover plants and weeds.
3. Provide pre-emergent weed control if indicated.
4. Make chemical adjustment as recommended by the soil test.
E. General definition: Surface soil in the areas designated on the soils plan as Modified
Existing Soil has been altered and or graded before or during the construction process but is
still considered acceptable for planting and long term health of the plants specified with the
proposed modifications. Modifications respond to the soil problems expected or
encountered. The Landscape Architect shall verify that the soil in the designated areas is
suitable for modification at the beginning of planting bed preparation work in that area.
1. The Landscape Architect shall verify that the soil in the designated areas is suitable
for the specified modification at the beginning of planting bed preparation work in
that area. In the event that the work of this project construction has damaged the
existing soil in areas designated for modification to the point where the soil is no
longer suitable to support the plants specified with the specified modification, the
Landscape Architect may require further modification of the damaged soil up to an
including removal and replacement with soil of equal quality to the soil that would
have resulted from the modification. Damage may include further compaction,
contamination, grading, creation of hard pan or drainage problem, and loss of the O,
and or A horizon.
2. General requirements for all soil modifications:
Take soil samples, test for chemical properties, and make appropriate adjustments.
Unless otherwise instructed, remove all existing plants, root thatch, and non-soil
debris from the surface of the soil using equipment that does not add to the
compaction in the soil.
All soil grading, tilling and loosening must be completed at times when the soil
moisture is below field capacity. Allow soil to drain for at least two days after any
rain event more than 1 inch in 24 hours, or long enough so that the soil does not make
the hand muddy when squeezed.
Provide pre-emergent weed control after the soil work is complete and plants planted
but prior to adding mulch to the surface, if indicated by weed type and degree of
threat.
3. Modified existing soil – soil removed, stockpiled, and spread
4. Description of condition to be modified: Existing soil that is suitable for reuse as
Planting Soil but is in the wrong place of elevation, or cannot be adequately protected
during construction. Soil is to be harvested, stockpiled and re-spread with or without
further modifications as indicated.
Planting Soil | 81
5. Modifications:
Excavate existing soil from the areas and to depths designated on the drawings.
Stockpile in zones noted on the drawings or in areas proposed by the Contractor.
Prepare a soil stock pile plan for approval.
Excavate soil using equipment and methods to preserve the clumps and peds in the
soil. Generally, this means using the largest piece of equipment that is practical for
the project size and scope.
Protect stock piles from erosion by compacting or tracking the soil surface, covering
with breathable fabric or planting with annual grasses as appropriate for the season,
location, and length of expected time of storage.
Re-spread soil as required in Part 3 of this specification.
F. Modified existing soil – compacted surface soil (Tilling Option)
1. Description of condition to be modified: Surface soil compaction to a maximum of 6
inches deep from traffic or light grading. Original A horizon may be previously
removed or graded but lower profile intact with acceptable compaction levels and
limited grading. The soil organic matter, pH and chemistry in the A horizon may not
be suitable for the proposed plants and may need to be modified as required.
2. Modifications:
Till top 6 inches or deeper of the soil surface, with a roto tiller, spade tiller, ripper or
agricultural plow. Spread 2 - 3 inches of Compost on the surface of the tilled soil and
make any chemical adjustment as recommended by the soil test.
Till or disk the Compost into the loosened soil. Smooth out grades with a drag rake or
drag slip.
G. Modified existing soil – compacted subsoil
1. Description of condition to be modified: Deep soil compaction the result of previous
grading, filling and dynamic or static compaction forces. Original A horizon likely
removed or buried. The soil organic matter, pH and chemistry in the A horizon is
likely not suitable for the proposed plants and should be modified as required.
2. Soil Ripping:
Step one: After grading and removing all plants and debris from the surface, using a
tracked dozer or similar large grading equipment, loosen the soil by dragging a
ripping shank or chisel thru the soil to depths of 24 inches with ripping shanks spaced
18 inches or less apart in two directions. The number of shanks per pull is dependent
on the degree of soil compaction and the size of the dozer.
Step 2: Spread 3-4 inches of Compost over the ripped area and till into the top 6
inches of the soil surface.
Planting Soil | 82
3. Following soil ripping or fracturing the average penetration resistance should be less
than 250 psi to the depth of the ripping or fracturing.
4. Do not start planting into ripped or fractured soil until soil has been settled or leave
grades sufficiently high to anticipate settlement of 10 – 15% of ripped soil depth.
H. Modified existing soil – low organic matter
1. Description of condition to be modified: Low soil organic matter and/or missing A
horizon but soil is not compacted except for some minor surface compaction. The soil
organic matter, pH and/or chemistry are likely not suitable for the proposed plants
and should be modified as required.
2. Modifications:
Spread 3 - 4 inches of Compost over the surface of the soil and make chemical
adjustment as recommended by the soil test.
Till Compost into the top 6 inches of the soil.
PLANTING SOIL MIXES
A. General definition: Mixes of Existing Soil or Imported Topsoil, Coarse Sand, and or
Compost to make a new soil that meets the project goals for the indicated planting area.
These may be mixed off site or onsite, and will vary in Mix components and proportions as
indicated.
A. Planting Mix - moderately slow draining soil for trees and shrub beds
1. A Mix of Imported Topsoil, Coarse Sand and Compost. The approximate Mix ratio
shall be:
Mix component % by moist volume
Imported Topsoil unscreened 45-50%
Coarse sand 40-45%
Compost 10%
2. Final tested organic matter between 2.75 and 4% (by dry weight).
3. Mix the Coarse Sand and Compost together first and then add to the Topsoil. Mix
with a loader bucket to loosely incorporate the Topsoil into the Coarse Sand/Compost
Mix. DO NOT OVER MIX! Do not mix with a soil blending machine. Do not screen
the soil. Clumps of Soil, Compost and Coarse Sand will be permitted in the overall
Mix.
4. At the time of final grading, add fertilizer if required to the Planting Soil at rates
recommended by the testing results for the plants to be grown.
5. Provide a two-gallon sample with testing data that includes recommendations for
chemical additives for the types of plants to be grown. Samples and testing data shall
Planting Soil | 83
be submitted at the same time.
PART 3 – EXECUTION
SITE EXAMINATION
A. Prior to installation of Planting Soil, examine site to confirm that existing conditions are
satisfactory for the work of this section to proceed.
1. Confirm that the subgrade is at the proper elevation and compacted as required.
Subgrade elevations shall slope toward the under drain lines as shown on the
drawings.
2. Confirm that surface all areas to be filled with Planting Soil are free of construction
debris, refuse, compressible or biodegradable materials, stones greater than 2 inches
diameter, soil crusting films of silt or clay that reduces or stops drainage from the
Planting Soil into the subsoil; and/or standing water. Remove unsuitable material
from the site.
3. Confirm that no adverse drainage conditions are present.
4. Confirm that no conditions are present which are detrimental to plant growth.
5. Confirm that utility work has been completed per the drawings.
6. Confirm that irrigation work, which is shown to be installed below prepared soil
levels, has been completed.
B. If unsatisfactory conditions are encountered, notify the Landscape Architect immediately to
determine corrective action before proceeding.
COORDINATION WITH PROJECT WORK
A. The Contractor shall coordinate with all other work that may impact the completion of the
work.
A. Prior to the start of work, prepare a detailed schedule of the work for coordination with
other trades.
B. Coordinate the relocation of any irrigation lines, heads or the conduits of other utility lines
that are in conflict with tree locations. Root balls shall not be altered to fit around lines.
Notify the Landscape Architect of any conflicts encountered.
GRADE AND ELEVATION CONTROL
A. Provide grade and elevation control during installation of Planting Soil. Utilize grade stakes,
surveying equipment, and other means and methods to assure that grades and contours
conform to the grades indicated on the plans.
Planting Soil | 84
SITE PREPARATION
A. Excavate to the proposed subgrade. Maintain all required angles of repose of the adjacent
materials as shown on the drawings or as required by this specification. Do not over
excavate compacted subgrades of adjacent pavement or structures. Maintain a supporting
1:1 side slope of compacted subgrade material along the edges of all paving and structures
where the bottom of the paving or structure is above the bottom elevation of the excavated
planting area.
A. Remove all construction debris and material including any construction materials from the
subgrade.
B. Confirm that the subgrade is at the proper elevation and compacted as required. Subgrade
elevations shall slope approximately parallel to the finished grade and/or toward the
subsurface drain lines as shown on the drawings.
C. In areas where Planting Soil is to be spread, confirm subgrade has been scarified.
D. Protect adjacent walls, walks and utilities from damage or staining by the soil. Use 1/2-inch
plywood and or plastic sheeting as directed to cover existing concrete, metal and masonry
work and other items as directed during the progress of the work.
1. At the end of each working day, clean up any soil or dirt spilled on any paved
surface.
2. Any damage to the paving or site features or work shall be repaired at the
Contractor’s expense.
SOIL MOISTURE
A. Volumetric soil moisture level, in both the Planting Soil and the root balls of all plants, prior
to, during and after planting shall be above permanent wilt point and below field capacity
for each type of soil texture within the following ranges.
