Loading...
HomeMy WebLinkAboutResolution - 2005-R0408 - Contract - Tom's Tree Place - Overton Park Streetscape And Landscape - 09/08/2005Resolution No. 2005-80408 September 8, 2005 Item 33 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 Overton Park streetscape and landscape, 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 8`h day of September, 2005. ►i�:Ti. • ATTEST: P"� Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Larry Hertel, City Engineer APPROVED AS TO FORM: r M. Knight, Ass' t ity ttorney gslccdocs/Contract-Overton Park streetscapeMandscape.res August 26, 2005 No Text ITB #05-094-BM, Addendum #2 City of Lubbock PURCHASING DEPARTMENT ADDENDUM #Z ROOM 204, MUNICIPAL BUILDING 1625 137" STREET ITB #05-094-BM LUBBOCK, TEXAS 79401 Overton Park Streetscape and Landscape PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: August 16, 2005 CLOSE DATE: August 18, 2005 @ 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. Bidder's attention is invited to the attached Addendum No.2, dated 08/16/05, provided by the project Engineer. It adds the installation of seven bike racks to the scope of work. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair aimylubbock.us THANK YOU, CITY OF LUBBOCK �e Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. rrB#05-094-BMAd2 1 I_1�7���1 hl►��■T�� DB■ /6. 05' TO: All Prospective Bidders / Plan Holders PROJECT: OVERTON PARK STREETSCAPE AND LANDSCAPE DATE: 08.16.05 PSC Job No: 03.8305.03 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated 6-10-05 as noted below: This Addendum consists of 2 page(s). I. REVISIONS: Item No. Reference Descri lion 1. Hardscape Plans 7 Pi Bike Racks, as manufactured by Landscapeforms, Inc., shall be imbedded in concrete in the following right-of-ways: 1 — Mac Davis Lane @ Dinerstein III 1 — Ave. V @ Dinerstein III 1 — Ave. V @ Dinerstein I 1 — Glenna Goodacre Blvd. @ Dinerstein I 1 — Ave. X @ Dinerstein 11 1 — Glenna Goodacre Blvd. @ Dinerstein II 1 — Ave. W @ Dinerstein I1 Exact Location will be determined at a later date and provided to the winning Contractor. See Detail C4, Sheet L501 END OF ADDENDUM NO. 2 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: , Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACICNOWLEDGED: By: PARKHILL, SMITH & COOPER, INC. Engineers - Architects - Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa ITB #05-094-BM, Addendum #1 City of Lubbock PURCHASING DEPARTMENT ADDENDUM V ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET ITB #05-094-BM LUBBOCK, 7 TEXAS 79401 Overton Park Streetsca a and Landscape PH: (806) 775-2167 FAX: (806) 775-2164 p p http://purchasing.ci.lubbock.tx.us DATE ISSUED: August 10, 2005 CLOSE DATE: August 18, 2005 @ 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. Bidder's attention is invited to the attached Addendum No.1, dated 08/04/05, provided by the project Engineer. It provides CLARIFICATIONS and CHANGES to drawings. 2. Bidder's attention is invited to the following questions and their respective responses: OUESTION: Is it the Contractor's responsibility to pay inspectors for work on Saturdays? ANSWER: The City will not pay for inspectors for "Saturday work". This matter will be the contractor's responsibility and should be included in his bid if he thinks he will need to work on Saturdays. OUESTION: Where is the contractor to dispose of soil? ANSWER: The City will allow the contractor to deliver and stockpile the excess earthwork material at Municipal Hill. This material is limited to reusable soil and not construction debris. QUESTION: Is the Contractor required to maintain a Job Trailer? ANSWER: There are no City requirements for providing a "work trailer" on site. If the contractor wishes such he has the responsibility to get the property owner's permission. 3. Planholder's list, Prebid meeting sign -in sheets, list of vendors who have viewed the project are attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnairt7a,mylubbock.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#05-094-BMAdl 1 ADDENDUM NO.1 :7= TO: All Prospective Bidders / Plan Holders PROJECT: OVERTON PARK STREETSCAPE AND LANDSCAPE DATE: 08.04.05 PSC Job No: 03.8305.03 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated 6 10-05 as noted below: This Addendum consists of S page(s). I. CLARIFICATIONS: Item No. Reference Description 1. Specification Section 02780 - 2.1 Brick Pavers: Manufacturer - Kansas Brick & 2. All Irrigation Drawings and Specs H. CHANGES TO DRAWINGS: Item No. Reference 1. L501 - Details A1, A6, 2. L106 3. L101 Add General Note: Tile Co., Hoisington, Kansas, 800-999-0480 http://www.kansasbrick.com Size: 4" x 8" Blend/Style: Old Colonial Solid Modular Contractor shall install a normally closed master valve at each water meter location, in accordance with Lubbock Irrigation Ordinance No. 2004- 00001. Each master valve shall be wired into the irrigation system's automatic controller. Each master valve shall be a Rainbird PESB Series Electric Remote -Control Valve, and shall be sized, appropriately, for each irrigation system. Description Omit "Woven Wire Reinforcing Mesh"; Substitute "Fiber Mesh Reinforcement." General Notes are missing. Refer to other Hardscape Sheets for General Notes 1-6. See Change in Note 4, page 2. General Note 3 - Change Text to: ILLUMINATED BOLLARDS FOR ROTARY TO BE FURNISHED AND INSTALLED BY CONTRACTOR. (SEE SHEET E501 FOR LIGHTING FIXTURE SCHEDULE.) COORDINATE ALL WORK WITH LPBL. COORDINATE LOCATIONS FOR BOLLARDS AND JUNCTION BOXES, AS WELL AS FINISH PAVEMENT AND TOP OF JUNCTION BOXES FIXED AND FLUSH WITH PAVEMENT. 4. L106, L107, L108, L109, L110 General Note 4 - Change Text to: a. GLENNA GOODACRE BLVD. CENTER MEDIAN: ALL STREET LIGHTING AND PEDESTRIAN LIGHTING TO BE FITTED WITH BANNER ARMS AND DUPLEX RECEPTACLES AS INDICATED ON ATTACHMENT #2, OF THIS ADDENDUM. ALL LIGHT FIXTURES IN CENTER MEDIAN TO BE FURNISHED AND INSTALLED BY CONTRACTOR. (SEE LIGHT FIXTURE SCHEDULE ON SHEET E501) b. GLENNA GOODACRE BLVD. SOUTH RIGHT OF WAY: PEDESTRIAN LIGHTING, ONLY, TO BE FITTED WITH BANNER ARMS AND DUPLEX RECEPTACLES AS INDICATED ON ATTACHMENT #2, OF THIS ADDENDUM; AND SHALL BE FURNISHED AND INSTALLED BY CONTRACTOR. (SEE LIGHT FIXTURE SCHEDULE ON SHEET E501) C. GLENNA GOODACRE BLVD. SOUTH RIGHT OF WAY: STREET LIGHTING TO BE FURNISHED BY LP&L AND INSTALLED BY CONTRACTOR. d. COORDINATE ALL WORK WITH LP&L. COORDINATE LOCATIONS FOR LIGHTS AND JUNCTION BOXES, AS WELL AS FINISH GRADES, TO MAKE LIGHT BASES FLUSH WITH PAVEMENT AND TOP OF JUNCTION BOXES FIXED AND FLUSH WITH PAVEMENT. 5. L102, L103, L104, L105, L112, General Note 4 - Change Wording to L113, Ll 14, L115, L116 STREET LIGHTING AND PEDESTRIAN LIGHTING FIXTURES TO BE FURNISHED BY CITY OF LUBBOCK (LP&L) AND INSTALLED BY CONTRACTOR. COORDINATE LOCATIONS FOR LIGHTS AND JUNCTION BOXES, AS WELL AS FINISH GRADES, TO MAKE LIGHT BASES FLUSH WITH PAVEMENT AND TOP OF JUNCTION BOXES FIXED AND FLUSH WITH PAVEMENT. 6. L101 Change Section Reference Numbers - See Attachment # 1, This Addendum 7. L301 Change Sheet Title to: "SECTIONS, PLANS AND ELEVATIONS - PEDESTRIAN BRIDGE @ AVE. X" (Also refer to L116, C1) 8. L302 Change Sheet Title to: "SECTIONS, PLANS AND ELEVATIONS - PEDESTRIAN BRIDGE @ AVE. W" (Also refer to L113, C1) END OF ADDENDUM NO. 1 PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By:�T�1a1h t /,A Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By PARKHILL, SMITH & COOPER, INC. Engineers • Architects - Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa OVERTON PARK STREETSCAPE AND LANDSCAPE ADDENDUM NO. 1 ATTACHMENT #1 Gail ie il, •.• 1509 �F•••.....•••��. •.%P OF P�� Revised Pection Rerences ®\ SCALE 1 PROJECT NAME: OVERTON PARK STREETSCAPE SHEET: L101 PROJECT ADDRESS:. AVE X 0 MAC DAVIS LANE ISSUE DATE: LUBBOCK. TX REVISIONS: PSC PROJECT:. 03.8305.03 OVERTON PARK STREETSCAPE AND LANDSCAPE ADDENDUM #1, ATTACHMENT #2 p �"15 09 V t OF SPECIFICATIONS: REFER TO LIGHTING FIXTURE SCHEDULE ON SHEET E501. dhmh IN 11" BANNER ARMS -/ 2 EA AT IV FROM ONE ANOTHER 155" 60" 60" BANNER ARMS -/ 2 EA. AT 180 FROM ONE ANOTHER DUPLEX RECEPTACLE (TYP.) 2 EA. AT IWFROM ONE ANOTHER 30" IN LINE WITH BANNER ARMS. 84" 30" N.T.S. BANNER ARMS 2 EA. AT 180 FROM ONE ANOTHER 30" BANNER ARMS 2 EA AT 180 FROM ONE ANOTHER DUPLEX RECEPTACLE (IYP.) 2 EA. AT 180'FROM ONE ANOTHER IN LINE WITH BANNER ARMS. Project owne a ProjeaNam Addendum 4's issued. z' ....�- —• —� - r Plan Ravrn YesNo Owsk y/ plan Iltebid Meeting for ITB 405-094-13M OVERTON PARK I GLENNA GOODACRE BLVD. STREETSCAPF August 3. 2005 (i% 10:00 ANI TRAINING ROOM 1.01 P1 RAR r PRfNT TELEPHONE FAX E-MAIL COMPANV REPRF-SENTATPVT MAILING ADDRF-%S NUMBER NUMBER ADDRESS R0. Box 20M city or LubboLk BRUCE MACNAIR City: Lubbock (,%6)775-2163 806)775-2164 8, nair "' lub kam, State, Zip Code: I'mas, 79457 Address; City: S mte. Zip (,70& AuufeW i74T*4 city: SS-n il"—) State. Zip Code! TV, 7'lr4C3� (TY OF 4 06bac Address: City: State, i&p�odcl- 7751- 775 - 5W4 Address:15-1 ila Address Cana: Ti 7 u's -4ec f6e, State. Zip Code:- T 41 0 Address City 0.ek4 co--% Addrcss--,---. City: , State, Jt Cade .Address City: State. Zip Code: Address: Citv: Slaw, Zip Code! Address: City: — , ­—­­ . ...... . ....... -i" State. iTwc Addtcx,,,: City: r "I r '171 Prcbid Mectim- for rTB #05-094-am OVFRTON PARK I GLENNA GOODACRF BLVD. STREETSCAPE August 3, 21005 (aj 10:00 jL,\4 TR-u,NmG ROOM Lol PLEARR PRINT CONIPANY REPRESENTATIVE MAIUING ADDRESS TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS 1'.0. B" 20W City of Lubbock BRUCE IMACNAIR City: IAA+,Ock (806)775-2163 (800)775-2164 A—Mamas,:,mi State. Z41P Code: Texas 79457 Address' State. Zip Code: Address. City. State, Zip Code: Address: City: State, Zip Code: Address: City. State. Zip Code: Address: Citv: State,TjC�de:— Address: City: State, Zip Code- Addn-ss: Cjty. State, Address; State Zip Code: Address: City: Stoic, Zip Code: Addms,, City: State- Zin Civip. Address: --- State, Zip C(Xk-; Vendors that have Viewed Bid #05-094-BM - Overton Park Streetscape and Landscape Lubbock tX Acreage Mowing Services rowlett TX Baker Office Products Lubbock TX BPStPiiatu - .. F7a�uat Brown -McKee. Inc. Lubbock, TX billd: Safe ProdUcts-Ine ftiviera Beady: FLr Earth Green LandscaRind Maim. Inc Dallas TX ttEyER�REEN; ; '. DAL:hA� ` 7X Garrahan Lawn Landscar Dallas TX` 1til Uf/otid GroUb .-fnc.; F dWee'MaGndF Metronlex SighsEngraving` Dallas TX Mtnnlii Cor�merdal. Ini Lutibodk TX -; .{ - Moss Hill Tractor , Liberty ` TX ' NS2 DALLA,9 iC s z _QNMUUC'CTON; REP!DRT No Texas Sales and Dallas TX Distribution; LLC Pharr Construction Co Inc Uibl�ock r Richardson Brothers Fence Garland TX` Company Sacret Qarden gill o Su,wnnah Dobbs Company. Manchester GA LC DBA , Dobco Te�Q� Automotive' Lucas � - The Atlantic Grouo Norfolk VA AljEL�sil�l Littill T( , CITY OF LUBBOCK SPECIFICATIONS FOR OVERTON PARK STREETSCAPE AND LANDSCAPE ITB #05-094-13M Plans & Specifications may be obtained, at the bidder's expense, from THE REPRODUCTION COMPANY http://pr.thereproductioncompany.com/ Phone: (806) 763-7770 "A City Of Planned Progress" CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK INVITATION TO BID FOR TITLE: OVERTON PARK STREETSCAPE AND LANDSCAPE ADDRESS: LUBBOCK, TEXAS PROJECT NUMBER: 90300.8302.20000 CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT DEPARTMENT 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BED FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS ITB #05-094-BM Sealed bids addressed to Victor Kihman, Purchasing & Contract Manager, City of Lubbock, Texas, will be received in the office of the Purchasing & Contract Manager, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on August 18, 2005, 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: "OVERTON PARK STREETSCAPE AND LANDSCAPE" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing & Contract 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 & Contract 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 August 18, 2005, and the City of Lubbock City Council will consider the bids on September 8, 2005, 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 ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. 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 August 3, 2005 at 10:00 o'clock a.m., in TRAINING ROOM L01, 1625 13TH STREET, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE BIDDER'S EXPENSE, FROM THE REPRODUCTION COMPANY, http://pr.thereproductioncompan.y.co , Phone: (806) 763-7770. 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 & Contract Manager of the City of Lubbock, ,s 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 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 bid openings are available to all persons regardless of disability. If you would like bid inforniation made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775- 2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KILMAN PURCHASING & CONTRACT MANAGER GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish OVERTON PARK STREETSCAPE AND LANDSCAPE per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, August 18, 2005 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 comer: "ITB #05-094-BM, OVERTON PARK STREETSCAPE AND LANDSCAPE " 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 & Contract Manager City of Lubbock - 1625 13th Street, Room 204 f Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing & Contract Management 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 t 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 3rd . 2005 in TRAINING ROOM L01, 1625.13TH STREET, 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. t-= 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at http://www.RFPde op t.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any 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 & Contract Management Department. At the request of the bidder, or in the event the Purchasing & Contract Management Department deems the .s interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing & Contract Management Department. Such addenda issued by the Purchasing & Contract Management Department will be available over the Internet at http://xNr v"v.RFPdepot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. 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 0 0 the Cityof Lubbock Purchasing & Contract Management Department no later than five 5 days before g g p () ) � 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 & Contract Management 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. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. EXAMINATIO-INT 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 & Contract Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing & Contract 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 & Contract 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. 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. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT P r] rw I 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, l 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 CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 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. 9.2 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, reconnmendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents s for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY 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 jcharge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 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 Purchasinz & Contract 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 & Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, SENIOR BUYER City of Lubbock 1625 13`h Street Lubbock, Texas 79401 3 13 14 15 16 17 Fax: (806) 775-2164 Email: BMacnair@mylubbock.us RFPDepot: htip:Hwww.RFPdepot.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially coinpleted within TWO HUNDRED FIFTY (250) WORKING DAYS from the date specified in the Notice to Proceed issued r1l, by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 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. 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. GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be 4 delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will 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. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the 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. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures 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. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. �_; 5 0191 24 25 26 23.1 The use of explosives will not be permitted unless written pennission 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. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 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. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to � transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSU72ANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE t_ 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. LABOR AND WORKING HOURS 26.1 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 CiN711 i 6 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. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor inust notify the Owner's Representative not less than three full wonting 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. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors 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. 28 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. 29 PREPARATION FOR BID .- 29.1 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 and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the 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 naive 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. 31 �r 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. 29.3 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). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, I 3 but no bid may be withdrawn or altered thereafter. 29.5 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 PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 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 for Contractor and all Sub -Contractors. (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. 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 bidder's bid may be deemed not to meet specifications or the bid may be rejected 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. 8 t (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 32 BID AWARD 32.1 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. Unless otherwise specified herein, the City shall award the bid based on the total bid plus the sum of any Alternate Bids the City may select. 32.2 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. 32.3 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. 32.4 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. 32.5 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. 