Loading...
HomeMy WebLinkAboutResolution - 2001-R0334 - Contract For Landscaping & Irrigation System - Tom's Tree Place - 08/30/2001Resolution No. 2001-RO334 August 30, 2001 Item No. 46 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a contract for the fire administration complex landscaping and irrigation system -ITB #196-01/RS, by and between the City of Lubbock and 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 this 30th day of August , 2001. WINDY ON, MAYOR rivolckYI1A �/�.C�C e. / C�- S2 i Reb ca Garza, City Secretary APPROVED AS TO CONTENT: V6010��� Victor Kilma Purchasing Manager APPROVED AS TO FORM: William de Haas Contract Manager/Attorney gs*cdocs/Contract-Toms Tree Place.res August 21, 2001 f CITY OF LUBBOCK SPECIFICATIONS FOR FIRE ADMINISTRATION COMPLEX LANDSCAPING AND IRRIGATION SYSTEM ITB #196-01 /RS 01 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ITB #196-01/RS, Addendum #2 ADDENDUM #2 ITB #196-01 /RS Fire Administration Complex Landscaping and Irrigation System August 6, 2001 August 9, 2001 a@ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. ITEM NO. 1: CLARIFICATION OF PLAN SHEET L4: Detail 1, sheet L4 "Fire Station 2 Courtyard Beds:" Note calling out "New Concrete Drainage Channel and Steel Grate. Grate To Match Existing' should read "New Concrete Drainage Channel and Steel Grate. New Steel Grate As Specified In Detail 6, L1." ITEM NO. 2: CLARIFICATION OF PLAN SHEET 11-6: Irrigation Plan Sheet 1-6: Zone 18 should read "Rainbird 1804" for head type. ITEM NO. 3: CLARIFICATION OF PLAN SHEET 11-8: Bid Option 1 Planting Schedule should read "2" for quantity of Cedar Elm. ITEM NO. 4: CLARIFICATION OF PLAN SHEET L11: Bid Option 2 Planting Schedule — delete all 11 Shumard Oaks. There are none to be planted in this bid option. ITEM NO. 5: CLARIFICATION OF SPECIFICATION SECTION 02810: Section 2.11 "Block Valves", A. should read " 3" Brass manual gate valves installed in locations as shown on Irrigation Plans." ITEM NO. 6: REQUESTED CLARIFICATION: The master valve for the irrigation system will be a Rainbird PEB-PRS series as specified in of section 02810 2.05 of the specifications. ITEM NO. 7: REQUESTED CLARIFICATION: The master valve for the irrigation system will be a Rainbird PEB-PRS series as specified in of section 02810 2.05 of the specifications. ITEM NO. 8: REQUESTED CLARIFICATION: Connections to all electric valves shall be made with schedule 40 PVC pipe. ITEM NO. 9: REQUESTED CLARIFICATION: No isolation valves are required or desired immediately upstream of the control valves for each zone. ,�. ITEM NO. 10: GRAPHIC DETAIL 1, L1 CLARIFICATION: See Attachment ITEM NO. 11: GRAPHIC DETAIL 6, L1 CLARIFICATION: See Attachment 196-01 /Rsadd2 e•� ITB #196-01/RS, Addendum #2 All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: RShuffield@mail.ci.Iubbock.tx.us THANK YOU, CITY OF LUBB CK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 196-01 /Rsadd2 ITEM NO. 10: GRAPHIC DETAIL 1, L1 CLARIFICATION: See image below. 3/8"galv steel plate - —, diamond pattern texture 3/8" Rush head gaiv `\ boas@ 16" o.c. 6„R Concrete Paving Sand Bed 1x4 Redwood Expansion Joint ' - 3000psi conc t #3bars 0 12"ocew 6 varies/see site plan 6, �- - New drainage channel thru exist walk. '.Minimum 4" Thick Concrete. i Diamond Pattern Texture Feld Verify Actual Dimension Section At South Drainage Channel �. Scale: NTS. - ITEM NO. 11: GRAPHIC DETAILS, L1 CLARIFICATION: See Image below. Concrete curb \mita grate - 'lush -0 adjacent paving \, 1/4' tnick anglo iron anchorccl in concrete every 12" O.C. \ IR A i Concrete Paving Sand Bed 1x4 Redwood t \ Expansion Joint 3000psiconc #3bars 0 12"ocew o' 14. 6' I. -fes ' New drainage channel. Minimum 4' Thick Concrete. — McNichols GCM -1 SBrie'siose 1<ilesh t3ar Grate With 1' Bearing Heighl, 3/16" Bearing Bar Thickness, 7/16" Bearing Bar Spacing, 4" Cross Bar Spacing, Smooth Surface, and Tnm Banding. All Sections Cut To Ft With Openings Running Perpendicular To Prevailing Pedestrian Circulation. 6 �, Section At North Drainage Channel `� L1 Scale: N.T.S, City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING MAR 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 hftp://purchasing.ci.lubbock.tx.us ITB #196-01/RS, Addendum #1 ADDENDUM #1 ITB #196-01 /RS Fire Administration Complex Landscaping and Irrigation System MAILED TO VENDOR: August 2, 2001 CLOSE DATE: August 9, 2001 @ 2:00 P. M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Question: Will "Agricultural Products" flexible PVC hose be considered an equal to "Excalibur" brand as specified in specification section 02810 Part 2, 2.01-D? Response: Submit a letter requesting consideration of "Agricultural Products" brand as approved equal with a sample of the product and specification/product data sheet for the product no later .•• than 3 (three) days prior to bid date to the landscape architect for consideration of material. 2. Question: Both swing joints and flexible PVC extensions are outlined in the specifications for installation of heads. Which should be bid for the project. Response: The contractor may competitively bid either. 3. Question: No vault type/valve box is specified for the 3" double check assembly. Is there a preferred type? Response: The vault for the 3" double check assembly shall be Model VCP -4060 as manufactured by Vaughn Concrete and shall have the required dimensions to adequately enclose the double check assembly. Vault is to be provided by contractor and is to be installed by contractor. Extensions shall be used as necessary to bring vault to grade and shall be compatible with the vault construction to achieve depth required. The vault shall include a WIW 40 -FC lid assembly for concrete vaults. 4. Question: Are there currently sleeves under the sidewalks for the irrigation system? Response: All existing sleeves are represented on the plan as provided by the owner. Proposed *+ areas to be bored are also clearly identified on the plan. 5. Question: Is any additional topsoil required on site? Response: The site has topsoil in place that has been roughly graded. Though no.significant amount of additional topsoil is anticipated the contractor will need to meet the fine grading requirements as specified in the specification sections 02920 and 02930 . 6. Question: When does the maintenance requirement for plant materials commence and how long does it last? Response: Maintenance requirements are clearly identified in specification sections 02930, ,. 02932, and 02950. All plant materials will be maintained as specified until final acceptance is documented and for a maintenance period of 30 days thereafter. r 7. Question: Both pressure regulating valves and pressure regulating heads are specified. Does the landscape architect want both? Response: Yes. 196-01 /RSaddl mom OF-] EL�- EL;;� ITB #196-01 /RS, Addendum #1 8. Question: The mainline is specified to be buried at a depth of 24". Is this correct? Response: Yes on the mainline only. 9. Question: The seeding rate for Bermuda grass is not specified in the specifications. What is the seeding rate. Response: Specification section 02930, Part 2, 2.01 -A shall read "Turf Grass is to be U-3 or, Sahara hybrid Bermudagrass, 90% pure live seed and a maximum 0% weed. Seeding rate shall be 5 lbs. per 1000 square feet. Seed to be current season's crop delivered to the site in unopened containers bearing seed analysis tag." All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to: RShuffield@mail.ci.lubbock.tx.us 196-Ol/RSaddl THANK YOU, CITY OF LUBI39CK V.. Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. CITY OF LUBBOCK INVITATION TO BID FOR TITLE: FIRE ADMINISTRATION COMPLEX LANDSCAPING AND IRRIGATION SYSTEM ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 196-01IRS PROJECT NUMBER: 9330.9221 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS r NOTICE TO BIDDERS r NOTICE TO BIDDERS ITB #196-01/RS Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 9th day of August. 2001, 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 with a budget amount of $280,000.00: ,o„ "FIRE ADMINISTRATION COMPLEX LANDSCAPING AND IRRIGATION SYSTEM" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock p.m. on the 9th day of August. 2001, and the City of Lubbock City Council will consider the bids on the 23rd day of August, 2001, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required_, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid 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 bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. It shall be each bidders.sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre-bid conference on 1st day of August. 2001 at 10:00 o'clock a.m., in the Purchasing Conference Room L04, Lubbock, t: Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13'h Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100.00 refundable deposit per set. Plans and specifications may be obtained from Turner Land Architecture, LLC, 724 ' South Polk Street, Suite 250, Amarillo, Texas 79101, Phone: (806) 342-9400. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's account number. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this o- advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. ?-+ The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-bid meetings and a.. ` bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK v� VICTOR KILMAN PURCHASING MANAGER GENERAL INSTRUCTIONS TO BIDDERS N 0 �,. GENERAL INSTRUCTIONS TO BIDDERS it 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish FIRE ADMINISTRATION COMPLEX LANDSCAPING AND IRRIGATION SYSTEM per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, the 9th day of August, 2001 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #196-01/RS, FIRE ADMINISTRATION COMPLEX LANDSCAPING AND IRRIGATION SYSTEM" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE-BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non-mandatory_pre-bid meeting will be held at 10:00 a.m.. August 1 st, 2001 in Purchasing Conference Room L04 Lubbock Texas All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre-bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre-bid meeting to bidders who do not attend the pre-bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. 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 y ' Lubbock Purchasing Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB 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 bid should be disregarded in preparing responses. n 1 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding 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 bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB 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 bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. -- 7 LICENSES. PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 CONFLICT OF INTEREST 8.1 The bidder 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. 8.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder 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 bid. 9 CONTRACT DOCUMENTS 9.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. r 9.2 All bidders 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. 10 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in.the Notice to Bidders. 11 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 11.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasina Manager if any language requirements etc or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than ,five (5) calendar days before the bid closing date. A review of such notifications will be made. •* 11.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATIONTO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: RON SHUFFIELD, SENIOR BUYER City of Lubbock 162513 th Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: rshuffield@mail.ci.lubbock.tx.us 12 TIME AND ORDER FOR COMPLETION 12.1 The construction covered by the contract documents shall be fully completed within TWO HUNDRED SEVENTY (270) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 12.2 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 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 14 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. r�» 3 15 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. 16 GUARANTEES 16.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 16.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 16.3 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. 16.4 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. 17 PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his 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. 18 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 bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder 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 bidder. (c) Equipment schedule. 19 TEXAS STATE SALES TAX 19.1 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. 4 19.2 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. 20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. r, 21 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 benecessary. 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. 22 EXPLOSIVES 22.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 22.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 23 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder 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. 24 INSURANCE 24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as k 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. rte+ 5 24.2 The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractor's responsibility to provide -- to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 25 LABOR AND WORKING HOURS 25.1 Attention of each bidder 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 — bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 25.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 25.3 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. 26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each _ calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 27 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid 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 bidder without being considered. 28 PREPARATION FOR BID 28.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly x i, and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 28.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 28.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID'PRICEMUST BE MADE ON'THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 29 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands,and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. 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. ' 30 QUALIFICATIONS OF BIDDERS The bidder 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 bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall +-� furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock F reserves the right to reject any bid if the evidence submitted by, or. investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder 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 bidder. (d) The quality of performance of previous contracts or services. 31 BID AWARD 31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. The City of Lubbock reserves the right to accept the Base Bid and Bid Options in any order or combination that serves its best interest. The low bid shall be determined on the price combination of the Total Base Bid and any accepted Bid Options. 31.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 31.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to _. determine possible Anti -Trust violations. 31.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 31.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. — 31.6 NO INDIVIDUAL OF ANY USING DEPARTMENT 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 -- INVITATION TO BID. 8 Tom BID SUBMITTAL r� L BID SUBMITTAL n LUMP SUM BID CONTRACT r°- DATE: a Z.©O PROJECT NUMBER: #196-011RS - FIRE ADMINISTRATION COMPLEX LANDSCAPING AND IRRIGATION SYSTEM Se(ViCe✓S �Ylt- A�a -To �`�STYee l I GIGS Bid of (hereinafter called Bidder) V�Z`OC' ems' Council Cit of Lubbock, Texas (hereinafter called Owner) To the Honorable Mayor and city C Y Gentlemen: invitation to Bid MP1 EX The Bidder, in compliance with your SYSThavi gfconstructionor the n carefully examined the plans, specifications, I instrucTION tions to bidders, LANDSCAPING AND IRRIGATION notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the ntended project and to constructncluding the the project in accortdance w th the planslity of materials and !abor, hereby intends to furnish all labor, materials, and supplies; j within the time set forth therein and at the price stated below. The price o cover specifications and contract documents, all expenses incurred in performing the work required under the contract documents. BASE BID: FIRE ADMINISTRATION COMPLEX LANDSCAPING AND IRRIGATION SYSTEM MATERIALS: oYl2 �u d� t SERVICES:yG'lJr?�t�+/-gree -no0 uvl TOTAL n;nAfeVt-r�.�.. OPTION #1: FURNISH AND INSTALLREL $FOR THE ISLAND AREA DUE NORTH OF THE MAIN � ILDING COMPLEX AS INDICATED ON DRAWING -�'�2 �-h«�aNa 5i� �+�v;clred a►na Seue►n�-e.eyt �,ic>„d's ($ 00 MATERIALS: ► I 1 1`w 2.SD� t^-IAA—A / % %nil en;v�2 CAt �6rs ($ SERVIC o� 2A -2- TOTAL TOTAL OPTION #1: (ADD) ' - -" .------f. RASSES FOR THE OPTION #2: FURNISH AND INSTALL TREES,MAINTENANCE GARAGE AS NDGCIATED ON DRAWING L-8 AROUND THE DETENTION BASIN NORTH OF THE I tt 2 ,o MATE RIALS:'otkr V% 4� 00SU�A iv12-�ir SERVICES: klVe }'vtCuSCINd Ri+n �I1. VLwke 51 1 f TOTAL OPTION #2: (ADD) SP.Jey1�2n-��ot)�►�� ei � h��d�red nt�e� �' $ 1 � �°� 5 � ) ) IL OPTION #3: SHALL CONSIST OF THE NATIVE GRASS -SEEDING ZONE ON THE NORTHERN PORTION OF THE "" PROPERTY INDICATED ON SHEET tL-8, INCLUDING FINE GRADING OF 1THE AREA MATERIALS: e�BueXl �»ylDc7�AtitcA V1iyie �/1 j are 4 0"Vid +WV. c�yIAY'S ($ �l 111)2- ) SERVICES: Leh tE2�l -�-V►GJ`�Gvtcl 2i4,(- hclytdCe4 t4 -��rec do1�a�Y$ 71 bS300 ) TOTAL OPTION #3: (ADD)-�weu Yui e �taJ atn Seue1L($t�us2-q L OPTION #4: SHALL CONSIST OF SEEDING THE BASE BID BERMUDA GRASS AREA SHOWN ON DRAWING L-8 IN BUFFALO "TOP -GUN" SEED IN PLACE OF THE BERMUDA SEED .� MATERIALS: �1 t"2e. - -IitO c� S0.h� � j j( % Af-,ed r JJ Bars ($ 3,6:,420-" ) SERVICES: U TOTAL OPTION #4: (ADD) Agree.. -t"'ko ah�, SrA kovtA ��'Y �wo du I ($ 3 ! fv9'�-�� ) OPTION #5: SHALL CONSIST OF SEEDING THE BASE BID BERMUDA GRASS AREA SHOWN ON DRAWING L-8 IN ANNUAL RYE GRASS SEED BY OCTOBER 15, 2001 IN ADDITION TO THE BASE BID OF SEEDING BERMUDA GRASS WITHIN THE MONTH OF MAY, 2002. THIS BID OPTION IS TO INCLUDE THE FINE GRADING, SEEDING, AND THE KILLING OF THE RYE GRASS BEFORE THE BERMUDA IS SEEDED. 1r � r MATERIALS: SeJet4 ��noUsava Sint �(IOVI�f�d feu -�pgr JLY'S ($ 1 - 00 .,� SERVICES:-t-�r► 2.-^��Sa1nd ei�,Y1d!'� ti 3(I ) TOTAL OPTION #5: (ADD) e�21�+� �-�� ��� inuyldr'e� -�-evt c�Oi�airs ($ ! 115 to ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Li Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 270 (TWO HUNDRED SEVENTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $0 (ZERO DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. i a� 91, a a Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty _(30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the, order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. . Enclosed with this bid is a Cashier's Check or Certified C ck for Dollars ($ or a Bid Bond in the sum of I455-5'L Dollars ($ • , which it is agreed shall be collected and retained by the Owner as liquidated damages in the A" event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, Uinsurance certificates,. and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. I" (Seal if Bidder is a Corporation) ATT: acknowledges receipt of the following addenda: Addenda No. 1 Date z /o Addenda No. �_ Date 5 4P Addenda No. Date Addenda No. Date M[WBE Firm: i a Date: �J &�eUs-� 2 -col �a Li� Authorize ignature Ale)( SCoArLc roo;Q,h (Printed or Typed Name) Vee,+ t'eXu5, 4�?-rdces I VIc �ba IowiS�ree I��Ic Company 5104 - 34th '�-Aoeei' Addr'etss L , -,tG City, County --7 4 4-1 o State Zip Code Telephone: $O(o - '299 Fax: 'O(o - -715f 8i 61 Merchants Bonding Company P.O. BOX 26720 • AUSTIN, TX 78755-0720 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: s, Inc. dba Tom's Tree Place That ��st Texas Service (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to City of Lubbock, TX (hereinafter called the Obligee) in the full and just sum of ($ 5% of the greatest amount bid j Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. r•Au Signed and dated this 8th day of 9ust 2001 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Fire Administration Complex Landscape Improvements ITB#196-01/RS according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give .�, bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this Obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. 4Jest Texas Services, Inc. dba e• Witness: Toms Tree Pyla e Principal .�•� LJ By Q� P Attest: MERCHANTS BONDING COMPANY (Mutual) PON Elizab Gilmore, Attorney-in-fact CON 0333 Au (MO) 61 Merchants Bonding Company (Mutual) POWER OF ATTORNEY Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Kenneth Gilmore, Kerry W. Gilmore, Elizabeth Gilmore and/or Greg Gilmore of Lubbock and State of Texas Its true and lawful Attomey4n-Fad, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances. or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of. and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extant as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - P" Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on October 3, 1992. ARTICLE 11, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature ,•, thereof. ARTICLE 11, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. ■•es In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 1st day of January , 2001 , .•. STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) By �� President On this 1st day of January 2001 , before me appeared Larry Taylor, to me personalty known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed' my Official Seal at the City of Des Moines, Iowa, the day and year first above written. ••10.00.••••• • ,•.• 1 � rC. MCC •• • • Notary'Public,'Poik County, lows • IOWA • '• 'q*1AL 5 STATE OF IOWA 1'••11•,•••'• COUNTY OF POLK ss. 1, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in force and effect. ± In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 8th day of August , 2001 •. • • • • •. •mac^G f/ �/ �� A • - • o 'RP09 .y • �� G� •�.• :�,c • Secretary 0-:— : - -o- 1933 c •Z 13• • a .y , MSC D81 4 (2198) ••� i� ;;,�4 • 2. 3. 4. 5. 6. 7. 8. 9. 10 LIST OF SUBCONTRACTORS Minority Owned Yes No fEa ���� ❑ ❑ ❑ 0 D ❑ ❑ U P"M CITY OF LUBBOCK 0" INSURANCE REQUIREMENT AFFIDAVIT �*^To Be Completed by Bidder F- And Attached to Bid Submittal on1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been A reviewed by me with the below identified Insurance Agent/Broker. If l am awarded this contract by the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. i ti CONTRACTOR'S FIRM ADDRES s: �g41 c A ent/Broker: (moi Irnbc� �h�orahc� e 6 L Name �f g Address of Agent/Broker: _ City/State/Zip: �--0660 J%94 52— Agent/Broker Telephone Number: Date: �o'Lml NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #196-01/RS - FIRE ADMINISTRATION COMPLEX LANDSCAPING AND IRRIGATION SYSTEM Aug -02-01 03:10pm From -CITY OF LUBBOCK-PURCHASING 8067752164 T-258 P-01/02 F-975 ITB #196-011RS, Addendum #1 City of Lubbock ADDENDUM #1 PURCHASING DEPARTMFNT ITB i � 96-0 IRS �*+ ROOM L04, MUNICIPAL BUILDING 162513T" STREET Fire Administration Comp x LUBBOCK. TEXAS 79401 PH: (806)776.2167 Landscaping and Irrigation Sy*1 r�. FAX:(806)775-2164 10 http://purchsaing.ci.1wbbooK,tx.us tr- MAILED TO VENDOR: August 2, 2001 CLOSE DATE: August 9, 2001 @ 2:00 P. M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITI3 documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Question: Will "Agricultural Products" flexible PVC hose be considered an equal to "Excalibur" brand as specified in specification section 02810 Part 2, 2.01-D? Response: Submit a letter requesting consideration of "Agricultural Products" brand as approved equal with a sample of the product and specification/product data sheet for the product no later than 3 (three) days prior to bid date to the landscape architect for consideration of material. 2. Question: Both swing joints and flexible PVC extensions are outlined in the specifications for installation of heads. Which should be bid for the project. Response: The contractor may competitively bid either. 3. Question: No vault type/valve box is specified for the 3" double check assembly. Is there a preferred type? Response: The vault for the 3" double check assembly shall be Model VCP -4060 as manufactured by Vaughn Concrete and shall have the required dimensions to adequately enclose the double check assembly. Vault is to be provided by contractor and is to be installed by contractor. Extensions shall be used as necessary to bring vault to grade and shall be compatible with the vault construction to achieve depth required. The vault shall include a WIW 40 -FC lid assembly for concrete vaults. 4. Question: Are there currently sleeves under the sidewalks for the irrigation system? Response: All existing sleeves are represented on the plan as provided by the owner. Proposed areas to be bored are also clearly identified on the plan. 5. Question: Is any additional topsoil required on site? two Response: The site has topsoil in place that has been roughly graded. Though no significant amount of additional topsoil is anticipated the contractor will need to meet the fine grading requirements as specified in the specification sections 02920 and 02930 . 6. Question: When does the maintenance requirement for plant materials commence and how long does it last? Response: Maintenance requirements are clearly identified in specification sections 02930, 02932, and 02950. All plant materials will be maintained as specified until final acceptance is documented and for a maintenance period of 30 days thereafter. 7. Question: Both pressure regulating valves and pressure regulating heads are specified. Does the landscape architect want both? Response: Yes. 1E6-01lRSapd1 r Auw-02-01 03:1OPm From -CITY OF LUBBOCK-PURCHASING 8067752164 T-258 P.02/02 F-975 ITS #196-01/RS. Addendum #1 g. Question: The mainline is specified to be buried at a depth of 24". is this correct? Response: Yes on the mainline only. 9. Question: The seeding rate for Bermuda grass is not specified in the specifications. What is the seeding rate. or Response: Specification section 02930, mart 2, 2.01-A shall read "Turf Grass is to be U-3shall Sahara hybrid Bermudagrass, 90% pure live seed and a maximum 0% weed. Seeding rate be 5 lbs. per 1000 square feet. Seed to be current season's crop delivered to the site in unopened containers bearing seed analysis tag." All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.o. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)775-216RShuffield@maii.ci.lubbock.tx.us or Email to: THANK YOU, CITY OF LUBBOCK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OP THIS ADDENDUM WITH YOUR BID. 198-01IRsaddi City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ITB #196-01/RS, Addendum #2 ADDENDUM #2 ITB #196-01 /RS Fire Administration Con Landscaping and Irrigation MAILED TO VENDOR: August 6, 2001 V CLOSE DATE:A� ugust 9, 2001 @ 2:00 P. M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item.called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. ITE___M NO. CLARIFICATION OF PLAN SHEET 1-4: Detail 1, sheet 1-4 "Fire Station 2 Courtyard Beds:" Note calling out "New Concrete Drainage Channel and Steel Grate. Grate To Match Existing" should read "New Concrete Drainage Channel and Steel Grate. New Steel Grate As Specified In Detail 6, L1." IT NO, 2; CLARIFICATION OF PLAN SHEET 1-6: Irrigation Plan Sheet 1-6: Zone 18 should read "Rainbird 1804" for head type. ITEM NO. I CLARIFICATION OF PLAN SHEET 1-8: Bid Option 1 Planting Schedule "2" for quantity of Cedar Elm.. should read ITEM N0.4 CLARIFICATION OF PLAN SHEET L11: Bid Option 2 Planting Schedule – Shumard Oaks. There are none to be planted in this bid option. delete all 11 ITE_ M NO. 5: CLARIFICATION OF SPECIFICATION SECTION 02810: Section 2.11 "Block " should read Valves", A. 3" Brass manual gate valves installed in locations as shown on Irrigation Plans." ITEM NO 6- REQUESTED CLARIFICATION: The master valve for the irrigation system will be a Rainbird PEB-PRS series as specified in of section 02810 2.05 of the specifications. ITE—.NO- REQUESTED CLARIFICATION: The master valve for the irrigation system will be a Rainbird PEB-PRS series as specified in ., of section 02810 2.05 of the specifications. ITEM NO 8• REQUESTED CLARIFICATION: Connections to all electric valves shall be made with schedule 40 PVC pipe. ITEM NO 9• REQUESTED CLARIFICATION: No isolation valves are required or desired immediately upstream of the control valves for each zone. ITEM NO 10• GRAPHIC DETAIL 1, L1 CLARIFICATION: See Attachment ITEM NO. 11- GRAPHIC DETAIL 6, L1 CLARIFICATION: See Attachment 196-01/Rsadd2 ITB #196-011RS, Addendum #2 All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: RShuffield@maiLci.lubbock.tx.us 196-01/Rsadd2 THANK YOU, CITY OF LUBB CK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. A" eooll� ITEM NO. 110' GRAPHIC DETAIL 1, Ll CLARIFICATION: See Image below. 3/8"gaiv steel plate diamond pattern texture 3/8" Rush head gatv boftsQ 16" O.C. 6"R 3000psi cone It i .40� lit Concrete Paving Sand Bed 1 x4 Redwood Expansion Joint #3bars @ 12"ocew 6" vanes/see site plan .1 IN - 71\7 .\ _� i New drainage channel thru exist walk. Minimum 4" Thick Concrete. Diamond Pattern Texture Field Verify Actual Dimension Section At South Drainage Channel Ll Scale: N.T.S. .•, row ITEM NO. 11: GRAPHIC DETAIL 6, L1 CLARIFICATION: See Image below. Concrete curb with grate - flush to adjacent paving 114, tnick anglo iron anchored — in concrete every 12" o.c. —L.L� • J 6dRf A, 1t Concrete Paving Sand Bed '— 1x4 Redwood Expansion Joint `— 3000psiconc — #3bars ® 12"ocew _ 77". ew drainage channel. 1 Minimum 4' Thick Concrete. t — McNichols GCM -1 Series Ctose Tvteshba(Giate With 1' Bearing Height, 3/16" Bearing Bar Thickness, 7/16' Bearing Bar Spacing, 4• Cross Bar Spacing, Smooth Surface, and Trim Banding. All Sections Out To Ft With Openings Running Perpendicular To Prevailing Pedestrian Circulation. 6 `'\ Section At North Drainage Channel L1 1 Scale: N.T.S. PAYMENT BOND some, Merchants Bonding Company P.O. BOX 26720 -AUSTIN, TX 78755-0720 PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OFTHE TEXAS GOVERNMENT CODE AS AMENDED (Penalty of this bond must be 100% of Contract amount) K?-dOW ALL PERSONS BY THESE PRESENTS: Bond No. TX576210 That, West Texas Services, Inc. dba Tom's Tr P P1 Art- (hereinafter called the Principal), as Principal, and MERCHANTS BONDING COMPANY (Mutual), a corporation organized and existing under the laws of the State of Iowa, with its principal office in the City of Des Moines, (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock, TX. (hereinafter called the Obligee) in the amount of Two Hundred F; qty Speen ThnnGand Fotrr Hundred Twenty Six and 00/100------------------- Dollars ($ 287,426 .00** ), for the payment whereof, the 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 31st day of . Auciust 2001 , to Fire Admi ni S ra ion Conm1ex Tanc3-,c ap e Improvements 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 Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the Principal and Surety have signed and sealed this instrument this 31st day of August 2001 Witness: (if Individual or Firm) Attest: (if Corporation) Countersigned, if required: CON 0322 TX (9100) im- rincipal By: taw (Seal) West Texas rvices, c. dba Tom's Tree Place (Seal) By: MERCHANTS BONDING COMPANY (Mutual) By: ,�L �� Lff (Seal) ElizabetU Gilmore attorney-in-fact rR* m r+ _ 1 s i w Merchants Bonding Company Please send all notices of claim on this bond to: Merchants Bonding company (Mutual) 6850 Austin Center Blvd., Suite 200 P. O. Box 26720 Austin, TX 78755-0720 (512) 343-9033 Merchants Bonding Company (Mutual) POWER OF ATTORNEY t� Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Kenneth Gilmore, Kerry W. Gilmore, Elizabeth Gilmore and/or Greg Gilmore Of Lubbock and State of Texas its true and lawful Attomey-in-Fad, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or PRO undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confimied. This Power-of-Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on October 3, 1992. °"•" ARTICLE 11, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. r�* ARTICLE 11, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seat when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 1st " day of January 2001 �Q�tifu . CO�A .• MERCHANTS BONDING COMPANY (MUTUAL) rr• ;00.ORPOq'•;! •— • s : 1933 STATE OF IOWA •••. °. •' President COUNTY OF POLK ss. On this 1st day of January 1 2001 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), • the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. • IOWA ' 01. ti'•«...r• • ? o STATE OF IOWA COUNTY OF POLK ss. �t4 4/ Avw� Notary" "Pubrx,'Pofk Co4*, Iowa 1, William Warner, Jr., Secretaryofthe MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on P this 31st day of August 2001 • , . • .// Secretary 1933 ; c° Mscoe14(219e)=k7 •per, PERFORMANCE BOND A ii Merchants Bonding Company P.O. BOX 26720 • AUSTIN, TX 78755-0720 PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE AS AMENDED (McGregor Act -Public Works) (Penalty of this bond must be 100% of Contract amount) Bond No. TX576210 KNOW ALL PERSONS BY THESE PRESENTS: That, ws=,;t- Texas Services, Inc. dha Tom's TrRP Pl ac -P (hereinafter called the Principal), as Principal, and MERCHANTS BONDING COMPANY (Mutual), a corpo- ration organized and existing under the laws of the State of Iowa, with its principal office in the City of Des Moines, (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock, TX (hereinafter called the Obligee) in the amount of Two 1-111ndred Fi ghtV sP-,rpn ThnrlG;;nrl Prim Hundred Twenty Six and 00/100--------------------------- Dollars ($287,426.00** ), for the payment whereof, the 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 31st day of Aucrust 2001 , for Fire Aclmi ni strati on C=1 Px TAnrlacan _Improvements 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 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 Chapter 2253 of the Texas Government Code as amended 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 Principal and Surety have signed and sealed this instrument this 31st day of August 2001 Principal Witness: I I I - (if Individual or Firm) Attest: (if Corporation) Countersigned, if required: CON 0324 TX (9100) By; z West T rvices, Tom's Tree Place By: t�, V (Seal) (Seal) MERCHANTS BONDIN COMPANY (Mutual) By: (Seal) Elizabeth Gilmore attorney—in—fact rw P"" I Merchants Bonding Company (Mutual) POWER OF ATTORNEY Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint �*+ Kenneth Gilmore,Kerry rry W. Gilmore, Elizabeth Gilmore and/or Greg Gilmore of Lubbock and Stats of Texas Its true and and authority hereby conferred in its name, place and stead, to sign, execute, ack owledge anMd deliver in its behalf as fun yyany and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to. the limitation that any such Instrument shall not exceed the amount of and to bind the MERCHANTS BONDING COMPANY'(MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly author ized ofer said Attorney -in flos of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of -Fact, pursuant to the authority herein given, are hereby ratified and confirmed This Power-of-Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on October 3, 1992. ARTICLE 11, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contra of indemnity and other writings obligatory in the nature thereof. ARTICLE 11, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attcmey or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall ha same force and effect as though manually fixed. ve the In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this Ist " day of January 2001 seer-••• : �O.N.......N MERCHANTS BONDING COMPANY (MUTUAL.) y • �O '�J►.ii i ere.;? -0- �: • • 1933 ' 3 :Sv roti: ey STATE OF IOWA •'•,� • it , •• COUNTY OF POLK as. • • •' • •'' • President � On this 1st day of me personally known, who being by me duly swom did say that he is President of the MERuary . CHANTS BONDING 1 . before me aCOMPANY (MUTUAL), F the cforegoing .LarY ybr, to corporation described in the instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the sid Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. e+■ In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. STATE OF IOWA COUNTY OF POL.K as. ••••sees.•••• 0 �K.MoC': � IOWA = • •Z�ti • G �•''••...••.•'� P i •yr,RIAL gam•: '�'4 NotatyPublic, 'PogCo&*, low. 1, William Wamer, Jr., Secretary of the MERCHANTS BONDING still in force and effect copy of the pOWER-OF-ATTORNEY executed (MUTUALdo hereby certify that the above and foregoing is a true and correct ed by said MERC), HANTS d BONDING COMPANY (Moven), which is In .Witness Whereof, I have hereunto set my hand and affbred the seal of the Company on this . 31st day of August 2001. e.....•• • 6 RPOg'.A ..�►y � ces: .A •. ,c. Secretary MSC 0814(x198) �sj 1933 •: YC. tom. 60* No Text om: Barbara J. Norton At: Gilmore Insurance Agency, Inc To: Jenny Buzbee AM CSR CO DATE(MODIYV) ACOBD- CERTIFICATE OF LIABILITY INSURANCE T TM MI09/11/c �IooucER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE uilmore Insurance Agency, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P . O . Box 12030 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. --ubbook T$ 79452-2030 INSURERS AFFORDING COVERAGE 'hone: 806-763-4005 rax:806-763-4045 SURER INSURER Republic Insurance Group Fax*: (806) 763.4045 Date: 9/11/01 09:57 AM Page 2 of 2 Tam's Tree Place Patterned INSURER e: American International Cos. t Concrete, & NiteTa.me Decor Services, Inc. DBA INSURER C. West Texas INSURER D: Lubbock T$579410 INSURER E: COVERAGES NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION LENiT9 INSR TYPE OF INSURANCE POLICY NUMBER GATE MlODIY DATE MIDDAY 1,000,000. R - EACH OCCURRENCE $ GENERAL LUIBILITY TXP5620371 05/15/01 05/15/02 FIREDAMAGE(Anyone fire) s 100,000. .I. $ COMMERCIALGENERALLIABILITY ® OCCUR MER EXP one Gerson) S 5 000. , CLAIMS MADE PERSONALL &AOV INJURY si,GOO, GOO. GENERAL AGGREGATE s2 , 000,000. PRODUCTS-COMPIOPAGG S 1 000 000 GEN'L AGGREGATE LIMIT APPLES PER: POLICY PRO- LOC COMBINED SINGLE LIMIT S1,000,000 AUTOMOBILE LIABILITY TCA5620378 05/15/01 05/15/02 (Ea accident) !► $ ANY AIITo ALL OWNED AUTOS BODILY INJURY (Per person) S �,Ik SCHEDULED AUTOS $ HIRED AUTOS - BODILYideM (Per acciderd) $ Ij $ NON -OWNED AUTOS PROPERTY DAMAGE S (Per accident) AUTO ONLY - EA ACCIDENT S GARAGE LIABILITY FA ACC S ANY AUTO OTHER THAN AUTO ONLY: AGO $ GXCGSS LIABILITY MADE UMB5626533 05/15/01 05/15/02 EACH OCCURRENCE $1,000,000 AGGREGATE $ 1, 000, 000 s A CLAIMS I s 1�+IBLE 4XRETE�MON $WC $10000 STATU- 0TH•$ TORY UMRS ER MPENSATION AND EMPLOYERS' LIABILITY 6526640 09/27/00 O9/27/01 E.L. EACH ACCIDENT $ 500000 E.L.OISEASE-EAEMPLOYEE S 500000 6526640 E.L. DISEASE -POUCYUMIT S 500000 $ E��R1 OTHER )E90RIPTION OF OPERATIONS&oCATIONSNEHICLEWEXCLUSION9 ADDED BY ENDORSEMENTISPECIAL PROVISIONS 'Nursery -Garden -Including Pro=ducts/completed operations -Fire Administration �Camplex Landscape Improvements ITB # 196-01/RS City of Lubbock is named as an additional insured on GL & Auto -Waiver of subrogation is provided on M./Auto/and WC in Favor of City of Lubbock CERTIFICATE HOLDER IN 1 ADDITIONAL INSURED; INSURER LETTER: CANCELLATION CITTLUB SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Be CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABIUTY OF ANY KIND UPON THE INSURER ITS AGENTS OR City o£' Lubbock REPRESENTATIVES. P. O. BOX 2000 AUTHORIZED REPREe Lubbock T$ 79408 • da :K RATION 1988 R,„ ACORD 25-5 (7 0 I CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; p° (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: 2 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see !*' reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 3 1. CONTRACT CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 30th day of August. 2001 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 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: BID #196-011RS - FIRE ADMINISTRATION COMPLEX LANDSCAPING AND IRRIGATION SYSTEM -$287,426.00 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 P,,,, 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. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. ATTEST: Secretary A ROVED AT C TENT: Owner's presentative APPROVED AS TO FORM: City Attorney ATTEST: Corporate Secretary OOAO—Uxk8�A 4AYOR :• • r CONTRACTOR: TOM'S TREE PLIACE By: PRINTED NAME: lex �CA oU4,U� TITLE: Y IP COMPLETE ADDRESS: TOM'S TREE PLACE 510434 TH STREET LUBBOCK, TEXAS 79410 GENERAL CONDITIONS OF THE AGREEMENT PM y 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. r 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 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 GEORGE LISENBE BUILDING & ENERGY ADMINISTRATOR, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed t Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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. 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 t 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 A work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of, the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, =Zontractor 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 has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's. Representative may k deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE w 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 s work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18.. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 3 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and 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 further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 4 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for. any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of theextra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits; Maintenance Bonds Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the k 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. 