Soil texture Permanent wilting point Field capacity
Sand, Loamy sand, Sandy loam 5-8% 12-18%
Loam, Sandy clay, Sandy clay
loam
14-25% 27-36%
Clay loam, Silt loam 11-22% 31-36%
Silty clay, Silty clay loam 22-27% 38-41%
A. The Contractor shall confirm the soil moisture levels with a moisture meter (Digital Soil
Moisture Meter, DSMM500 by General Specialty Tools and Instruments, or approved
equivalent). If moisture is found to be too low, the planting holes shall be filled with water
and allowed to drain before starting any planting operations. If the moisture is too high,
suspend planting operations until the soil moisture drains to below field capacity.
Planting Soil | 85
PLANTING SOIL AND PLANTING SOIL MIX INSTALLATION
A. Prior to installing any Planting Soil from stockpiles or Planting Soil Mixes blended off site,
the Landscape Architect shall approve the condition of the subgrade and the previously
installed subgrade preparation and the installation of subsurface drainage.
A. All equipment utilized to install or grade Planting Soils shall be wide track or balloon tire
machines rated with a ground pressure of 4 psi or less. All grading and soil delivery
equipment shall have buckets equipped with 6-inch-long teeth to scarify any soil that
becomes compacted.
B. In areas of soil installation above existing subsoil, scarify the subgrade material prior to
installing Planting Soil.
1. Scarify the subsoil of the subgrade to a depth of 3 – 6 inches with the teeth of the
back hoe or loader bucket, tiller or other suitable device.
2. Immediately install the Planting Soil. Protect the loosened area from traffic. DO NOT
allow the loosened subgrade to become compacted.
3. In the event that the loosened area becomes overly compacted, loosen the area again
prior to installing the Planting Soil.
C. Install the Planting Soil in 12 - 18 inch lifts to the required depths. Apply compacting forces
to each lift as required to attain the required compaction. Scarify the top of each lift prior to
adding more Planting Soil by dragging the teeth of a loader bucket or backhoe across the
soil surface to roughen the surface.
D. Phase work such that equipment to deliver or grade soil does not have to operate over
previously installed Planting Soil. Work in rows of lifts the width of the extension of the
bucket on the loader. Install all lifts in one row before proceeding to the next. Work out
from the furthest part of each bed from the soil delivery point to the edge of each bed area.
COMPACTION REQUIREMENTS FOR INSTALLED OR MODIFIED PLANTING SOIL
A. Compact installed Planting Soil to the compaction rates indicated and using the methods
approved for the soil mockup. Compact each soil lift as the soil is installed.
A. Existing soil that is modified by tilling, ripping or fracturing shall have a density to the
depth of the modification, after completion of the loosening, such that the penetrometer
reads approximately 75 to 250 psi at soil moisture approximately the mid-point between
wilting point and field capacity. This will be approximately between 75 and 82% of
maximum dry density standard proctor.
B. Installed Planting Soil Mix and re-spread existing soil shall have a soil density through the
required depth of the installed layers of soil, such that the penetrometer reads approximately
75 to 250 psi at soil moisture approximately the mid-point between wilt point and field
capacity. This will be approximately between 75 and 82% of maximum dry density standard
proctor.
Planting Soil | 86
C. Planting Soil compaction shall be tested at each lift using a penetrometer calibrated to the
mockup soil and its moisture level. The same penetrometer and moisture meter used for the
testing of the mockup shall be used to test installed soil throughout the work.
D. Maintain moisture conditions within the Planting Soil during installation or modification to
allow for satisfactory compaction. Suspend operations if the Planting Soil becomes wet.
Apply water if the soil is overly dry.
E. Provide adequate equipment to achieve consistent and uniform compaction of the Planting
Soils. Use the smallest equipment that can reasonably perform the task of spreading and
compaction. Use the same equipment and methods of compaction used to construct the
Planting Soil mockup.
F. Do not pass motorized equipment over previously installed and compacted soil except as
authorized below:
1. Light weight equipment such as trenching machines or motorized wheel barrows is
permitted to pass over finished soil work.
2. If work after the installation and compaction of soil compacts the soil to levels
greater than the above requirements, follow the requirements of the paragraph "Over
Compaction Reduction" below.
OVER COMPACTION REDUCTION
A. Any soil that becomes compacted to a density greater than the specified density and/or the
density in the approved mockup shall be dug up and reinstalled. This requirement includes
compaction caused by other sub-contractors after the Planting Soil is installed and approved.
A. Surface roto tilling shall not be considered adequate to reduce over compaction at levels 6
inches or greater below finished grade.
INSTALLATION OF CHEMICAL ADDITIVES
A. Following the installation of each soil and prior to fine grading and installation of the
Compost till layer, apply chemical additives as recommended by the soil test, and
appropriate to the soil and specific plants to be installed.
A. Types, application rates and methods of application shall be approved by the Landscape
Architect prior to any applications.
FINE GRADING
A. The Landscape Architect shall approve all rough grading prior to the installation of
Compost, fine grading, planting, and mulching.
A. Grade the finish surface of all planted areas to meet the grades shown on the drawings,
allowing the finished grades to remain higher (10 – 15% of depth of soil modification) than
the grades on the grading plan, as defined in paragraph Planting Soil Installation, to
Planting Soil | 87
anticipate settlement over the first year.
B. Utilize hand equipment, small garden tractors with rakes, or small garden tractors with
buckets with teeth for fine grading to keep surface rough without further compaction. Do
not use the flat bottom of a loader bucket to fine grade, as it will cause the finished grade to
become overly smooth and or slightly compressed.
C. Provide for positive drainage from all areas toward the existing inlets, drainage structures
and or the edges of planting beds. Adjust grades as directed to reflect actual constructed
field conditions of paving, wall and inlet elevations. Notify the Landscape Architect in the
event that conditions make it impossible to achieve positive drainage.
D. Provide smooth, rounded transitions between slopes of different gradients and direction.
Modify the grade so that the finish grade before adding mulch and after settlement is one or
two inches below all paving surfaces or as directed by the drawings.
E. Fill all dips and remove any bumps in the overall plane of the slope. The tolerance for dips
and bumps in shrub and ground cover planting areas shall be a 2-inch deviation from the
plane in 10 feet. The tolerance for dips and bumps in lawn areas shall be a 1-inch deviation
from the plane in 10 feet.
CLEAN-UP
A. During installation, keep the site free of trash, pavements reasonably clean and work area in
an orderly condition at the end of each day. Remove trash and debris in containers from the
site no less than once a week.
1. Immediately clean up any spilled or tracked soil, fuel, oil, trash or debris deposited by
the Contractor from all surfaces within the project or on public right of ways and
neighboring property.
B. Once installation is complete, wash all soil from pavements and other structures. Ensure that
mulch is confined to planting beds and that all tags and flagging tape are removed from the
site. The Landscape Architect seals are to remain on the trees and removed at the end of the
warranty period.
1. Make all repairs to grades, ruts, and damage to the work or other work at the site.
2. Remove and dispose of all excess Planting Soil, subsoil, mulch, plants, packaging,
and other material brought to the site by the Contractor.
PLANTING SOIL AND MODIFIED EXISTING SOIL PROTECTION
A. Damage done by the Contractor, or any of their sub-contractors to existing or installed
plants, or any other parts of the work or existing features to remain, including large existing
trees, soil, paving, utilities, lighting, irrigation, other finished work and surfaces including
those on adjacent property, shall be cleaned, repaired or replaced by the Contractor at no
expense to the Owner. The Landscape Architect shall determine when such cleaning,
replacement or repair is satisfactory. Damage to existing trees shall be assessed by a
Planting Soil | 88
certified arborist.
SUBSTANTIAL COMPLETION ACCEPTANCE
A. Upon written notice from the Contractor, the Owners Representative shall review the work
and make a determination if the work is substantially complete.
A. The date of substantial completion of the planting soil shall be the date when the Landscape
Architect accepts that all work in Planting, Planting Soil, and Irrigation installation sections
is complete.
FINAL ACCEPTANCE / SOIL SETTLEMENT
A. At the end of the plant warrantee and maintenance period, (see Specification section -
Planting) the Landscape Architect shall observe the soil installation work and establish that
all provisions of the contract are complete and the work is satisfactory.
1. Restore any soil settlement and or erosion areas to the grades shown on the drawings.
When restoring soil grades remove plants and mulch and add soil before restoring the
planting. Do not add soil over the root balls of plants or on top of mulch.
B. Failure to pass acceptance: If the work fails to pass final acceptance, any subsequent
observations must be rescheduled as per above. The cost to the Owner for additional
observations will be charged to the Contractor at the prevailing hourly rate of the Landscape
Architect.
END OF SECTION
Tree & Shrub Planting | 89
SECTION 02800: TREE & SHRUB PLANTING
PART 1 – GENERAL
SUMMARY
A. The scope of work includes all labor, materials, appliances, tools, equipment, facilities,
transportation and services necessary for, and incidental to performing all operations in
connection with furnishing, delivery, and installation of plants (also known as
"landscaping”) complete as shown on the drawings and as specified herein.
A. The scope of work in this section includes, but is not limited to, the following:
1. Locate, purchase, deliver and install all specified plants.
2. Water all specified plants.
3. Mulch, fertilize, stake, and prune all specified plants.
4. Maintenance of all specified plants until the beginning of the warranty period.
5. Plant warranty.
6. Clean up and disposal of all excess and surplus material.
7. Maintenance of all specified plants during the warranty period.
CONTRACT DOCUMENTS
A. Shall consist of specifications and general conditions and the construction drawings. The
intent of these documents is to include all labor, materials, and services necessary for the
proper execution of the work. The documents are to be considered as one. Whatever is
called for by any parts shall be as binding as if called for in all parts.