32.6 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. I " 9 BID SUBMITTAL LA BID SUBMITTAL UNIT PRICE CONTRACT -A, DATE: U 0 U �" Z.OUs PROJECT NUMBER: #05-094-BM — OVERTON PARK STREETSCAPE AND LANDSCAPE -oas TrF lace - Bid oeas uice4 j�G, pe(her(hereinafter called Bidder) n To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a OVERTON PARK STREETSCAPE AN[ LANDSCAPE, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all othe related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding thl construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing thi work required under the contract documents. BASE BID: This portion of the overall project is for the Base Bid Work described and/or indicated on the drawings for thi Overton Park/Glenna Goodacre Blvd. project area in Lubbock, Texas. The Work includes, but is not limited to thi furnishing of all labor, materials, services, and equipment .required in connection with or properly incidental to thf development of the streetscape within the Public Rights of Way. Provide for the installation of site electrical utilities including Pedestrian and Street Lighting. Provide for the construction/installation of Gateway Monuments, screen walls planters, and hardscape elements such as concrete paving, brick pavers, tree grates, site furnishings and concrete curbs Provide for the construction of irrigation systems including controls, control wiring and service, electric valves, manue valves, main and lateral PVC distribution piping, emitter devices and all incidental elements to the irrigation systems Provide for the construction of site landscaping including trees, shrubs, perennials, groundcovers, and decorative rocl mulches with weed barrier. � 164 ree hUItdres c it5{-11• 6"& MATERIALS: one milli a'" Bi�l�� rA e`�►� Arse' �0JS01 i ($ 1 , 66 3 , 3 $3 - - SERVICES: 6QUCYI hU�e ) J +en ."osa>� Awo ho► Ited[ s;AAy �b+rr'e `(°�$ `3 -7 TOTAL BID:" wtidio" (Amount shall be shown in both words anal numerals. in case of discrepancy, the amount sn own in words shall govern.) ALTERNATE I: Glenna Goodacre Blvd. Median from Avenue V to Avenue U: a) Omit inorganic chat material (decorativ( rock mulch) and weed barrier, and b) Install irrigation and plant materials as shown on plans. _r t ! a MATERIALS:Dn@ htaYed Six -der +h0v5aJ Sef&A ($ d p SERVICES: -I'I�,' t4 fee AyJ , �-4ime- �Kdlre �r d (�alrt ($ 3 Z 0 ) TOTAL BID: 6yie P / U l het�at?yAtrtcX -fee YIt)Yt(�/Q�hi n$ µl. q'i 3 39 ) (Amount shall be shown in both words and nume als. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials ALTERNATE 2: Rotary at Avenue X and Mac Davis Lane: a) Omit Bermuda turf in lower planting bed, and b) Install complete irrigation system and all plant materials as shown on plans. �.0N Ws (' ((1� SIXfao MATERIALS: - :tr 4kU)_%tX4 dine Q� $ ue►� S��.K($ g 77 5„" ) SERVICES: 6 i tJ VWK � L4 t ' S1ov cl��I �$ (o, 4 4 / Sa TOTAL BID:- i OVte -t-WOSIXJ - 40y •�L k,q SPU64 ($ S I (Amount shall be shown in b th words and numerals. In case bf discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a writte "Notice to Proceed" of the Owner and to substantially complete the project within 250 (TWO HUNDRED FIFTY) workin days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay t Owner as liquidated damages the sum of $50 (FIFTY. DOLLARS) for each working day in excess of the time set fort herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance wit 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 th bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar day 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 th plans, specifications and contract documents pertaining.. to the work covered by this bid, and he further agrees t commence work on or before the date specified in the written notice to proceed, and to substantially complete the work o. which he has bid; as provided in the contract documents._ Bidders are required to submit the attached Affidavit; notarized, verifying the source of Trees for the OVERTOP PARK STREETSCAPE AND LANDSCAPE project. The Bidder shall indicate on the document the following: 1) Name of Grower 2) Name of Contact Person at Growing Location 3) Location of Tree Farm 4) Tree information: Name, Caliper, Height, Canopy Width, and Branching Height 5) Number of Each Kind of Tree available (Live Oak, Shumard Oak, and Cedar Elm) 6) Type of Stock and size (B&B - size, Container — size) 7) Example Pictures of each Kind of Tree with Measuring Rod clearly indicating the height of Tree. 8) A letter from the Grower verifying the availability of all required trees for this project. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check c 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 a 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 Check for k. in "tie honkej Dollars ($ ) or a Bid Bond in the sum of pne hoJr t L," _ Dollar: ($1211.(*2)1 )�it is agreed shall be collected and retained by the Owner as liquidated damages in th+ event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date o receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to th( undersigned upon demand. G S Bidder's Initials lA 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. Pursua nt to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be Date: 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. Authoriz gnature if l;iddeffs a S1§16re Bidd r acknowledges rec ipt of the following addenda: Addenda No. Date O 7.o0S Addenda No. 2. Date ?ems Addenda No. Date Addenda No. Date M/WBE Firm: Woman Black Americ Hispanic American Asian Pacific (Printed or Typed Name) W,5� --r4w Compan 4-y AddrreL-As _ Cit , Count 0 State Zig -- Telephone: boo - _,,,Zip � P 3fo Fax:_ - erican AFFADAVIT FAILURE OF AN ENTITY TO SIGN AND RETURN THIS AFFIDAVIT WITH THIS BID MAY RESULT IN THE DISQUALIFICATION OF THE BID. qP (Name and Title) am authorized to sign this bid on behalf of Q_c�rt���s .,•�;rCE lkr dl°``T�►'s �(Name Wof Bidder), a Co tCwy �41%v% (Type of business: i.e., sole proprietorship, partnership, corporation, or other) do hereby provide the following documentation for Trees for the Overton Park Streetscape(�and Landscape: 1) Name of Grower V ieeS 2) Name of Contact Person at Growing Location ev(q idJVy% 12 3) Location of Tree Farm 0,opl2ef, 71 i 4) Tree information: Quantity available, Name, Caliper, Height, Canopy Width, Branching Height, Type of Stock; B&B, size of Container, size): (Please provide additional pages, if necessary, for full documentation.) 5) Example Pictures of each Kind of Tree with Measuring Rod clearly indicating the height of Tree. t 6) A letter from the Grower verifying the availability of all regtied treesfor hi� project. wnS Date r-- SWORN AND SUBSCRIBED to before me the undersigned notary on 4 20n'_ L Notary - w S EAi- I's IF AFFIDAVIT IS REPRODUCED OR FAXED, THE NOTARY SEAL MUST BE LEGIBLE TO BE CONSIDERED. 4 AFFADAVIT FAILURE OF AN ENTITY TO SIGN AND RETURN THIS AFFIDAVIT WITH THIS BID MAY RESULT IN THE DISQUALIFICATION OF THE BID. (Name and Title) am authorized to sign this bid on behalf of W t-S tvt(O. A 6k ` 6I;ee PfaP. (Name of Bidder), a (Type of business: i.e., sole proprietorship, partnership, corporation, or other) do hereby provide the following documentation for Trees for the Overton Park Streetscap—eand Landscape: 1) Name of Grower Took- Ily f6CQ 2) Name of Contact Person at Growing Location Sac OQAam 3) Location of Tree Farm 4) Tree information: Quantity available, Name, Caliper, Height, Canopy eWidth, Branching Height, Type of Stock; B&B, size or Container, size): nAA0l1 P,INQ (�`.�(�,'�L�.l(_ �` �+u)till �"l Gtlxltnn i"nAL—e%O./ (Please provide additional pages, if necessary, for full documentation.) 5) Example Pictures of each Kind of Tree with Measuring Rod clearly indicating the height of Tree. 6) A letter from the Grower verifying the availability of all required trees fol this project. z.. Date SWORN AND SUBSCRIBED to before me the undersigned notary on 20_ ... 71— ( _7'd SEAL IF AFFIDAVIT IS REPRODUCED OR FAXED, THE NOTARY SEAL MUST BE LEGIBLE TO BE CONSIDERED. 4 i LIST OF SUBCONTRACTORS Minority Owned Yes No _� � 1. r�r � ❑ � 2. L. Y14asguawA ❑ � 3. w-y-"�;o ❑ 4. M�� 6"Pjs' jo' ❑ 5. 0 0 6 ❑ 0 7 ❑ ❑ 8. 0 ❑ 9. 0 0 10. 0 ❑ F THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH _t INSURANCE CERTIFICATES FOR EACH'SUB-CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS. _ 5 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT II To Be Completed by Bidder And Attached. to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid docu vent have been reviewed 1 me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will I able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insuran certificate to the City meeting all of the requirements defined in this bid/proposal. AleK. Contr to ('gnature) Contractor (Print) LJ CONTRACTOR'S FIRM NAME:"c 5ev it cetw. A Lie.- -y Is�- (Print or Type ) CONTRACTOR'S FIRM ADDRESS: 10� Name of Agent/Broker: L�ilal��. E -Min Gil wto.1 e (14 S 0K�t,i1l:G Address of Agent/Broker: Po B o y 12 0 3 a City/State/Zip: L-j66c s- `tc.)L,-, S Agent/Broker Telephone Number: 17 3 S Date: NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award tlh contract to another contractor. If you have any questions concerning these requirements, please contact tit Purchasing & Contract Manager for the City of Lubbock at (806) 775-2165. BID #05-094-BM - OVERTON PARK STREETSCAPE AND LANDSCAPE SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a. bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees: of bidder and the citizens of the City of Lubbock. _ In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: v - QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? _ YES NO i t If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty s assessed. QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO 11 If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature Title .8 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are I suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency: Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify -that neither this firm nor its principals are suspended or debarred by a Federal agency. CO Sign Date Print PANY NAME:W4 ,%1. Ut' Gi�A- ature of Company Official: Signed: fZO� S d name of company official signing above: 9 AUG-17-2005 16:20 FROM:TREES OF DELTA 903 395-3336 TO:18067998743 P.2 TZC: F. .45 Of PLLTA 7927 N 1528 COOPQ:2, TX. g�5432 903-395-335 August 17, 2005 W RE-: verification of availability on specific tree inventory Tke following quantities of trees and their specific sizes are availa6le at our location: _ ■ 13 8 - 3 1/2" cal. Live Oak Tree 5/5 ■ 5 2 - 3 cal. Live Oak Tree 5/5 ■ 36 - 3" cal. 56umard }Zed Oak Tree 5/5 • 46 - 3„ cal. Cedar elm Tree 5/5 Please Note: An inventory of these trees and their sizes was taken today. We will experience considerable growtk between now and November as well. Thank You, Larry Crump Owner/Grower \y» w lipy���� } «.r17 A /� '12' IlWark i, tom" x; `�• � � u s? s z. , NVf No Text LANDSCAPE CONSTRUCTION LANDSCAPE ARCHITECTURE � n August 17, 2005 To Whom It May Concern: This is to verify, that we have in our possession a Mondale Pine that meets the specification requirements of the Overton'pa'rk Streetscape and Landscape Project. This tree will be held until this bid process is complete. Sincerely F Jack Branham 5104 34th Street • Lubbock. TX 79410 • 799-3677 • 799-3678 fr--- -7 F ----7 r-",- rT r1 awm* S U R E[L 4 $ KNOW ALL MEN BY THESE PRESENTS, that we West Texas Services Inc. d/b/a Tom's Tree Place as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 5000 Plaza on the Lake, Suite 290, Austin, TX 78746, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Lubbock as obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Overton Park Streetscape and Landscape NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 18th day of Au ust, 2005. West Texas Services Inc. d/b/a Tom's Tree Place (Principal BY: It TITLE: Alex Scarborough. Vice -President SureTec Insur ce Com an BY: et Howard Cowan, Attorney -in -Fact 3 Sure rec Bid Bond Rev 11.11.03 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION a1<atutory Compiaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. _ Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. i, Rev 11.11.03 POA #: 4221000 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Hams County, Texas, does by these presents make, constitute and appoint Howard Cowan, Marla Hill Of Lubbock Texas its true and lawful Attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and no/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until June 30.2007 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instuments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 ojApril, 1999) In `fitness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. TEC INS CE COMPANY tag��N�F , $off By. W ° Bill King, re nt State of Texas ss: County of Harris On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. rrrn. NUchelle Denny Noltsy Public 91�e W?ezpt MN� Expires �---- Michelle Denny, Notary Pub c Augud 27, 2008 My commission expires August 27, 2008 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 18TH day of AUGUST 20 05 , A.D. M. Brent Beaty, Assistant Se re ry Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. I For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. PERFORMANCE BOND 1300D 00, g34-74,17 _ STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE 4,- (CONTRACTS MORE THAN $100,000) TOWS TREE KNOW ALL MEN BY THESE PRESENTS, that pT,AcF (hereinafter called the Principal(s), as Principal(s), and SURETEC INSURANCE COMPANY (hereinafter called the Surety(�� a ��yy((s) e held and firml bound unto the City of Lubbock (hereinafter called the TWOLf1l� $YEN HUNDRED N NETY F U Obligee), in the amount of TH F {�o ars ($2,794,412.00) lawful money of the 1 United States for the payme eo fie said"P-rincNpa� an -Surely innd themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, finely by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8TH day of SEPTEMBER; , 20 0J to BID #05-094-BM - OVERTON PARK STREETSCAPE AND LANDSCAPE and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent Yas if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 8TH day of SEPTEMBER , 2005 . 1, SURETEC INSURANCE-fPMPANY 7 Surety By. itle) HOWARD COWAN ATTORNEY=TN-FACT TOWS TREE PLACE (Company Name) By: (Printed ame e��Jw (Signa ) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby - designates HOWARD COWANan agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process maybe had in matters arising out of such suretyship. SURETEC INSURANCE COMPANY Surety *B �. . (Title) HOWARD COWAN ATTORNEY —IN —FACT Approved as to Form City of Lubbock t r ' By: Ci A orney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. _ .Y _s 2 POA #: 4221000 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Howard Cowan, Marla Hill of Lubbock Texas its true and lawful Attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and no/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until June 30, 2007 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances; contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`h of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seat to be hereto affixed this 20th day of June, A.D. 2005. I;: C INS CE COMPANY w x°:; By: iu Bill King, redint State of Texas ss: r d t Y County of Hams On this 20th day of June, A.D. 2005 before me personally came Bill Icing, to me known, who, being by me duly swom, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company, that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company, and that he signed his name thereto by like order. arum FMMichelle Denny Waylea Sftde of texCtty Colllll"On Elq� n Michelle Denny, Notary Pubtc My commission expires August 27, 2008 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 21 ST day of SEPTEMBER , 20 05 , A.D. M. Brent Beaty, Assistant Se re ry Any Instrument Issued in excess of the penalty stated above is totally volt+ and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. PAYMENT BOND BOND NO. 4347617 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that TOM' S TREE PLACE (hereinafter called the Principal(s), as Principal(s), and SURETEC INSURANCE COMPANY 3� (hereinafter called the Surety( basM�S t� s)� e1 d �n I t t 1 jgt "he City of Lubbock (hereinafter called the Obligee), it the amount of U FOURHUNDRED TWELVE AND o ars ($ 2 , 794 , 412 . pOawful money of the United States for the payme eo-r, 'Ihe sai?PrmcipaT ana-gurel-y T6ind 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 STH day of SEPTEMBER �20 05,to BID #05-094-BM.- OVERTON PARK STREETSCAPE AND LANDSCAPE and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; - PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. _ I IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 21 STday of SEPTEMBER 20 05. SURETEC INSURANCE COMPANY Surety *By: ( rtle) HOWARD COWAN ' ATTORNEY -IN -FACT TOM'S TREE PLACE (Company Name) (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SURETEC INSURANCE COMPANY Surety * By ( itle) HOWARD COWAN ATTORNEY -IN -FACT Approved as to form:^ r _ City of Lubbock By: Ci ttorne * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. l 2 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 --, In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act'), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S. - Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, _ conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. Rev 11.11.03 POA #: 4221000 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Howard Cowan, Marla Hill of Lubbock Texas its true and lawful Attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and no/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until June 30, 2007 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances; contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. ITEC ICE COMPANY CW J. NBy' cc I1 z OX w,w State of Texas ss: , County of Harris On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny Notwyuft +� • Nate of Texan MyCorr mWon Expires Michelle Denny, Notary Pubic August 27, 2008 My commission expires August 27, 2008 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 21 ST day of SEPTEMBER , 20 05 , A.D. M. Brent Beaty, Assistant Se re ry Any instrument issued in excess of the penalty stated above is totally vole and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. CERTIFICATE OF INSURANCE ' From: Barbara J. Norton At: Gilmore Insurance Agency, Inc FaxID: 806-763-4045 To: Lesa Hutcherson Date: 9/15/05 10:35 AM Page: 2 a �RDDA> CERTIFICATE OF LIABILITY INSURANCE CSRTONST> Co UATE 1`"" M 4/05 THIS CLRTWWATC 19189UED A9 A I/ATTER OF INIiORMATION Gilmore Insurance enNLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Agency, Inc.Inc . HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P - O - Box 12030 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lnbback TX 79452-2030 Phones 806-763-4005 Faxs806-763-4045 INSURERS AFFORDMIGCOVERAGE NAIC11r NsuReo _ J INSURER A: America First Insurance TOM a Tree Plac•/Patterned Con " �° m�sC1OOsl Dos. Y1e1s9qt To Services, Inc. DSA IN13URERC: QOdsaasltsrs at raorr". booaoa Lubbock TX8 9110 04SUFIER M WBUAER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLNSY?ERIOD INDICATED. NOTW n TANDXHO ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCULENT WITH RESPECT TO WHICH THIS CER nCATE MAY BE ISSUED OR MAY PERTAM, THE INSURANCE MFORIDED BY THE POLICIES DEgOPA13ED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POUCKC. A04MQATE UUMB SHOWN MAY HAVE BEEN REDUCED BY PAID OLAMML Auln LTA R TYPE OF INSURANCE POLICV trN1118ER DA Liam j A j j JGENERAL GENERALLIAB<JfY X SOMMER12ALafvOmmI'ARX.ITY CLAM MADE Q OCCUR CBV9723558 06/02/05 06/02/06 EACH OCCURRENCE $ 1, 000, 000. ,,,,�.,, t 100,000. MED EXP (" ono Parson) s 51000. PERM N& & ADV KMFW $1, 000, 000. AGOW-GATIE • OOINP/OP AGO $ Z_i 000, 0_00 . _ i 2 , 0 0 0 , 0 0 0 aEM. AGGREGATE LIMIT APPLIES PER:PRODUCTS POLICY a Loc A I A A AUTONOBLE LI Umm ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS ► nED Auros NON•OWNEDAuras DA9722658 06/02/05 06/02/06 �A0p1dw"IE * t 1. 