5 No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a -- clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding 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 bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall -- comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an 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, tol 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. The insurance certificates furnished shall name the City of Lubbock as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. General Liability Insurance �* The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations ^� Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. r- For bodily injuries, including accidental death and or property damage, $0.00 Combined Single Limit. This poiicy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $5g0.000.00 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job rr" 7 and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. — The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $0on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500.000.00. 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 during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: ^� (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 9 G Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid 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; 10 r (>7 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 512/440-3789 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 11 (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 AGAINS I GLAIMJ ur- JUbUU1X 1 r<H� I L-�Lj% Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the — Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen 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. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when.a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 12 32. LAWS AND ORDINANCES P" The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar PM as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract, and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 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 $a (ZERO DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages ^+ the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount r 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. P 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that 13 when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. — The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly. agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for 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 bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and 14 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. L 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 bid 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 k 43. 44. On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as. completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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. FINAL COMPLETION AND PAYMENT 15 The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. _ (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the.absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the 16 r written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or P (b) The Owner, under sealed bids, 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 i 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 IP" 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 17 t 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 an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES — Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR — Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carryout 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 18 materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the • Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 19 rl, CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO. 6262, ITEM NO. 39, APRIL 8, 1999 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.50 Air Conditioner Installer -Helper 6.25 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 12.50 Bricklayer -Helper 7.00 Carpenter 11.00 ` Carpenter -Helper 7.00 Cement Finisher 8.00 Drywall Hanger 11.00 Electrician 13.75 Electrician -Helper 7.00 �.. Equipment Operator -Heavy 9.50 Equipment Operator -Light 8.50 Floor Installer 9.50 Glazier 10.50 Insulator-Piping/Boiler 11.50 Insulator -Helper 7.00 Iron Worker 11.00 ,., Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 „ Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor Truck Driver -Light Truck Driver -Heavy 2 Hourly Rate 9.00 6.00 8.00 7.00 12.00 6.00 7.00 6.25 6.00 6.75 8.00 7.00 7.75 8.00 7.75 7.25 8.00 7.25 9.50 6.75 7.25 7.25 6.50 7.00 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D !^ Prevailing Wage Rates Legal Holiday Rate .� The rate for legal holidays shall be as required by the fair Labor Standards Act. 3 No Text U z O Q U LL w 0- U Project 01104 Specifications for the Furnishing of Materials and Labor A Landscape Site Development for the Fire Administration Complex City of Lubbock Lubbock, Texas Turner LandArchitecture, LLC 724 South Polk Street Suite 250 July 2001 Amarillo, Texas 79101 POR FIRE ADMINISTRATION COMPLEX CITY OF LUBBOCK LUBBOCK, TEXAS LIST OF DRAWINGS iii PROPOSAL TECHNICAL SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS 01010 Summary of Work 01030 Altemates 01040 Project Coordination 01200 Project Meetings 01300 Submittals 01500 Temporary Facilities 01700 Project Closeout DIVISION 2 SITE WORK 2531 Concrete Walks, Drainage Swales, and Edging 2810 Landscape Irrigation System 2830 Landscape Retaining Wall System 2920 Landscape Grading and Fill 2930 Lawn Grasses 2932 Native Grasses 2950 Trees, Shrubs and Ground Covers 2970 Landscape Maintenance and Replacement DIVISION 3 CONCRETE 03200 Concrete Reinforcement 03251 Expansion and Construction Joints 03310 Concrete Work _y FIRE ADMINISTRATION COMPLEX CITY OF LUBBOCK LUBBOCK, TEXAS LIST OF DRAWINGS COVER SHEET LANDSCAPE ARCHITECTURAL L1 HARDSCAPE SITE PLAN L2 HARDSCAPE PLANTING BED LAYOUT L3 HARDSCAPE PLANTING BED LAYOUT L4 HARDSCAPE PLANTING BED LAYOUT L5 IRRIGATION SITE PLAN L6 IRRIGATION PLAN L7 IRRIGATION PLAN L8 TURF AND TREE PLAN L9 PLANTING BEDS PLAN L10 PLANTING BEDS PLAN L11 PLANTING BEDS PLAN 0 Fire Administration Complex 01010-1 City of Lubbock Texas DIVISION 1 General Conditions 01010 Summary of Work PART 1 GENERAL RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division -1 Specification Sections, apply to this Section. PROJECT DESCRIPTION The Project consists of the landscape site development and related items located at the Fire Administration Complex, Lubbock, Texas as shown on Contract Documents prepared by Turner LandArchitecture, LLC dated June 2001. «� The Work consists of the installation of an automatic irrigation system, concrete paving/drainage structures and other site improvements are required as part of the Work. The Work includes, but is not limited to, concrete, steel reinforcing, waterproofing, landscape irrigation system, turfgrass, native grass, trees, shrubs and ground covers. CONTRACTOR USE OF PREMISES 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 construction operations with its own forces or to employ separate contractors on portions of the project. OWNER -FURNISHED ITEMS The Owner will provide the required water meter for the project. The Owner will arrange and pay for delivery of Owner -furnished items in accordance with the Contractor's Construction Schedule, and will inspect deliveries for damage. If Owner -furnished items are damaged, defective or missing, the Owner will arrange for replacement. The Owner will also arrange for manufacturer's field services, and the delivery of manufacturer's warranties and bonds to the Contractor. SCHEDULING h Irrigation and hardscape materials shall be installed and completed prior to installation of any plant materials. Permanent grass seeding may be completed in the fall if time for proper germination and growth allows, but shall not be completed later than May 31, 2002. END OF SECTION 01010 r*� Fire Administration Complex 01030-1 City of Lubbock, Texas DIVISION i General Conditions 0103o Bid Options PART 1 GENERAL RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division -1 Specification Sections, apply to this Section. SUMMARY This Section specifies administrative and procedural requirements for Bid Options. Definition: An Bid Option is an amount proposed by Bidders and stated on the Bid Form for certain construction activities defined in the Bidding Requirements that may be added to or deducted from Base Bid amount if the Owner decides to accept a corresponding change in either the amount of construction to be completed, or in the products, materials, equipment, systems or installation methods described in Contract Documents. Coordination: Coordinate related Work and modify or adjust adjacent Work as necessary to ensure that Work affected by each accepted Bid Option is complete and fully integrated into the project. Notification: Immediately following the award of the Contract, prepare and distribute to each parry involved, notification of the status of each Bid Option. Indicate whether Bid Options have been accepted, rejected or deferred for consideration at a later date. Include a complete description of negotiated modifications to Bid Options. Schedule: A "Schedule of Bid Options" is included at the end of this Section. Specification Sections referenced in the Schedule contain requirements for materials and methods necessary to achieve the Work described under each Bid Option. Include as part of each Bid Option, miscellaneous devices, accessory objects and similar items incidental to or required for a complete installation whether or not mentioned as part of the Bid Option. PART 2 PRODUCTS (Not Applicable). SCHEDULE OF BID OPTIONS Bid Option 1— Bid Option 1 shall consist of the trees for the island area due north of the main building complex as indicated on drawing L-8. The bid option is for the trees alone in this area and shall be listed as a separate cost item to be selected at the owner's discretion. i Fire Administration Complex 01030-2 City of Lubbock, Texas Bid Option 2 — Bid Option 2 shall consist of the planting and irrigation work around the detention basin north of the maintenance garage as indicated on drawing L-8. All enhancements in this area including irrigation, trees, shrubs, and grasses are to be included as a separate cost item to be selected at the owner's discretion. Bid Option 3 — Bid Option 3 shall consist of the native grass -seeding zone on the northern portion of the property as indicated on sheet L-8. The bid option is to include the fine grading and seeding of this area in the specified native grass mix as a separate cost item to be selected at the owner's discretion. Bid Option 4 — Bid Option 4 shall consist of seeding the base bid Bermuda grass area shown on drawing L-8 in Buffalo Topgun' seed in place of the Bermuda seed. The bid option is to include the fine grading and seeding of this area as specified as a separate cost item to be selected at the owner's discretion. Bid Option 5 — Bid Option 5 shall consist of seeding the base bid Bermuda grass area shown on drawing L-8 in annual Rye Grass seed by October 15, 2001 in addition to the Base Bid of seeding Bermuda Grass within the month of May, 2002. The bid option is to include the fine grading, seeding, and the killing of the rye grass before the Bermuda is seeded as specified as a separate cost item to be selected at the owner's discretion. END OF SECTION 01030 0 Fire Administration Complex 01040-1 City of Lubbock Texas DIVISION 1 Conditions of Contract 01040 Project Coordination PART 1 GENERAL RFI ATFD 110CUMENTS r Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division -1 Specification Sections, apply to this Section. R1 IMMARY This section specifies administrative and supervisory requirements necessary for Project coordination including, but not necessarily limited to: Coordination. Administrative and supervisory personnel - General installation provisions. 7 Conrdinatinn Coordinate construction activities included under various Sections of these Specifications to assure efficient and orderly installation of each part of the Work. Coordinate construction operations included under different Sections of the Specifications that are dependent upon each other for proper °u installation, connection, and operation. Where installation of one part of the Work is dependent on installation of other components, either before or after its own installation, schedule construction activities in the sequence required to obtain the best results. Where availability of space is limited, coordinate installation of different components to assure maximum accessibility for required maintenance, service and repair. Make adequate provisions to accommodate items scheduled for later installation. Where necessary, prepare memoranda for distribution to each party involved outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. Prepare similar memoranda for the Owner and separate Contractors where coordination of their Work is required. Administrative Prnc _ irec; Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: Staff amps: Within 15 days of Notice to Proceed, submit a list of the Contractor's principal staff assignments, including the Superintendent and other personnel in attendance at the site; identify individuals, their duties and responsibilities; list their addresses and telephone numbers. r-� Fire Administration Complex 01040-2 City of Lubbock, Texas Post copies of the list in the Project meeting room, the temporary field office, and each temporary telephone. PART 2 PRODUCTS (Not Applicable). PART 3 EXECUTION Insneotipn of Conditions; Require the Installer of each major component to inspect both the substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. IVInnidacturer's Inatn,c:tions: Comply with manufacturer's installation instructions and recommendations, to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents. Inspect materials or equipment immediately upon delivery and again prior to installation. Reject damaged and defective items. Provide attachmf-nt and connection devices and methods necessary for securing Work. Secure Work true to line and level. Allow for expansion and building movement. Visual Effects: Provide uniform joint widths in exposed Work. Arrange joints in exposed Work to obtain the best visual effect. Refer questionable choices to the Architect for final decision. Recheck m .asur _ments and dimensions, before starting each installation. Install each component during weather conditions and Project status that will ensure the best possible results. Isolate each part of the completed construction from incompatible material as necessary to prevent deterioration. Coordinate temporary enclosures with required inspections and tests, to minimize the necessity of uncovering completed construction for that purpose. Mounting HpightcWhere mounting heights are not indicated, install individual components at standard mounting heights recognized within the industry for the particular application indicated. Refer questionable mounting height decisions to the Architect for final decision. CLFANINr AND PROTFCTION During handling and installation, clean and protect construction in progress and adjoining materials in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. Clean and maintain completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. Fire Administration Complex City of Lubbock Texas 01040-3 t imitina xPOsurPs: Supervise construction activities to ensure that no part of the construction, completed or in progress is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. Where applicable, such exposures include, but are not limited to, the following: Excessive static or dynamic loading. Excessive internal or external pressures. Excessively high or low temperatures. Thermal shock. Excessively high or low humidity. Air contamination or pollution. Water or ice. Solvents. Chemicals. Light. Radiation. Puncture. Abrasion. Heavy traffic. Soiling, staining and corrosion. Bacteria. Rodent and insect infestation. Combustion. Electrical current. High speed operation, Improper lubrication, Unusual wear or other misuse. Contact between incompatible materials. Destructive testing. Misalignment. Excessive weathering. Unprotected storage. Improper shipping or handling.' Theft. Vandalism. END OF SECTION 01040 r Fire Administration Complex 01200-1 City of Lubbock, Texas DIVISION 1 Conditions of Contract r 01200 Project Meetings PART 1 GENERAL REIREI_�►_TFDOC: IM NTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division -1 Specification Sections, apply to this Section. This Section specifies administrative and procedural requirements for project meetings including but not limited to: Pre -Construction Conference. Pre -Installation Conferences. Coordination Meetings. Progress Meetings. are specified in another Division -1 Section PRE-GONST13l1CTION CONFERENCE ronstr�cti)n conf renc-P and organizational meeting at the Project site or other convenient location no later than 15 days after execution of the Agreement and prior to commencement of construction activities. Conduct the meeting to review responsibilities and personnel assignments. Attendees. The Owner, the Landscape Architect, and their consultants, the Contractor ands superintendent, major subcontractors, manufacturers, suppliers and other concerned parties shall each be represented at the conference by persons familiar with and authorized to conclude matters relating to the Work. Agenda: Discuss items of significance that could affect progress including such topics as: Tentative construction schedule. Critical Work sequencing. Designation of responsible personnel. +** Procedures for processing field decisions and Change Orders. . Procedures for processing Applications for Payment. Distribution of Contract Documents. Submittal of Shop Drawings, Product Data and Samples. Preparation of record documents. Use of the premises. Office, Work and storage areas. Equipment deliveries and priorities. Safety procedures. First aid. Security. Housekeeping. Working hours. 01200-2 Conduct -a -pre= Mnstallation sonf_erence at the site before each construction activity that requires coordination with other construction. The Installer and representatives of manufacturers and fabricators involved in or affected by the installation, and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise the Landscape Architect of scheduled meeting dates. Review the progress of other construction activities and preparations for the particular activity under consideration at each pre -installation conference, including requirements for. Contract Documents. Options. Related Change Orders. Purchases Deliveries. Shop Drawings, Product Data and quality control Samples. Possible conflicts. Compatibility problems. Time schedules. Weather limitations. Manufacturer's recommendations. Compatibility of materials. Acceptability of substrates. Temporary facilities. Space and access limitations. Governing regulations. Safety. Inspection and testing requirements. Required performance results. Recording requirements. Protection. Record significant discussions and agreements and disagreements of each conference, along with the approved schedule. Distribute the record of the meeting to everyone concerned, promptly, including the Owner and Landscape Architect. Do not proceed if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of Work and reconvene the conference at the earliest feasible date. (`ondi_ ct nrogreS$ meetines at the Project site at regularly scheduled intervals. Notify the Owner and Architect of scheduled meeting dates. Coordinate dates of meetings with preparation of the payment request. Attendees; In addition to representatives of the Owner and Landscape Architect, each subcontractor, supplier or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at these meetings by persons familiar with the Project and authorized to conclude matters relating to progress. 01200-3 Agenda Review and correct or approve minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the current status of the Project. Cnntractnes rnnstnictinn Schedule: Review progress since the last meeting. Determine where each activity is in relation to the Contractor's Construction Schedule, whether on time. or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. Review the present and future needs of each entity present, including such items as: Interface requirements. Time. Sequences. Deliveries. Off-site fabrication problems. Access. Site utilization. Temporary facilities and services. Hours of Work. Hazards and risks. Housekeeping. Quality and Work standards. Change Orders. Documentation of information for payment requests. Reporting: No later than 3 days after each progress meeting date, distribute copies of minutes of the meeting to each party present and to other parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. q(hPdijl,- Updating Revise the construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue the revised schedule concurrently with the report of each meeting. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION 01200 r� Fire Administration Complex 01300-1 + City of Lubbock, Texas DIVISION 1 Conditions of Contract 01300 Submittals PART 1 GENERAL RFI ATED DOCI WENT -SS Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division -1 Specification Sections, apply to this Section. SUMMARY M This Section specifies administrative and procedural requirements for submittals required for performance of the Work, including; Contractor's construction schedule. Submittal schedule. Daily construction reports. - .. Shop Drawings. Product Data. Samples. Administrative Submittal c: Refer to other Division -1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to: Permits. Applications for payment. Performance and payment bonds. Insurance certificates. List of Subcontractors. The Schedule of Values submittal is included in Section "Applications for Payment." Inspection and test reports are included in Section "Quality Control Services." Submittal of Project photographs is included under Section "Construction Photographs." roordinatinnCoordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance ofperformance of related construction activities to avoid delay. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that requires sequential activity. h r Fire Administration Complex 01300-2 City of Lubbock, Texas Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. The Landscape Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. Allow two weeks for initial review. Allow additional time if processing must be. delayed to permit coordination with subsequent submittals. The Landscape Architect will promptly advise the Contractor when a submittal being processed must be delayed for coordination. If an intermediate submittal is necessary, process the same as the initial submittal. Allow two weeks for reprocessing each submittal. No extension of Contract Time will be authorized because of failure to transmit submittals to the Landscape Architect sufficiently in advance of the Work to permit processing. Si ihimittal Preparations Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. Provide a space approximately 4" x 5" on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. Include the following information on the label for processing and recording action taken. Project name. Date. Name and address of Landscape Architect. Name and address of Contractor. Name and address of subcontractor. Name and address of supplier. Name of manufacturer. Number and title of appropriate Specification Section. Drawing number and detail references, as appropriate. Suhmittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from Contractor to Landscape Architect using a transmittal form. Submittals received from sources other than the Contractor will be returned without action. On the transmittal Record relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including minor variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. Transmi al Form: Use AIA Document G 810. Trancmittal Form: Use the sample form at the end of this Section for transmittal of submittals. OONTRAMR'S GONSTRIJC:TION SCHFD_I I F RnhPd I Prepare a fully developed, horizontal bar- chart type Contractor's construction schedule. Submit within 30 days of the date established for "Commencement of the Work". Provide a separate time bar for each significant construction activity. Provide a continuous vertical line to identify the first working day of each week. Use the same breakdown of units of the Work as Fire Administration Complex 01300-3 City of Lubbock. Texas indicated in the "Schedule of Values". ., Within each time bar indicate estimated completion percentage in 10 percent increments. As Work progresses, place a contrasting mark in each bar to indicate Actual Completion. Prepare the schedule on a sheet, or series of sheets, of stable transparency, or other reproducible media, of sufficient width to show data for the entire construction period. Secure time commitments for performing critical elements of the Work from parties involved. Coordinate each element on the schedule with other construction activities; include minor elements involved in the sequence of the Work. Show each activity in proper sequence. Indicate graphically sequences necessary for completion of related portions of the Work. Coordinate the Contractor's construction schedule with the schedule of values, list of subcontracts, F submittal schedule, progress reports, payment requests and other schedules. Indicate completion in advance of the date established for Substantial Completion. Indicate Substantial Completion on the schedule to allow time for the Landscape Architect's procedures necessary for certification of Substantial Completion. have completed their assigned portion of the Work and are no longer involved in construction activities. Scheduie lJpda ing: Revise the schedule after each meeting or activity, where revisions have been recognized or made. Issue the updated schedule concurrently with report of each meeting. SUBMITTAL SC EDULE -: -After development and acceptance of the Contractor's construction schedule prepare a complete schedule of submittals. Submit the schedule within 1`O days of the date required for establishment of the Contractor's construction schedule. Coordinate submittal schedule with the list of subcontracts, schedule of values and the list of products as well as the Contractor's construction schedule. Prepare the schedule in chronological order, include submittals required during the first 90 days of construction. Provide the following information: Scheduled date for the first submittal. Related Section number. Submittal category. Name of subcontractor. Description of the part of the Work covered. Scheduled date for resubmittal Scheduled date the Landscape Architect's final release or approval. Distrih,dion: Following response to initial submittal, print and distribute copies to the Landscape Architect, Owner, subcontractors, and other parties required to comply with submittal dates indicated. Post copies in the Project meeting room and field office. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. Schede dp Updating: dating: Revise the schedule after each meeting or activity, where revisions have been ,�„ recognized or made. Issue the updated schedule concurrently with report of each meeting. Fire Administration Complex 01300-4 City of Lubbock, Texas Orders and requests of governing authorities. Change Orders received, implemented. Services connected, disconnected. Equipment or system tests and start-ups. Partial Completions, occupancies. Substantial Completions authorized. Submit newly prepared information, drawn to accurate scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not considered Shop Drawings. Shop Drawings include fabrication and installation drawings, setting diagrams, schedules, patterns, templates and similar drawings. Include the following information: Dimensions. Identification of products and materials included. Compliance with specified standards. Notation of coordination requirements. Notation of dimensions established by field measurement. Sheet -Size Except for templates, patterns and similar full- size Drawings, submit Shop Drawings on sheets at least 8-1/2" x 11 " but no larger than 24" x 36"". Initial Siihmittai: Submit one correctable translucent reproducible print and one blue- or black -line print for the Landscape Architect's review; the reproducible print will be returned. IrLal S►ihmittal: Submit 2 blue- or black -line prints for the Landscape Architect's review; one will be returned. Final Suhmittal: Submit 3 blue- -line prints and 2 additional prints where required for maintenance manuals, plus the number of prints needed by the Landscape Architect for distribution. 2 prints will be retained; the remainder returned. One of the prints returned shall be marked -up and maintained as a "Record Document". Do not use Shop Drawings without an appropriate final stamp indicating action taken in connection with construction. Cpordination drawings are a special type of Shop Drawing that show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or function as intended. Preparation of coordination Drawings is specified in section "Project Coordination" and may include components previously shown in detail on Shop Drawings or Product Data. Submit coordination Drawings for integration of different construction elements. Show sequences and relationships of separate components to avoid conflicts in use of space. P" Fire Administration Complex 01300-5 City of Lubbock, Texas PROD( ICT DATA Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams and performance curves. Where Product Data must be specially prepared because standard printed data is not suitable for use, submit as "Shop Drawings." Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products, some of which are not required, mark copies to indicate the applicable information. Include the following information: Manufacturer's printed recommendations. Compliance with recognized trade association standards. Compliance with recognized testing agency standards. Application of testing agency labels and seals. Notation of dimensions verified by field measurement. Notation of coordination requirements. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. Preliminary Submittal: Submit a preliminary single -copy of Product Data where selection of options is required. SI!brn' alcSubmit 2 copies of each required submittal; submit 4 copies where required for maintenance manuals. The Landscape Architect will retain one, and will return the other marked with action taken and corrections or modifications required. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. Distributions Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators; and others required for performance of construction activities. Show distribution on transmittal forms. Do not proceed with installation until an applicable copy of Product Data applicable is in the installer's possession. Do not permit use of unmarked copies of Product Data in connection with construction. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture and pattern. Mount, display, or package Samples in the manner specified to .facilitate review of qualities indicated. Prepare Samples to match the Landscape Architect's Sample. Include the following: Generic description of the Sample. Sample source. Product name or name of manufacturer. Compliance with recognized standards. y Fire Administration Complex 01300-6 City of Lubbock, Texas Availability and delivery time. Submit Samples for review of kind, color, pattern, and texture, for a final check of these characteristics with other elements, and for a comparison of these characteristics between the final submittal and the actual component as delivered and installed. Where variation in color, pattern, texture or other characteristics are inherent in the material or product represented, submit multiple units (not less than 3), that show approximate limits of the variations. PmliminaTgiffimittalc• Where Samples are for selection of color, pattern, texture or similar characteristics from a range of standard choices, submit a full set of choices for the material or product. Preliminary submittals will be reviewed and returned with the Landscape Architect's mark indicating selection and other action. Submittal-, Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation and similar characteristics, submit 3 sets; one will be returned marked with the action taken. Maintain sets of Samples, as returned, at the Project site, for quality comparisons throughout the course of construction. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. Sample sets may be used to obtain final acceptance of the construction associated with each set. Distpbutinn of R mmplPs: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. Field Samples specified in individual Sections are special types of Samples. Field Samples are full-size examples erected on site to illustrate finishes, coatings, or finish materials and to establish the standard by which the Work will be judged. Comply with submittal requirements to the fullest extent possible. Process transmittal forms to provide a record of activity. II_1Nl rte • . Except for submittals for record, information or similar purposes, where action and return is required or requested, the Landscape Architect will review each submittal, mark to indicate action taken, and return promptly. Compliance with specified characteristics is the Contractor's responsibility, Action Stamp: The Landscape Architect will stamp each submittal with a uniform, self-explanatory action stamp. The stamp will be appropriately marked, as follows, to indicate the action taken: Final tlnrestrictM RPlpaca• Where submittals are marked "Approved," that part of the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents; final acceptance will depend upon that compliance. Fire Administration Complex 01300-7 City of Lubbock, Texas Final-Rirt-R strictpd Ralpacp• When submittals are marked "Approved as Noted," that part of the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents; final acceptance will depend on that compliance. RAhimpd for Rest ihmittal; When submittal is marked "Not Approved, Revise and Resubmit," do not proceed with that part of the Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal in accordance with the notations; resubmit without delay. Repeat if necessary to obtain a different action mark. Do not permit submittals marked "Not Approved, Revise and Resubmit" to be used at the Project site, or elsewhere where Work is in progress. Other Action: Where a submittal is primarily for information or record purposes, special processing or other activity, the submittal will be returned, marked "Action Not Required". PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION 01300 Fire Administration Complex 01500-1 City of Lubbock. Texas DIVISION 1 Conditions of Contract 01500 Temporary Facilities PART 1 GENERAL RFLATED DOC:I IMFNTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division -1 Specification Sections, apply to this Section. SUMMARY This Section specifies requirements for temporary services and facilities, including utilities, construction and support facilities, security and protection if said services are required to complete this contract and have not previously installed or in place. TAmpnrarV 11tilitie required include but are not limited to: Water service and distribution. Temporary electric power and light. Telephone service. Storm and sanitary sewer. Tempnrar•nngtnictinn and _Suppnrt facilitit required include but are not limited to: Temporary heat. Field offices and storage sheds. Temporary roads and paving. Sanitary facilities, including drinking water. Dewatering facilities and drains. Temporary enclosures. Hoists and temporary elevator use. Temporary Project identification signs and bulletin boards. Waste disposal services. Rodent and pest control. Construction aids and miscellaneous services and facilities. SecuritV and protection far-ilitiP¢ required include but are not limited to: warning signs, lights. Environmental protection. Fire Administration Complex 01500-2 City of Lubbock, Texas SURMITrAIS QUALITYSSI ]RANGE Rpu lations: Comply with industry standards and applicable laws and regulations if authorities having jurisdiction, including but not limited to: Building Code requirements. Health and safety regulations. Utility company regulations. Police, Fire Department and Rescue Squad rules. Environmental protection regulations. PROJFCT CONDITIONS Conditions of I Ise; Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities, or permit them to interfere with progress. Do not allow hazardous dangerous or unsanitary conditions, or public nuisances to develop or persist on the site. PART 2 MATERIALS General: Provide new materials; if acceptable to the Landscape Landscape Architect, undamaged previously used materials in serviceable condition may be used. Provide materials suitable for the use intended. — Lumber er and PIXwond: Comply with requirements in Division -6 Section "Rough Carpentry." For job -built temporary offices, shops and sheds within the construction area, provide UL labeled, fire treated lumber and plywood for framing, sheathing and siding. For signs and directory boards, provide exterior type, Grade B -B High Density Concrete Form Overlay Plywood conforming to PS -1, of sizes and thickness indicated. For fences and vision barriers, provide exterior type, minimum 3/8" thick plywood. For safety barriers, sidewalk bridges and similar uses, provide FOI )I PM_FNT General: Provide new equipment; if acceptable to the Landscape Landscape Architect, undamaged, previously used equipment in serviceable condition may be used. Provide equipment suitable for use intended. Water Hops: Provide 3/4" heavy-duty, abrasion -resistant, flexible rubber hoses 100 ft. long, with pressure rating greater than the maximum pressure of the water distribution system; provide adjustable shut-off nozzles at hose discharge. Flectiiral 01 ftlets: Provide properly configured NEMA polarized outlets to prevent insertion of 110-120 volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground -fault circuit interrupters, reset button and pilot light, for connection of power tools and equipment. Fre Administration Complex 01500-3 City of Lubbock. Texas Flectdr_al Power Cords: Provide grounded extension cords; use "hard -service° cords where exposed to ,.� abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords, if single lengths will not reach areas where construction activities are in progress. Imps and Liqht Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered glass enclosures, where exposed to breakage. Provide exterior fixtures where exposed to moisture. .�, Heating I Initc• Provide temporary heating units that have been tested and labeled by UL, FM or another recognized trade association related to the type of fuel being consumed. Temporary_Offices• Provide prefabricated or mobile units or similar job -built construction with lockable entrances, operable windows and serviceable finishes. Provide heated and air-. conditioned units on foundations adequate for normal loading. "w Temnprary Toilet Units• Provide self-contained single -occupant toilet units of the chemical, aerated recirculation, or combustion type, properly vented and fully enclosed with a glass fiber reinforced polyester shell or similar nonabsorbent material. First Aid Supplies: Comply with governing regulations. Fire Extinguishers: Provide hand -carried, portable UL -rated, class "A" fire extinguishers for temporary offices and similar spaces. In other locations provide hand -carried, portable, UL -rated, class "ABC" dry chemical extinguishers, or a combination of extinguishers of NFPA recommended classes for the exposures. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. PART 3 EXECUTION IN$TAl 1 ATION Use Project ado uatedfor installation of temporary facilities. Locate facilities where they will serve the q personnel q y result in minimum interference with performance of the Work. Relocate and modify facilities as required. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed, or are replaced by authorized use of completed permanent facilities. Provide facilities required to complete this project if they have not already been installed or are not available for the Contractor's use. TEMPORARY I ITH ITY INSTAL I ATION General: Engage the appropriate local utility company to install temporary service or connect to existing service. Where the company provides only part of the service, provide the remainder with matching, compatible materials and equipment; comply with the company's recommendations. Arrange with the company and existing users for a time when service can be interrupted, where necessary, to make connections for temporary services. Provide adequate capacity at each stage of construction. Prior to temporary utility availability, provide r Fire Administration Complex 01500-4 City of Lubbock Texas trucked -in services. Obtain easements to bring temporary utilities to the site, where the Owner's easements cannot be used for that purpose. Use C:haro _c: Cost or use charges for temporary facilities are not chargeable to the Owner or Landscape Architect, and will not be accepted as a basis of claims for a Change Order. Water Service: If required, install water service and distribution piping of sizes and pressures adequate for construction until permanent water service is in use. Sterilization: Sterilize temporary water piping prior to use. Temporary ReGtric Power Servi _ : Provide weatherproof, grounded electric power service and distribution system of sufficient size, capacity, and power characteristics during construction period. Include meters, transformers, overload protected disconnects, automatic ground -fault interrupters and main distribution switch gear. Except where overhead service must be used, install electric power service underground. Power Dictrihution S�Prn: Install wiring overhead, and rise vertically where least exposed to damage. Where permitted, wiring circuits not exceeding 125 Volts, AC 20 ampere rating, and lighting circuits may be nonmetallic sheathed cable where overhead and exposed for surveillance. Temporary Whenever overhead floor or roof deck has been installed, provide temporary lighting with local switching. Install and operate temporary lighting that will fulfill security and protection requirements, without operating the entire system, and will provide adequate illumination for construction operations and traffic conditions. Tam�ry Telephones= Provide temporary telephone service for all personnel engaged in construction activities, throughout the construction period. Install telephone on a separate line for each temporary office and first aid station. Where an office has more than two occupants, install a telephone for each additional occupant or pair of occupants. In lieu of the installation of a temporary telephone land line, a cellular telephone may be utilized to satisfy the requirements of this section. At each telephone, post a list of important telephone numbers. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If sewers are not available or cannot be used, provide drainage ditches, dry wells, stabilization ponds and similar facilities. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off the site in a lawful manner. Filter out excessive amounts of soil, construction debris, chemicals, oils and similar contaminants that might clog sewers or pollute waterways before discharge. Connect temporary sewers to the municipal system as directed by the sewer department officials. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy use, restore normal conditions promptly. Provide earthen embankments and similar barriers in and around excavations and subgrade construction, Fire Administration Complex 01500-5 City of Lubbock, Texas sufficient to prevent flooding by runoff of storm water from heavy rains. Locate field offices, storage sheds, sanitary facilities and other temporary construction and support facilities for easy access. Maintain temporary construction and support facilities until near Substantial Completion. Remove prior to Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to the Owner. Provide incombustible construction for offices, shops and sheds located within the construction area, or within 30 feet of building lines. Comply with requirements of NFPA 241. Temporay Heat: Provide temporary heat required by construction activities, for curing or drying of completed installations or protection of installed construction from adverse effects of low temperatures or high humidity. Select safe equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce the ambient condition required and minimize consumption of energy- Heatinq Faciliti Except where use of the permanent system is authorized, provide vented self-contained w. LP gas or fuel oil heaters with individual space thermostatic control. Use of gasoline-buming space heaters, open flame, or salamander type heating units is prohibited. Field Of iicesr Provide insulated, weathertight temporary offices of sufficient size to accommodate required y office personnel at the Project site. Keep the office clean and orderly for use for small progress meetings. Fumish and equip offices as follows: r Storage and Fabrication Shedse Install storage and fabrication sheds, sized, fumished and equipped to accommodate materials and equipment involved, including temporary utility service. Sheds may be open shelters or fully enclosed spaces within the building or elsewhere on the site. Temporan Paving: Construct and maintain temporary roads and paving to adequately support the indicated loading and to withstand exposure to traffic during the construction period. Locate temporary paving for roads, storage areas and parking where the same permanent facilities will be located. Review proposed modifications to permanent paving with the Landscape Architect. Coordinate temporary paving development with subgrade grading, compaction, installation and stabilization of subbase, and installation of base and finish courses of permanent paving. Install temporary paving to minimize the need to rework the installations and to result in permanent roads and paved areas that are without damage or deterioration when occupied by the Owner. Delay installation of the final course of permanent asphalt concrete paving until immediately before Substantial Completion. Coordinate with weather conditions to avoid unsatisfactory results. Extend temporary paving in and around the construction area as necessary to accommodate delivery and storage of materials, equipment usage, administration and supervision. Sanitaty facilitiPc include temporary toilets, wash facilities and drinking water fixtures. Comply with 0 0 Fire Administration Complex 01500-6 City of Lubbock, Texas regulations and health codes for the type, number, location, operation and maintenance of fixtures and facilities. Install where facilities will best serve the Project's needs. Provide toilet tissue, paper towels, paper cups and similar disposable materials for each facility. Provide covered waste containers for used material. Ioiletw Use of the Owner's existing toilet facilities will be permitted, so long as facilities are cleaned and maintained in a condition acceptable to the Owner. At Substantial Completion, restore these facilities to the condition prevalent at the time of initial use. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. Use of pit -type privies will not be permitted. Wash Facilities: Install wash facilities supplied with potable water at convenient locations for personnel involved in handling materials that require wash-up for a healthy and sanitary condition. Dispose of drainage properly. Supply cleaning compounds appropriate for each condition. Dnp Water EaCilities: Provide containerized tap -dispenser bottled -water type drinking water units, including paper supply. Dewatering EaCilities and Drains- For temporary drainage and dewatering facilities and operations not directly associated with construction activities included under individual Sections, comply with dewatering requirements of applicable Division -2 Sections. Where feasible, utilize the same facilities. Maintain the site, excavations and construction free of water. TernRrary Fnclonur x- Provide temporary enclosure for protection of construction in progress and completed, from exposure, foul weather, other construction operations and similar activities. - Where heat is needed and the permanent building enclosure is not complete, provide temporary enclosures where there is no other provision for containment of heat. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects. Install tarpaulins securely, with incombustible wood framing and other materials. Close openings of 25 square feet or less with plywood or similar materials. Project Identification and Temporary Signs- Prepare project identification and other signs of the size indicated; install signs where indicated to inform the public and persons seeking entrance to the Project. Support on posts or framing of preservative treated wood or steel. Do not permit installation of unauthorized signs. Prooect Identification Signs- Engage an experienced sign painter to apply graphics. Comply with details indicated. Collection and Disposal of Waste: Collect waste from construction areas and elsewhere daily. Comply with requirements of NFPA 241 for removal of combustible waste material and debris. Enforce -- requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when the temperature is expected to rise above 80 deg F (27 deg C). Handle hazardous, dangerous, or unsanitary waste materials separately from other waste by containerizing property. Dispose of material in a lawful _ manner. Temporary Fire Protection- Until fire protection needs are supplied by permanent facilities, install and maintain temporary fire protection facilities of the types needed to protect against reasonably predictable Fire Administration Complex !* City of Lubbock Texas 01500-7 and controllable fire losses. Comply with NFPA 10 "Standard for Portable Fire Extinguishers," and NFPA 241 "Standard for Safeguarding Construction, Alterations and Demolition Operations." Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near each usable stairwell. Store combustible materials in containers in fire -safe locations. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protection facilities, stairways and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas. Provide supervision of welding operations, combustiontype temporary heating units, and similar sources of fire ignition. Security Fnclncure ^nrr i o k p Install substantial temporary p nary enclosure of partially completed areas of construction. Provide locking entrances to prevent unauthorized entrance, vandalism, theft and similar violations of security. Storage: Where materials and equipment must be stored, and are of value or attractive for theft, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity for theft and vandalism. Environmental protection: Provide protection, operate temporary facilities and conduct construction in ways and by methods that comply with environmental regulations, and minimize the possibility that air, waterways and subsoil might be contaminated or polluted, or that other undesirable effemight result. Avoid use of tools and equipment, which produce harmful noise. Restrict use of noise making tools and cts equipment to hours that will minimize complaints from persons or firms near the site. Comply with all provisions of the EPA National Pollution Discharge Elimination Standard (NPDES) and all measures shown and required on the soil erosion and sedimentation control plan. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage by freezing temperatures and similar elements. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation and similar facilities on a 24-hour day basis where required to achieve indicated results and to avoid possibility of damage. Protection• Prevent water filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. Termination and Removal: Unless the Landscape Architect requests that it be maintained longer, remove each temporary facility when the need has ended, or when replaced by authorized use of a permanent .� facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the temporary facility. Repair damaged Work, a clean exposed surfaces and replace construction that cannot be satisfactorily repaired. *� Materials and facilities that constitute temporary facilities are , roe rty reserves the right to take possession of Project identification signs. of the Contractor. The Owner 01500-8 Fire Administration Complex City of Lubbock Texas Where the area is intended for landscape development, remove soil and aggregate fill that does not comply with requirements for fill or subsoil in the area Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances, which might impair growth of plant materials or lawns. Repair or replace street paving, curbs and sidewalks at the temporary entrances, as required by the governing authority. At Substantial Completion, clean and renovate permanent facilities that have been used during the construction period. END OF SECTION 01500 I Fire Administration Complex 01700-1 City of Lubbock, Texas DIVISION 1 Conditions of Contract 01700 Project Closeout PART 1 GENERAL RFI ATFD DQr-(lMFNTQ Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division -1 Specification Sections, apply to this Section. SUMMARY This Section specifies administrative and procedural requirements for project closeout, including but not limited to: Inspection procedures. Project record document submittal. Operating and maintenance manual submittal. Submittal of warranties and "As Built" drawings. Final cleaning. r Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions -2 through -16. Preliminary ProCxhires: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. Advise Owner of pending insurance change -over requirements Submit specific warranties, workmanship bonds, maintenance agreements, final certifications and similar documents. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities; include occupancy pen -nits, operating certificates and similar releases. Make final change -over of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of change -over in security provisions. Complete start-up testing of systems, and instruction of the Owner's operating and maintenance personnel. Discontinue or change over and remove temporary facilities from the site, along with construction tools, mock-ups, and similar elements. Complete final clean up requirements, including touch-up painting. Touch-up and otherwise repair and restore marred exposed finishes. Inspection Pronediimn: On receipt of a request for inspection, the Landscape Architect will either proceed with inspection or advise the Contractor of unfilled requirements. The Landscape Architect will prepare the Certificate of Substantial Completion following inspection, or advise the Contractor of construction that _ _. must be completed or corrected before the certificate will be issued. Fire Administration Complex 01700-2 City of Lubbock Texas The Landscape Architect will repeat inspection when requested and assured that the Work has been substantially completed. Results of the completed inspection will form the basis of requirements for final acceptance. preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. Submit a certified copy of the Landscape Architect's final inspection list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, and the list has been endorsed and dated by the Landscape Architect. Submit consent of surety to final payment. Submit evidence of final, continuing insurance coverage complying with insurance requirements. RPincpectien Procedure: The Landscape Architect will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except items whose completion has been delayed because of circumstances acceptable to the Landscape Architect. Upon completion of reinspection, the Landscape Architect will prepare a certificate of final acceptance, or advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. If necessary, reinspection will be repeated. ('meral: Do not use record documents for construction purposes; protect from deterioration and loss in a secure, fire -resistive location; provide access to record documents for the Landscape Architect's reference during normal working hours. Record Drawings Maintain a clean, undamaged set of blue or black line white -prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark whichever drawing is most capable of showing conditions fully and accurately; where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. Mark record sets with red erasable pencil; use other colors to distinguish between variations in separate categories of the Work. Mark new information that is important to the Owner, but was not shown on Contract Drawings or Shop Drawings. - Fire Administration Complex 01700-3 City of Lubbock, Texas Note related Change Order numbers where applicable. Organize record drawing sheets into manageable sets, bind with durable paper cover sheets, and print suitable titles, dates and other identification on the cover of each set. Recnrd Specifications:. Maintain one complete copy of the Project Manual, including addenda, and one copy of other written construction documents such as Change Orders and modifications issued in printed G form during construction. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. Give particular attention to substitutions, selection of options and similar information on elements that are concealed or cannot otherwise be readily discerned later by direct observation. Note related record drawing information and Product Data. Upon completion of the Work, submit record Specifications to the Landscape Architect for the Owner's records. Record Prod,ld Data: Maintain one copy of each Product Data submittal. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the site, and from the manufacturer's installation instructions and recommendations. Give particular attention to concealed products and portions of the Work, which cannot ' otherwise be readily discerned later by direct observation. Note related Change Orders and mark-up of record drawings and Specifications. "^ Upon completion of mark-up, submit complete set of record Product Data to the Landscape Architect for the Owner's records. Rpnord Sample_ Submitted: Immediately prior to the date or dates of Substantial Completion, the Contractor will meet at the site with the Landscape Architect and the Owner's personnel to determine which of the submitted Samples that have been maintained during progress of the Work are to be transmitted to the Owner for record purposes. Comply with delivery to the Owner's Sample storage area. MiSCellanem is Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record-keeping and submittals in connection with actual performance of the Work. Immediately prior to the •* date or dates of Substantial Completion, complete miscellaneous records and place in good order, property identified and bound or filed, ready for continued use and reference. Submit to the Landscape Architect for the Owner's records. Maintenance Manuals Organize operating and maintenance data into suitable sets of manageable size. Bind property indexed data in individual heavy-duty 2 -inch, 3 -ring vinyl -covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: Emergency instructions. Spare parts list. Copies of warranties. Wiring/Piping diagrams. Recommended "tum around" cycles. Inspection procedures. Shop Drawings and Product Data. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION Fire Administration Complex 01700-4 City of Lubbock, Texas _ [:I OSFn11T PROCIM IRES Operating and Maintenanr.P Instnictions: Arrange for each installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. If installers are not experienced in procedures, provide instruction by manufacturer's representatives. Include a detailed review of the following items: Maintenance manuals. Record documents. Spare parts and materials. Tools. Lubricants. Fuels. Identification systems. Control sequences. Hazards. Cleaning. Warranties and bonds. Maintenance agreements and similar continuing commitments. As part of instruction for operating equipment, demonstrate the following procedures: Start-up. Shutdown. Emergency operations. Noise and vibration adjustments. Safety procedures. Economy and efficiency adjustments. Effective energy utilization. General: General cleaning during construction is required by .the General Conditions and included in Section "Temporary Facilities". Cleaning: Employ experienced workers or professional cleaners for final cleaning. Comply with manufacturer's instructions. Complete the following cleaning operations before requesting inspection for Certification of Substantial Completion. Remove labels that are not permanent labels. Clean exposed exterior hard -surfaced finishes to a dust -free condition, free of stains, films and similar foreign substances. Restore reflective surfaces to their original reflective condition. Leave concrete paving broom clean. Clean the site, including landscape development areas, of rubbish, litter and other foreign substances. Sweep paved areas broom clean; remove stains, spills and other foreign deposits. Rake grounds that are neither paved nor planted, to a smooth even -textured surface. Removal of protPntiore Remove temporary protection and facilities installed for protection of the Work during construction. Fire Administration Complex 01700-5 City of Lubbock. Texas C:nmpliancef Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not bum waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. Where extra materials of value remaining after completion of associated Work have become the Owner's property, arrange for disposition of these materials as directed. END OF SECTION 01700 r ii Fire Administration Complex 02531-1 City of Lubbock, Texas DIVISION 2 SITE WORK 02531 CONCRETE WALKS, DRAINAGE SWALES AND EDGING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. The general provisions of the Contract, including General Conditions, Supplementary Conditions, and Special Conditions, if any, apply to the work specified in this section. 1.02 SUBMITTALS A. Test Reports: 1. Reports of Portland cement concrete compression yield and air content tests listed in ASTM C94. B. Certificates: Manufacturer's certification that products meet specification requirements. C. In accordance with Contract Conditions and Section 01300. 1.03 TESTING A. Samples taken from each pour consisting of 1 set of 3 cylinders for each 50 cu. yds. of concrete in accordance with ASTM C172. B. Test one cylinder for 7 day and 2 cylinders for 28 day compressive strength. C. Tests paid for by General Contractor. Retesting paid for by Contractor. D. Quality of Concrete: 1. Strength: Minimum 28 day compressive strength of 3000 lbs. Per square inch unless otherwise shown on drawings. 2. The Contractor shall assume all responsibility for strength, consistency, cement ratio and handling of concrete. 3. Slump: Use concrete with slump, not to exceed 3 inches when vibration equipment is used, and in no case should the slumps exceed 6 inches. Maintain a test cone at the job at all times for use by the Landscape Architect. 4. In general, improve workability of concrete by adjusting grading rather than by adding water. UNDER NO CIRCUMSTANCES WILL WATER BE ADDED ON THE JOB. 1.04 ENVIRONMENTAL CONDITIONS A. Portland Cement Concrete: 1. Allowable concrete temperatures. a. Cold weather. Maximum and minimum, ASTM C94. b. Hot weather. Maximum concrete temperature 90° F (32° C.). 2. Do not place concrete during rain, sleet, or snow. 3. Do not place concrete when temperature is 40° Fahrenheit and falling unless provisions are made to control temperature at job site. 1.05 PROTECTION A. Protect concrete from traffic for a minimum of 7 days. 1.06 ACCESSIBLITY STANDARDS FOR WALKS A. Longitudinal slope on walks shall not exceed 5% or 1:20 B. Lateral or Cross -slope on walks shall not exceed 2% or 1 /4inch per foot. C. All surfaces shall be medium broom finish or as directed. r i Fire Administration Complex City of Lubbock, Texas PART 2 MATERIALS 2.01 MATERIALS 02531-2 A. Ready Mixed Concrete: ASTM C94. 1. Portland Cement: ASTM C150 Type I for all concrete. 2. Aggregates: a. Fine, ASTM 33 washed sand. b. Coarse, ASTM 33 clean hard crushed stone or washed gravel, maximum size 1" inch, 3/4 inch for slabs 4 inches thick or less. 3. Admixtures: Air entrainment: ASTM C260 - Air entraining 4 to 6% by volume. a. All concrete exposed to weather. b. No other admixture shall be used. 4. Slump: Not to exceed 6". 