CHANGES IN THE WORK
A. The Landscape Architect may order changes in the work, and the contract sum should be
adjusted accordingly. All such orders and adjustments plus claims by the Contractor for
extra compensation must be made and approved in writing before executing the work
involved.
B. All changes in the work, notifications and contractor’s request for information (RFI) shall
conform to the contract general condition requirements.
CORRECTION OF WORK
Tree & Shrub Planting | 90
A. The Contractor, at their own cost, shall re-execute any work that fails to conform to the
requirements of the contract and shall remedy defects due to faulty materials or
workmanship upon written notice from the Landscape Architect, at the soonest as possible
time that can be coordinated with other work and seasonal weather demands.
OBSERVATION OF THE WORK
A. The Landscape Architect may observe the work at any time. They may remove samples of
materials for conformity to specifications. Rejected materials shall be immediately removed
from the site and replaced at the Contractor's expense. The cost of testing materials not
meeting specifications shall be paid by the Contractor.
A. The Landscape Architect shall be informed of the progress of the work so the work may be
observed at the following key times in the construction process. The Landscape Architect
shall be afforded sufficient time to schedule visit to the site. Failure of the Landscape
Architect to make field observations shall not relieve the Contractor from meeting all the
requirements of this specification.
B. Site conditions prior to the start of planting: review the soil and drainage conditions.
C. Completion of the plant layout staking: Review of the plant layout.
D. Plant quality: Review of plant quality at the time of delivery and prior to installation.
Review tree quality prior to unloading where possible, but in all cases prior to planting.
E. Completion of the planting: Review the completed planting.
PRE-CONSTRUCTION CONFERENCE
A. Schedule a pre-construction meeting with the Landscape Architect at least seven (7) days
before beginning work to review any questions the Contractor may have regarding the work,
administrative procedures during construction and project work schedule.
QUALITY ASSURANCE
A. Substantial Completion Acceptance - Acceptance of the work prior to the start of the
warranty period:
1. Once the Contractor completes the installation of all items in this section, the
Landscape Architect will observe all work for Substantial Completion Acceptance
upon written request of the Contractor. The request shall be received at least ten
calendar days before the anticipated date of the observation.
2. Substantial Completion Acceptance by the Landscape Architect shall be for general
conformance to specified size, character and quality and not relieve the Contractor of
responsibility for full conformance to the contract documents, including correct
species.
3. Any plants that are deemed defective as defined under the provisions below shall not
Tree & Shrub Planting | 91
be accepted.
B. The Landscape Architect will provide the Contractor with written acknowledgment of the
date of Substantial Completion Acceptance and the beginning of the warranty period and
plant maintenance period (if plant maintenance is included).
C. Contractor’s Quality Assurance Responsibilities: The Contractor is solely responsible for
quality control of the work.
PLANT WARRANTY
A. Plant Warranty:
1. The Contractor agrees to replace defective work and defective plants. The Landscape
Architect shall make the final determination if plants meet these specifications or that
plants are defective.
SELECTION AND OBSERVATION OF PLANTS
A. Plants selected shall follow the Overton Park Public Improvements Site Design Guidelines
Appendix B.
B. The Landscape Architect shall be notified 3 weeks prior to tree installation in order to tag
trees at nursery for planting. Nursery must be within 120 miles of Lubbock city limits.
C. The Landscape Architect may choose to attach their seal to each plant, or a representative
sample. Viewing and/or sealing of plants by the Landscape Architect at the nursery does not
preclude the Landscape Architect’s right to reject material while on site. The Contractor is
responsible for paying any up charge for the Landscape Architect to attach their seal to
specific plants.
D. Where requested by the Landscape Architect, submit photographs of plants or representative
samples of plants. Photographs shall be legible and clearly depict the plant specimen. Each
submitted image shall contain a height reference, such as a measuring stick. The approval of
plants by the Landscape Architect via photograph does not preclude the Landscape
Architect's right to reject material while on site.
PLANT SUBSTITUTIONS FOR PLANTS NOT AVAILABLE
A. Submit all requests for substitutions of plant species, or size to the Landscape Architect, for
approval, prior to purchasing the proposed substitution. Request for substitution shall be
accompanied with a list of nurseries contacted in the search for the required plant and a
record of other attempts to locate the required material. Requests shall also include sources
of plants found that may be of a smaller or larger size, or a different shape or habit than
specified, or plants of the same genus and species but different cultivar origin, or which may
otherwise not meet the requirements of the specifications, but which may be available for
substitution.
Tree & Shrub Planting | 92
SITE CONDITIONS
A. It is the responsibility of the Contractor to be aware of all surface and sub-surface
conditions, and to notify the Landscape Architect, in writing, of any circumstances that
would negatively impact the health of plantings. Do not proceed with work until
unsatisfactory conditions have been corrected.
1. Should subsurface drainage or soil conditions be encountered which would be
detrimental to growth or survival of plant material, the Contractor shall notify the
Landscape Architect in writing, stating the conditions and submit a proposal covering
cost of corrections. If the Contractor fails to notify the Landscape Architect of such
conditions, he/she shall remain responsible for plant material under the warranty
clause of the specifications.
B. It is the responsibility of the Contractor to be familiar with the local growing conditions, and
if any specified plants will be in conflict with these conditions. Report any potential
conflicts, in writing, to the Landscape Architect.
C. This specification requires that all Planting Soil and Irrigation (if applicable) work be
completed and accepted prior to the installation of any plants.
1. Planting operations shall not begin until such time that the irrigation system is
completely operational for the area(s) to be planted, and the irrigation system for that
area has been preliminarily observed and approved by the Landscape Architect.
D. Actual planting shall be performed during those periods when weather and soil conditions
are suitable in accordance with locally accepted horticultural practices.
1. Do not install plants into saturated or frozen soils. Do not install plants during
inclement weather, such as rain or snow or during extremely hot, cold or windy
conditions.
PLANTING AROUND UTILITIES
A. All underground lines are referenced from known surface structures. It is not implied that
all existing public utility lines are shown on plan. Park utilities include irrigation systems,
and park lighting, all others are public utilities. The Contractor’s attention is directed to the
fact that other underground utility lines may exist of which the owner is not aware. The
owner does not assume any responsibility for any public utilities that are not shown on
plans. It is the Contractor’s obligation to locate and familiarize himself with all utilities and
to provide for their safety. Damage to utilities will be repaired at Contractor’s expense. Park
development staff will assist in the design and relocation of utility lines.
PART 2 – PRODUCTS
PLANTS: GENERAL
A. Standards and measurement: Provide plants of quantity, size, genus, species, and variety or
Tree & Shrub Planting | 93
cultivars as shown and scheduled in contract documents.
A. All plants including the root ball dimensions or container size to trunk caliper ratio shall
conform to ANSI Z60.1 “American Standard for Nursery Stock” latest edition, unless
modified by provisions in this specification. When there is a conflict between this
specification and ANSI Z60.1, this specification section shall be considered correct.
1. Plants larger than specified may be used if acceptable to the Landscape Architect.
Use of such plants shall not increase the contract price. If larger plants are accepted
the root ball size shall be in accordance with ANSI Z-60.1. Larger plants may not be
acceptable if the resulting root ball cannot be fit into the required planting space.
2. If a range of size is given, no plant shall be less than the minimum size and not less
than 50 percent of the plants shall be as large as the maximum size specified. The
measurements specified are the minimum and maximum size acceptable and are the
measurements after pruning, where pruning is required.
B. Proper Identification: All trees shall be true to name as ordered or shown on planting plans
and shall be labeled individually or in groups by genus, species, variety and cultivar.
C. Plant Quality:
1. General: Provide healthy stock, grown in a nursery and reasonably free of die-back,
disease, insects, eggs, bores, and larvae. At the time of planting all plants shall have a
root system, stem, and branch form that will not restrict normal growth, stability and
health for the expected life of the plant
2. Plant quality above the soil line:
Plants shall be healthy with the color, shape, size and distribution of trunk, stems,
branches, buds and leaves normal to the plant type specified. Tree quality above the
soil line shall comply with the project Crown Acceptance details (or Florida Grades
and Standards, tree grade Florida Fancy or Florida #1) and the following:
Crown: The form and density of the crown shall be typical for a young specimen
of the species or cultivar pruned to a central and dominant leader.
• Crown specifications do not apply to plants that have been specifically trained in the
nursery as topiary, espalier, multi-stem, clump, or unique selections such as contorted
or weeping cultivars.
• Leaves: The size, color, and appearance of leaves shall be typical for the time of year
and stage of growth of the species or cultivar. Trees shall not show signs of prolonged
moisture stress or over watering as indicated by wilted, shriveled, or dead leaves.
• Branches: Shoot growth (length and diameter) throughout the crown should be
appropriate for the age and size of the species or cultivar. Trees shall not have dead,
diseased, broken, distorted, or otherwise injured branches.
• Main branches shall be distributed along the central leader not clustered
together. They shall form a balanced crown appropriate for the
Tree & Shrub Planting | 94
cultivar/species.
• Branch diameter shall be no larger than two-thirds (one-half is preferred)
the diameter of the central leader measured 1 inch above the branch union.
• The attachment of the largest branches (scaffold branches) shall be free of
included bark.