000,000 X[ (pDPaKXARY Y $ X (F* ODDLY HJURY i X PROPERTY DAMAGE $ 0ARAMLIMLITY ANY AUTO AUTO ONLY-EAAWDENT S OTHERTHAN EA ACC AUTO ONLY: AM S d A IDEDI:Cn�f• aCr:111111ANIBRM"UABitTY X OCCUR❑ cI.AAAuADE g RETFxrION $10 000 CU9723958 06/02/05 06/02/06 Eiu�HoccuRRF.NCE 8110001000 AGGREGATE $ 1, 000, 000 $ ; B C A lInstallation DCSClp"MQFOPERATIONO/LOCATMOIVB WOFMM COUP01sATIM AND �uA,MA PE SPECIAL PitO sI b$IOW O omen Professional Liab Float MMI WC9341932 A"42045068 CSP9723538 I pzuWoYBMDOrAE 09/27/04 09/25/04 06 02 OS I ENrigragWiLPlI0YNL10N6 09/27/05 09/25/05 Wn/061 X _ E.L.EACHAOOIDLTIT *500000 H.L. DISEASE -EA EMPLOYE S 500000 KA-01SEASE-POLICYUMrr s 500000 Be, Claim 11000,000. Instal Fl 5,000. Landcape hardening Including Produats and/or Completed operations -Blanket _ Waiver of subrogation and Blanket additional insured apply to GL Blanket Additonal insured applies to auto Primary Non-contributory wax -ding is attached to the aL ITB#05-094-SRK Overton Park Streetscape 61 Landscape City of Lubbock Building Inspection P-O. Box 2000 Lubbock TX 79457- 23 CX7Y005 I 9"011lDANYOFT}M"" POLICIMWCANCELLEDBEFORETHE EXP/tATMN DATE THEREOF, TM IYBU W 110MOM WLL NOUVOR TD MAL 10 DAYS WRITTEN HDTIM TO THE COMMATE HOLM HAM TO TM LIFT, BUT PALM TO 00 BO SHALL MW NO OBU MATTON OR LtUMM OF AM MD UPON TIE DMFM . ITS AOE M OR From: Barbara J. Norton At: Gilmore Insurance Agency, Inc FaxID: 806-763-4045 To: Lesa Hutcherson Date: 9/15/05 10:35 AM Page: 3 o IMPORTANT If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the cerfificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. CORD From: Barbara J. Norton At: Gilmore Insurance Agency, Inc Fa)dD: 806-763-4045 To: Lesa Hutcherson Date: 9/15/05 10:35 AM Page: 4 0 Forming a part of Policy Number: CBP 9723568 Covem9a Is Provided In AMERICA FIRST LLOYD'S INSURANCE CO. Named fnsumd; Agent: WEST TEXAS SERVICES INC DBA GILMORE INSURANCE AGENCY INC TOM'S TREE PLACE REFER TO NAMED INSURED SCHEDULE Agent Coda: 3214275 Agent Phone: (806)-763-4005 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of reoovery we may have against the person or organization shown In the Schedule below because of payments we make for Iqury or damage arising out of your ongoing operations or "your work' done under a contract with that person or organization and Included in the 'products -completed operations hazard.* This waiver applies only to the person or organization shown In lire Schedule below. - SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT (if no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement). QopyrWd, Inswence sorvlow once. Inc.,1992 CG 24 04 (10193) -t— cram NTC000LL� AGENT COPY FUI AAOWD ilow Ar.AOPPN 0000rtxs: p w 265 From: Barbara J. Norton At: Gilmore Insurance Agency, Inc FaxID: 806-763-4045 To: Lesa Hutcherson Date: 9/15/05 10:35 AM Page: 5 o 'Forming a part of Policy Number: CBP9723558 Coverage is Provided In AMERICA FIRST LLOYD'S INSURANCE CO. Named Insured: Agent: WEST TEXAS SERVICES INC DBA GILMORE INSURANCE AGENCY INC TOWS TREE PLACE REFER TO NAMED INSURED SCHEDULE Agent Code: 3214275 Agent Phone: (806)-763-4005 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES -- AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the Insurance anted by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: CITY OF LUBBOCK 2, Address: 162513TH STREET 3. Number of days advance notice: (if no entry appears above, Information required to complete this endorsement will be shown in the Oeclarations as applicable to this endorsement.) CG 02 05 (01196) Copyright. Insurance SeMces 08los, Inc., 1994 t1QID?/2006 9723668 MCOpD1,t.Z908 AGENT COPY P(MMOWD J10484 ACAOPPN OWDI&O Pens 35 From: Barbara J. Norton At: Gilmore Insurance Agency, Inc FaxiD: 806-763-4045 To: Lesa Hutcherson Date: 9/15/05 10:35 AM Page: 6 0 General Liability — Primary / Non Contributory Endorsement Wording: THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON OR ORGANIZATION: AS REQUIRED BY WRITTEN CONTRACT DESIGNATED PROJECT: AS REQUIRED BY WRITTEN CONTRACT THE FOLLOWING IS ADDED TO SECTTON IV COMMERICIAL GENERAL LIABILITY CONDITIONS PARAGRAPH 4.OTHER IN- SURANCE ONLY FOR THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE: 4. OTHER INSURANCE d. WE WILL NOT SEEK CONTRIBUTION FROM ANY OTHER INSURANCE AVAILABLE TO THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE UNLESS A CONTRACTOR OTHER THAN YOU FOR THE SAME OPERATION AND JOB LOCATION PROVIDES THE OTHER INSURANCE. THEN WE WILL SHARE WITH THAT OTHER INSURANCE BY THE METHOD DESCRIBED IN SECTION IV COMMERCIAL GENERAL LIA- BILITY CONDITIONS, PARAGRAPH 4. c. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED From: Barbara J. Norton At: Gilmore Insurance Agency, Inc FaxiD: 806-763-4045 To: Lesa Hutcherson Date: 9115/05 10:35 AM Page: 7 c THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance under the COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE The following endorsement provision does not apply when "X" is shown in the space provided below: Provision B. PROPERTY DAMAGE — BORROWED EQUIPMENT does not apply Provision C. PROPERTY DAMAGE — CUSTOMERS' GOODS does not apply Provision F. MEDICAL PAYMENTS EXTENSION does not apply Provision H. ADDITIONAL INSUREDS — BY CONTRACT, AGREEMENT OR PERMIT does not apply Provision 1. ADDITIONAL INSUREDS — VENDORS does not apply Provision J. BROAD FORM NAMED INSURED does not apply Provision K. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES does not apply Provision L. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT does not apply (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED WATERCRAFT Under paragraph 2. Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION 1), provision (2)(a) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and B. PROPERTY DAMAGE - BORROWED EQUIPMENT 1. Under paragraph 2. Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION 1), provision (4) of exclusion j. Damage To Property does not apply to "property damage" to borrowed equipment while that equipment is not being used to perform operations at the job site. 2. Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition d. Other Insurance, paragraph b. Excess Insurance: Includes copyrighted material of Insurance Services Office. Inc. with its permission. Copyright, Insurance Services Office, Inc., 2000 22-45TX (12102) Page 1 of 7 From: Barbara J. Norton At: Gilmore Insurance Agency, Inc FaxID: 806-763-4045 To: Lesa Hutcherson Date: 9/15/05 10:35 AM Page: 8 c a. It is shown in the Schedule as not applicable; or b. COVERAGE C. MEDICAL PAYMENTS (SECTION 1) is otherwise excluded from this Coverage Part. G. EXTENSION OF SUPPLEMENTARY PAYMENTS —COVERAGES A AND B Under SUPPLEMENTARY PAYMENTS - COVERAGES A AND B: 1. Paragraph 1.b. is replaced by the following: b. Up to $2500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $300 a day because of time off from work. H. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under SECTION II - WHO IS AN INSURED is amended to include as an insured any person or organization when you and such person or organization have agreed in writing in a contract, agreement or permit that such person or organization be added as an additional insured on your policy to provide insurance such as is afforded under this Coverage Part. Such person or organization is an additional insured only with respect to liability arising out of: a. Your ongoing operations performed for that person or organization; or b. Premises or facilities owned or used by you. With respect to provision 1.a. above, a person's or organization's status as an insured under this endorsement ends when your operations for that person or organization are completed. With respect to provision 1.b. above, a person's or organization's status as an insured under this endorsement ends when their contract or agreement with you for such premises or facilities ends. - , 2. This endorsement provision H. does not apply: a. Unless the written contractor agreement has been executed, or permit has been issued, prior to the "bodily injury', "property damage" or "personal and advertising injury": b. To "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, in the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work' out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor Includes copyrighted material of Insurance Services omoe, Inc. wim Its permission. Copyright, Insurance Services Office, Inc., 2000 22-45TX (12/02) Page 4 of 7 From: Barbara J. Norton At: Gilmore Insurance Agency, Inc FaxID: 806-763-4045 To: Lesa Hutcherson Date: 9/15/05 10:35 AM Page: 9 c engaged in performing operations for a principal as a part of the same project; -= c. To the rendering of or failure to render any professional services including, but not limited to, any professional architectural, engineering or surveying services such as: . (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; _ d_ To "bodily injury", "property damage" or "personal and advertising injury" arising out of any act, error or omission that results from the additional insureds sole negligence or wrongdoing; 9. To any person or organization included as an insured under provision I. of this endorsement; f. To any person or organization included as an insured by a separate additional insured endorsement issued by us and made a part of this policy; or g. When it is shown in the Schedule as not applicable. I. ADDITIONAL INSURED — VENDORS Paragraph 2. under SECTION 11- WHO IS AN INSURED is amended to include as an insured any person or organization (referred to below as "vendor') with whom you agreed, in a written contract or agreement to provide insurance such as is afforded under this policy, but only with respect to "bodily Injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: 1. The insurance afforded the vendor does not apply to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; b. Any express warranty unauthorized by you; c. Any physical or chemical change in the product made intentionally by the vendor, d. Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or substitution of parts under instructions from the manufacturer, and then repackaged in the original container, e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the course of business, in connection with the distribution or sale of the products; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; g. Products which, after distribution or sale by you, have been labeled or relabeled or used as a F .. I i_3 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Genricea Office, Inc., 2000 22-45TX (12/02) Page 5 of 7 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; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, 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. 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 proj ect; (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 perforn as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 3 T L>j No Text CONTRACT NO. 6171 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 8th day of September, 2005 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 #05-094-BM - OVERTON PARK STREETSCAPE AND LANDSCAPE - $2,794,412.00 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 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. Tom's Tree Place's bid dated August 18th, 2005 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day rst above written. CITY OF I BBOCK EXAS (OWNER): CONTRACTOR: WT s t V1 C ., d l . By:—/-v MA A ST: - City Se retary APPROVED AS A I l Owner' • • ' ; • D A •mail �r- COMPLETE ADDRESS: GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit TOM'S TREE PLACE who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative KEITH SMITH, ASSISTANT CITY ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, 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 Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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 otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished 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 R said lines and grades are necessary for the commencement of the work contemplated by these contract documents 4-s or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall N 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. MATNER'S REPRESEI�TTATIVE'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 detennine all questions in relation to J said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17 IN 19. 20 21 CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of I J 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. 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 rill 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. i SANITATION -1 Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public r} 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. OBSERVATION AND TESTING i 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 I 4 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 perfonn the work in accordance with the requirements of the contract documents. 3 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either s 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 tern? "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, 25 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 detennined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for 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 Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 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 6 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 3 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 time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY t 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, 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 7 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 r]l virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED [11 ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNTER ALL , PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. a C. 0 General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury Advertising Injury Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, $0 Combined Single Limit. This policy shall be submitted prior to contract execution. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non-o,Amed Vehicles. The City is to be named as a primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. 8 H 1H E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $0 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500.000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (T)ATCC-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 p J Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has - undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. _. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 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. _i 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; A (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: l (1) a certificate of coverage, prior to the other person beginning work on the project; and i (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; 1 (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. j 10 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the 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. r(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; _1 (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: 11 (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially' affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice; without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commmission at 8001372-77I3 or 5I2/804- 4000 (I zttn://www.twcc.state.tx.res/tii,cccontacts.htrral) 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 (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; t_ (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; rJ (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that 12 the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the proj ect; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and 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. 13 31 32 33 PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees hannless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity- provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to 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 perfonn 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 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. 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 14 H H Owner may withhold permanently from Contractor's total compensation, the sum of $50.00 (FIFTY DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 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 15 38 39 .M M 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. 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. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 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. 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 famish 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 u I 16 Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The detei-rnination 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. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been -s substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and _ Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any 17 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. r!", 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 ri shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 1-i 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of - (a) Defective work not remedied and/or work not performed. �? (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE ' It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed 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 l with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. 18 In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed 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 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 l- over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machine equipment, tools materials or supplies and apply the Y machinery,pP Pp Y 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. F- ` 19 F.; WJ 50 51 52. 53 54 The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Govermnent 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. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES j 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. 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 perfomnance 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 cant' out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or ? i 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, finn, or corporation. -, 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 =_ 20 [_ i 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. 21 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Lj Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger -t Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter l..r Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker a Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates 1 Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 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. No Text Specifications City of Lubbock Overton Park Landscape Design - Goodacre Boulevard June 2005 PSC Project #: 03830503 Parkhill, Smith & Camper, Inc. Engineers - Architects . Planners TABLE OF CONTENTS DIVISION 0 - PROPOSAL REQUIREMENTS AND CONTRACT INFORMATION Not Used DIVISION 1- GENERAL REQUIREMENTS Not Used DIVISION 2 - SITE WORK 02523 Concrete Sidewalks 02780 Unit Pavers 02810 Irrigation Systems 02870 Site Furnishings 02930 Exterior Plants DIVISION 3 - CONCRETE Not Used DIVISION 4 - MASONRY 04211 Brick Unit Masonry 04720 Cast Stone DIVISION 5 - METAL Not Used DIVISION 6 - WOOD AND PLASTICS Not Used DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07321 Clay Roof Tiles 07900 Joint Sealers 03830503 TABLE OF CONTENTS PAGE - 1 06/05 DIVISION 8 - DOORS AND "TE\DOWS 08311 Access Doors and Frames DIVISIONS 9 -15 Not Used DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods 16111 Conduit 16123 Wire and Cable 16130 Boxes 16170 Grounding and Bonding 16190 Supporting Devices 16195 Electrical Identification 16470 Panelboards 03830503 TABLE OF CONTENTS PAGE - 2 06/05 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 0 - PROPOSAL REQUIREMENTS AND CONTRACT INFORMATION 00410 Bid Form�.