5. Strength: 28 day compressive strength of 3000 psi. B. Curing Materials: Kure -N -Seal as manufactured by Sonnebom Building Products. C. Expansion Joint Fillers: 1. ASTM D1751, preformed resilient bituminous type or 2. 1x4/1x6 Clear Heart Redwood or Cedar D. Reinforcing: Furnished under Section 03200 and Section 03241. E. Sealants and Primer: specified in Section 07900. PART 3 EXECUTION 3.01 INSPECTION A. Verify that rough grade earthwork is completed to correct line and grade. B. Do not commence work until conditions are satisfactory. C. Place no concrete until the following items have been inspected and approved. 1. Excavations and/or forms. 2. Expansion joints. 3. Reinforcing steel. 4. Irrigation system sleeves. 5. Layout of work. 3.02 GRADING A. Provide fine grading, smooth, compacted and free of frost or excessive moisture. B. Install sand or bottom ash fill to proper grade. 3.03 INSTALLATION A. Cast -in -Place Concrete: 1. Set forms to line and grade. 2. Install forms over full length of walks. 3. Maximum length of construction between joints: 30 ft. 4. Expansion Joint'Reinforcing Bars: a. #5 Smooth bars (5/8" dia.) 0 18" on center. Furnished under Section 03200. b. Installed in accordance with Section 03200. 5. Form construction joints using edging tools. ' 6. Install expansion joint material at no greater spacing than 30' on center. 7. Place concrete in position without separation of concrete materials. 8. Consolidate concrete with mechanical vibrators. Jitterbug is not allowed. 9. Edges and joints finished with edging tools. 10. Finish exposed surfaces with broom finish. 11. Apply curing material in two coats in accordance with manufacturer's directions. I Am Fire Administration Complex 02531-3 City of Lubbock, Texas 3.04 PATCHING A. Patch to match material, color and texture of surrounding area. B. Replace defective work. END OF SECTION 02531 Fire Administration Complex 02810-1 ems, City of Lubbock, Texas DIVISION 2 SITE WORK 02810 LANDSCAPE IRRIGATION SYSTEMS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. The general provisions of the Contract, including General Conditions, Supplementary Conditions, Special Conditions, and Division 1 Sections, if any, apply to the work specified in this section. B. SECTION 02930/31 LAWN GRASS SEEDED/SODDED SECTION 02950 TREES, SHRUBS AND GROUND COVERS SECTION 02970 LANDSCAPE MAINTENANCE AND REPLACEMENT 1.02 SCOPE OF WORK A. The work under this section of the specifications entitled "Irrigation System" consists of furnishing all materials, supervision, labor, equipment, appliances and services necessary for and incidental to completing all operations in m- connection with these specifications and the applicable drawings, and subject to the terms of the Contract. In general the work shall include, but not be limited to, the following within the Contract limit line. 1.03 DRAWINGS AND SPECIFICATIONS A. The drawings and specifications are intended to describe a complete work and are essential parts of the contract. A requirement occurring in any of them is binding. In case of discrepancies, plans shall govern over specifications. The contractor shall not take advantage of any apparent omission in the plans and specifications and the Landscape Architect shall be permitted to make such corrections or interpretations as may be deemed �+ necessary for the fulfillment of the intent of the plans and specifications. In the event the contractor discovers an apparent error or discrepancy, he shall immediately call this to the attention of the Landscape Architect. Manufacturer's specifications and installation instructions of all equipment supplied shall become part of these specifications. If additional sprinkler heads are necessary to provide full and complete coverage, they will be provided and installed by the contractor with no additional cost to the owner. 1.04 SITE INSPECTION A. Before submitting his bid, the Irrigation Contractor shall visit the site and examine all existing conditions on which his work might depend. He shall report to the Landscape Architect any condition, which might prevent him from installing his equipment in the manner intended. 1.05 SUBSTITUTIONS A. Substitutions of materials will not be permitted. 1.06 OPERATION AND MAINTENANCE INSTRUCTIONS A. Prior to final acceptance, the contractor shall supply to the owner an operations manual complete with manufacturer's catalog sheets fully describing the performance of the installed equipment and "as built" . drawings. 1.07 WARRANTY AND GUARANTEE A. Materials and workmanship shall be fully guaranteed for one (1) year after final acceptance. Replacement of defective materials or repairs of work shall be done at no expense to the owner during this first year after installation, except repairs or replacements necessitated by damage beyond the contractor's control. S Fire Administration Complex 02810-2 City of Lubbock, Texas _. B. Maintenance of the system, i.e. raising and lowering heads to compensate for lawn and shrub growth, cleaning and adjustment of heads, shall be given to the owner for one year after completion of the installation as a part of this contract. C. Backfilling of all excavations shall be guaranteed. If at any time during the one year period of warranty, trenches should settle, the contractor shall return and repair any settling where excavation was made by him at no expense to the owner and as part of this contract. However, the responsibility of the contractor shall not include washing due to rain. D. Maintenance and guarantee as stated above do not include alterations necessitated by re -landscaping, addition of trees, or the like. Further maintenance does not include trimming grass around heads or any service required due to lack of owner's maintenance of the lawn and plants. It is also expressly understood that the guarantee and maintenance do not cover mechanical damage (breakage) or any repairs needed for causes beyond the control of the contractor. E. Water will be available for all necessary testing, flushing and jetting at no expense to the contractor. F. Connection to the electrical supply of 115 volt AC will be the responsibility of the irrigation contractor. This shall be coordinated with owner's staff. 1.08 LANDSCAPE IRRIGATOR A. A Texas Licensed Landscape Irrigator shall have direct supervision and control of all irrigation system installation. PART 2 MATERIALS 2.01 PIPE A. Polyvinyl chloride pipe (PVC) shall conform to ASTMD2240. 1. Marking and identification of all PVC pipe shall be continuously and permanently marked with the following information: Manufacturer's name, pipe size, type of pipe and material, SDT number, product standard number and the National Sanitation Foundation seal. 2. All fittings shall be Schedule 40 and of the same material as the PVC pipe specified. B. Sprinkler mains are that portion of pipe from water source to operating valves. This portion of the piping is subject to surges, being a closed portion of the irrigation system. Pipe to be Class 200PVC and Schedule 40 PVC solvent weld. C. Lateral piping is that portion of the piping from operating valves to the irrigation heads. This portion of the piping isnot subject to surges, being an "open end" portion of the irrigation system. Pipe to Class 200PVC or PR315PVC. D. Flexible polyvinyl chloride hose (PVC) shall conform to ASTMD2287. 1. All flexible polyvinyl chloride hose is to be "Excalibur" brand or approved equal. 2.02 COPPER TUBING AND FITTINGS A. If required, copper tubing shall be hard, straight lengths of domestic manufacture only, no copper tube of foreign extrusion. Copper is to be Type "M" B. Fittings shall be cast brass or wrought copper. 2.03 WIRE A. Wire shall be single strand copper wire, Type U.F. with 4/64" vinyl insulation, 14 gauge for 24 VAC circuit wires and 12 gauge for common wires, minimum which is Underwriters Laboratory approved for direct underground burial when used in a National Electrical Code Class II Circuit. B. All irrigation wiring shall be direct burial with coiled loops at 50' intervals minimum. r Fire Administration Complex City of Lubbock, Texas 2.04 AUTOMATIC SPRINKLER CONTROLLER 02810-3 A. Controller shall be a Rainbird ESP-40MC Series 40 Station. The controller shall be contained in an industrial grade, rainproof, stainless steel, high - impact, NEMA 3, wall mount case suitable for outdoor use with a lockable cover. Controller shall be completely compatible with the Rainbird Maxicom Central Control System. Operations of the control shall be fully automatic, incorporating 24-hour clock and 7 -day calendar to start the sprinkling cycle. The control shall be capable of repeating the watering cycles as required with a maximum delay between the ending of one cycle and the beginning of the next not to exceed 2 hours. Control shall be semi-automatic operation whereby the automatic cycle may be- started independent of the clock (optional) and manual operation whereby any station may be operating by hand independent of all timing mechanism. The choice of automatic day or hour programming shall be available to the operator on the face of the control panel without the use of tools. Controller shall have built-in electrical surge protection and a power failure backup system that will maintain the irrigation program for up to 7 days by means of a rechargeable 9 -volt nickel cadmium battery and in the event of backup battery failure, a default program that will initiate watering after power is restored. Controller is to have lighting and surge protection as recommended by the manufacturer. B. Wall mount controller as detailed and in the location as shown on drawings. C. Electrical service to the Controller shall be the responsibility of the - Contractor. All hardwiring to the controller shall be encased in rigid conduit and attached to the adjacent wall with appropriate anchors. 2.05 ELECTRIC VALVES A. Automatic control valves shall be of the diaphragm type using normally closed principle. A normally closed solenoid valve operator using 24 volts AC shall actuate the valve. The valve operator is to be mounted directly on the control valve bonnet with all ports and bypass channels completely internal. ` B. Control valve diaphragms are to be of one-piece molded construction. C. The control valve shall be manufactured incorporating an adjustable pressure regulator device, which can be easily removed for cleaning and service. D. Control valves shall function manually (on and ofd by means of a bleeder valve on the bonnet assembly, without electrical connection to the controller. E. Control valve to be constructed with a built-in regulator to automatically control the closing time of the valve and stainless steel pin to clean the ` diaphragm orifice each time the valve operates. F. The control valves shall be constructed so that the bonnet assembly and the solenoid valve operator shall be finished with an epoxy coating for waterproofing. G. Automatic valves that are 2" in size and smaller shall be Rainbird Corporation PEB-PRS series. All valves will be size as noted on drawings in zone identification tag and have pressure 'regulator option unless otherwise noted on drawings. 2.06 SPRINKLER HEADS A. Rotary Heads. Hunter 1-20 Ultra series full/part circle heads with Hunter's high flow/low angle nozzles. Heads shall have adjustable arc and full circle coverage, stainless steel riser and internal check valve. B. Spray Heads: Rainbird 1804/1812 PRS series 4"/12" pop up spray heads with plastic nozzles. Nozzles are to be 678710712715' and variable arc radii as required to provide the necessary overlap to provide full and complete coverage. 2.07 VALVE BOXES A. Valve boxes are to be 10"diameter plastic. The boxes shall be set on concrete blocks eight inches (8") wide by four inches (4") deep and shall be cut out a minimum of four (4") inches higher than the pipe to prevent r _ settlement of box onto pipe. B. Boxes shall have six (6") inches of soil coverage and shall not have locking covers. r Fire Administration Complex City of Lubbock, Texas 02810-4 C. Valve boxes are to have copper, locator detection plates attached to the cover. 2.08 SLEEVES UNDER PAVEMENT A. Provided and previously installed by others as shown on the irrigation plan. B. Failure of Irrigation Contractor to locate and use existing sleeves provided by the General Contractor does not relieve him of the responsibility for gaining passage under all pavements at his own expense. 2.09 BACKFLOW PREVENTION DEVICE A. Double Check Assembly Series 007, 3.0" size as manufactured by Watts industries or approved equal. It shall include 2 gate valves for isolating the unit and a minimum of 2 test cocks for insuring proper operation. It shall be designed for inline servicing and shall be installed below grade in the supply manifold vault with a gravel sump and supports as detailed on drawings. 2.10 FREEZE STAT DEVICE A. Freeze-Clik Freeze Sensor. Model Number 401 or approved equal. It shall be made of heavy-duty aluminum and a double epoxy sealed element. It shall run off of 24 VAC, 6 amps, and have and UL Listing of Class 11 Low Voltage (24 volt use only). The temperature set point will be 37 degrees F. B. Coordinate a mounting location with Landscape Architect. 2.11 BLOCK VALVES A. 2.0" Brass manual gate valves installed in locations as shown on Irrigation Plan.. 2.12 FLOW SENSOR (None required for this project) A. Data Industrial Corporation Model Number IR -220P 3" size to be installed in a Schedule 80 PVC tee. 2.12 SWING JOINT ASSEMBLIES A. 1 " PVC as manufactured by the Spears Corporation or approved equal. PART 3 EXECUTION 3.01 HEAD LAYOUT A. Lay out work as accurately as possible to the drawings. The drawings, though carefully drawn, are generally diagrammatic to the extent that joints, offsets and all fittings are not shown. The contractor shall be responsible for full and complete coverage of all irrigated areas and shall make any necessary minor adjustments at no additional cost to the owner. Any major revisions to the irrigation system must be submitted in written, Change Order form, along with any change in contract price. 3.02 EXCAVATING AND TRENCHING A. Perform all excavations as required for the installation of the work included under this section, including shoring of earth banks to prevent cave-ins. Restore all surfaces, existing underground installation, etc., damaged or cut as a result of the excavations to their original condition and in a manner approved by the Owner. B. Contractor shall be responsible for contacting all appropriate utility companies, agencies, or authorities and for locating and protecting all existing underground utilities and is solely responsible for any damage or interruption to service caused by his excavations. C. Coordinate any and all work under this section with Landscape Planting Contractor to avoid conflicts with tree planting. r I Fire Administration Complex City of Lubbock, Texas 02810-5 D. Trenches shall be wide enough to allow a minimum of 4 inches between parallel pipe lines. Trenches for pipe lines shall be made of sufficient depths to provide the minimum cover from finish grade as follows: 1. 24" minimum cover over main lines and control wires. 2. 18" minimum cover over lateral lines to heads. E. Maintain all warning signs, shoring, barricades, flares and lanterns as required by any local ordinances. 3.03 BACKFILL A. Backfilling shall be flooded and hand -tamped in order to prevent future settling. This will be strictly enforced. All trenches and adjoining areas shall be hand raked to leave grade in as good or better condition than before installation. Irrigation contractor shall be responsible for any damage due to settling of ditches. B. Backfill material in all trenches to be under vehicular or pedestrian paved 3.04 PIPING LAYOUT A. The piping layout is understood to be diagrammatic and piping shall be routed around existing and proposed trees and shrubs in such a manner as to avoid damage to planting. No digging shall be done within the root ball area of newly planted trees. 3.05 PIPE LINE ASSEMBLY A. Install remote control valves where shown and group together where practical; place no closer than 12 inches to walk edges, buildings, and walls. B. Plastic pipe and fittings shall be solvent welded using solvents and methods as recommended by manufacturer of the pipe, except where screwed or gasketed connections are required. Pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before applying solvent with a nonsynthetic bristle brush. C. Pipe may be assembled and welded on the surface. Snake pipe from side to side of trench bottom to allow for expansion and contraction. D. Make all connections between plastic pipe and metal with threaded fittings using plastic male adapters and Teflon tape or joint compound. 3.06 SPRINKLER HEAD ASSEMBLY A. Install all sprinkler heads as shown on drawings. B. Install any additional heads as required to provide full and complete coverage of all irrigated areas. 3.07 CLOSING OF PIPE AND FLUSHING OF LINES A. Cap or plug all openings as soon as lines have been installed to prevent the entrance of materials that would obstruct the pipe. Leave in place until removal is necessary for completion of installation. B. Thoroughly flush out all water lines before installing head nozzles and valves. C. Test in accordance with city plumbing codes and regulations as required. D. Upon completion of the testing, the Contractor shall complete the assembly and adjust sprinkler heads for proper distribution. 3.08 AUTOMATIC CONTROL WIRING A. Install control wires, sprinkler mains and laterals in common trenches wherever possible. B. Install control wires at least 24" below finish grade. Provide looped slack at valves to allow for contraction of wires. C. Control wire splices will be allowed only on runs of 500 feet or more. Connections shall be weatherproof and encased in a water tight splicing system such as Spears DS -400, three part or approved equal. D. All wire passing under existing or future paving, construction, etc., shall be Fire Administration Complex 02810-6 City of Lubbock, Texas encased in plastic conduit sleeving extending at least 12" beyond the edges of paving or construction. 3.09 AUTOMATIC CONTROLLERS A. Connect remote control valves to controller in a clockwise sequence to correspond with station setting beginning with Stations 1,2,3,etc. B. Irrigation Contractor shall be responsible for demonstrating and familiarizing Owner or Owner's representative with the proper operation and maintenance of controller and of the complete irrigation system. C. Provide the Owner with three (3) keys to controller lock and two copies of the — manufacturer's owners/operators handbook. 3.10 BACKFILL AND COMPACTING A. After system is operating and all required tests have been made, backfill excavations and trenches with clean soil, free of rubbish. B. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to minimum 90% density. C. Compact all trenches by thoroughly flooding the backfill. Water jetting process may be used in those areas. D. Dress off all areas to finish grades. 3.11 WATER METER A. A 3" water meter is already installed as shown on the plans. 3.12 CLEAN UP A. Remove from site, daily, all debris resulting from work of this section. END OF SECTION 02810 Fire Administration Complex 02830-1 City of Lubbock, Texas DIVISION 2 SITE WORK 02830 LANDSCAPE RETAINING WALL SYSTEMS PART 1 GENERAL 1.01 SUMMARY -* A. Section Includes 1. Concrete segmental retaining wall units. B. Related Sections 1. Section 02920 Landscape Grading and Fill 2. Section 02930 Lawn Grasses 1.02 REFERENCES A. American Society of Testing and Materials 1. ASTM C1372 -99a; Standard Specification for Segmental Retaining Wall Units 2. ASTM C1262-98; Standard Test Method for Evaluating the Freeze -Thaw Durability of Manufactured Concrete Masonry Units and Related Concrete Units PIP 3. ASTM C698-91; Standard Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-1b Rammer and 12 -in. Drop, (Standard Proctor) *-� 4. ASTM D1557-91; Standard Test Methods for Moisture -Density Relations of Soils and Soil Aggregate Mixtures Using 10 -lb Rammer and 18 -in. Drop, (Modified Proctor) 5. ASTM D448-86; Standard Classification for Sizes of Aggregate for Road k and Bridge Construction 6. ASTM C140 -99b; Standard Test Methods of Sampling and Testing Concrete Masonry Units 7. ASTM D2922-96; Standard Test Method for Density of Soil and Soil - Aggregate In Place by Nuclear Methods (Shallow Depth) 8. ASTM D1556-90; Standard Test Method for Density of Soil In Place by the Sand Cone Method 9. ASTM D2488-93; Standard Practice for Description and Identification of Soils, Visual -Manual Procedure (USCS; Unified Soil Classification System) r- 1.03 SUBMITTALS A. Submit the following in accordance with Section 01300: 1. Manufacturer's literature: Materials description 2. Shop drawings: Retaining wall system design, including wall heights, geosynthetic reinforcement layout, if required, and any drainage provisions. A registered professional engineer licensed in the state of wall installation shall sign the shop drawings. 3. Samples a) Furnish (1) unit in the color and face pattern specified if requested by the Landscape Architect. if approved, unit may be used in the finished work. b)12 inches square or larger piece of the geosynthetic reinforcement specified. 4. Test reports from an independent laboratory stating moisture absorption ?"""'� and compressive strength properties of the concrete wall units meet the Fire Administration Complex 02830-2 City of Lubbock, Texas project specifications when tested in accordance with ASTM C 140-96, Sections 6, 8 and 9. 