• Trunk: The tree trunk shall be relatively straight, vertical, and free of wounds that
penetrate to the wood (properly made pruning cuts, closed or not, are acceptable and
are not considered wounds), sunburned areas, conks (fungal fruiting bodies), wood
cracks, sap leakage, signs of boring insects, galls, cankers, girdling ties, or lesions
(mechanical injury).
• Temporary branches, unless otherwise specified, can be present along the lower trunk
below the lowest main (scaffold) branch, particularly for trees less than 1 inch in
caliper. These branches should be no greater than 3/8-inch diameter. Clear trunk
should be no more than 40% of the total height of the tree.
• Trees shall have one central leader. If the leader was headed, a new leader (with a live
terminal bud) at least one-half the diameter of the pruning cut shall be present.
• All trees are assumed to have one central leader trees unless a different form
is specified in the plant list or drawings.
• All graft unions, where applicable, shall be completely closed without visible sign of
graft rejection. All grafts shall be visible above the soil line.
• Trunk caliper and taper shall be sufficient so that the lower five feet of the trunk
remains vertical without a stake. Auxiliary stake may be used to maintain a straight
leader in the upper half of the tree.
3. Submittals: Submit for approval the required plant quality certifications from the
grower where plants are to be purchased, for each plant type. The certification must
state that each plant meets all the above plant quality requirements.
4. The grower’s certification of plant quality does not prohibit the Landscape Architect
from observing any plant or rejecting the plant if it is found to not meet the
specification requirements.
ROOT BALL PACKAGE OPTIONS
A. Balled and Burlapped Plants
A. All Balled and Burlapped Plants shall be field grown, and the root ball packaged in a burlap
and twine and/or burlap and wire basket package.
B. Plants shall be harvested with the following modifications to standard nursery practices.
1. Prior to digging any tree that fails to meet the requirement for maximum soil and
roots above the root collar, carefully removed the soil from the top of the root ball of
each plant, using hand tools, water or an air spade, to locate the root collar and attain
Tree & Shrub Planting | 95
the soil depth over the structural roots requirements. Remove all stem girdling roots
above the root collar. Care must be exercised not to damage the surface of the root
collar and the top of the structural roots.
2. Trees shall be dug for a minimum of 4 weeks and a maximum of 52 weeks prior to
shipping. Trees dug 4 to 52 weeks prior to shipping are defined as hardened-off.
Digging is defined as cutting all roots and lifting the tree out of the ground and either
moving it to a new location in the nursery or placing it back into the same hole. Tress
that are stored out of the ground shall be placed in a holding area protected from
extremes of wind and sun with the root ball protected by covering with mulch or
straw and irrigated sufficiently to keep moisture in the root ball above wilt point and
below saturation
3. If wire baskets are used to support the root ball, a “low profile” basket shall be used.
A low profile basket is defined as having the top of the highest loops on the basket no
less than 4 inches and no greater than 8 inches below the shoulder of the root ball
package.
4. Twine and burlap used for wrapping the root ball package shall be natural,
biodegradable material. If the burlap decomposes after digging the tree, then the root
ball shall be re-wrapped prior to shipping if roots have not yet grown to keep root ball
intact during shipping.
SPADE HARVESTED AND TRANSPLANTED
A. Spade Harvested and Transplanted Plants shall meet all the requirements for field grown
trees. Root ball diameters shall be of similar size as the ANSI Z60.1 requirement for Balled
and Burlapped plants.
A. Trees shall be harvested prior to leafing out (bud break) in the spring or during the fall
planting period except for plants know to be considered as fall planting hazards. Plants that
are fall planting hazards shall only be harvested prior to leafing out in the spring.
B. Trees shall be moved and planted within 48 hours of the initial harvesting and shall remain
in the spade machine until planted.
CONTAINER (INCLUDING ABOVE-GROUND FABRIC CONTAINERS AND BOXES)
PLANTS
A. Container plants may be permitted only when indicated on the drawing, in this specification,
or approved by the Landscape Architect.
A. Provide plants shall be established and well rooted in removable containers.
B. Container class size shall conform to ANSI Z60.1 for container plants for each size and type
of plant.
BARE ROOT PLANTS
Tree & Shrub Planting | 96
A. Harvest bare root plants while the plant is dormant and a minimum of 4 weeks prior to leaf
out (bud break).
A. The root spread dimensions of the harvested plants shall conform to ANSI Z60.1 for nursery
grown bare root plants for each size and type of plant. Just prior to shipping to the job site,
dip the root system into a slurry of hydrogel (cross linked polyacrylamide) and water mixed
at a rate of 15 oz. of hydrogel in 25 gallons of water. Do not shake off the excess hydrogel.
Place the root system in a pleated black plastic bag and tie the bag snugly around the trunk.
Bundle and tie the upper branches together.
B. Keep the trees in a cool dark space for storage and delivery. If daytime outside temperatures
exceeds 70 degrees F, utilize a refrigerated storage area with temperature between 35 and 50
degrees.
PLANTING SOIL
A. Planting Soil as used in this specification means the soil at the planting site, or imported as
modified and defined in specification Section Planting Soil. If there is no Planting Soil
specification, the term Planting Soil shall mean the soil at the planting site within the
planting hole.
MULCH
A. Mulch shall be "Walk on" grade, coarse, ground, from tree and woody brush sources. The
size range shall be a minimum (less than 25% or less of volume) fine particles 3/8 inch or
less in size, and a maximum size of individual pieces (largest 20% or less of volume) shall
be approximately 1 to 1-1/2 inch in diameter and maximum length approximately 4 to 8".
Pieces larger than 8-inch-long that are visible on the surface of the mulch after installation
shall be removed.
1. It is understood that mulch quality will vary significantly from supplier to supplier
and region to region. The above requirements may be modified to conform to the
source material from locally reliable suppliers as approved by the Landscape
Architect.
B. Submit supplier’s product specification data sheet and a one-gallon sample for approval.
TREE STAKING AND GUYING MATERIAL
A. Tree guying to be flat woven polypropylene material, 3/4-inch-wide, and 900 lb. break
strength. Color to be Green. Product to be ArborTie manufactured by Deep Root Partners,
L.P. or approved equal.
A. Stakes shall be lodge pole stakes free of knots and of diameters and lengths appropriate to
the size of plant as required to adequately support the plant.
B. Below ground anchorage systems to be constructed of 2 x 2 dimensional untreated wood
securing (using 3-inch-long screws) horizontal portions to 4 feet long vertical stakes driven
Tree & Shrub Planting | 97
straight into the ground outside the root ball.
C. Submit manufacturer’s product data for approval.
PART 3 – EXECUTION
SITE EXAMINATION
A. Examine the surface grades and soil conditions to confirm that the requirements of the
Specification Section – Planting Soil - and the soil and drainage modifications indicated on
the Planting Soil Plan and Details (if applicable) have been completed. Notify the
Landscape Architect in writing of any unsatisfactory conditions.
DELIVERY, STORAGE AND HANDLING
A. Protect materials from deterioration during delivery and storage. Adequately protect plants
from drying out, exposure of roots to sun, wind or extremes of heat and cold temperatures.
If planting is delayed more than 24 hours after delivery, set plants in a location protected
from sun and wind. Provide adequate water to the root ball package during the shipping and
storage period.
1. All plant materials must be available for observation prior to planting.
2. Using a soil moisture meter, periodically check the soil moisture in the root balls of
all plants to assure that the plants are being adequately watered. Volumetric soil
moisture shall be maintained above wilting point and below field capacity for the root
ball substrate or soil.
B. Do not deliver more plants to the site than there is space with adequate storage conditions.
Provide a suitable remote staging area for plants and other supplies.
1. The Landscape Architect or Contractor shall approve the duration, method and
location of storage of plants.
C. Provide protective covering over all plants during transporting.
PLANTING SEASON
A. Planting shall only be performed when weather and soil conditions are suitable for planting
the materials specified in accordance with locally accepted practice. Install plants during the
planting time as described below unless otherwise approved in writing by the Landscape
Architect. In the event that the Contractor request planting outside the dates of the planting
season, approval of the request does not change the requirements of the warranty.
COORDINATION WITH PROJECT WORK
A. The Contractor shall coordinate with all other work that may impact the completion of the
Tree & Shrub Planting | 98
work.
A. Prior to the start of work, prepare a detailed schedule of the work for coordination with
other trades.
B. Coordinate the relocation of any irrigation lines, heads or the conduits of other utility lines
that are in conflict with tree locations. Root balls shall not be altered to fit around lines.
Notify the Landscape Architect of any conflicts encountered.
LAYOUT AND PLANTING SEQUENCE
A. Relative positions of all plants and trees are subject to approval of the Landscape Architect.
A. Notify the Landscape Architect, one (1) week prior to layout. Layout all individual tree and
shrub locations. Place plants above surface at planting location or place a labeled stake at
planting location. Layout bed lines with paint for the Landscape Architect’s approval.
Secure the Landscape Architect’s acceptance before digging and start of planting work.
B. When applicable, plant trees before other plants are installed.
C. It is understood that plants are not precise objects and that minor adjustments in the layout
will be required as the planting plan is constructed. These adjustments may not be apparent
until some or all of the plants are installed. Make adjustments as required by the Landscape
Architect including relocating previously installed plants.
SOIL PROTECTION DURING PLANT DELIVERY AND INSTALLATION
A. Protect soil from compaction during the delivery of plants to the planting locations, digging
of planting holes and installing plants.