�--�� DIVISION 2 - SITE WORK �4`�� E g Y m • �f�, • yam: 02523 Concrete Sidewalks r�++ 02780 Unit Pavers 02810 Irrigation Systems :,,• 'G' 02870 Site Furnishings '��`••..; fl��.•�-r 02930 Exterior Plants OF 03830503 DESIGN PROFESSIONAL RESPONSIBILITY KL - 1 06/05 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 4 - MASONRY 04211 Brick Unit Masonry 04720 Cast Stone DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07321 Clay Roof Tiles 07900 Joint Sealers DIVISION 8 - DOORS AND WINDOWS 08311 Access Doors and Frames 03830503 DESIGN PROFESSIONAL RESPONSIBILITY BPN - 1 06/05 DESIGN PROESSIONAL RESPONSHLITY The specification sections authenticated by my seal and signature are limited to the following: DBSION 16 ELECTRICAL 16000 Basic Electrical Methods 16111 Conduit 16123 Wire and Cable 16130 Boxes 16140 Wiring Devices 16170 Grounding and Bonding 16190 Supporting Devices 16195 Electrical Identification 16470 Panelboards 03830503 DESIGN PROFESSIONAL RESPONSIBILITY TDS - 1 06/05 DIVISION 2 SECTION 02523 CONCRETE SIDEWALKS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Concrete sidewalks (includes all flat work, regardless of thickness, that is placed for pedestrian walkways). 1.3 RELATED SECTIONS A. Section 07900 - Sealants: Sealant for joints. 1.4 REFERENCES A. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. B. ASTM C33 - Concrete Aggregates. C. ASTM C78 - Standard Test Method for Flexural Strength of Concrete. D. ASTM C94 - Ready Mix Concrete. E. ASTM C143 - Slump of Hydraulic Cement Concrete. F. ASTM C150 - Portland Cement. G. ASTM C172 - Sampling Freshly Mixed Concrete. H. ASTM C173 - Air Content of Freshly Mixed Concrete by the Volumetric Method. I. ASTM C260 - Air -Entraining Admixtures for Concrete. J. ASTM C309 - Liquid Membrane -Forming Compounds for Curing Concrete. K. ASTM C494 - Chemical Admixtures for Concrete. L. ASTM C1116 - Fiber -Reinforced Concrete and Shotcrete. M. ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. 1.5 SUBMITTALS A. Submit following in accordance with Section 01300 - Submittals. B. Product Data: Submit manufacturer's product data for the following: 1. Joint filler admixtures. 2. Curing compounds. 3. Fibrous reinforcing. 03830503 CONCRETE SIDEWALKS 02523 - 1 06/05 0 C. Quality Control Submittals: Submit the following information related to quality assurance requirements specified: 1. Design data: Submit proposed mix designs and test data before concrete operations begin. Identify for each mix submitted the method by which proportions have been selected. a. For mix designs based on field experience, include individual strength test results, standard deviation, and required average compressive strength f(cr) calculations. b. For mix designs based on trial mixtures, include trial mix proportions, test results, and graphical analysis and show required average compressive strength f(cr). C. Indicate quantity of each ingredient per cubic yard of concrete. d. Indicate type and quantity of admixtures proposed or required. 2. Test reports: Submit laboratory test reports for all testing specified. 3. Certifications: Submit affidavits from an independent testing agency certifying that all materials furnished under this section conform to specifications. 4. Certifications: Provide certification from manufacturers of concrete admixtures that chloride content complies with specified requirements. 5. Delivery tickets: Submit copies of delivery tickets complying with ASTM C 94 for each load of concrete delivered to site. D. Submit manufacturers printed product data, clearly marked, indicating required volume of fibrous concrete reinforcement materials to be added to each cubic yard of concrete. E. Submit manufacturers printed batching mixing instructions. F. Submit certificate prepared by concrete supplier under provisions of Section 01400 stating that approved fibrous concrete reinforcement materials were added at the required volume to each batch of concrete delivered to project site. Accompanied each certificate by one (1) copy of each batch delivery ticket indicating amount of fibrous concrete reinforcement material added to each batch of concrete. 1.6 QUALITY ASSURANCE A. Testing Agency Qualification: 1. An independent testing agency acceptable to the architect to perform specified tests and other services required for quality assurance. a. Testing agency shall meet ASTM E 329 requirements. b. The Contractor will be responsible for coordinating and scheduling required testing. B. Source of Materials: Obtain materials of each type from same source for the entire project. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver reinforcement to project site bundled and tagged with metal tags indicating bar size, lengths, and other data corresponding to information shown on placement drawings. 1. Store concrete reinforcement materials at the site to prevent damage and accumulation of dirt or rust. B. Store cementitious materials in a dry, weathertight location. Maintain accurate records of shipment and use. C. Store aggregates to permit free drainage and to avoid contamination with deleterious matter or other aggregates. When stockpiled on ground, discard bottom 6 inches of pile. D. Handle aggregates to avoid segregation. 03830503 CONCRETE SIDEWALKS 02523 - 2 06/05 1.8 ENVIRONMENTAL REQUIREMENTS A. Cold Weather Requirements. 1. Do not place concrete when base surface temperature is less than 40 degrees F or surface is wet or frozen. B. Warm Weather Requirements. 1. Do not place concrete when temperature of mix exceeds 85 degrees F without approved retarder nor 95 degrees F with approved retarder. PART 2 - PRODUCTS 2.1 FORM MATERIALS A. Sidewalks 1. Steel or wood at contractor's option. B. Joint Filler: ASTM D1751 type; 1/2 inch thick. 2.2 REINFORCEMENT A. 100 percent virgin homopolymer polypropylene fibrillated fibers specifically manufactured for use as concrete reinforcement and containing no reprocessed olefin materials. B. Reinforcing Bars: Provide deformed bars complying with the following, except where otherwise indicated: 1. ASTM A 615, Grade 60. C. Welded Wire Fabric: ASTM A 185, cold -drawn steel, plain. D. Reinforcing Accessories: 1. Tie wire: Black annealed type, 16-1/2 gage or heavier. 2. Supports: Bar supports conforming to specifications of CRSI "Manual of Standard Practice." a. Precast concrete blocks of strength equal to or greater than specified strength of concrete or Class 3 supports equipped with sand plates, where concrete will be cast against earth. Concrete masonry units will not be accepted. E. Load Transfer Devices: 1. Dowels: Plain round or deformed bars, as shown on the drawings. Provide corrosion inhibitor on unbonded end. a. Metal expansion caps: Designed to provide not less than 1 inch of bar movement. 2.3 CONCRETE MATERIALS A. Cement: ASTM C150 Air Entraining -Type IA, Portland type, grey color. B. Fine and Coarse Mix Aggregates: ASTM C33, Size No. 57. C. Water: Potable, not detrimental to concrete. D. Air Entrainment: ASTM C260. 2.4 ACCESSORIES A. Curing/Sealing Compound: ASTM C309, Type 1, Class B; equal to MB-429 manufactured by Master Builders, Inc. B. Joint Sealers: Specified in Section 07900. 03830503 CONCRETE SIDEWALKS 02523 - 3 06/05 2.5 2.6 2.7 CONCRETE MIX - BY PERFORMANCE CRITERIA A. Mix concrete in accordance with ACI 304. Deliver concrete in accordance with ASTM C94. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1 or Method 2. C. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in amounts in accord with approved submittals. D. Mix batched concrete in strict accord with fibrous concrete reinforcement manufacturer's instructions and recommendations for uniform and complete dispersion. E. Provide concrete to the following criteria at all locations except at unit pavers. 1. Compressive Strength: at 28 days: 3500 psi. 2. Slump: 3 to 5 inches. 3. Air Entrained: 5.5 percent plus or minus 1.5 percent. F. Use accelerating admixtures in cold weather only when approved by Landscape Architect. Use of admixtures will not relax cold weather placement requirements. G. Use set retarding admixtures during hot weather only when approved by Landscape Architect. H. Provide concrete to the following criteria for rigid base under unit pavers: 1. Compressive Strength: 2,000 psi. 2. Slump: 5". SOURCE QUALITY CONTROL AND TESTS A. Section 01400 - Quality Control: Provide mix design for each class of concrete to Landscape Architect for review prior to commencement of work. B. Tests on cement and aggregates will be performed to ensure conformance with specified requirements. C. Test samples in accordance with ACI 301. D. Slump: A tolerance of up to 3 inches above approved design mix slump will be permitted for 1 batch in 5 consecutive batches tested. Concrete of lower slump than that specified may be used, provided proper placing and consolidation is obtained. The mix determined shall be workable concrete having a slump between 1 and 2 inches as determined by ASTM C143. If high -range water -reducing admixtures are used, the initial slump range of 1 to 2 inches shall not exceed 8 inches after the addition of the high -range water -reducing admixture. E. Total Air Content: A tolerance of plus or minus 1-1/2 percent of approved design mix air content will be allowed for field measurements. Air content, percent by volume 5 1/2%. F. Do not use batches that exceed tolerances. CONCRETE MIXING A. Transit Mixers: Mix concrete materials in transit mixers, complying with requirements of ASTM C 94. 1. At ambient temperatures of 85 to 90 degrees F, reduce mixing and delivery time to 75 minutes. 2. At ambient temperatures above 90 degrees F, reduce mixing and delivery time to 60 minutes. 03830503 CONCRETE SIDEWALKS 02523 - 4 06/05 8 P; 9 PART 3-EXECUTION 3.1 EXAMINATION A. Verify base conditions under provisions of Section 01039. B. Verify compacted subgrade is acceptable and ready to support concrete work and imposed loads. C. Verify gradients and elevations of base are correct. D. Notify Landscape Architect at least 8 hours in advance of placing concrete. Landscape Architect shall have the opportunity to observe, if desired, the forming prior to concrete placement. No concrete shall be placed without verbal approval from Landscape Architect. 3.2 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. B. Notify Landscape Architect minimum 24 hours prior to commencement of concreting operations. 3.3 FORMING A. Place and secure forms to correct location, dimension, profile, and gradient. B. Assemble formwork to permit easy stripping and dismantling without damaging concrete. C. Place joint filler vertical in position, in straight lines. Secure to formwork during concrete placement. D. Release Agent: Provide field -applied form coating. Thoroughly clean and recondition formwork and reapply coating before each use. 3.4 PLACING CONCRETE A. Place concrete in accordance with ACI 301. B. Place concrete continuously over the full width of the panel and between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. 3.5 JOINT CONSTRUCTION A. General: Provide joints of the types and in the locations shown on the drawings. 1. Construct joints in adjacent panels in precise alignment. Do not offset joints. 2. Tool slab edges and formed joints with 1/8-inch radius jointing tool. B. Expansion Joints: 1. Provide positive, firm support of filler during placement of concrete to ensure accurate alignment. 2. Install expansion joint filler to the full concrete depth. 3. Recess top edge of filler to the depth indicated to accommodate joint sealant. Protect top edge of filler with removable metal channel while concrete is being placed, or provide filler with removable portion of the required depth. 4. Where dowels are used, punch or drill filler to exact dowel diameter, spacing, and depth. C. Load Transfer Devices: 1. Apply a thin brush coat of approved lubricant to free end of dowels immediately before concrete placement. 03830503 CONCRETE SIDEWALKS 02523 - 5 06/05 2. Place at right angles to joints, in precise horizontal and vertical alignment and spacing, and firmly supported against movement during placing of concrete. D. Sawn Contraction Joints: 1. Use only wet saws of an approved type. 2. Time sawing to occur before cracking occurs but after concrete has hardened sufficiently to avoid rough joint surfaces. 3. Saw to one-fourth of slab depth. 4. Extend saw cut to full width of concrete section, including adjacent curbs and gutters, if any. 3.6 CONCRETE PLACEMENT A. Preparation: Provide materials necessary to ensure adequate protection of concrete during inclement weather before beginning installation of concrete. B. Inspection: Before beginning concrete placement, inspect formwork, reinforcing steel, and items to be embedded, verifying that all such work has been completed. C. Placement - General: Comply with requirements of ACI 304 and as follows: 1. Schedule continuous placement of concrete to prevent the formation of cold joints. 2. If a section cannot be placed continuously, provide keyed construction joints with tie bars of size and spacing as approved by the architect. 3. Deposit concrete as close as possible to its final location, to avoid segregation. D. Slab Placement: Schedule continuous placement and consolidation of concrete within planned construction joints. 1. Thoroughly consolidate concrete without displacing reinforcement or embedded items, using internal vibrators, vibrating screeds, roller pipe screeds, or other means acceptable to architect. E. Cold Weather Placement: Comply with recommendations of ACI 306 when air temperatures are expected to drop below 40 degrees F either during concrete placement operations or before concrete has cured. 1. Do not use frozen or ice -laden materials. 2. Do not place concrete on frozen substrates. F. Hot Weather Placement: Comply with recommendations of ACI 305R when ambient temperature before, during, or after concrete placement is expected to exceed 90 degrees F or when combinations of high air temperature, low relative humidity, and wind speed are such that the rate of evaporation from freshly poured concrete would otherwise exceed 0.2 pounds per square foot per hour. 1. Do not add water to approved concrete mixes under hot weather conditions. 2. Provide mixing water at lowest feasible temperature, and provide adequate protection of poured concrete to reduce rate of evaporation. 3. Use fog nozzle to cool formwork and reinforcing steel immediately prior to placing concrete. 3.7 FINISHING A. Sidewalk Paving: Light broom, radius to 3/8 inch radius, and trowel joint edges. B. Direction of Texturing: Transverse to longest dimension. C. Place curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instructions. 03830503 CONCRETE SIDEWALKS 06/05 02523 - 6 9 3.8 CONCRETE CURING AND PROTECTION A. General: 1. Prevent premature drying of freshly placed concrete, and protect from excessively cold or hot temperatures until concrete has cured. 2. Provide curing of concrete by one of the methods listed and as appropriate to service conditions and type of applied finish in each case. B. Curing Period: 1. Not less than 7 days for standard cements and mixes. C. Surfaces Not in Contact with Forms: 1. Start initial curing as soon as free water has disappeared, but before surface is dry. 2. Keep continuously moist for not less than 3 days by uninterrupted use of any of the following: a. Water ponding. b. Water -saturated sand. C. Water -fog spray. d. Saturated burlap: Provide 4-inch minimum overlap at joints. 3. Begin final curing procedures immediately following initial curing and before concrete has dried. a. Moisture -retaining cover: Lap not less than 3 inches at edges and ends, and seal with waterproof tape or adhesive. Repair holes or tears during curing period with same tape or adhesive. Maintain covering in intimate contact with concrete surface. Secure to avoid displacement. 1) Extend covering past slab edges at least twice the thickness of slab. 2) Do not use plastic sheeting on surfaces which will be exposed to view when in service. b. Curing compound: Apply at rate stated by manufacturer to conform with moisture -retention requirements specified, using second, immediate application at right angles to first, if necessary, and reapply if damaged by rain. 4. Continue final curing to end of curing period. D. Avoid rapid drying at end of curing period. E. Ensure that joints and slab edges receive adequate curing. 1. Ensure that sawn joints receive adequate curing after sawing. 2. Where joints subsequently will be sealed, do not apply curing compounds unless joint faces will be sandblasted free of compound. F. During and following curing period, protect concrete from temperature changes of adjacent air in excess of 5 degrees F per hour and 50 degrees F per 24 hours. Progressively adjust protective measures to provide uniform temperature changes over entire concrete surface. 3.9 REMOVAL OF FORMS AND SUPPORTS A. Provided that concrete has hardened sufficiently that it will not be damaged, forms may be removed after concrete has cured at not less than 50 degrees F for 8 hours. Maintain curing and protection operations after form removal. 3.10 JOINT SEALING A. Separate pavement from vertical surfaces with 1/2 inch thick joint filler. B. Place joint filler in pavement pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. 03830503 CONCRETE SIDEWALKS 02523 - 7 06/05 C. Extend joint filler from bottom of pavement to within 1/4 inch of finished surface. Conform to Section 07900 for finish joint sealer requirements. 3.11 TOLERANCES A. Section 01400 - Quality Assurance: Tolerances. B. Maximum Variation of Surface Flatness: 1/4 inch in 10 ft. C. Maximum Variation From True Position: 1/4 inch. 3.12 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection and testing. B. Strength Tests 1. Take minimum of one set of 3 samples for each day's pour but not less than one set for each 25 cubic yards placed. 2. Take samples in accordance with ASTM C172. C. Air Content 1. Perform two tests for air content on randomly selected batches of concrete for each days pour but not less than two for each 25 cubic yards placed. D. Slump Test 1. Perform two slump tests in accordance with ASTM C 143 on randomly selected batches for every 25 cubic yards or fraction thereof of concrete placed each day. E. One additional test cylinder will be taken during cold weather and cured on site under same conditions as concrete it represents. F. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature and test samples taken. END OF SECTION 03830503 CONCRETE SIDEWALKS 02523 - 8 06/05 SECTION 02780 UNIT PAVERS PART 1- GENERAL A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 110400may)UMUTT. Wm A. This Section includes the following: 1. Mortarless brick pavers set on flexible base (course sand) setting beds. 2. Mortarless brick pavers set on a rigid base (concrete). B. Related Sections include the following: 1. Division 2 Section 'Earthwork" for excavation and compacted subgrade. 