1.04 DELIVERY, STORAGE AND HANDLING A. To prevent damage, store above ground on wood pallets or blocking. Remove damaged or otherwise unsuitable material, when so determined, from the site. 1. Faces of the concrete wall units shall be substantially free of chips, cracks and stains. 2. Prevent excessive mud, wet cement, epoxy, and like material, which may affix themselves, from coming in contact with the materials. T 1.05 EXTRA MATERIALS A. (3) replacement units identical to those installed on the Project. 1.06 DEFINITIONS A. Geosynthetic reinforcement is a material specifically fabricated for use as a soil reinforcement. B. Concrete retaining wall units are as detailed on the drawings and are specified under Section 02830: Anchor Diamond Retaining Wall Units. C. Drainage aggregate is a material used around and directly behind the concrete wall units. D. Backfill is the soil, which is used as fill behind the drainage aggregate and within the reinforced soil mass if applicable. E. Foundation soil is the soil mass supporting the leveling pad and reinforced zone of the retaining wall system. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete Retaining Wall Unit: "Anchor Diamond Retaining Wall Units" as manufactured under license from Anchor Wall Systems or approved equal. 1. Concrete wall units shall meet requirements of ASTM C1372-97 except the maximum water absorption shall be limited to 7.0 percent and unit height dimensions shall not vary more than +/-1/16 inch from that specified. 2. Concrete wall units are required to have a minimum of 0.67 square foot face area. 3. Color as selected by Architect from manufacturer's standard selections. 4. Face pattern: Geometry: Beveled or Straight; 5. Texture: Smooth or Split Rock Face. 6. The concrete units shall include an integral concrete shear connection, flange/locator. B. Geosynthetic reinforcement: Polyester fiber geogrid, geotextile, or polypropylene woven geotextile for use as soil reinforcement. C. Base: Material shall consist of drainage aggregate, sand and gravel and/or concrete as shown on the construction drawings. A minimum of 6 inches of compacted base is required. D. Drainage aggregate: Fill between units shall consist of free -draining, crushed coarse aggregate that meets the gradation requirements of ASTM 448-86; Standard Classification for Sizes of Aggregate for Road and Bridge Construction, designation 57, 67, 6, 7 or 8. E. Backfill: Materials are suitable non-organic soils at a moisture content -- Fire Administration Complex City of Lubbock, Texas 02830-3 organic soils and those soils with the USCS classification symbol of CH, OH, MH, OL, or PT. CL soils with a Plasticity Index (PI) greater than 25 are also considered unsuitable soils. F. Drain tile: The drainage collection pipe shall be a perforated or slotted PVC or corrugated HDPE pipe. The pipe may be covered with a geotextile filter fabric to function as a filter. PART 3 EXECUTION 3.01 EXAMINATION A. Examine the areas and conditions under which the retaining wall is to be ^~^ erected and notify the Landscape Architect or Civil Engineer in writing of z conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. Promptly notify the wall design engineer of any site conditions, which may affect wall performance or may require a reevaluation of the wall design. B. Foundation soil shall be examined by the project geotechnical engineer to ensure that the actual foundation soil strength meets or exceeds that required on the construction drawings. 3.02 EXCAVATION A. Excavate to the lines and grades shown on the construction drawings. Over -excavation not approved by the owner or duly appointed owner's ' representative shall not be paid for and replacement with compacted fill and/or wall system components will be required at the Contractor's expense. Do not disturb base beyond the lines shown. The Contractor shall be responsible for the stability of the excavation and it's influence on adjacent properties and structures. 3.03 FOUNDATION PREPARATION A. Foundation soil shall be excavated as required for footing or base dimension shown on the construction drawings, or as directed by the engineer. B. Soil not meeting the required strength shall be removed, sufficiently oversized from the front of the block and the back of the reinforcement and back-filled with suitable material C. Over -excavated areas shall be filled with suitable compacted backfill. 3.04 BASE COURSE PREPARATION �., A. Base materials shall be placed as shown on the construction drawings with a minimum thickness of 6 inches. B. Base materials shall be installed upon undisturbed soils, or foundation soils prepared in accordance with Section 3.03. C. Material shall be compacted so as to provide a level, hard surface on which to place the first course of units. D. Base materials shall be prepared to ensure complete contact of retaining r wall unit. Gaps shall not be allowed. E. Base materials shall be to the depths and widths shown on the plans. Reduce the depth of sand and gravel and replace with a 1 " to 2" concrete topping. Concrete shall be lean, unreinforced and a maximum of two inches thick. Where a reinforced footing is required, place below the frost line. Fire Administration Complex City of Lubbock, Texas 3.05 ERECTION 02830-4 A. First course of concrete wall units shall be placed on the prepared base material. Units shall be checked for level and alignment. The top of all units in base course shall be at the same elevation. B. Ensure that concrete wall units are in full contact with base. C. Concrete wall units shall be placed side by side for full length of wall alignment. Alignment may be done, by using a string line or offset of wall line. D. Fill all voids between concrete wall units with drainage aggregate. E. A minimum of 12 inches of drainage aggregate shall be placed behind the concrete wall units. F. Drain tile shall be installed at the lowest elevation possible to maintain gravity flow of water to outside of the reinforced zone. The drainage collection pipe shall be day -lighted to an appropriate location away from the wall system no more than every 75 -feet or at each low point of the wall. G. Remove all excess fill from top of units and install next course. Ensure drainage aggregate and backfill are compacted before installation of next course. H. Install each succeeding course. Backfill as each course is completed. Pull the units forward until the locating surface of the unit contacts the locating surface of the units in the preceding course. Pull the units forward as far as possible. I. Install geosynthetic reinforcement in accordance with geosynthetic manufacturer's recommendations and the design drawings. 3.06 BACKFILL PLACEMENT A. Reinforced backfill shall be placed,'spread and compacted in a manner that will minimize slack in the reinforcement. B. Fill in the reinforced zone shall be placed and compacted in lifts not to exceed 6 to 8 inches in loose thickness where hand operated compaction equipment is used and not exceeding 12 inches loose thickness where heavy, self-propelled compaction equipment is used. C. All fill placed in the reinforced zone must be compacted to a minimum of 95 percent of the soil's standard Proctor density (ASTM D 698-91) or as recommended by the project geotechnical engineer. D. Only lightweight hand -operated equipment shall be allowed within 4 feet of l' the back of the retaining wall units. 3.07 CAP UNIT INSTALLATION A. Apply construction adhesive to the top surface of the unit below and place the cap unit into desired position. B. Cap units may need to be cut to obtain the proper fit. C. Backfill and compact to finish grade. 3.08 ADJUSTING AND CLEANING A. Damaged units should be replaced with new units during construction. B. Contractor shall remove debris caused by this construction and leave adjacent paved areas broom clean. "� Fire Administration Complex 02830-5 City of Lubbock, Texas 3.09 QUALITY CONTROL A. The wall installation contractor is responsible for quality control of installation of all materials. The contractor should enlist the assistance of a qualified independent third party to verify the correct installation of all materials according to these specifications and the construction drawings. B. The Owner, at his own expense, should retain a qualified professional to perform random quality assurance checks of the contractor's work. C. Work found to be deficient according to these specifications or the construction drawings must be corrected at the contractor's expense. x D. The retaining wall will not be considered complete until excepted by the engineer or duly appointed owner's representative. END OF SECTION iltiM Fire Administration Complex 02920-1 r City ofLubbock, Texast DIVISION 2 SITE WORK 02920 LANDSCAPE GRADING AND FILL ' PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General Conditions, Supplementary Conditions, Special Conditions, and Division 1 Sections, if any, apply to the work specified in this section. B. SECTION 02810 LANDSCAPE IRRIGATION SYSTEM SECTION 02930/02931 LAWN GRASSES 1.02 SUBMITTALS A. Test Reports: The Contractor shall have a representative sample of the proposed topsoil tested for its horticultural suitability for landscape use by the Agricultural Extension Service (Texas A&M University System) Soil Testing Laboratory or by an approved private laboratory. The soil test results shall accurately indicate existing nutrient and pH content and recommendations for amendments required for optimum horticultural use. The Contractor shall pay for this test. B. Provide a representative sample of any proposed soil import prior to placement for approval by the Landscape Architect PART 2 PRODUCTS 2.01 TOPSOIL FOR TURF AREAS A. Topsoil shall be a natural, fertile soil, possessing characteristics of representative productive soils in the vicinity. It shall be obtained from naturally well drained areas and shall not be -excessively acid or alkaline or contain toxic substances which may be harmful to plant growth. Topsoil shall be without admixture of subsoil and shall contain a minimum of lumps, stones, stumps, roots, or similar substances one inch or more in diameter. It shall be collected from sites that are not infected with a growth of, or the reproductive parts of noxious weeds. It shall not be stripped, collected or deposited when wet. It is the responsibility of the Contractor to furnish the location where the topsoil is to be obtained to the Landscape Architect in writing as well as a one -gallon sample of such soil. The Landscape Architect shall determine quality topsoil. 2.02 QUANTITY A. The General Contractor has provided the finished grade for the site under a previous contract. B. Any topsoil and final grading necessary for completing the finish grade in preparation for a seedbed is to be provided by the landscape contractor, however there should not be any additional soil import necessary for this project. PART 3 EXECUTION 3.01 SITE PREPARATION ' A. Remove all existing weeds and debris by mechanically stripping them from the site project limits. 0 Fire Administration Complex 02920-2 City ofLubbock, Texast 3.02 PLACEMENT A. Place approved topsoil in lifts with sufficient compaction (80% maximum) to prevent settlement, but loose enough to encourage plant growth. 3.02 FINISH GRADING A. Grade planting areas to a smooth, even surface. Roll, rake to remove ridges and fill depressions as required to achieve finish grade. B. All grades shall meet the approval of the Landscape Architect prior to planting operations. Provide and maintain positive drainage away from all buildings and structures. 3.03 CLEANUP A. Remove from the site, daily, all debris resulting from work under this Section. END OF SECTION 02920 r Fire Administration Complex 02930-1 City of Lubbock, Texas DIVISION 2 SITE WORK 0293o LAWN GRASSES SEEDED PART iGENERAL 1.01 RELATED DOCUMENTS A. The general provisions of the Contract including General Conditions, Supplementary Conditions and Division 1 Sections, if any, apply to the work specified in this Section. B. SECTION 02810 LANDSCAPE IRRIGATION SYSTEM SECTION 02920 LANDSCAPE GRADING AND FILL SECTION 0297o LANDSCAPE MAINTENANCE AND REPLACEMENT PART 2 MATERIALS 2.01 SEED A. Turf Grass is to be U-3 or Sahara hybrid Bermudagrass, 9o% pure live seed and a maximum .o% weed. Seed to be current seasons crop delivered to the site in unopened B. containers bearing seed analysis tags. Bid Option #4 is for seeding all turfgrass areas with "Topgun" hybrid Buffalograss at the C. rate of 51bs. per l000sf in lieu of the hybrid Bermudagrass. Bid Option #5 is for seeding all turfgrass areas with Annual Rye Grass at the rate of lolbs. per l000sf by October 15U1, 2001, in addition to the seeding of Bermuda grass within the month of May, 2002. 2.02 COMMERCIAL FERTILIZER A. Clean, free flowing, organic based 25-3-9 element slow release nitrogen timed release 22.5% 1BDU Turf Grass Food. B. Approved Manufacturers: 1. Warren's Turf Professionals 2. Nor -Am Chemical Company 3. or Approved Equal PART .q EXECUTION 3.01 SURFACE PREPARATION A. Spray all weeds and existing vasses with "Roundup" herbicide (3% solution) according to manufacturer's recommendations. Verify death of sprayed plants before beginning earthwork. Repeat as necessary to obtain a l00% weed/grass free planting bed. B. Remove unnecessary grasses, weeds and hard fragments, stone and debris larger than 1 1/2" diameter. C. Grade grass areas to smooth, even surface. Roll, rake and remove ridges and fill depressions as required to achieve finish grade. Final grade is to be 2" below adjacent paving and edpngs or as detailed on drawings. All grades shall meet approval of the Landscape Architect before seeding. Maintain positive drainage away from all buildings and structures. 3.02 SEEDING A. Broadcast seed with cyclone ttyyppe spreader or seed drill at the rate specified per seed type in 2.o1. Rake seed lightly into the soil. B. Broadcast fertilizer according to rates recommended by manufacturer. C. Contractor, at his/her option and with no additional cost to the Owner, may hydromulch or hydroseed as an alternative means of applying the required seed. Hydromulch batch mix must be submitted in writing and approved by the Landscape Architect prior to any application. Fire Administration Complex 02930-2 City of Lubbock, Texas 3.03 WATERING A. Apply water immediately following seeding operations with a fine mist to settle seed and organic material. Landscape Contractor will be responsible for keeping areas moist until germination and final acceptance. 3.04 RESEEDING A. Repeat seeding procedure for sparse or bare areas within twenty one (21) days after germination of initial setting. 3.05 FINAL ACCEPTANCE A. Seed areas are to have a minimum of 95% total coverage with no bare spots exceeding 12" X12" at the time of final inspection. 3.06 CLEANUP A. Remove from site, daily, all debris resulting from work under this section. END OF SECTION 02930 Fire Administration Complex 02932-1 City of Lubbock, Texas DIVISION 2 SITE WORK 02932 NATIVE GRASSES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. The general provisions of the Contract including General Conditions, Supplementary Conditions and Division 1 Sections, if any, apply to the work specified in this Section. B. SECTION 02970 LANDSCAPE MAINTENANCE AND REPLACEMENT PART 2 MATERIALS 2.01 SEED A. Types and seeding rates as follows: 40%Texoca Buffalo 30%Blue Grama 30%oGreen Sprangletop Seed at a rate of 6.5 lbs of pure live seed (pls) per acre 2.02 COMMERCIAL FERTILIZER A. Type and rates as recommended by the required horticultural soils tests. Submit soil test results to the Landscape Architect prior to the application of any fertilizer. PART 3 EXECUTION 3.01 SURFACE PREPARATION A. Spray all weeds and existing grasses with "Roundup" herbicide (3% solution) according to manufacturer's recommendations. Verify death of sprayed plants before beginning earthwork. Repeat as necessary to obtain a 100% weed/grass free planting bed. B Remove unnecessary grasses, weeds and hard fragments, stone and debris larger than 1 1/2" diameter. C. Grade native grass areas to smooth, even surface. Roll, rake and remove ridges and fill depressions as required to achieve finish grade. Final grade is to be 2" below adjacent paving and edgings or as detailed on drawings. All grades shall meet approval of the Landscape Architect before seeding. Maintain positive drainage away from all buildings and structures. 3.02 SEEDING A. Broadcast seed with cyclone type spreader or preferably seed drill at the rates described above. Rake seed lightly into the soil 1/4" to 1/2"deep if a broadcast method is used. B. Broadcast fertilizer according to rates recommended by the horticultural soil test. C. Contractor, at his/her option and with no additional cost to the Owner, may hydromulch or hydroseed as an alternative means of applying the required seed. Hydromulch batch mix must be submitted in writing and approved by the Landscape Architect prior to any application. 3.03 WATERING A. Apply water immediately following seeding operations with a fine mist to settle seed and organic material. There is not automatic irrigation system coverage in the areas designated for native grass seeding. Landscape Contractor will be completely responsible for keeping areas moist until germination and final acceptance. r Fire Administration Complex 02932-2 City of Lubbock, Texas 3.04 RESEEDING A. Repeat seeding procedure for sparse or bare areas within twenty-one (21) days after germination of initial seeding. 3.05 FINAL ACCEPTANCE A. Seed areas are to have a minimum of 95% total coverage with no bare spots exceeding 12" x 12" at the time of final inspection. 3.06 CLEANUP A. Remove from site, daily, all debris resulting from work under this section. END OF SECTION 02932 Fire Administration Complex 02950-1 City of Lubbock, Texas DIVISION 2 SITE WORK 02950TREES, SHRUBS AND GROUND COVERS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. The general provisions of the Contract including General Conditions, Supplementary Conditions, and Division 1 Sections, if any, apply to the work specified in this section. B. SECTION 02810 LANDSCAPE IRRIGATION SYSTEM SECTION 02930 LAWN GRASSES SEEDED SECTION 02931 LAWN GRASSES SODDED 1.02 SCOPE OF WORK A. The work covered by this part of the specifications consists of furnishing all plants and other materials, labor, equipment and appliances, and performing all operations in connection with the planting of trees, shrubs, ground covers and other such materials in strict accordance with these specifications and the applicable drawings, and subject to the terms and conditions of the contract. 1.03 STANDARDS A. The following documents, used as standards, are to be considered a part of these specifications: 1. American Joint Committee on Horticultural Nomenclature, "Standardized Plant Names", Second Edition, 1942. 2. American Association of Nurserymen, Inc., "American Standard for Nursery Stock", Revised February 1973 or later. 1.04 SUBSTITUTIONS A. Substitution of materials will not be permitted without the Landscape Architect's prior written approval. 1.05 MAINTENANCE A. Maintain all plantings after installation until final acceptance of each phase of planting. Maintenance consists of mowing, watering, cultivation, weeding, mulching, restaking, resetting of plants to proper grades and upright position, retaining of water saucers, control of erosion and furnishing and applying the necessary ingredients to keep plants free from insects, diseases and in optimum condition. 1.06 GUARANTEE A. Guarantee all plant material to be true in name, and to be in a healthy, vigorous condition at the end of the guarantee period. Fire Administration Complex City of Lubbock, Texas 02950-2 B. Guarantee period for plants after final acceptance is as follows: 1. Trees..................................................................................................:...............1 year 2. Shrubs, vines & ground covers.........................................................................1 year 3. Perennials.......................................................................................................90 days 4. Annuals...........................................................................................................30 days C. Make all replacements within 30 days of notification when weather conditions permit. Replace plants that are dead, not in a healthy, vigorous condition and plants, which have incurred loss of design value as determined by the Landscape Architect. Replacements are at no expense to the Owner. 1.07 MATERIAL STORAGE A. Package plants to provide adequate protection against climatic and breakage injuries during transit. Do not drop plant material from trucks or any other plant handling equipment. Handle plant material carefully to insure against frozen, cracked, broken, loose or "mushroomed" root balls. Damaged balls, root bound plants, plants infested with insects or having other deficiencies will constitute grounds for rejection. Remove rejected materials from the work site immediately. Protect roots and foliage from sun and drying before planting. 1.08 PLANT LIST A. A plant list is shown on the Planting Plan or included at the end of this section. 1.09 NOMENCLATURE A. The scientific and/or common names of plants herein specified conform with the approved names given in "Standardized Plant Names". Names of varieties not included therein conform generally with names accepted in the nursery trade. 