1. Where possible deliver and plant trees that require the use of heavy mechanized
equipment prior to final soil preparation and tilling. Where possible, restrict the
driving lanes to one area instead of driving over and compacting a large area of soil.
2. Till to a depth of 6 inches, all soil that has been driven over during the installation of
plants.
SOIL MOISTURE
A. Volumetric soil moisture level, in both the planting soil and the root balls of all plants, prior
to, during and after planting shall be above permanent wilting point and below field capacity
for each type of soil texture within the following ranges.
Soil type Permanent wilting
point
Field capacity
Sand, Loamy sand, Sandy loam 5-8% 12-18%
Loam, Sandy clay, Sandy clay
loam
14-25% 27-36%
Clay loam, Silt loam 11-22% 31-36%
Tree & Shrub Planting | 99
Silty clay, Silty clay loam 22-27% 38-41%
1. Volumetric soil moisture shall be measured with a digital moisture meter. The meter
shall be the Digital Soil Moisture Meter, DSMM500 by General Specialty Tools and
Instruments, or approved equivalent.
B. The Contractor shall confirm the soil moisture levels with a moisture meter. If the moisture
is too high, suspend planting operations until the soil moisture drains to below field
capacity.
INSTALLATION OF PLANTS: GENERAL
A. Observe each plant after delivery and prior to installation for damage of other characteristics
that may cause rejection of the plant. Notify the Landscape Architect of any condition
observed.
A. No more plants shall be distributed about the planting bed area than can be planted and
watered on the same day.
B. The root system of each plant, regardless of root ball package type, shall be observed by the
Contractor, at the time of planting to confirm that the roots meet the requirements for plant
root quality in Part 2 Products: Plants General: Plant Quality. The Contractor shall
undertake at the time of planting, all modifications to the root system required by the
Landscape Architect to meet these quality standards.
1. Modifications, at the time of planting, to meet the specifications for the depth of the
root collar and removal of stem girdling roots and circling roots may make the plant
unstable or stress the plant to the point that the Landscape Architect may choose to
reject the plant rather than permitting the modification.
2. Any modifications required by the Landscape Architect to make the root system
conform to the plant quality standards outlined in Part 2 Products: Plants General:
Quality, or other requirements related to the permitted root ball package, shall not be
considered as grounds to modify or void the plant warranty.
3. The resulting root ball may need additional staking and water after planting. The
Landscape Architect may reject the plant if the root modification process makes the
tree unstable or if the tree is not healthy at the end of the warranty period. Such plants
shall still be covered under the warranty
4. The Contractor remains responsible to confirm that the grower has made all required
root modifications noted during any nursery observations.
C. Container and Boxed Root Ball Shaving: The outer surfaces of ALL plants in containers and
boxes, including the top, sides and bottom of the root ball shall be shaved to remove all
circling, descending, and matted roots. Shaving shall be performed using saws, knives,
sharp shovels or other suitable equipment that is capable of making clean cuts on the roots.
Shaving shall remove a minimum of one inch of root mat or up to 2 inches as required to
remove all root segments that are not growing reasonably radial to the trunk.
D. Exposed Stem Tissue after Modification: The required root ball modifications may result in
Tree & Shrub Planting | 100
stem tissue that has not formed trunk bark being exposed above the soil line. If such
condition occurs, wrap the exposed portion of the stem in a protective wrapping with a
white filter fabric. Secure the fabric with biodegradable masking tape. DO NOT USE string,
twine, green nursery ties or any other material that may girdle the trunk if not removed.
E. Excavation of the Planting Space: Using hand tools or tracked mini-excavator, excavate the
planting hole into the Planting Soil to the depth of the root ball measured after any root ball
modification to correct root problems, and wide enough for working room around the root
ball or to the size indicated on the drawing or as noted below.
1. For trees and shrubs planted in soil areas that are NOT tilled or otherwise modified to
a depth of at least 12 inches over a distance of more than 10 feet radius from each
tree, or 5 feet radius from each shrub, the soil around the root ball shall be loosened
as defined below or as indicated on the drawings.
2. The area of loosening shall be a minimum of 3 times the diameter of the root ball at
the surface sloping to 2 times the diameter of the root ball at the depth of the root
ball.
Loosening is defined as digging into the soil and turning the soil to reduce the
compaction. The soil does not have to be removed from the hole, just dug, lifted and
turned. Lifting and turning may be accomplished with a tracked mini excavator, or
hand shovels.
3. If an auger is used to dig the initial planting hole, the soil around the auger hole shall
be loosened as defined above for trees and shrubs planted in soil areas that are NOT
tilled or otherwise modified.
4. The measuring point for root ball depth shall be the average height of the outer edge
of the root ball after any required root ball modification.
5. If motorized equipment is used to deliver plants to the planting area over exposed
planting beds, or used to loosen the soil or dig the planting holes, all soil that has
been driven over shall be tilled to a depth of 6 inches.
F. For trees to be planted in prepared Planting Soil that is deeper than the root ball depth,
compact the soil under the root ball using a mechanical tamper to assure a firm bedding for
the root ball. If there is more than 12 inches of planting soil under the root ball excavate and
tamp the planting soil in lifts not to exceed 12 inches.
G. Set top outer edge of the root ball at the average elevation of the proposed finish. Set the
plant plumb and upright in the center of the planting hole. The tree graft, if applicable, shall
be visible above the grade. Do not place soil on top of the root ball.
H. The Landscape Architect may request that plants orientation be rotated when planted based
on the form of the plant.
I. Backfill the space around the root ball with the same planting soil or existing soil that was
excavated for the planting space. See Specification Section Planting Soil, for requirements
to modify the soil within the planting bed.
Tree & Shrub Planting | 101
J. Brace root ball by tamping Planting Soil around the lower portion of the root ball. Place
additional Planting Soil around base and sides of ball in six-inch (6") lifts. Lightly tamp
each lift using foot pressure or hand tools to settle backfill, support the tree and eliminate
voids. DO NOT over compact the backfill or use mechanical or pneumatic tamping
equipment. Over compaction shall be defined as greater than 85% of maximum dry density,
standard proctor or greater than 250 psi as measured by a cone penetrometer when the
volumetric soil moisture is lower than field capacity.
1. When the planting hole has been backfilled to three quarters of its depth, water shall
be poured around the root ball and allowed to soak into the soil to settle the soil. Do
not flood the planting space. If the soil is above field capacity, allow the soil to drain
to below field capacity before finishing the planting. Air pockets shall be eliminated
and backfill continued until the planting soil is brought to grade level.
K. Where indicated on the drawings, build a 4-inch-high, level berm of Planting Soil around
the outside of the root ball to retain water. Tamp the berm to reduce leaking and erosion of
the saucer.
L. Thoroughly water the Planting Soil and root ball immediately after planting.
M. Remove all nursery plant identification tags and ribbons as per Landscape Architect
instructions. The Landscape Architect’s seals are to remain on plants until the end of the
warranty period.
N. Remove corrugated cardboard trunk protection after planting.
O. Follow additional requirements for the permitted root ball packages.
PERMITTED ROOT BALL PACKAGES AND SPECIAL PLANTING REQUIREMENTS
A. The following are permitted root ball packages and special planting requirements that shall
be followed during the planting process in addition to the above General planting
requirements.
A. Balled and Burlapped Plants:
1. After the root ball has been backfilled, remove all twine and burlap from the top of
the root ball. Cut the burlap away; do not fold down onto the Planting Soil.
2. If the plant is shipped with a wire basket that does not meet the requirements of a
“Low Rise” basket, remove the top 6 - 8 inches of the basket wires just before the
final backfilling of the tree.
3. Earth root balls shall be kept intact except for any modifications required by the
Landscape Architect to make root package comply with the requirement in Part 2
Products.
B. Spade Harvested and Transplanted Plants:
1. After installing the tree, loosen the soil along the seam between the root ball and the
Tree & Shrub Planting | 102
surrounding soil out to a radius from the root ball edge equal to the diameter of the
root ball to a depth of 8 - 10 inches by hand digging to disturb the soil interface.
2. Fill any gaps below this level with loose soil.
C. Container (Includes Boxed and Above-Ground Fabric Containers) Plants:
1. This specification assumes that most container plants have significant stem girdling
and circling roots, and that the root collar is too low in the root ball.
2. Remove the container.
3. Perform root ball shaving as defined in Installation of Plants: General above.
4. Remove all roots and substrate above the root collar and the main structural roots
according to root correction details so root system conforms to root observations
detail.
5. Remove all substrate at the bottom of the root ball that does not contain roots.
6. Using a hose, power washer or air excavation device, wash out the substrate from
around the trunk and top of the remaining root ball and find and remove all stem
girdling roots within the root ball above the top of the structural roots.
D. Bare Root Plants:
1. Dig the planting hole to the diameter of the spread of the roots to a depth in the center
that maintains the root collar at the elevation of the surrounding finished grade and
slightly deeper along the edges of the hole.
2. Spread all roots out radial to the trunk in the prepared hole making the hole wider
where needed to accommodate long roots. Root tips shall be directed away from the
trunk. Prune any broken roots removing the least amount of tissue possible.