2. Division 2 Section "Concrete sidewalks and curb and gutters" for concrete base under unit pavers and concrete edge restraints. 1.3 SUBMITTALS A. Product Data: For materials other than water and aggregates. B. Product Data: For the following: 1. Pavers. C. Samples for Verification: 1. Full-size units of each type of unit paver indicated. Assemble not less than five Samples of each type of unit. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain each type of unit paver and setting material from one source with resources to provide materials and products of consistent quality in appearance and physical properties. B. Mockups: Build brick panel mockups, as dimensional on plans to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 2. Build mockups where directed. C. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.5 DELIVERY, STORAGE, AND HANDLING A. Store pavers on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. 03830503 UNIT PAVERS 02780 - 1 06/05 B. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. 1.6 PROJECT CONDITIONS A. Cold -Weather Protection: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen subgrade or setting beds. Remove and replace unit paver work damaged by frost or freezing. PART 2 - PRODUCTS tJ 2.1 BRICK PAVERS A. Brick Pavers: Light -traffic paving brick; ASTM C 902, Class SX, Type II, Application PX. Provide brick without frogs or cores in surfaces exposed to view in the completed Work. 1. Manufacturer: a. 1-800-999-0480, "Old Colonial". 2. Temporary Protective Coating: Precoat exposed surfaces of brick pavers with a temporary protective coating that is compatible with brick products. 1 2.2 FLEXIBLE BASE SETTING BED MATERIALS A. Sand for Leveling Course: Sound, sharp, washed sand complying with gradation requirements of ASTM C 33 for fine aggregate. B. 4 inch thick on compacted fill. 2.3 RIGID BASE SETTING BED MATERIALS 1 A. Concrete as per Section 02523. B. 1" Thick Sand for Leveling Course: Sound, sharp, washed sand complying with gradation requirements of ASTM C 33 for fine aggregate. 2.4 SAND FOR JOINTS A. Sharp, washed sand with 100 percent passing No, 16 (1.18mm) sieve. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas indicated to receive paving, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. At rigid base installation, verify concrete installation has specified slope and subdrainage system in place. B. Compact soil subgrade uniformly to at least 95 percent of ASTM D1557 laboratory density. 03.830503 UNIT PAVERS 02780 - 2 06/05 i� E_ r 3 C. At flexible base installation, proof -roll prepared subgrade according to requirements in Division 2 Section "Earthwork" to identify soft pockets and areas of excess yielding. Proceed with unit paver installation only after deficient subgrades have been corrected and are ready to receive base course for unit pavers. D. Place leveling course and screed to a thickness of 1" at Rigid Base Installation, and 4" at Flexible Base Installation, taking care that moisture content remains constant and density is loose and constant until pavers are set and compacted. E. Treat leveling base with soil sterilizer to inhibit growth of grass and weeds. 3.3 INSTALLATION, GENERAL A. Do not use unit pavers with chips, cracks, voids, discoloration, and other defects that might be visible in finished work. B. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. C. Cut unit pavers with motor -driven masonry saw equipment to provide clean, sharp, unchipped edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hammer cutting is not acceptable. D. Exercise care in handling coated brick pavers to prevent coated surfaces from contacting backs or edges of other units. Remove coating from bonding surfaces before setting brick. E. Joint Pattern: As indicated on the drawings. F. Tolerances: Do not exceed 1/32-inch (0.8-mm) unit -to -unit offset from flush (lippage) nor 1/8 inch in 10 feet (3 mm in 3 m) from level, or indicated slope, for finished surface of paving. G. Vibrate pavers into leveling course with a low -amplitude plate vibrator capable of a 3,500 to 5,000 — lbf (16 to 22-kN) compaction force of 80 to 90Hz. H. Spread dry sand and fill joints immediately after vibrating pavers into leveling course. Vibrate pavers and add sand until joints are completely filled, then remove excess sand. Leave a slight surplus of sand on the surface for joint filling. 03830503 UNIT PAVERS 02780 - 3 06/05 SECTION 02810 IRRIGATION SYSTEMS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. The work consists of installing a complete underground irrigation system as shown on the Drawings and as specified hereafter. The Contractor performing this work shall furnish all labor, equipment, materials and permits necessary for the completion of the system, except those specified to be furnished by others. Unless otherwise specified or indicated on the Drawings, the construction of the irrigation system shall include the furnishing, installing and testing of all pipe, fittings, valves, heads, controllers, wires, air release and vacuum valves, backflow prevention devices, inlet and discharge piping, automatic drain valves, manual drain valves, valve boxes, water meters, and all other components pertinent to the plans and specifications of this system. The Contractor shall perform all trenching, excavating, boring, backfilling, compacting, concrete pouring, electrical work, welding, and any other work necessary for the completion of the project. 1.3 SITE INVESTIGATION A. The Contractor shall examine related work and surfaces before starting the work of this section. The Contractor shall report to the Landscape Architect or his authorized representative, in writing, conditions which will prevent the proper execution of irrigation installation. Deviations from plans and specifications shall be executed only with the express permission of the Landscape Architect and at no cost to the Owner. If obvious inadequacies or inappropriate design are found on the drawings, they shall be promptly brought to the attention of the Landscape Architect in writing before proceeding with installation of the system. 1.4 CODES, RULES AND SAFETY ORDERS A. All work and materials shall be in full accordance with the latest local rules and regulations of safety. 1.5 PROTECTION A. The Contractor shall furnish and maintain all warning signs, shoring, barricades, red lanterns, etc., as required by the Safety Orders of the Division of Industrial Safety and local ordinances. 1.6 DEFINITIONS A. Circuit Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. 03830503 IRRIGATION SYSTEMS 02810 - 1 06/05 B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. C. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile-butadiene-styrene plastic. 2. FRP: Fiberglass -reinforced plastic. 3. PA: Polyamide (nylon) plastic. 4. PE: Polyethylene plastic. 5. PP: Polypropylene plastic. 6. PTFE: Polytetrafluoroethylene plastic. 7. PVC: Polyvinyl chloride plastic. 8. TFE: Tetrafluoroethylene plastic. 1.7 PERFORMANCE REQUIREMENTS A. Maintain 100 percent water -coverage irrigation system for exterior plants indicated. B. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent water coverage of planting areas indicated. C. Minimum Working Pressures: The following are minimum pressure requirements for piping, valves, and specialties, unless otherwise indicated: 1. Irrigation Main Piping: 200 prig. 2. Circuit Piping: 150 psig. 3. Drain Piping: 100 psig. 1.8 SUBMITTALS A. Prepare and make five sets of submittals providing manufacturer's specifications and "cut sheets" on the following components: 1. Controllers 2. Manual and automatic valves 3. Emitters 4. Enclosures for backflow prevention devices 5. 24 volt wire 6. Piping 7. Joint materials 8. Backflow enclosure heating devices 9. Backflow prevention device 10. Irrigation heads 11. Filters 12. Valve boxes 13. Wire splicing materials 14. PVC fittings 15. Line location tape B. Shop Drawings: Show irrigation system piping, including plan layout, and locations, types, sizes, capacities, and flow characteristics of irrigation system piping components. Include water meters, backflow preventers, valves, piping, sprinklers and devices, accessories, controls, and wiring. Show areas of sprinkler spray and overspray. Show wire size and number of conductors for each control cable. C. Provide irrigation system record drawings- 1 . Legibly mark drawings to record actual construction. 03830503 IRRIGATION SYSTEMS 02810 - 2 06/05 9 P 2. Indicate horizontal and vertical locations, referenced to permanent surface improvements 3. Identify field changes of dimension and detail any changes made by Change Order. D. The Contractor shall provide one controller chart showing the area covered by a controller for each automatic valve. The chart shall be a reduced drawing of the actual "Record Drawing" system. The size of the chart shall be the maximum size that the controller door will allow. If controller sequence is not legible when the drawing is reduced, drawing shall be enlarged to a size that is readable. E. Chart shall be a blackline print with a different color used to show area of coverage for each system. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum 20 mils thick. Charts shall be completed and approved prior to final inspection and acceptance of the irrigation system. F. Field quality -control test reports. G. Operation and Maintenance Data: For irrigation systems, to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 1 Section "Operation and Maintenance Data," include data for the following: 1. Automatic -control valves. 2. Sprinklers. 3. Controllers. 1.9 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with sections on general conditions. Quality control and Standard landscape practices. C. Installer's Qualifications: Minimum of 5 years experience installing irrigatin systems of comparable size, and current Irrigator's License. Submit a copy of Irrigator's License to the Landscape architect. D. Materials, equipment and methods of installation shall comply with the following codes and standards: 1. Manufacturer's Instructions. 2. National fire Protection Association (NFPA): national Electrical code. 3. American society for testing Materials (ASTM) 4. National Sanitation Foundation (NSF) 5. The Irrigation Association (IA) E. Excavation, baclfilling and compaction operations: Contractor shall meet State and Local requirements. F. Obtain Owner's and Landscape Architect's acceptance of installed and tested irrigation system prior to installing backfill materials. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver irrigation system components in manufacturer's original, undamaged and unopened containers with labels intact and legible. B. Deliver plastic piping in bundles, packaged to provide adequate protection of pipe ends, both threaded or plain. C. Store and handle materials to prevent damage and deterioration. D. Provide secure, locked storage for valves, sprinklers heads, and similar components that can not be immediately replaced, to prevent installation delays. g_ 03830503 IRRIGATION SYSTEMS 02810 - 3 06/05 8 E. Contractor to provide and honor all manufacturer warranties on all irrigation products. F. Deliver piping with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture. G. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. 1.11 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated: 1. Notify Landscape Architect and Owner no fewer than five days in advance of proposed interruption of water service. 2. Do not proceed with interruption of water service without Owner's written permission. B. Known underground and surface utility lines are indicated within the drawing set. If utilities are not shown on plans, that does not mean there are no utilities in the construction limits. C. Protect existing trees, plants, lawns and other features designated to remain as part of the final landscape work. D. Promptly repair damage to adjacent facilities caused by irrigation system work. Cost of repairs at Contractor's expense. E. Promptly notify the Landscape Architect of unexpected subsurface conditions. F. Irrigation system layout is diagrammatic. Exact location of piping, sprinkler heads, valves and other components shall be established by Contractor in the field ant the time of installation. 1. Cut through concrete and masonry wit core drills. Jackhammers are not permitted. 2. Materials and finishes for patching shall match existing cur surface materials and finish. Exercise special care to provide patching at openings in exterior walls watertight. 3. Methods and materials used for cutting and patching shall be acceptable too the Landscape Architect. 1.12 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. B. The Contractor shall coordinate and cooperate with other contractors on site to ensure rapid and efficient completion of all contracted work. 1.13 EXTRA MATERIALS A. Furnish extra materials, as necessary, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1.14 WARRANTY A. Irrigation system shall be guaranteed against defects in materials and workmanship for one (1) year after final acceptance. Work covered under the guarantee period will include, but not be limited to, emergency repairs. Repair settling backfilling trenches, and repair replacement of any malfunctioning equipment. 03830503 IRRIGATION SYSTEMS 02810 - 4 06/05 B. Correct all defects and resulting damages within 24 hours after the Owner's notification. If no response to the notification is made within the 24 hour period, the Owner may proceed with repairs and charge the expense incurred with the work to the Contractor. The Owner may make emergency repairs as necessary without voiding the guarantee. C. Furnish all materials, labor and equipment for correction at no expense to the Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 PIPES, TUBES, AND FITTINGS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, fitting, and joining materials. B. PVC Pipe: ASTM D 1785, PVC 1120 compound, Schedule 40. 1. PVC Socket Fittings, Schedule 40: ASTM D 2466. C. PVC Pipe: ASTM D 1785, PVC 1120 compound, Schedule 80. 1. PVC Socket Fittings, Schedule 80: ASTM D 2467. 2. PVC Threaded Fittings: ASTM D 2464. 2.3 JOINING MATERIALS A. Refer to Division 2 Section "Piped Utilities -- Basic Materials and Methods" for commonly used joining materials. 2.4 GENERAL -DUTY VALVES A. PVC Ball Valves: MSS SP-122, union type, with full -port ball, threaded detachable end connectors, and pressure rating not less than 125 prig (860 kPa). 1. Material Option: MSS SP-122, of plastic other than PVC and suitable for potable water. Include threaded ends and pressure rating not less than 150 psig (1035 kPa), unless otherwise indicated. 2.5 SPECIALTY VALVES A. Low Flow Automatic Control Valves: Remote control valve shall be Rain Bird LFV Series Valves as manufactured by Rain Bird Corporation. 1. The valve shall be normally closed 24 VAC 50/60 Hz (cycles per second) solenoid actuated, balanced pressure type capable of a flow rate of 8 gpm (1/s;m3/h) with a pressure loss not to exceed 5.2 psi (bar). The valve pressure rating shall not be less than 150 psi (10,4 bar). The valve body and bonnet shall be constructed of high impact weather resistant plastic, stainless steel and other chemicaVUV resistant materials. The valve shall have a one unit diaphragm constructed of durable Buna-N 03830503 IRRIGATION SYSTEMS 02810 - 5 06/05 rubber material with a clog resistant metering orifice, and a double knife seal. The valve shall have a %2" diameter seat. The valve shall have one 90-mesh (200 micron) pilot filter attached to the diaphragm. The valve shall have one fully encapsulated solenoid with captured plunger. The valve shall have one 90-mesh (200 micron) filter attached to the solenoid base. The valve body shall have one of the following: a %" globe configuration (20/27) or 1" (26/34) (FNPT) inlet and outlet. The valve shall be actuated by a low power 0.30 A (7.2 VA) in -rush current and 0.23 A (5.5VA) holding current. The valve shall be capable of on/off control by turning the solenoid %a turn. The valve shall provide a flush mode that is manually activated by % turn of the bleed screw where external porting is permissible. The valve shall be as such to provide for all internal parts to be removable from the top of the valve without disturbing the valve installation. The remote control valve shall be manufactured by Rain Bird Corporation, Glendora, California. B. Plastic Automatic Control Valves: Rain Bird Model PESB electric remote control valve. 1. The electric remote control valve shall be a normally closed 24 VAC 50/60 cycle solenoid actuated globe pattern design. The valve pressure rating shall not be less than 200 psi (13,80 bars). The valve shall have the following characteristics (circle one): Flow rate: 50 gpm m3/h 1/s Pressure loss not to exceed: 3.1 psi bars The valve body and bonnet shall be constructed of heavy-duty glass -filled UV resistant nylon and have stainless steel studs and flange nuts; diaphragm shall be of nylon reinforced nitrile rubber. 2. The valve shall have both internal and external manual open/close control (internal and external bleed) to manually open and close the valve without electrically energizing the solenoid. The valve's internal bleed shall prevent flooding of the valve box. 3. The valve shall house a fully -encapsulated, one-piece solenoid. The solenoid shall have a captured plunger with a removable retainer for easy servicing and a leverage handle for easy turning. This 24 VAC 50/60 Hz solenoid shall open with 19.6 volt minimum at 200 psi (13,80 bars). At 24 VAC, average inrush current shall not exceed 0.41 amps. Average holding current shall not exceed 0.23 amps. 4. The valve shall have a brass flow control stem for accurate manual regulation and/or shutoff of outlet flow. The valve must open or close in less than 1 minute at 200 psi (13,80 bars), and less than 30 seconds at 20 psi (1,38 bars). 5. The PESB valve shall have a self-cleaning stainless steel screen designed for use in dirty water applications. 6. The valve construction shall be such as to provide for all internal parts to be removable from the top of the valve without disturbing the valve installation. 2.6 CONTROL -VALVE BOXES A. Plastic Control -Valve Boxes: Box and cover, and box extensions with open bottom and openings for piping; designed for installing flush with grade. Include size as required for valves and service. 1. Shape: Rectangular. 2. Sidewall Material: PE. Injection molded of structural foam polyethylene. 3. Cover Material: PE. a. Lettering: IRRIGATION. 03830503 IRRIGATION SYSTEMS 02810 - 6 06105 4. Manufacturers: a. Carson Industries LLC. b. NDS. C. Ametek. B. Pro Series Rectangular Valve Box, Cover and Extension as required. C. Drainage Backfill: 6" depth cleaned gravel or crushed stone, graded from 3/4 inch (19 mm) minimum to 2 inches (75 mm) maximum. D. Valve Box Extension: 2.7 SPRINKLERS A. Pop-up, Spray Sprinklers: Rainbird 1806 Pop-up Full or Part Circle Spray Sprinkler. 1. The sprinkler body, stem, nozzle and screen shall be constructed of heavy-duty, ultraviolet resistant plastic. It shall have a heavyduty stainless steel retract spring for positive pop -down and a ratcheting system for easy alignment of the pattern. 