1.10 QUANTITIES A. The quantities necessary to complete the planting as shown and located on the drawings are furnished as a convenience to the contractor. The contractor shall be responsible for providing the quantities necessary to complete the planting plan. Dimensions for plant beds have, in many instances, been established from scaled drawings. It is the Contractor's responsibility to check these dimensions on the site and allow for the quantity of plants accordingly. PART 2 MATERIALS 2.01 PLANT INSPECTION A. Plants are subject to approval and inspection for name, variety, quality and size at place of growth, at the nursery and upon delivery to the work site. Inspection for latent defects or injuries will be made during work progress. 2.02 PLANT QUALITY AND SIZE A. Plants shall have a habit of growth that is normal for the species and shall be sound, healthy, vigorous and free from insect pests, plant diseases, injuries, and after effects thereof. r Fire Administration Complex 02950-3 City of Lubbock, Texas B. All plants shall meet or exceed the measurements specified in the Plant List, which are minimum acceptable sizes. They shall be measured before pruning, with the branches in the normal position. Any necessary pruning shall be done at the time of planting. Contractor may use larger sizes of plant material at his discretion, but with no increase in the contract price to the owner. grading, quality, balling and C. Requirements for the measurement, branching, g 9, 4 y� g buriapping of plants generally follow the code of standards currently recommended by the "American Standard for Nursery Stock". 1. Minimum Root Ball Sizes for Trees: Tree Size Ball Depth Ball Diameter Minimum Minimum 1.5"-2.0" 20" 24" 2.0"-2.5" 22" 28" 2.5"-3.0" 24" 30" 4.0" 301% 40" +4.0" 1.5 x Ball Diameter 10"per 1 "caliper 5'-6'ht. 18" 24" 6'-8'ht. 24" 30" 2. Tree ball shapes shall be truncated cones. D. Caliper for single trunk trees is the diameter of the stem measured 6" above the ground level for trees 4"caliper or less and 12" above grade for sizes over 4". Caliper for multi -trunk trees is measured as the diameter of the largest stem plus one half the diameter of all remaining stems at a point 6" above ground level. 2.03 BALLED AND BURLAPPED PLANTS (B&B) A. Use plants having natural balled and burlapped rootballs that are not cracked, broken, loose or mushroomed before or during installation. "Prefabricated" rootballs are considered as bare root and are not acceptable as balled and burlapped. 2.04 BARE ROOT PLANTS (BR) A. Use plants with sufficient root spread and depth to full recovery and development of the plants. 2.05 CONTAINER GROWN PLANTS A. Use plants grown in containers having sufficient roots to hold planting mix intact, but not root bound, after removal from the container. r rye Fire Administration Complex City of Lubbock, Texas 2.06 TOPSOIL 02950-4 A. Topsoil shall be a natural, fertile soil, possessing characteristics of representative productive soils in the vicinity. It shall be obtained from naturally well drained areas and shall not be excessively acid or alkaline or contain toxic substances which may be harmful to plant growth. Topsoil shall be without admixture of subsoil and shall contain a minimum of lumps, stones, stumps, roots, or similar substances one inch or more in diameter. It shall not be collected from sites that are infected with a growth of, or the reproductive parts of noxious weeds. It shall not be stripped, collected or deposited when wet. It is the responsibility of the Landscape Contractor to furnish the location where the topsoil is to be obtained to the Landscape Architect in writing as well as a one gallon sample of such soil. The Landscape Architect shall determine quality of topsoil. B. If required by Landscape Architect, the Contractor shall have a sample of the proposed topsoil tested for horticultural suitability by the Agricultural Extension Service (Texas A&M University System) Soil Testing Laboratory or by an approved private soil testing laboratory. The soil test shall accurately indicate existing nutrient content and recommendations for amendments required for optimum horticultural use. The Landscape Contractor shall pay for soil test. 2.07 WATER A. Water will be furnished by the Owner and will be suitable for irrigation purposes and free of ingredients harmful to plant life. The Contractor shall furnish hose and other equipment required for the placement of water. 2.08 COMMERCIAL FERTILIZERS A. Fertilizers shall conform to all applicable state laws, shall be delivered in original, unopened containers, each bearing the manufacturer's guaranteed analysis, and shall be uniform in composition, dry and free flowing. Any fertilizer that becomes caked or otherwise damaged, making it unsuitable for use, will not be accepted. 2.09 ORGANIC MATTER AND MULCH A. Organic matter shall be composted manure + alfalfa soil conditioner as manufactured by Humalfa Incorporated, Box 878, Shattuck, OK (405)938-2514 or approved equal and shall be of such character as not to be displaced by the wind. B. Alternate organic matter may be peat moss of German, Canadian or Michigan origin and is to be low in content of woody parts and free of minerals harmful to plant life. It shall have a pH of from 4 to 6, a moisture content of not more than 30%, and a water absorbing capacity from 1100 to 2000%. Peat moss may be natural, shredded or granulated. C. Mulch for topdressing of planted areas is to be shredded cypress bark mulch or approved equal. 2.10 WRAPPING A. Tree wrapping for trunks or parts of other plants specified to be wrapped shall be double thickness, heavy kraft crepe paper, specially designed for this purpose, and supplied in rolls of appropriate widths. Twine for tying shall be lightly tarred medium or coarse sisal (lath) yam. r I Fire Administration Complex City of Lubbock, Texas 02950-5 2.11 PLANTING BED HERBICIDE A. Herbicide for all ground cover and shrub beds shall be "Pendulum" as manufactured by the American Cyanamid Corporation or pre -approved equal. 2.12 MATERIALS FOR STAKING TREES A. Stakes for supporting trees shall be "T -Post" steel posts or 2" diameter treated, lodgepole pine posts. Posts shall be 6'-0" in length, minimum. B. Wire for fastening trees to stakes shall be No. 14 galvanized iron. C. Hose to encase wires shall be new or used 2 -ply reinforced rubber garden, plastic garden, or flexible PVC hose. 2.13 MATERIALS FOR GUYING TREES A. Notched stakes for anchoring guy wires shall be 2"x2"x24" creosoted wood. B. Guy wires shall be No. 14 pliable, galvanized iron. Encased in rubber or flexible PVC hose: 2.14 SAND A. Sharp sand graded clean of clay, rock, sticks, etc. and normally used as mason's sand for mortar mix or concrete. 2.15 WEED BARRIER A. Weed barrier for shrub, ground cover and seasonal flowerbeds, if shown on the plans, shall be DeWitt Company Pro 5 synthetic fabric or approved equal. B. Install the weed barrier according to the manufacturer's recommendations. PART 3 EXECUTION 3.01 PLANTING TIME A. Plant only under favorable conditions during season, which are normal for planting each type of plant. 3.02 LAYOUT A. Stake or mark planting locations, locate underground and overhead obstructions and make necessary location adjustments subject to the Landscape Architect's approval prior to a_y digging. B. Contractor shall be responsible for contacting all appropriate utility companies, agencies, or authorities and for locating and protecting all existing underground utilities and is solely responsible for any damage or interruption to service caused by his excavations. 3.03 PLANT PIT SIZES A. Excavate plant pits for all plants: 1. Container grown plants at twice the container diameter in width and equal to the container depth for pit depth. Fire Administration Complex 02950-6 City of Lubbock, Texas 2. Balled and Buriapped plants at 2 times the ball diameter in width and the ball depth + 6" for pit depth. 3. Bare root plants at 1-1/2 times the root spread in width and depth. 3.04 PLANT HANDLING A. Handle all plants by their containers or by the rootball. DO NOT STRAP AND LIFT TREES BY THEIR TRUNKS. Do not cut or remove containers until time of installation. Remove boxes only after setting plant in pit. Move balled and burlapped plants by lifting or carrying (do not roll or drag). 3.05 BACKFILL FOR TREES A. Thoroughly mix 1/3 part sharp sand + 1/3 part organic matter + 1/3 topsoil or approved existing soil. 3.06 SOIL PREPARATION FOR SHRUB AND GROUND COVER BEDS A. Add 2" sharp sand, 3" of the specified organic material in section 2.09 and till to a depth of 8" to 10". Install plants and fertilizer, excavating as necessary to provide a finish grade after planting at 1 " below walks, curbs and mow strips. 3.07 PLANT INSTALLATION A. Set plants plumb and straight in pits or as directed to bear the same relation to finish grade as existed in their original position in containers or as existed prior to transplanting; allow for settlement. Carefully place backfill around the base and sides of rootball to 1/2 the depth. Thoroughly water the backfill to eliminate all voids. Remove all polyrope, wire, burlap fasteners, and burap from the top one third of the rootball. Water completely and add additional backfill as required for adjustments due to plant settling. Build watering saucers above finish grade for ground level trees as required to hold a sufficient amount of water in relation to plant size. B. Plants in beds shall be carefully inserted into prepared soil at slightly above finished grade. When all plants are in place, rake the entire bed area smooth, water and allow to soak away. After settlement add soil as necessary to finished grade and water. 3.08 PRUNING A. Prune all plants as directed by the Landscape Architect. Do not destroy the natural form of the plant. Remove all broken, weak and unnecessary plant growth by cutting flush with the trunk or stem. Leave a clean cut and paint all cuts and damaged areas greater than 3/4" in diameter with asphaltic tree paint. 3.09 STAKING, GUYING AND WRAPPING OF TREES A. Trees shall be set plumb and rigidly braced in position until the soil has been tamped solidly around the ball and roots. Trees of two inch and one half inches (2.5") caliper or greater shall be guyed; trees of less than 2.5" caliper shall be staked if required. 11. Guying, if required by the Landscape Architect, shall be with three guys, equally spaced around the tree. Each. guy shall consist of two strands of No. 14 galvanized wire attached to the tree trunk at an angle of about 450 at approximately 2/5 of the tree height and anchored to the ground stakes which have been driven into the ground at an angle away from the tree and notched to accommodate the guy wires. Guys shall be slightly tightened by twisting the strands together. Under no circumstances shall a tree be plumbed with extreme tautness of guy wires. Plumbing shall be accomplished by adjusting the ball. Fire Administration Complex 02950-7 City of Lubbock, Texas 2. Staking, if required, shall be accomplished with two stakes that shall be driven one foot below the bottom of the plant ball and to extend 3/5 of the height, or long enough to properly support the tree. Trees shall be secured to the stakes with two strands of No. 14 galvanized wire encased in two-ply, reinforced garden hose. 3. Wrapping, if required, shall be done promptly after planting. The trunks of all trees shall be spirally wrapped with 2 layers of crepe paper material, as hereinbefore specified, to the height of the second branches. Wrapping shall be stapled or tied with sisal securely in place. 3.10 MULCHING A. Plants shall be mulched within two days after planting with a two inch layer of mulch material, entirely covering the area around each plant. In case of ground cover areas, the entire area between the plants is to be so treated, regardless of plant spacing. Add herbicide, as specified, before mulching according to the manufac- turer's recommendations. B. Around each tree there shall be a tree well clear area approximately 36" in diameter, where there is no sod or seeded lawn. This area shall be mulched to a depth of 3". 3.11 SOAKING A. All plants are to be soaked with "Green Light" Root Stimulator or "Carl Pool's Root Activator", as suggested by manufacturer, during the planting procedure. 3.12 CLEAN UP A. As planting operations proceed, all rope, wire, burlap empty containers, rocks, clods and all other debris shall not be allowed to accumulate but shall be removed daily and the site kept as clean and tidy as possible at all times. END OF SECTION 02950 Fire Administration Complex 02970-1 City of Lubbock, Texas DIVISION 2 SITE WORK 02970 LANDSCAPE MAINTENANCE AND REPLACEMENT PART GENERAL 1.01 RELATED DOCUMENTS A. The general provisions of the Contract, including General Conditions, Supplementary "^ Conditions, Special Conditions, and Division 1 Sections, if any, apply to the work specified in this section. B. SECTION 02810 LANDSCAPE IRRIGATION SYSTEM SECTION 02920 LANDSCAPE GRADING SECTION 02930/02931 LAWN GRASSES SECTION 02950 TREES, SHRUBS & GROUND COVERS 1.02 MAINTENANCE A. Maintenance of installed landscape is to be included by Landscape Contractor as ... part of this contract and shall begin immediately after each portion of lawn and each plant is planted and shall continue in accordance with the following requirements: 1. All new plants and lawn areas shall be regularly maintained for a period of at least 30 days or until it is clearly evident that all plants are sufficiently recovered from transplanting and in a healthy, growing condition. 2. Maintenance shall include, but not be limited to: a. All regular mowing, edging, weeding, pruning and removal of dead materials b. Adjustments to the Irrigation System as required c. Pest and disease control d. Fertilization r� e. Erosion control and repair of related damage f. Protection of work g. Removal of trash and debris from planted areas The landscape contractor shall notify owner two weeks in advance as to the completion of �* their maintenance period. At such time an on-site review of all materials and workmanship shall be performed. Any defects shall be either corrected or replaced as necessary and maintenance of said items may be extended for a period equal to the original maintenance period at the owner's discretion. 1.03 INSPECTION AND ACCEPTANCE A. Inspection of the work to determine completion of Contract, exclusive of the possible replacement of plants, will be made by the Landscape Architect and Owner at the conclusion of the Maintenance Period upon Written notice requesting such inspection submitted by the Contractor at least two weeks prior to the anticipated date. The condition of all planting will be noted and determination made by the Owner whether maintenance shall continue in any part. B. Final Acceptance: After inspection, the Contractor will be notified, in writing, by the Owner of acceptance of all work exclusive of the possible replacement of plants subject to guaranty, or, if there are any deficiencies of the requirements for completion of the work. Maintenance or other work remaining to be done shall be subject to reinspection before Final Acceptance. r-� Fire Administration Complex City of Lubbock, Texas 1.04 LANDSCAPE GUARANTEE 02970-2 Provide guarantee in the following form, retyped onto the landscape contractor's letterhead: GUARANTEE FOR LANDSCAPE PLANTING AND RELATED WORK We hereby guarantee that the Landscape Planting and Related Work that we have provided at The Fire Administration Complex for the City of Lubbock, Texas has been completed in accordance ,with the requirements of the Specifications and Contract Documents. We agree to repair or replace our Work, together with adjacent Work that may be displaced by so doing, that may prove to be defective in its workmanship or material with in a period of twelve (12) months from the date of Project Substantial Completion. We also agree to repair damages resulting from such defects, without expense to the Owner, with the exception of ordinary wear and tear, abuse or neglect. We agree to replace plants that are identified, within three (3) years, as not being true to name specified. Replacement plants shall be of a size equal to the current size of like species originally planted at the project. In the event of our failure to comply with these conditions within thirty (30) days after written notification, we collectively or separately do hereby authorize the Owner to proceed in having such defective Work repaired or replaced and made good at our expense; we will honor and pay the costs and charge therefore upon demand. Signed: Landscape Contractor's Name Address City, State, Zip Date: fma Fire Administration Complex City of Lubbock, Texas DIVISION 2 SITE WORK 03200 CONCRETE REINFORCEMENT 03200-1 1.01 RELATED DOCUMENTS A. The general provisions of the Contract, including General Conditions, Supplementary Conditions, Special Conditions, and Division 1 Sections, if any, apply to the work specified in this section. 1.02 QUALITY ASSURANCE •� A. Perform concrete reinforcement work in accordance with CRSI Manual of Standard Practice, and Documents 63 and 65. B. Conform to ACI 315 1.03 s: SHOP DRAWINGS AND PRODUCT DATA A. Submit shop drawings and product data in accordance with General Conditions and Section 01340. B. Indicate sizes, spacing, locations and quantities of reinforcing steel, wire fabric, bending and cutting schedules, splicing, stirrup spacing, supporting and spacing devices. 1.04 REFERENCES A. ACI 31'5 -Details and Detailing of Concrete Reinforcement. B. ASTM A82- Cold Drawn Steel Wire for Concrete Reinforcement. C. ASTM All 85 -Welded Steel Wire Fabric for Concrete Reinforcement. D. ASTM A497 -Welded Deformed Steel Wire Fabric for Concrete Reinforcement. E. AWS D1.4 -Structural Welding Code for Reinforcing Steel. F. ASTM A615 -Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. G. CRSI 63 -Recommended Practice for Placing Reinforcing Bars. H. CRSI 65 -Recommended Practice for Placing Bar Supports, Specifications and Nomenclature. PART 2 PRODUCTS 2.01 MATERIALS A. Reinforcing Steel No. 4 and larger. ASTM A615, 60 yield grade billet steel deformed bars, uncoated finish. B. Reinforcing Steel No. 3: ASTM A615, 40 yield grade billet steel deformed bars, uncoated finish. C. Stirrup Steel: ASTM A82 2.02 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during installations and placement of concrete including load bearing pad on bottom to prevent vapor barrier puncture. C. Bar Supports: Conform to "Bar Support Specifications", CRSI Manual of Standard Practice, provide metal bar supports in slabs on grade. Provide plate base on all supports setting on earth or sand. Fire Administration Complex City of Lubbock, Texas 2.03 FABRICATION 03200-2 D. Fabricate in accordance with ACI 315, providing concrete cover specified in Section 03300. E. Locate reinforcing splices at points of minimum stress. F. Weld reinforcing bars in accordance with AWS D1.4 PART 3 EXECUTION 3.01 INSTALLATION A. Placement: 1. Place reinforcing steel, bar supports, and splice devices, in accordance with CRSI Manual of Standard Practice, latest edition. 2. Support and tie reinforcing steel to prevent displacement by construction loads or the placement of concrete. B. Field Adjustment 1. Move as necessary to avoid interference with other reinforcing steel, conduits, or embedded items. 2. Bars moved more than the Landscape Architect and/or Engineer must review tolerances listed below. C. Tolerance 1. Concrete cover to formed surfaces: +/- inch 2. Minimum spacing between bars: +/- inch 3. Top bars in slabs and grade beams: a. Members 8 inches deep or less: +/- inch b. Members more than 8 inches but not over 2 feet deep: +/-1 inch c. Members more than 2 feet deep: +/-1 inch D. Splices 1. Lap Splices: Tie securely to prevent displacement of splices during placement of concrete. 2. Splice Devices: Install in accordance with manufacturer's written instructions. 3. Welding: Perform in accordance with procedure qualified for the project. 4. Other Splices: Landscape Architect or Engineer shall review splices not on drawings. E. Prior to concreting, remove any loose rust, dirt or oil that will reduce bond with the concrete. F. Protection during concreting: Assign personnel to -keep reinforcing steel in the proper position during concrete placement. END OF SECTION 03200 Fire Administration Complex 03251-1 City of Lubbock, Texas DIVISION 3 CONCRETE 03251 EXPANSION JOINTS & CONSTRUCTION JOINTS PART 1 GENERAL 1.01 PRODUCT HANDLING: A. Store off ground B. Protect from damage PART 2 PRODUCTS 2.01 MATERIALS: A. Expansion Joints: 1. Premolded non -extruding bituminous fiber material or 1 x4/1 x6 clear heart redwood or cedar. 2. Thickness as shown on drawings. 3. Widths to be full depth of abutting concrete. B. Construction Joints: 1. Tooled cold construction joint of one quarter of the slab thickness deep x 1/2" wide cut in concrete slab where shown. 3.01 INSPECTION: A. Verify that adjacent structures are in condition to receive material. 3.021NSTALLATION: A. Expansion Joints: 1. Install true to line and indicated grades. 2. Hold down as shown as location where sealant is required. B. Construction Joints: (Sawcut Joints and Tooled Joints) 1. Install true to line and indicated grades. 2. Roll top edge of concrete at form. 3. Unless shown otherwise on the plans space joints as follows: a.) 4 inch slabs: 8-10 feet each direction b.) 5 inch slabs: 10-12 feet each direction c.) 6 inch slabs: 12-14 feet each direction 4. Joints are to be tooled or sawn 1/4 of the slab depth. End of Section 03251 i 9