3. Maintain the trunk plumb while backfilling soil around the roots.
4. Lightly tamp the soil around the roots to eliminate voids and reduce settlement.
E. In-Ground Fabric Containers:
1. Remove the fabric container from the root ball. Cut roots at the edge of the container
as needed to extract the fabric from the roots. Make clean cuts with sharp tools; do
not tear roots away from the fabric.
2. Observe the root system after the container is removed to confirm that the root
system meets the quality standards.
GROUND COVER, PERENNIAL AND ANNUAL PLANTS
A. Assure that soil moisture is within the required levels prior to planting. Irrigation, if
required, shall be applied at least 12 hours prior to planting to avoid planting in muddy soils.
Tree & Shrub Planting | 103
A. Assure that soil grades in the beds are smooth and as shown on the plans.
B. Plants shall be planted in even, triangularly spaced rows, at the intervals called out for on
the drawings, unless otherwise noted. The first row of Annual flower plants shall be 6
inches from the bed edge unless otherwise directed.
C. Dig planting holes sufficiently large enough to insert the root system without deforming the
roots. Set the top of the root system at the grade of the soil.
D. Schedule the planting to occur prior to application of the mulch. If the bed is already
mulched, pull the mulch from around the hole and plant into the soil. Do not plant the root
system in the mulch. Pull mulch back so it is not on the root ball surface.
E. Press soil to bring the root system in contact with the soil.
F. Spread any excess soil around in the spaces between plants.
G. Apply mulch to the bed being sure not to cover the tops of the plants with or the tops of the
root ball with mulch.
H. Water each planting area as soon as the planting is completed. Apply additional water to
keep the soil moisture at the required levels. Do not over water.
STAKING AND GUYING
A. Do not stake or guy trees unless specifically required by the Contract Documents, or in the
event that the Contractor feels that staking is the only alternative way to keep particular
trees plumb.
1. The Landscape Architect shall have the authority to require that trees are staked or to
reject staking as an alternative way to stabilize the tree.
2. Trees that required heavily modified root balls to meet the root quality standards may
become unstable. The Landscape Architect may choose to reject these trees rather
than utilize staking to temporarily support the tree.
B. Trees that are guyed shall have their guys and stakes removed after one full growing season
or at other times as required by the Landscape Architect.
C. Tree guying shall utilize the tree staking and guying materials specified. Guying to be tied in
such a manner as to create a minimum 12-inch loop to prevent girdling. Refer to
manufacturer’s recommendations and the planting detail for installation.
1. Plants shall stand plumb after staking or guying.
2. Stakes shall be driven to sufficient depth to hold the tree rigid.
D. For trees planted in planting mix over waterproofed membrane, use dead men buried 24
inches to the top of the dead man, in the soil. Tie the guy to the dead man with a double
wrap of line around the dead man followed by a double half hitch. When guys are removed,
leave the dead men in place and cut the guy tape 12 inches above the ground, leaving the
Tree & Shrub Planting | 104
tape end covered in mulch.
STRAIGHTENING PLANTS
A. Maintain all plants in a plumb position throughout the warranty period. Straighten all trees
that move out of plumb including those not staked. Plants to be straightened shall be
excavated and the root ball moved to a plumb position, and then re-backfilled.
A. Do not straighten plants by pulling the trunk with guys.
INSTALLATION OF FERTILIZER AND OTHER CHEMICAL ADDITIVES
A. Do not apply any soluble fertilizer to plantings during the first year after transplanting
unless soil test determines that fertilizer or other chemical additives is required. Apply
chemical additives only upon the approval of the Landscape Architect.
A. Controlled release fertilizers shall be applied according to the manufacturer’s instructions
and standard horticultural practices.
PRUNING OF TREES AND SHRUBS
A. Prune plants as directed by the Landscape Architect. Pruning trees shall be limited to
addressing structural defects as shown in details; follow recommendations in “Structural
Pruning: A Guide for the Green Industry” published by Urban Tree Foundation, Visalia CA.
A. All pruning shall be performed by a person experienced in structural tree pruning.
B. Except for plants specified as multi-stemmed or as otherwise instructed by the Landscape
Architect, preserve or create a central leader.
C. Pruning of large trees shall be done using pole pruners or if needed, from a ladder or
hydraulic lift to gain access to the top of the tree. Do not climb in newly planted trees. Small
trees can be structurally pruned by laying them over before planting. Pruning may also be
performed at the nursery prior to shipping.
D. Remove and replace excessively pruned or malformed stock resulting from improper
pruning that occurred in the nursery or after.
E. Pruning shall be done with clean, sharp tools.
F. No tree paint or sealants shall be used.
MULCHING OF PLANTS
A. Apply 4 inches of mulch before settlement, covering the entire planting bed area. Install no
more than 1 inch of mulch over the top of the root balls of all plants. Taper to 2 inches when
abutting pavement.
Tree & Shrub Planting | 105
A. For trees planted in lawn areas the mulch shall extend to a 5-foot radius around the tree or to
the extent indicated on the plans.
B. Lift all leaves, low hanging stems and other green portions of small plants out of the mulch
if covered.
PLANTING BED FINISHING
A. After planting, smooth out all grades between plants before mulching.
A. Separate the edges of planting beds and lawn areas with a smooth, formed edge cut into the
turf with the bed mulch level slightly lower, 1 and 2 inches, than the adjacent turf sod or as
directed by the Landscape Architect. Bed edge lines shall be a depicted on the drawings.
WATERING
A. The Contractor shall be fully responsible to ensure that adequate water is provided to all
plants from the point of installation until the date of Substantial Completion Acceptance.
The Contractor shall adjust the automatic irrigation system, if available, and apply
additional or adjust for less water using hoses as required.
A. Hand water root balls of all plants to assure that the root balls have moisture above wilt
point and below field capacity. Test the moisture content in each root ball and the soil
outside the root ball to determine the water content.
CLEAN-UP
A. During installation, keep the site free of trash, pavements reasonably clean and work area in
an orderly condition at the end of each day. Remove trash and debris in containers from the
site no less than once a week.
A. Immediately clean up any spilled or tracked soil, fuel, oil, trash or debris deposited by the
Contractor from all surfaces within the project or on public right of ways and neighboring
property.
B. Once installation is complete, wash all soil from pavements and other structures. Ensure that
mulch is confined to planting beds and that all tags and flagging tape are removed from the
site. The Landscape Architect’s seals are to remain on the trees and removed at the end of
the warranty period.
C. Make all repairs to grades, ruts, and damage by the plant installer to the work or other work
at the site.
D. Remove and dispose of all excess planting soil, subsoil, mulch, plants, packaging, and other
material brought to the site by the Contractor.
PROTECTION DURING CONSTRUCTION
Tree & Shrub Planting | 106
A. The Contractor shall protect planting and related work and other site work from damage due
to planting operations, operations by other Contractors or trespassers. Maintain protection
during installation until Substantial Completion Acceptance. Treat, repair or replace
damaged work immediately.
A. Damage done by the Contractor, or any of their sub-contractors to existing or installed
plants, or any other parts of the work or existing features to remain, including roots, trunk or
branches of large existing trees, soil, paving, utilities, lighting, irrigation, other finished
work and surfaces including those on adjacent property, shall be cleaned, repaired or
replaced by the Contractor at no expense to the Owner. The Landscape Architect shall
determine when such cleaning, replacement or repair is satisfactory.
PLANT MAINTENANCE PRIOR TO SUBSTANTIAL COMPLETION ACCEPTANCE
A. During the project work period and prior to Substantial Completion Acceptance, the
Contractor shall maintain all plants.
A. Maintenance during the period prior to Substantial Completion Acceptance shall consist of
pruning, watering, cultivating, weeding, mulching, removal of dead material, repairing and
replacing of tree stakes, tightening and repairing of guys, repairing and replacing of
damaged tree wrap material, resetting plants to proper grades and upright position, and
furnishing and applying such sprays as are necessary to keep plantings reasonably free of
damaging insects and disease, and in healthy condition.
SUBSTANTIAL COMPLETION ACCEPTANCE
A. Upon written notice from the Contractor, the Owners Representative shall review the work
and make a determination if the work is substantially complete.
1. Notification shall be at least 7 days prior to the date the contractor is requesting the
review.
B. The date of substantial completion of the planting shall be the date when the Landscape
Architect accepts that all work in Planting, Planting Soil, and Irrigation installation sections
is complete.
C. The Plant Warranty period begins at date of written notification of substantial completion
from the Landscape Architect. The date of substantial completion may be different than the
date of substantial completion for the other sections of the project.
END OF SECTION
Tree & Shrub Planting | 107
Turfgrass Lawns | 108
SECTION 02900: TURFGRASS LAWNS
PART 1 - GENERAL
SUMMARY OF WORK
A. This work includes all labor, materials, and equipment for soil preparation, fertilization,
planting, and other requirements regarding turfgrass areas shown on plans.
RELATED DOCUMENTS
A. The Drawings and all specification herein apply to the Work in this Section.
SECTION INCLUDES
A. Quality Assurance
A. Submittals
B. Scheduling
C. Warranty Period
D. Materials
E. Fertilizer
F. Grading and Verification
G. Hydromulch Seeding on Prepared Finished Grade
H. Broadcast Seeding on Prepared Finished Grade
I. Sod Bed Preparation
J. Planting
K. Protection
L. Establishment and Acceptance
M. Irrigation System
N. Post-Planting Maintenance
O. Erosion Control
Turfgrass Lawns | 109
P. Inspections
Q. Clean-up
R. Guarantee
RELATED SECTIONS
A. Section 02300 Earthwork
A. Section 02810 Irrigation System
QUALITY ASSURANCE
A. Source
1. Sod shall be subject to inspection and approval by Landscape Architect at the site
upon delivery for conformity to specifications. Such approval shall not impair the
right of inspection and rejection during progress of the work. The Landscape
Architect reserves the right to refuse inspection at such time if, in his judgment, a
sufficient quantity of sod is not available for inspection.