2. The sprinkler shall have a soft elastomer pressure -activated comolded wiper seal for cleaning debris from the pop-up stem as it retracts into the case to prevent the sprinkler from sticking up to minimize "flow -by." 3. The sprinkler shall have a matched precipitation rate (MPR) plastic or brass nozzle with an adjusting screw capable of regulating the radius and flow. The sprinkler shall be capable of housing protective, nonclogging filter screens or pressure compensating screens (PCS) under the nozzle. The screen shall be used in conjunction with the adjusting screw for regulating. The 6" (15 cm) and 12" (30 cm) models shall have both a side and a bottom 1/2" (15/21) (FNPT) inlet for ease of installation. 4. The sprinkler shall have a Pop-TopTM Flush Plug pre -installed. The plug shall prevent debris from clogging the sprinkler during installation and allow for the system to be flushed before nozzling. The plug shall be bright orange in color and constructed of polypropylene material. 5. When so indicated on the design pop-up spray sprinkler shall also include a pressure regulating (PRS) device to prevent high pressure fogging to the nozzle stream. This regulating device shall be an integral part of the pop-up stem, removable through the top of the case. These units shall be identifiable from the top with "PRS" markings on the cap. The device shall regulate the nozzle pressure to 30 psi for inlet pressures from 35 to 70 psi. Below 35 psi the pressure loss shall not exceed 6 psi. B. Pop-up Rotary, Spray Sprinklers: Rainbird 5000 Plus Series Full and Reversing Full/Part Circle Sprinkler. 1. The sprinkler shall have a flow shut-off device that is integrated into the flow path of the rotor as well as adjustable arc coverage of 40 to 360 degrees. 2. Arc adjustment can be performed with or without the sprinkler in operation and shall require only a flatblade screwdriver. 3. The sprinkler shall have a smoothed flow path entrance to enhance the flow characteristics of the rotor. In addition, the sprinkler shall feature a flow path to nozzle bore transition radius to minimise pressure loss and assure peak nozzle radius is achieved. 4. The sprinkler shall have a pressure activated, multifunction wiper seal that positively seals against the pop-up stem to keep debris out of the rotor and to clean debris from the pop-up stem as it retracts. This wiper seal shall prevent sprinkler from sticking up, and be capable of sealing the sprinkler cap to sprinkler body under normal operating pressures. 03830503 IRRIGATION SYSTEMS 02810 - 7 06/05 5. The sprinkler shall have a screen installed in the pop-up stem to filter inlet water, protect the drive from clogging and simplify its removal for cleaning and flushing of the system. It shall have a 3/4" (FNPT) bottom inlet. 6. The sprinkler shall have a standard green rubber cover and a strong stainless steel retract spring for positive pop down. The sprinkler shall have 12 interchangeable nozzles: 8 Rain Curtain nozzles for superior coverage and, 4 Low Angle nozzles for reduced radius of throw and superior wind resistance with all nozzles containing Micro-RampTM for superior close -in watering. The angle of trajectory shall be 25 degrees for the Rain Curtain nozzles and 10 degrees for the low angle nozzles. The sprinkler shall come with a stainless steel adjusting screw capable of reducing the radius up to 25%. 7. When so indicated on the design, the rotor shall have a stainless steel covered nozzle turret and riser stem. This riser stem shall be tapered and conform to the standard plastic riser in all other ways. The MPR Nozzle shall have a matched precipitation rate of 0.6 in/hr (15 mm/h) at 45 psi (3,1 bar). The MPR Nozzle shall be color -coded by radius. The MPR Nozzle shall contain Micro RampTM technology for superior close -in watering. The MPR Nozzle shall be manufactured by Rain Bird Corporation, Azusa, California. 2.8 SPRINKLER SPECIALTIES A. Application Pressure Regulators: Brass or plastic housing, NPS 3/4 (DN 20), with corrosion -resistant internal parts, and capable of controlling outlet pressure to approximately 20 psig (138 kPa). B. Strainer/Filter Units: Brass or plastic housing, with corrosion -resistant internal parts; of size and capacity required for devices downstream from unit. C. Emitters: PE or vinyl body. 1. Manufacturers: a. Irritrol Systems. b. Netafim USA. C. Rain Bird Sprinkler Mfg. Corp. d. Toro Company (The); Irrigation Div. D. Drip Tubes: 1. Manufacturers: a. Netafim USA. b. Rain Bird Sprinkler Mfg. Corp. E. Multi -Outlet Emission Devices: Xeri-Bird 8 Multi -Outlet Emission Device. Emission device shall have %s" (15/21) riser and deliver water to multiple locations for increased system flexibility. Each port shall accept a Xeri-bug emitter or PC Module for independent flows from 0.5 to 24 GPH. Emission device shall have integral 200-mesh filter that is serviceable from the top of device. Emission device shall have eight bottom -mounted, sure -grip barbed outlets to securely retain 1/4" distribution tubing. Emission device shall have union base nut to allow removal of Xeri-Bird 8 body from riser for installation of 1/4" tubing onto outlet ports. Emission device shall be capable of flows of 0-24 GPH per outlet, operate at pressures from 15 to 50 psi. 2.9 AUTOMATIC -CONTROL SYSTEM A. Manufacturers: 1. Weathertrak by Hydropoint. 03830503 IRRIGATION SYSTEMS 02810 - 8 06/05 9 H f� B. Irrigation Controller: Weathertrak ET Plus Irrigation Controller. 1. The irrigation controller shall use dial hybrid control technology and be capable of automatic, semi -automatic and manual operations. All programming shall be accomplished with a simple programming dial, a copy button, two selector knobs and a large three -line display for ease -of -use. 2. The controller shall be offered in an indoor/outdoor locking cabinet. 3. The controller shall have date, time, time zone and auto daylight savings inputs. 4. The controller shall carry a three-year warranty. 5. The controller shall have a customizable and independent program per each station/zone. Each station shall be programmable in one of four modes: a. Automatic Mode. The WeatherTRAK Scheduling Engine shall calculate station runtimes, cycles, soak times and watering days and adjust these values based on daily ET values downloaded from ET Everywhere. In this mode, the controller shall prompt users for landscape- specific data for each station. Automatic mode shall use a 50% maximum allowable depletion (MAD)/soil moisture depletion model based on each plant type's root zone to determine the required watering program. Automatic mode values shall be: Sprinkler Type. Default and customizable precipitation rates and efficiency percentage used to automatically determine station runtimes. Eleven options shall be available. Precipitation Rates. Shall allow user to customize value from 0.2- 9.9 inches per hour. Sprinkler Efficiencies. Shall allow user to customize value from 10%-99%. Soil Type. There shall be five soil types reflecting USDA soil texture classifications. Each soil type selection shall have an associated filtration rate and holding capacity value. They will be used by the Scheduling Engine to automatically determine the required number of cycles and soak times to eliminate runoff and to determine watering interval requirements. Plant Type. There shall be sixteen plant type choices, each with a default crop coefficient value (Kc) and root depth that will help determine plant -specific watering needs for healthy growth. Root Depth. Associated with the selected plant material, root depth shall be customizable from 2"- 36"in 1" increments. Root depth will be used in conjunction with the daily ET to determine the watering day intervals required to maintain optimum soil moisture levels. Microchmate. The amount of sunlight that each valve location receives, microclimate shall provide station -specific water requirement adjustments. Four choices shall be available. Slope Factor. The amount of grade change within a station location will also affect run and cycle times to minimize runoff and maximize the infiltration of applied water to the plant's root zone. There shall be five choices. Sprinkler Location. Where a slope is selected, the location of sprinklers associated with a station may also increase or decrease watering times and cycles. Four choices shall be available. b. User Programmed with ET Mode. User defined programs of irrigation active watering days, station runtimes, cycles and soak durations. These programs will be adjusted based on daily ET value downloads from ET Everywhere. C. User Programmed without ET Mode. User -defined programs of irrigation watering days, station runtimes, cycles and soak durations. These programs will not use daily ET value adjustments from ET Everywhere. d. Off Mode. All specified active days, start time(s), station run times and cycles are suspended permanently for that program until mode is changed. 6. The controller shall have two independent water day patterns (Schedule A and B) assignable by the user. The controller shall have a 365-day calendar that provides 03830503 IRRIGATION SYSTEMS 02810 - 9 06/05 C. selection of watering days in any one of four schedules: automated, interval, odd/even and days of week. 7. The controller shall have one user-defimed start time per schedule. Each schedule shall have a user -defined high ET start time that is used for a second watering cycle for stations that require more water on high ET days. Each schedule shall have a user -definable water window for all schedules with optional station- specific exclusions from this window. Irrigation required but not completed in a given day, due to water window restrictions, will be carried over to the next allowable water day. 8. The controller shall run all stations one at a time in sequence and be capable of running two parallel schedules when specified by the user. Operating. The controller shall be capable of manual operation by specific or all stations from 1-99 minutes in 1-minute increments. 9. The controller shall be compatible with normally closed rain, wind or freeze sensors and be capable of automatically overriding all irrigation programming functions when activated. 10. The controller shall also have the ability to be manually set for rain pause from 1-14 days. The controller shall have an Adjust feature by individual station from 50% to +25% in 5% increments without altering start times or water windows. All stations shall be capable of running individual station runtimes from 1-99 minutes in 0.1-minute increments. 11. The controller shall have the capability of reviewing all previously entered programming data via the Review feature which will display station run times, cycles, soak times, percent adjust and active days. Alerts. 12. The controller shall have Alert functions for programming conflicts, communication errors and solenoid or wire short detection. ET Everywhere Service. 13. The controller shall include a built-in wireless radio receiver that receives ET updates sent from the ET Everywhere service no fewer than six times daily. Each controller shall have an assigned ET microzone that will allow it to receive the local weather for the controller's exact longitude and latitude coordinates. This shall be determined and automatically provided by HydroPoint Data Systems, Inc.upon service activation. Hardware. The controller shall have heavy duty surge protection on the 24V output board. 14. The controller shall use non-volatile memory to retain all programming information during a power outage; the time and date will be maintained for up to seven days without a battery back-up. 15. The controller shall have a power input of 120 VAC, (+/-10%) 60 Hz and be capable of operating up to two 24-volt VAC solenoids per station, includes running a 24-volt VAC pump/master valve output circuit. Total controller output shall not exceed 2.Iamps (50 VA) at 24 VAC including 0.375 amps for the master valve/pump start. Accessory power terminal shall have a maximum 0.25 amps at 24 VAC capability. The controller shall be manufactured by HydroPoint Data Systems, Inc.,Petaluma, Calif., or approved equal. Battery Operated Controller: Rainbird Easy Rain battery -operated single -valve controller 1. The Easy Rain battery operated irrigation controller system shall consist of a program module pre -wired to a DC latching solenoid in a plastic adapter. 2. The program module shall mount directly on the solenoid adapter. 3. The solenoid adapter shall hand -screw onto and operate with Rain Bird PESB valves. 4. The controller shall turn on the single valve station via the latching solenoid. The controller shall function normally if submerged in water. 03830503 IRRIGATION SYSTEMS 06/05 02810 - 10 9 5. The irrigation controller system shall have a maximum operating pressure of 150 psi. 6. The controller shall operate on one top -grade nine -volt alkaline battery for one year. 7. The user shall have 30 seconds to replace the battery without erasing the controller program. The controller may be programmed to operate on any one of the size pre- programmed calendar cycles. For the double(2x) cycles, the controller shall have a soak time of 4 hours between run times. Each calendar cycle can be set to water for any one of the pre-programmed run times. 8. The watering start time shall be programmable as 0,2,4,6,8,10, or 12 hours after battery installation. 9. The controller shall be capable of manual operation. 10. The controller shall have a default program of watering for the selected run time, once every day, eight hours after battery installation. The default program will actuate only if a run time has been selected. 11. The controller shall be programmable with a single knob. The control module shall be programmable up to 20 inches away from the valve station and solenoid. 12. The latching solenoid shall be supplied with an installed, filtered adapter allowing installation of the solenoid onto any Rainbird PESB valve. 13. The controller shall perform daily automatic self-cleaning of the solenoid plunger for preventative maintenance. 14. The controller shall be warranted for a period of three years 15. The controller shall be as manufactured for Rainbird Sprinkler Mfg. Corp., Glendora, California USA. D. Exterior Control Enclosures: Strong box top -entry stainless steel enclosure SB-16SS. 1. The enclosure shall be of a vandal and weather resistant nature manufactured entirely of 304 grade stainless steel. 2. The main housing door shall be louvered at the bottom and equipped with a tear drop shaped, hollow center thermoplastic door seal. 3. The entry lid shall be louvered on the back side to allow for cross flow ventilation. Filter screens shall cover all louvers to deflect against water spray, insects and dust. 4. The top entry lid shall be assisted by two gas springs for easy access. The edge of the lid shall be hemmed to eliminate any sharp edges. The top entry lid shall have a continuous stainless steel piano hinge, carriage bolted on the rear, and a three point locking mechanism on the front. A stainless steel cam style lock shall be mounted in the lid and a provision for a padlock shall be included within the locking mechanism. A removable stainless steel tray shall be provided for the purpose of mounting electronics and various other types of equipment. A removable stainless steel backboard shall be provided in the lower body and mounted on four stainless steel bolts. 5. The inside door area shall provide adequate storage for plans, operating instructions, and scheduling information. The above described product shall be a NEMA TYPE 3R Rainproof Enclosure as listed by Underwriter Laboratories, Inc. The enclosure shall be a Stronbox top entry enclosure manufactured by V.I.T. Products Inc., or approved equal E. Exterior Control Enclosures: NEMA 250, Type 4, weatherproof, with locking cover and four matching keys; include provision for grounding. 1. Material: Stainless -steel, sheet metal. 2. Mounting: Freestanding type for concrete -base mounting. F. Control Transformer: 24-V secondary, with primary fuse. 03830503 IRRIGATION SYSTEMS 02810 - 11 06/05 G. Controller Stations for Automatic Control Valves: Each station is variable from approximately 1 to 99 minutes. Include switch for manual or automatic operation of each . station. H. Timing Device: Adjustable, 24-hour, 14-day clock, with automatic operations to skip operation any day in timer period, to operate every other day, or to operate 2 or more times daily. j 1. Manual or Semiautomatic Operation: Allows this mode without disturbing preset automatic operation. 2. Nickel -Cadmium Battery and Trickle Charger: Automatically powers timing device IJ during power outages. 3. Surge Protection: Metal-oxide-varistor type on each station and primary power. I. Wiring: UL 493, Type OF-B multiconductor, with solid -copper conductors and insulated cable; suitable for direct burial. 1. Available Manufacturers: a. AFC Cable Systems Inc. b. Alcatel Canada Wire, Inc. C. American Electric Cable Co. d. American Insulated Wire Corp. e. Cerro Wire & Cable Co., Inc. f. Colonial Wire and Cable Co., Inc. g. Essex Group, Inc.; Building Wire Products Division. h. Precision Cable Manufacturing Co., Inc. i. Southwire Company. j. Triangle Wire and Cable Co. 1 2. Feeder -Circuit Cables: No. 12 AWG minimum, between building and controllers. 3. Low -Voltage, Branch -Circuit Cables: No. 14 AWG minimum, between controllers ' and automatic control valves; color -coded different from feeder -circuit -cable jacket color; with jackets of different colors for multiple -cable installation in same trench. } 4. Splicing Materials: Manufacturer's packaged kit consisting of insulating, spring -type connector or crimped joint and epoxy resin moisture seal; suitable for direct burial. J. Concrete Base: Reinforced precast concrete with opening for wiring. PART 3 - EXECUTION 3.1 POINT OF CONNECTION A. All existing water main line locations shown on the Drawings are schematic. It shall be the Contractor's responsibility to pot hole and field check to determine actual locations as incidental requisite to the construction contract. B. The proposed controller location indicted on the plans is approximate. Actual location of the controller shall be determined by Owner's representative in the field. C. Where connections to existing stub -outs are required, the Contractor shall make necessary adjustments should stubs not be located exactly as shown, at no additional cost to the Owner. 3.2 STATIC PRESSURE TEST A. The design pressure of the irrigation system is shown on the Drawings. Prior to start of construction of the irrigation system, the Contractor shall, in the presence of the Owner's Representative, provide a gauged test of available static pressure at the point of connection. In the event that the actual static pressure is less than the design static pressure, the 03830503 IRRIGATION SYSTEMS 06/05 02810 - 12 Contractor shall not proceed with the work until receiving written direction from the Owner's Representative. 3.3 PREPARATION A. Examine final grades and installation conditions. Do not start irrigation system work until unsatisfactory conditions are corrected. B. Set stakes to identify locations of proposed irrigation system. Obtain Architect's approval before excavation. C. Contractor will be responsible for gaining access under all paving by boring under the paving. Sleeves should be coordinated before all work begins. 3.4 EARTHWORK A. Excavating and Trenching: 1. All excavation shall be considered unclassified excavation and include all materials encountered. 2. Install piping and wiring in sleeves under sidewalks, roadways, parking lots, and railroads. 3. The Contractor shall be responsible for locating all cables, conduits, piping, and any other utilities or structures that may be encountered either above or below ground. All necessary precautions must be taken by the Contractor to prevent any damage to these existing utilities and improvements. In the event that such damage should occur from his operations, the Contractor shall repair or replace damaged utilities to their original condition at no additional expense to the Owner 4. Excavation and trenching for pipe lines shall be a true and straight line with the trench banks as nearly vertical as practical. The width of the trenches shall not be greater than necessary to permit proper joining, tamping, backfilling, bedding or any other installation procedures that may be necessary. Trench widths shall also be wide enough so that there will be a minimum horizontal and vertical separation of 4" between pipes in the same trench. 5. In areas where trees are present, trench lines will be adjusted on the site to eliminate any damage to tree roots. In areas where avoidance of tree roots is not possible, trenches shall be hand dug. Roots greater than or equal to 1" in diameter shall not be cut. 6. Trench depths shall be sufficient to provide the specified pipe cover as described elsewhere in these specifications or as noted on the Drawings. In rocky areas the trenching depth shall be 6" below normal trench depth to allow for pipe bedding as described in other portions of these specifications. 7. Provide minimum cover over top of underground piping according to the following: a. Irrigation Main Piping: Minimum depth of 24 inches below finished grade, or not less than 6 inches below average local frost depth, whichever is deeper. b. Circuit Piping: 12 inches. C. Sleeves: 24 inches. 8. If the Contractor encounters rock or other unfavorable trenching conditions, no additional compensation will be paid. When material from the excavation or trenching is unsuitable for use as backfill, additional backfill material suitable for this purpose shall be brought in at the expenses of the Contractor. It shall also be the Contractor's responsibility to remove and dispose of all unsuitable materials removed from the trench that cannot be used in the backfill operation. 03830503 IRRIGATION SYSTEMS 02810 - 13 06/05 B. Backfilling: 1. Upon completion of a particular section of the irrigation system, and after sufficient time has elapsed for the curing of solvent weld joints, partial backfilling shall begin, leaving all joints, risers and connections exposed for visual inspection during the hydrostatic testing. Only upon successful completion of the hydrostatic test shall the backfill operation be completed for any one particular section. 2. All backfill material shall be subject to approval by the Landscape Architect. Backfill material shall be free from rock, large stones, brush, sod, frozen material or other unsuitable substances that may damage pipe during the backfilling operations. 3. In the event that the material from the excavation or trenching is found to be unsuitable for use in backfill by the Owner's Representative, it shall be removed from the site and properly disposed of by the Contractor and at his own expense. The Contractor shall then, at no additional cost to the Owner, arrange for, purchase, and furnish suitable backfill material consisting of earth, loam, sandy clay, sand or other approved materials free of large clods of earth or sharp stones and capable of attaining the same relative density of the surrounding ground. 4. In rocky areas, the trench depth shall be 6" below the normal trench depth to allow for 6" of suitable backfill as padding for the pipe. In like manner, there shall be at least 6" of padding on all sides of the pipe as a padding against the rock wall of the trench. 5. Install warning tape directly above pressure piping, 12 inches (300 mm) below finished grades, except 6 inches (150 mm) below subgrade under pavement and slabs. 6. Backfill shall be placed in horizontal layers not exceeding 6" in depth and shall be thoroughly tamped, or water compacted to near original density or so that no settling will result. Backfill shall be placed to the original ground level. If settlement of trenches occurs within one (1) year from date of completion, it shall be the Contractor's responsibility to refill trenches and re -seed or sod the repaired areas. 7. After all piping, risers, valves, thrust blocks, etc., have been installed and partially backfilled as specified in other parts of these specifications, the control valve shall be opened and a full head of water used to flush out the system. After the system is thoroughly flushed, risers shall be capped off and the system pressure tested in accordance with the testing section of these specifications. At the conclusion of the pressure test, the heads shall be installed and the backfill operation completed. 3.5 PIPING APPLICATIONS A. Install components having pressure rating equal to or greater than system operating pressure. B. Piping in control -valve boxes and aboveground may be joined with flanges instead of joints indicated. 1. NPS 5 (DN 125) and Larger: Schedule 40, PVC pipe and socket fittings; and solvent -cemented joints. C. Underground Irrigation Main Piping: 1. Schedule 40, PVC pipe and socket fittings, and solvent -cemented joints. D. Circuit Piping: 1. Schedule 40, PVC pipe and socket fittings; and solvent -cemented joints. E. Underground Branches and Offsets at Sprinklers and Devices: Schedule 40, PVC pipe; threaded PVC fittings; and threaded joints. F. Risers to Aboveground Sprinklers and Specialties: Schedule 40, PVC pipe and socket fittings; and solvent -cemented joints. 9 8 9 L -1 03830503 IRRIGATION SYSTEMS 02810 - 14 06/05 7 G. Sleeves: Schedule 40, PVC pipe and socket fittings; and solvent -cemented joints. H. Transition Fittings: Use transition fittings for plastic -to -metal pipe connections according to the following: 1. Couplings: a. Underground Piping NPS 1-1/2 (DN 40) and Smaller: Manufactured fitting or coupling. b. Underground Piping NPS 2 (DN 50) and Larger: AWVVA transition coupling. 2. Fittings: a. Underground Piping: Union with plastic end of same material as plastic piping. 3. Transition fittings are specified in Division 2 Section "Piped Utilities -- Basic Materials and Methods." 3.6 VALVE APPLICATIONS A. Underground, Control Valves: 1. Bronze globe valve with control -valve box and valve key. B. Control Valves: 1. NPS 2 (DN 50) and Smaller: Bronze automatic control valve. 2. NPS 2 (DN 50) and Smaller: Bronze, nonrising-stem gate valve. 3. NPS 2 (DN 50) and Smaller: Bronze ball valve. 4. NPS 2-1/2 and NPS 3 (DN 65 and DN 80): [Bronze] [Plastic] automatic control valve. 3.7 PIPING INSTALLATION A. Install plastic pipe in accordance with manufacturer's installation instructions. Provide for thermal expansion and contraction. B. Saw cut plastic pipe. Use a square -in -saw vice to ensure a square cut. Remove burrs and shavings at ends prior to installation. C. Make plastic to plastic joints with solvent weld joints. Use only solvent recommended by the pipe manufacturer. Install plastic pipe fittings in accordance with pipe manufacturer's instructions. Contractor shall make arrangements with pipe manufacturer for all necessary field assistance. D. Make plastic to metal joints with plastic male adapters. E. Location and Arrangement: Drawings indicate location and arrangement of piping systems. Install piping as indicated unless deviations are approved on Coordination Drawings. F. The minimum horizontal and vertical clearance between lines in the same trench shall be 4" G. Pipe shall not be laid when the temperature is 32 degrees F or below. 3.8 JOINT CONSTRUCTION A. Make solvent weld joints in accordance with manufacturer's recommendations. 1. Pressure Main IPS Weld -on 711 (grey Heavy duty) for all Pressure Main and PVC pipe over2". 2. Lateral: IPS Weld -on 710 for all PVC pipe up to 2". 3. Primer: IPS Weld -on, Purple P-68 or P-70 4. Cleaner: IPS Weld -on 5. Allow joints to set al least 24 hours before pressure is applied to the system. 6. Maintain pipe interiors free of dirt and debris. Close open ends of pipe by acceptable methods when pipe installation is not in progress. 03830503 IRRIGATION SYSTEMS 02810 - 15 06/05 f_. s 1 F 3.9 VALVE INSTALLATION A. Underground Manual Valves: Install in valve box with top flush with grade. 1. Install valve boxes on a minimum 4" depth base of pea gravel with landscape fabric beneath. Valve boxes shall be large enough to house the entire valve assembly and allow for maintenance. 2. Provide valve box extension, if necessary, to ensure that entire valve assembly is enclosed in valve box. B. Backflow backflow prevention valves: 1. 1. Install backflow prevention valve, fittings and accessories as shown or required to complete the system. Insulate against freezing weather. Install per local plumbing codes and per manufacturer's specifications. C. Automatic Control Valve: Install in valve box with top flush with grade. 1. Install valve boxes on a minimum 4" depth base of pea gravel with landscape fabric beneath. Valve boxes shall be large enough to house the entire valve assembly and allow for maintenance. 2. Automatic control valves shall be of the type and size as indicated on the Drawings. Installation shall be according to these specifications, the Drawings and the manufacturer's specifications. 3. Valve wire splices shall be waterproofed. 4. Contractor shall provide a 36" wire expansion coil to facilitate raising splices to ground level without cutting wires. 5. Seal threaded connections on pressure and non -pressure side of control valves with Teflon tape only. 3.10 SPRINKLER INSTALLATION A. Flush circuit piping with full head of water and install sprinklers after hydrostatic test is completed. B. Install sprinklers at manufacturer's recommended heights. C. Locate part -circle sprinklers to maintain a minimum distance of 4 inches (100 mm) from walls and 2 inches (50 mm) from other boundaries, unless otherwise indicated. D. Heads shall be installed in the vertical position and backfilled and compacted to near original density. E. Heads shall be of the type and make specified and shall be installed as shown on the Drawings. F. Head spacing shall not exceed the spacing shown and shall be in the location and configuration as shown on the Drawings. Contractor shall verify turf area dimension while staking head location. Heads shall be spaced to achieve uniform coverage. G. After all piping and risers are in place and connected and before installation of the heads, all control valves for a given section shall be fully opened and a full head of water shall be used to flush out the system. H. Install popup spray heads with polyethylene "cut off" nipples. I. Install popup impact or gear driven sprinklers with an adjustable swing joint riser of at least 3 standard 90 degree elbows. Fabricate double swing joints risers of schedule 80 pvc nipples and schedule 40 PVC elbows. 03830503 IRRIGATION SYSTEMS 02810 - 16 06/05 3.11 AUTOMATIC -CONTROL SYSTEM INSTALLATION A. Install freestanding controllers on precast concrete bases not less than 36 by 24 by 4 inches (900 by 600 by 100 mm) thick, and not less than 6 inches (150 mm) greater in each direction than overall dimensions of controller. B. Install control cable in same trench as irrigation piping and at least 6 inches (50 mm) beside piping. Provide conductors of size not smaller than recommended by controller manufacturer. Install cable in separate sleeve under paved areas if irrigation piping is installed in sleeve. C. The Controller make model, and approximate location is indicated on the Drawings. D. The Controller shall be mounted and wired according to the manufacturer's recommended procedures and as specified herein and on the Drawings. E. When Controllers are mounted outside of any building, vault or enclosure, the Contractor shall direct wire the 120 volt power supply to the Controller. 120 volt power shall be supplied to the Controller location by a licensed electrician. F. Remote control valves shall be connected to Controller in the numerical sequences as shown on the Drawings or as directed by the Owner's Representative. G. Controllers shall be grounded as specified by the manufacturer. H. Install electric control cable in the piping trenches wherever possible. Place wire in trench adjacent to pipe. Install wire with slack to allow for thermal expansion and contraction. Expansion joints in wire may be provided at 200' intervals by making 5-6 turns of the wire around a piece of Y2" pipe instead of slack. Where necessary to run wire in a separate trench, provide a minimum cover of 18" I. Connect each remote control valve to one station of a controller except as otherwise indicated. J. Connect remote control valves to common ground wire system. Each controller shall have an independent common wire from any other controller. Connect only valves on the controller to that common wire. K. Wire installation procedures as described herein shall be checked to conform to local codes. L. Continual wire shall be one color and in no case shall wires of different colors be spliced together. M. All 24 volt wiring shall be installed in pvc conduit when inside a building. All 24 volt wiring installed on exterior building walls shall be installed in metal conduit. 3.12 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Ground equipment according to Division 16 Section "Grounding and Bonding." C. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. D. Valve wire splices shall be waterproofed using 3M Scotchlok Connectors and the Contractor shall provide a 36" wire expansion coil to facilitate raising splices to ground level without cutting wires. 03830503 IRRIGATION' SYSTEMS 02810 - 17 ' 06/05 3.13 LABELING AND IDENTIFYING A. Equipment Nameplates and Signs: Install engraved plastic -laminate equipment nameplates and signs on each automatic controller. 1. Text: In addition to identifying unit, distinguish between multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations. 3.14 FIELD QUALITY CONTROL A. Inspection 1. The following inspections shall be the minimum required inspections during the course of construction. Additional inspections shall be made at any time at the discretion of the Owner or Landscape Architect. It shall be the responsibility of the Contractor to notify the Owner's Representative, in writing, 48 hours in advance of each required inspection. The sequence of required inspections shall not be changed from the sequence listed below. The Contractor shall not proceed with work of the next sequence without written approval of the work of the previous sequence. The Contractor shall attach a copy of the written inspection approvals to all applications for payment. a. Inspect staked locations of mainline, valves, laterals and heads. b. Inspect and pressure test mainline installation. C. Inspect 24 volt control wire installation. d. Inspect and pressure test automatic valves and lateral irrigation installation. e. Inspect automatic controller installation and operation. f. Inspect head placement, coverage and operating pressure prior to planting. g. Inspect at end of maintenance period. B. Testing 1. Upon completion of the irrigation system's mainline, the entire mainline shall be tested with the Owner's Representative present, for a one hour period at 100 psi, unless otherwise noted. Prior to testing, the mainline shall be partially backfilled, leaving all joints and connections exposed for visual inspection. All dirt shall be flushed from the system and the line filled with water to remove air. The mainline shall be brought to static pressure. A pressure gauge and temporary valve shall be installed at the end of the mainline to permit air pressure to be applied to the main. A pressure of 100 psi must be retained for a one hour period. Any leaks resulting in the one hour pressure test shall be repaired and the system retested until the system passes the test. 2. Upon completion of the lateral piping sections, each lateral system shall be pressure tested, with the Owner's Representative present for one hour at 100 psi. On systems using flex nipples, or swing joints, the lateral system shall be tested prior to installation of the flex nipples or swing joints. Prior to testing the lateral lines shall be partially backfilled leaving all joints and connections exposed for visual inspection. All air and dirt shall be flushed from the system and all open fittings shall be capped. The testing procedure shall be the same as used for the main line. If after one hour 100 psi pressure has been retained, the heads shall be installed, and the backfill operation completed. Any leaks resulting from the hydrostatic test shall be repaired and the system retested until the system passes the test. 3. The Contractor shall be responsible for payment of construction observations for retesting of any lines or system components that fail initial pressure or performance 03830503 IRRIGATION SYSTEMS 02810 - 18 06/05 'i test. Costs shall include the time of the observer at the observers standard rate, travel time and travel expenses. 3.15 STARTUP SERVICE A. Verify that controllers are installed and connected according to the Contract Documents. B. Verify that electrical wiring installation complies with manufacturer's submittal and installation requirements in Division 16 Sections. C. Complete startup checks according to manufacturer's written instructions. 3.16 ADJUSTING A. Contractor shall adjust all valves for the proper operating pressure and adjust all heads for uniform coverage and even flow. B. Contractor shall wire the Controller (valve/station) as directed by the Landscape Architect. The valve number shall be indicated on the Controller panel for each station. C. Contractor shall program Controller to provide optimum system performance. 3.17 CLEANING A. The Contractor shall continuously keep a neat and orderly area in which he is installing the system. Disposal of rubbish and waste material resulting from the installation shall be continual. Upon completion of the system, the Contractor shall remove from the Owner's property at his own expense, all temporary structures, rubbish waste material, tools and equipment resulting from or used in the installation of the system. B. The Contractor shall repair damage resulting from irrigation system installation. C. Flush dirt and debris from piping before installing sprinklers and other devices. 3.18 FINAL ACCEPTANCE A. When the Contractor is satisfied that the system is operating properly, that it is balanced and adjusted, that all work and clean-up is completed he shall issue notice of completion to the Owner's Representative requesting a final inspection. The Owner's Representative will respond to the notice of completion by the Contractor and shall appear with the Owner for an inspection of the project. At that time the Contractor shall demonstrate the operation of each system in its entirety. In judging the work, no allowance for deviation from the original Drawings and Specifications will be made unless prior approval has been obtained. B. Any inconsistency to the Specifications or the Drawings shall be noted by the Owner's Representative and a written copy of required corrections shall be given to the Contractor. 3.19 DEMONSTRATION A. After the system has been tested and accepted, the Contractor shall instruct the Owner's Representative in the operation and maintenance of the system. B. The Contractor shall provide the Owner with two (2) keys for the following: 1. Manual Gate Valves. 2. Manual Drain Valves. 3. Valve Boxes. 4. Valve Markers. 5. Controllers. 6. Any locking assembly in need of key access. 