2. Seed shall conform to U.S. Department of Agriculture rules and regulations of
Federal Seed Act and Texas Seed Law. Seed shall be certified 90 percent pure and
furnish 80 percent germination
B. Inspections
1. Make written request for inspection of finish grade prior to sod bed preparation.
2. Make written request for the inspection of sodding operations. Such inspection is for
the purpose of establishing the Maintenance Period.
3. Submit written requests for inspections to the Landscape Architect at least seven (7)
days prior to anticipated Inspection date.
SUBMITIALS
A. Furnish required copies of manufacturer's literature, certifications, or laboratory analytical
data for the following Items:
1. Seed/Sod Source (Certifications): submit certification from supplier that each type of
seed conforms to these specifications and requirements of Texas Seed Law.
Certification shall accompany seed delivery.
2. Top Dress Fertilizer (Certification): submit certificate stating that fertilizer complies
with these specifications and requirements of Texas Fertilizer Law.
Turfgrass Lawns | 110
SCHEDULING
A. Planting Restrictions: coordinate planting periods with initial maintenance periods to
provide required maintenance from date of Substantial Completion. Plant during one of the
following periods:
1. May 15th to August 31st for Bermuda hydromulch seeding.
2. Over seeding - Annual Rye Grass
If Bermuda turf cannot be established by September 15, turf areas are to be over-
seeded with annual rye-grass at a rate of 4-lbs'/1,000 s.f. If this is required, the
contractor shall maintain the annual grass turf, as needed, including but not limited to
irrigation, mowing to maintain a maximum height of three (3”), and edging, as
required.
This annual rye grass maintenance shall be considered as a separate item from the 30-
day maintenance period specified for the seeded Bermuda grass.
The Contractor shall apply a minimum of two applications of Roundup herbicide to
the annual rye grass in early spring in preparation for Bermuda grass hydromulch
seeding. The two applications should be separated by a period of 10-14 days and
contractor should notify the Landscape Architect of the schedule of Roundup
application.
After sufficient annual grass kill has been verified by the Landscape Architect, turf
areas shall have an “Aera-vator” PTO driven, vibration tine, aeration device process
the soil to a depth of three (3”) inches to four (4”) inches prior to hydromulch
seeding the Bermuda grass as specified.
B. Weather Limitations: Proceed with planting operations only when existing and forecasted
weather conditions permit.
WARRANTY PERIOD
A. Time Period: warrant that all turfs and grasses shall be in a healthy and flourishing condition
of active growth six (6) months from date of Final Acceptance.
A. Appearance during Warranty: turf shall be free of dead or dying patches, and all areas shall
show foliage of a normal density, size and color. Complete lush cover with no brown
sections or cracks showing.
B. Delays: all delays in completion of planting operations which extend the planting into more
than one planting season shall extend the Warranty Period correspondingly.
C. Exceptions: contractor shall not be held responsible for failures due to neglect by Owner,
vandalism, etc., during Warranty Period. Report such conditions in writing.
D. Replacements: replace, without cost to Owner, and as soon as weather conditions permit, all
turf and grasses not in a vigorous, thriving condition, as determined by Landscape Architect
Turfgrass Lawns | 111
during and at the end of Warranty Period.
E. Matching: closely match all replacement sod with adjacent areas of turf or grass. Apply all
requirements of this Specification to all replacements.
REPLACEMENTS
A. Unacceptable Workmanship: turf and grass areas exhibiting conditions which are
determined as unacceptable workmanship shall be repaired and/or replaced at no additional
cost to the Owner.
FINAL ACCEPTANCE
A. Work under this Section will be accepted by Landscape Architect upon satisfactory
completion of all work, but exclusive of re-application under the Guarantee Period.
PART 2 - PRODUCTS
MATERIALS
A. Turf Seed
1. Composition: fresh, clean, certified, Class 'A', new crop seed.
2. Type: "Cynodan dactylon" Common Bermuda.
3. Deliver to the site in the original sacks as received by the Producer and each sack
shall be tagged in accordance with the agricultural seed laws of the United States and
the State of Texas. Each sack shall be tagged showing the dealers guarantee as to the
year grown, percentage of purity, percentage of germination and the date of test by
which the percentages of purity and germination were determined. All seed sown
shall have a date of test within six (6) months of the date of sowing.
4. Any seed delivered prior to use, shall be stored in such a manner that it will be
protected from damage by heat, moisture, rodents or other cause.
5. The mixture to be used shall be proportioned by weight and consist of the following
varieties to be sown at the rate of six (6) pounds per 1,000 square feet (210 pounds
per acre):
Turfgrass Lawns | 112
Turf Seed Mixture for turf areas Proportion
by weight
Purity Minimum
Germination
Cynodan Dactylon-Common Bermuda
Lolium perenne- Perennial Ryegrass
Poa Annual Ryegrass
85%
10%
5%
98%
98%
95%
90%
90%
90%
6. Weed Seed: do not exceed 0.25%
B. Turf Sod
1. One-Year-Old, nursery-grown sod, of the variety Tifway 419 as approved. Sod shall
consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of
dense, thickly matted roots throughout the soil of the sod for a thickness not less than
three-quarters (3/4") inch.
2. Sod shall be dense, healthy, and field-grown on fumigated soil with the grass having
been mowed prior to sod cutting so that the height of the grass shall not exceed two
(2") inches.
3. Sod shall be dark green in color, relatively free of thatch, free from diseases, weeds
and harmful insects.
4. Sod shall be reasonably free of objectionable grassy and broadleaf weeds. Sod shall
be considered weed free if no more than ten (10) such weeds are found per 100 sq. ft.
of sod.
5. Sod shall be rejected if found to contain the following weeds: Quackgrass,
Johnsongrass, poison ivy, nimbleweed, thistle, bindweed, bentgrass, perennial sorrel
or bromegrass.
C. Hydromulch
1. Mulch
Virgin wood cellulose fibers from whole wood chips having minimum of 20 percent
fibers 0.42 inches in length and 0.01 inches in diameter.
Cellulose fibers manufactured from recycled newspaper and meeting same fiber
content and size as for cellulose fibers from wood chips.
Dye mulch green for coverage verification purposes.
Three approved mulches are manufactured by Conwed, Weyerhauser, and Texas
Fiber Co.
Submittal: submit a sample label or specification and a sample packet of the
proposed mulch for the Owner’s approval.
Turfgrass Lawns | 113
2. Soil Stabilizer "Terra Tack 1" or approved equal.
FERTILIZER
A. Pre-planting Fertilizer Application for Turfgrass Planting Areas: Fertilizer for the initial
planting application shall be of N-P-K ratio of 4-5-1 (19-26-5). The phosphorus component
must be derived from monoammonium phosphate to stimulate vigorous development of new
roots, stolons, and rhizomes. The initial application must be applied and incorporated into
the soil immediately (no more than two (2) days) prior to sodding.
1. Specification Submittal: Submit a sample label or specification of the fertilizer
proposed to be used for the Owner's approval.
B. Post Planting Application: Fertilizer for the post planting application will be a complete
fertilizer of chemical base containing by weight the following percentages of nutrients: 273-
4 +2% Fe (N-P-K) from methylene urea or the nitrogen equivalent of 33-3-1 O. The
application rate should provide one (1) lb. of N / 1000 sq. ft.
1. Specification Submittal: Submit a sample label or specification of the fertilizer
proposed to be used for the Owner's approval.
PART 3 - EXECUTION
GRADING AND VERIFICATION
A. Coarse Grading
1. Stones, Weeds, Debris: verify that all areas to receive turf are clear of stones larger
than one and a half (1-1/2") inches diameter, weeds, debris and other extraneous
materials.
2. Grades: verify that grades are within two (2) inch plus or minus of the required
finished grades. No Grades greater than 1 inch shall close upon itself.
3. Tillage: larger graded areas at the South end of the park shall be tilled to a depth of
six inches with a chisel type breaking plow. Initial tillage shall be followed by a disc
harrow
B. Final Grading
1. Stones, Weeds, Debris: verify that all areas to receive turf are clear of stones larger
than 1 in. diameter, weeds, debris and other extraneous materials.
2. Grades: verify that grades are within one (1) inch plus or minus of the required
finished grades. No Grades greater than 1 inch shall close upon itself. Verify that soil
preparation and fertilization has been installed. Report all variations in writing.
3. Tillage: larger graded areas at the South end of the park shall be power raked to a
Turfgrass Lawns | 114
depth of one inches. Initial power rake pass shall be followed by a second pass at an
angle between thirty (30) to sixty (60) degrees to the initial pass followed by a pass
with a cultipacker or roller.
C. Schedule: immediately after the finished grade has been approved, begin sodding operations
to reduce excessive weed growth. If sod bed is dry immediately prior to installation, dampen
surface with a fine mist of water.
D. Soil Moisture
1. Excessive Moisture: do not commence work of this section when soil moisture
content is so great that excessive compaction will occur, nor when it is so dry that dust
will form in air or that clods will not break readily.
2. Inadequate Moisture: apply water, as necessary, to bring soil to optimum moisture
content for planting.
HYDROMULCH SEEDING ON PREPARED FINISHED GRADE
A. Bed Preparation: immediately after the finished grade has been approved, begin hydromulch
seeding operation to reduce excessive weed growth.
A. Special Equipment and Procedures: hydraulic equipment used for the application of
fertilizer and seed; disc, harrow or aerator and a cultipacker or roller.
B. Operators of hydromulch seeding equipment shall be thoroughly experienced in this type of
application.
C. Application:
1. Contractor shall obtain approval of seeding area preparation from the Landscape
Architect prior to application.
2. Immediately following approval, Contractor shall aerate the seed bed one (1”) to two
(2”) inches deep in a motion to form a uniform coverage of the entire seeding area.
3. Immediately following aeration, the Contractor shall pack the soil with a cultipacker
or roller to get a firm seed bed.
4. After cultipacker or roller operations apply specified hydromulch seed mix in a
motion to form a uniform coverage at specified rate.
5. Immediately following hydromulch of seed, the Contractor shall not operate any
equipment over the covered area.
6. Refer also to the maintenance portion of this Section.
BROADCAST SEEDING ON PREPARED FINISHED GRADE
A. Bed Preparation: immediately after the finished grade has been approved, begin broadcast
Turfgrass Lawns | 115
seeding operation to reduce excessive weed growth.
A. Special Equipment and Procedures: rotary equipment used for the application of fertilizer
and seed; disc, harrow or aerator and a cultipacker or roller.
B. Application:
1. Contractor shall obtain approval of seeding area preparation from the Landscape
Architect prior to application.
2. Operators of broadcast seeding equipment shall be thoroughly experienced in this
type of application. Apply specified seed mix in a motion to form a uniform coverage
at specified rate.
3. Immediately following broadcasting of seed, Contractor shall aerate the seed bed one
(1”) to two (2”) inches deep at a speed to cover the seed with soil one quarter (1/4) to
one half (1/2”) inches deep in a motion to form a uniform coverage of the entire
seeding area.
4. Immediately following aeration, the Contractor shall pack the soil with a cultipacker
or roller to get seed in good contact with the soil.
5. After aeration, the Contractor shall not operate any equipment over the covered area.
6. Refer also to the maintenance portion of this Section.
C. Unseeded Areas: if, in the opinion of the Landscape Architect, unplanted skips and areas are
noted after broadcast seeding, the Contractor shall be required to seed the unplanted areas
with the grasses that were to have been planted at no additional cost to the Owner.
SOD BED PREPARATION
A. Provide soil preparation per this Section 02921.
A. Rake areas to set exact line and final finish grade.
B. Rolling: roll amended soil with 200-pound water-ballast roller.
C. Moistening: after all unevenness in the soil surface has been corrected, lightly moisten the
soil immediately prior to laying the sod.
D. Timing: sod immediately thereafter, provided the sod-bed has remained friable.
PLANTING
A. Solid Sodding
1. Method: lay the first row of sod in a straight line, with subsequent rows parallel to
and tightly against each other, with no spaces between strips. Stagger lateral joints.
Do not stretch or overlap sod. Butt all joints tightly to eliminate all voids. Lay sod on
Turfgrass Lawns | 116
mounds and slopes with strips parallel to contours. Use a sharp knife to cut sod to fit
curves.
2. Tamping and Rolling: thoroughly tamp and roll sod to make contact with sod bed.
Roll each entire section of completed sod.
3. Following rolling, fine screened topsoil shall be used to fill all cracks between sods.
Excess soil shall be worked into the grass with suitable equipment and shall be well
watered. The quantity of fill soil shall be such that it will cause no smothering of the
grass.
4. Watering: thoroughly water sod immediately after installation to wet the underside of
the new sod pad and the soil immediately below to a depth of 6 in.
5. Immediately after installation of the sod, remove sod clumps and soil, wash off any
plant materials and pavements not to have sod. Keep all areas clean during the
maintenance period.
PROTECTION
A. No heavy equipment shall be moved over the planted turf area unless the soil is again
prepared, graded, leveled, and replanted. It will be the responsibility of the Contractor to
protect all paving surfaces, curbs, utilities, plant materials, and any other existing
improvements from damage. Any damages shall be repaired or replaced at no cost to Owner.
ESTABLISHMENT AND ACCEPTANCE
A. Regardless of unseasonable climatic conditions or other adverse conditions affecting
planting operations and the growth of the turfgrass, it shall be the sole responsibility of the
Contractor to establish a uniform stand of turfgrass as herein specified.
A. Uniform Stand of Sodded Areas: complete coverage is defined as no visible joints showing
or felt between individual sections of sod and all sections of sod being firmly rooted to the
prepared subgrade.
B. Uniform Stand of Seeded Areas: complete coverage is defined as a healthy, uniform stand
of grass which is free of weeds and surface irregularities, with coverage exceeding 90
percent over any ten (10) square feet (0.92 sq. m) and bare spots not exceeding five (5”)
inches by five (5”) inches (125 mm x 125 mm).
IRRIGATION SYSTEM
A. The proposed irrigation system must be complete in ALL respects and must be fully
operational before turfgrass planting may begin. After planting, any breakdowns in the
irrigation system attributable to warranty items must be immediately repaired by the
Contractor.
Turfgrass Lawns | 117
POST-PLANTING MAINTENANCE
A. Maintenance shall begin immediately alter each grass area is planted. All planted areas will
be protected and maintained by watering, weed control, redressing and replanting as
necessary for at least thirty (30) days after initial planting and for as much longer as
necessary to establish a UNIFORM STAND OF THE SPECIFIED GRASS and until the
entire project is accepted by the Owner. Grass shall be mowed to a height of two (2") inches.
A. All turf areas adjacent to paved areas shall be edged to maintain a neat appearance.
B. All areas which are not completely covered with the specified grass at the end of thirty (30)
days will continue to be replanted, re-dressed and maintained by the Contractor until
complete coverage and acceptance are achieved.
EROSION CONTROL
A. Throughout the project and the maintenance period for turfgrass, it is the Contractor's
responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass
losses due to erosion will be replaced by the Contractor until establishment and acceptance
is achieved.
INSPECTIONS
A. Make written request for inspection after areas have been seeded and sodded.
A. Submit requests for inspections to Landscape Architect at least two (2) days prior to
anticipated inspection date.
CLEAN-UP
A. General: keep all areas of work clean, neat and orderly at all times. Keep all paved areas
clean during planting operations.
A. Debris: clean up and remove all deleterious materials and debris and material unearthed as a
result of turf grass planting operations from the entire work area prior to Final Acceptance.
GUARANTEE
A. The Contractor shall guarantee all materials used for this work to be the type, quality and
quantity specified.
END OF SECTION
Site Furnishings | 118
SECTION 03000: SITE FURNISHINGS
PART 1 - GENERAL
RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions and Special
Conditions apply to this Section. Contractor shall use approved site furnishings listed in the
Overton Park Public Improvements Site Design Guidelines Appendix A.
SECTION INCLUDES
A. Bench
A. Trash Receptacles
B. Brick Pavers
PART 2 - PRODUCTS
BENCH
A. Landscape Forms “Scarborough” Bench, Backed or Backless with Woven Seat and
Center Arm; Minimum 72 inch Length; “Stormcloud” Color.
B. Finishes must include rust inhibitors and be resistant to UV light, chipping and
flaking. Maintenance free reinforced nylobraid supply line with inlet strainer
BRICK PAVERS
A. Fired Clay Brick Paver
B. Manufactured by: Kansas Brick & Tile Co., Hoisington, Kansas, 800-999-0480
C. Size: 4x8
D. Blend/Style: Old Colonial Solid Modular
E. Pattern Laid: Varies
TRASH RECEPTACLES
A. Landscape Forms “Scarborough” Top Opening, Vertical Strap Side Panel Trash
Site Furnishings | 119
Receptacle in “Stormcloud” color
B. Finishes must include rust inhibitors and be resistant to UV light, chipping and flaking.
PART 3 – EXECUTION
GENERAL
A. Assemble and install all site furnishings in accordance with manufacturer's written
instructions.
A. Contractor shall exercise care and diligence to ensure that finished surfaces are adequately
protected from scratches and other damage during installation.
B. Exposed portions of mounting bolts shall be sawn off 1/8" above top of nut. Alter threads to
prevent removal.
C. Thoroughly clean all finished surfaces upon completion of installation.
END OF SECTION
Special Conditions | 120
SECTION 03100: FEATURE MONUMENT
PART 1 - GENERAL
SUMMARY
A. The scope of work includes all necessary construction documents, permits, labor, materials,
appliances, tools, equipment, facilities, transportation and services necessary for, and
incidental to performing all operations in connection with furnishing, delivery, and
installation of feature monument.
B. Detail of feature monument in construction documents is intended for schematic use only.
C. Drawings and general provisions of the Contract including General Conditions apply to this
Section.
CONSTRUCTION DOCUMENTS
A. Contractor shall submit five (5) sets of shop drawings to Owner for approval of materials
and design.
FEATURE MONUMENT
A. Detail of feature monument in construction documents is intended for schematic use only.
B. Feature monument materials can vary, but must be approved by Owner.
END OF SECTION
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.