03830503 IRRIGATION SYSTEMS 02810 - 19 06/05 C. The Contractor shall provide the Owner with two copies of a Maintenance Manual bound in a three ring binder. The maintenance manual shall include copies of the approval submittals, controller operations manuals and manufacturers warranties on all irrigation products. 3.20 SYSTEM MAINTENANCE AND GUARANTEE A. Maintenance of the irrigation system shall begin immediately following the installation of the system and shall continue until the entire project is accepted. Maintenance shall include repair of defects or damages, and adjustments and fine tuning of the system, and repairs of damages resulting from vandalism, erosion, weather, and the like. B. For a period of one (1) year from final acceptance of the system, the Contractor shall promptly furnish and install, without cost to Owner, any and all parts or materials which prove defective in material or workmanship. Damage due to irrigation system line breaks shall be repaired and brought to original condition by the Contractor at no expense to the Owner. C. In the fall, at the Owner's request, the Contractor shall drain the system, and otherwise prepare the system for winter. In the spring, at the Owner's request, the Contractor will reactivate the system, repair any defects or damage and adjust the system. As these services are performed, the Contractor shall instruct the Owner. D. For a period of one (1) year from final acceptance of the system, the Contractor shall repair any settlement of trenches by one of the following methods as directed by the Owner's Representative. 1. Bring to grade by top -dressing (raking topsoil into the planting bed). 2. Bring to grade with topsoil. 3. Remove existing plant material, fill depression with topsoil, and replace with new plant material to match original plantings. 4. Repair by any of the above methods shall result in a smooth, level area. Maintenance of repaired areas shall be the responsibility of the Owner. - END OF SECTION 02810 J 03830503 IRRIGATION SYSTEMS 02810 - 20 06105 I SECTION 02870 SITE FURNISHINGS PARTI-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Seating. 2. Bicycle racks. 3. Trash receptacles. 4. Planters. 1.3 SUBMITTALS A. Product Data: For each type of product indicated: Bench, trash receptacle, bicycle rack and decorative planters. B. Samples for Initial Selection: For units with factory -applied color finishes. C. Product Schedule: For site furnishings. Use same designations indicated on Drawings. D. Material Certificates: For site furnishings, signed by manufacturers. E. Maintenance Data: For site furnishings to include in maintenance manuals. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain all site furnishings through one source from a single manufacturer. Obtain decorative planters from specified sources. 1.5 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. PART 2-PRODUCTS 2.1 MATERIALS A. Scarborough Bench 1. Composition and Materials: a. Seat Panels: 1) Woven Metal: For exterior or interior applications.. Constructed of steel straps 1-1/2" x 1/8". 2) Woven Supports: End Frames are 1"x 1" solid steel, joined by 1-1/2" dia., .120 wall thickness stainless steel tube. Seat panels are perimeter welded to the end frames. 03830503 SITE FURNISHINGS 02870 - 1 06/05 b. Sizes: Backed benches nominal size is 28" deep x 34" high and in 72" lengths. C. Mounting Options: Shipped with freestanding glides, which may be removed for surface mounting. d. Finishes: Finish on metal is Landscape Forms' Pangard II® finishing process that includes a rust inhibitor and top coat finish of thermosetting polyester powdercoat that is U.V., chip and flake resistant. e. Color: Stormcloud. F! 2. Technical Data: The following are test results for Landscape Forms, Inc. Pangard 11 polyester powdercoat. a. Gloss according to Garner 60 deg. ASTN D 523: 80-90. b. Cross hatch adhesion, ASTM D 3359 method B. C. Mandrel bending test, ASTM D 522: 1/8"(3mm). d. Erichsen cupping, ISO 1520: 5/16" (8mm). e. Impression hardness according to Buchholz, ISO 2215: 95 f. Impact test ASTM D 2794-90: 1/10" distortion up to 160 in/lb. g. Pencil hardness, ASTM D 3363074: 2H (min.), Drill mill tests: OK. h. Saltspray Resistance 1500 hr test, ASTM B 117: max. undercutting 1/16"(1mm). 3. Installation: No assembly is necessary for Scarborough benches. When surface mounting units, remove glides at support ends. Installation is to be done by Contractor in accordance with specifications of Landscape Architect or Planner. Surface mount benches to concrete with corrosion -resistant anchor bolts. B. Scarborough Litter Receptracles 1 1. Composition and Materials: a. Supports: Three support legs are 1" x 1" stainless steel tube. Liner rests on %4" x 3/4" steel straps, welded to support legs. Collar is tubular steel 1-1/4" dia., .120" wall thickness. b. Side Panels: Vertical straps are 1-1/2" x 3/16" aluminum. Vertical square bars are 3/8" x 3/8" aluminum. Straps and bars are welded to aluminum rings at top and bottom, which are 2-21/2" wide. Panel is bolted to support structure with stainless steel hardware. C. Tops: Top opening top (opening is 8" in diameter) is formed of 14 gauge pun steel. Both top styles are bolted with stainless steel hardware to 14 gauge spun steel diverter ring. d. Pop Up Rod: Stainless steel rod is 19/32" in diameter. Pop up mechanism incorporates two sizes of stainless steel roll pins, which allow proper guidance of top. e. Liners: Receptacle liners have 30-gallon capacity and are formed of polyethylene. f. Sizes: Top opening unit nominal size is 25" x 33". Side opening unit nominal size is 25" x 40". g. Mounting Options: Shipped with freestanding glides, which may be removed for surface mounting. h. Finishes: Finish on metal is Landscape Forms' Pangard II® finishing process j ; that includes a rust inhibitor and top coat finish of thermosetting polyester powdercoat that is U.V., chip and flake resistant. i. Color: Stormcloud. t 2. Technical Data: The following are test results for Landscape Forms, Inc. Pangard II t_ polyester powdercoat. a. Gloss according to Gamer 60 deg. ASTN D 523: 80-90. t 03830503 SITE FURNISHINGS 02870 - 2 06/05 iE b. Cross hatch adhesion, ASTM D 3359 method B. C. Mandrel bending test, ASTM D 522: 1/8"(3mm). d. Erichsen cupping, ISO 1520: 5/16" (8mm). e. Impression hardness according to Buchholz, ISO 2215: 95 f. Impact test ASTM D 2794-90: 1/10" distortion up to 160 in/lb. g. Pencil hardness, ASTM D 3363074: 2H (min.), Drill mill tests: OK. h. Saltspray Resistance 1500 hr test, ASTM B 117: max. undercutting 1/16"(1mm). i. Humidity Resistance 1500 hr test, ASTM D 2247-68: max. blisters 1/16" (1 mm). 3. Installation: No assembly is necessary for Scarborough benches. When surface mounting units, remove glides at support ends. Installation is to be done by contractor in accordance with specifications of landscape architect or planner. Surface mount trash receptacle to concrete with corrosion -resistant anchor bolts. C. PI Rack Bicycle Rack 1. Horizontal Bar and Legs: Constructed of 2" o.d., .120 wall tubular metal. 2. Size: Overall installed dimensions: 2" D x 21" W x 43" H. Embedded style is 55" H, allowing 12" to embed. 3. Finishes: Finish on metal Landscape Forms' Panguard 1119 finishing process that includes a rust inhibitor and top coat finish of thermosetting polyester powdercoat that is U.V., chip and flake resistant. 4. Color: Stormcloud. 5. Technical Data: The following are test results for Landscape Forms, Inc. Pangard II polyester powdercoat. a. Gloss according to Gamer 60 deg. ASTN D 523-67: 80-90. b. Cross hatch adhesion, ASTM D 3359 method B. C. Mandrel bending test, ASTM D 522: 1/8"(3mm). d. Erichsen cupping, ISO 1520: 5/16" (8mm). e. Impression hardness according to Buchholz, ISO 2215: 95 f. Impact test ASTM D 2794-69: 1/10" distortion up to 160 in/lb. g. Pencil hardness, ASTM D 3363074: 2H (min.). h. Drill mill tests: OK. i. Saltspray Resistance 1500 hr test, ASTM B 117: max. undercutting 1/16"/lmm. j. Humidity Resistance 1500 hr test, ASTM D 2247-68: max. blisters 1/16" (1 mm). 6. Installation: No unit assembly is necessary. Embedded bicycle rack to be installed 12" below grade, leaving 43" above ground. D. Recycled Content: 1. The Scarborough Weave Benches have a recycled material content of 73% or greater. The post consumer content of the bench is 53% or greater and the post industrial content is 20% or greater. 2. All benches are 100% recyclable. 3. The Scarborough Litters have a recycled material content of 74% or greater. The post consumer content of the litter is 42% or greater and the post industrial content is 33% or greater. All litters are 100% recyclable. 03830503 SITE FURNISHINGS 02870 - 3 ' 06/05 2.2 PLANTERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include the following: 1. Wausau Tile, Inc.: Michigan Avenue planter TF4302, Color B-4 — Weatherstone, Buff (Rotary@Ave X and Mac Davis Lane). 2. Renaissance Gardens: Pompeii planters: leach. a. 42" dis x 22.5" ht. b. 35" dia x 19" ht. C. 28" dia x 15.25 ht. (University @ Glenna Goodacre Blvd Gateway). PART 3-EXECUTION 3.1 EXAMINATION A. Examine areas and conditions, with Installer present, for compliance with requirements for correct and level finished grade, mounting surfaces, installation tolerances, and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Comply with manufacturer's written installation instructions unless more stringent requirements are indicated. Complete field assembly of site furnishings where required. B. Unless otherwise indicated, install site furnishings after landscaping and paving have been completed. C. Install site furnishings level, plumb, true, and securely anchored at locations indicated on Drawings. 1. Installation: Scarborough Bench: No assembly is necessary for Scarborough benches. When surface mounting units, remove glides at support ends. Installation is to be done by contractor in accordance with specifications of landscape architect or planner. Provide corrosion -resistant anchor bolts for surface mount option. 2. Installation: Scarborough Litter Receptacles: No assembly is necessary for Scarborough benches. When surface mounting units, remove glides at support ends. I Installation is to be done by contractor in accordance with specifications of landscape architect or planner. Provide corrosion -resistant anchor bolts for surface mount option. 3. Installation: PI Rack Bicycle Rack: No unit assembly is necessary. Embedded option to be installed with 12" below grade, leaving 43" above ground. 4. Install planters on concrete platforms, as shown on plans and details. Provide irrigation openings as indicated in detail. 3.3 CLEANING A. After completing site furnishing installation, inspect components. Remove spots, dirt, and debris. Repair damaged finishes to match original finish or replace component. - END OF SECTION 02870 03830503 SITE FURNISHINGS 02870 - 4 06/05 SECTION 02930 EXTERIOR PLANTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Trees. 2. Shrubs. 3. Ground cover. 4. Plants. 5. Tree grates. B. Related Sections: 1. Division 2 Section "Site Furnishings" for exterior unit planters. 1.3 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which they are grown, with ball size not less than diameter and depth recommended by ANSI Z60.1 for type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum laced as recommended by ANSI Z60.1. C. Container -Grown Stock: Healthy, vigorous, well -rooted exterior plants grown in a container with well -established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of exterior plant required. D. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted exterior plants established and grown in -ground in a porous fabric bag with well -established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by ANSI Z60.1 for type and size of exterior plant. E. Finish Grade: Elevation of finished surface of planting soil. F. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. G. Multi -Stem: Where three or more main stems arise from the ground from a single root crown or at a point right above the root crown. H. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. I. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill, before placing planting soil. J. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. 03830503 EXTERIOR PLANTS 02930 - 1 06/05 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each of the following: 1. One bag (shredded) mulch for Landscape Architect's approval. 2. 5 lb (2.2 kg) of mineral mulch for each color and texture of stone required, in labeled plastic bags. 3. Edging materials and accessories, of manufacturer's standard size, to verify color selected. 4. Tree grates, frames and accessories, of manufacturer's standard size, to verify design. C. Qualification Data: For qualified landscape Installer. See Quality Assurance. D. Product Certificates: For each type of manufactured product, from manufacturer, and complying with the following: 1. Manufacturer's certified analysis for standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. E. Material Test Reports: For existing surface soil and imported topsoil. F. Planting Schedule: Indicating anticipated planting dates for exterior plants. G. Submit documentation to the Landscape Architect outlining the Nursery source for all plant materials. Include in the documentation a contact person's name and phone number. Include a photo of representative of all trees to be used in the project. Plants must be approved by Landscape Architect prior to delivery to project site. H. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of exterior plants during a calendar year. Submit before expiration of required maintenance periods. I. Warranty: Sample of special warranty. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer with three years pervious experience of size and scope commensurate with this project and whose work has resulted in successful establishment of exterior plants. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; deleterious material; pH; and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for plant growth. State -recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory topsoil. D. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with applicable requirements in ANSI Z60.1, "American Standard for Nursery Stock." 1. Approval of exterior plants will be made by Landscape Architect, who will observe plants at their place of growth, supplier, or remote site before delivery to the project site. E. Tree and Shrub Measurements: Measure according to ANSI Z60.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper 03830503 EXTERIOR PLANTS 02930 - 2 06/05 a measurements 6 inches (150 mm) above the ground for trees up to 4-inch (100-mm) caliper size, and 12 inches (300 mm) above the ground for larger sizes. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip -to -tip. F. Observation: Architect may observe trees and shrubs either at place of growth, supplier, or remote site within 30 miles of the project site before planting for compliance with requirements for genus, species, variety, size, and quality. Landscape Architect retains right to observe trees and shrubs further for size and condition of balls and root systems, insects, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site and supply acceptable material at no additional cost. 1. Notify Architect of sources of planting material for approval fourteen days in advance of delivery to site. G. Preinstallation Conference: Conduct conference at project site to comply with requirements in Division 1 Section "Project Management and Coordination". 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver exterior plants to site in a healthy and stable condition with no damage or injuries. B. Do not prune trees and shrubs before delivery, except as approved by Landscape Architect. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery. C. Handle planting stock by root ball. Do not strap tree trunks for loading, unloading or planting. D. Deliver exterior plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set exterior plants trees in shade, protect from weather and mechanical damage, and keep roots moist. 1. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 2. Do not remove container -grown stock from containers before time of planting. 3. Water root systems of exterior plants stored on -site with a fine -mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.7 COORDINATION A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Trees and shrubs may be planted at any time of year. 2. Groundcovers, perennials and ornamental grasses may be planted from April 15th to October 31 st. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. Coordination with Lawns: Plant trees and shrubs after finish grades are established and before planting lawns, unless otherwise acceptable to Landscape Architect. 1. When planting trees and shrubs after lawns, protect lawn areas and promptly repair damage caused by planting operations. 03830503 EXTERIOR PLANTS 02930 - 3 06/05 1.8 WARRANTY A. Special Warranty: Warrant the following exterior plants, for the warranty period indicated, against defects including death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, or abuse by Owner, or incidents that are beyond Contractor's control. 1. Warranty Period for Trees and Shrubs: One year from date of Substantial Completion. 2. Warranty Period for Ground Cover, Perennials and Ornamental Grasses: One year from date of Substantial Completion. 3. Remove dead exterior plants as directed by Landscape Architect. Replace immediately unless required to plant in the succeeding planting season. 4. Replace exterior plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. 5. A limit of one replacement of each exterior plant will be required, except for losses or replacements due to failure to comply with requirements. 1.9 MAINTENANCE A. Trees and Shrubs: Maintain for the following maintenance period by pruning, cultivating, watering, weeding, fertilizing, restoring planting saucers, tightening and repairing stakes and guy supports, and resetting to proper grades or vertical position, as required to establish healthy, viable plantings. Spray as required to keep trees and shrubs free of insects and disease. Restore or replace damaged tree wrappings. 1. Maintenance Period: One year from date of Substantial Completion. Remove all tree staking from trees one year from Substantial Completion. B. Ground Cover and Plants: Maintain for the following maintenance period by watering, weeding, fertilizing, and other operations as required to establish healthy, viable plantings: 1. Maintenance Period: One year from date of Substantial Completion. 2. Nut Sedge Control: Apply "Pennant" pre -emergent herbicide to all planted areas according to manufacturer's label directions. Apply "Manage" post -emergent herbicide according to manufacturer's label directions to control nut sedge during the one-year maintenance period, as required. PART2-PRODUCTS 2.1 TREE AND SHRUB MATERIAL A. General: Furnish nursery -grown trees and shrubs complying with ANSI Z60.1, with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions and disfigurement. B. Provide trees to be planted along the Glenna Goodacre Boulevard which are matched, by species, in caliper, crown shape and size, trunk size and form, and branching lift to assure symmetry in planting: a. 3.5" minimum caliper b. 14' to 16' height C. 6' to 8' spread Ll 03830503 EXTERIOR PLAINTS 02930 - 4 06/05 I� d. 6' to 7' branching height. — Trees may be pruned (lift and separate branch structure) farther at project site, at the request of the Landscape Architect. e. 42" minimum diameter root ball C. Obtain all Live Oak trees planted along the center median of Glenna Goodacre Boulevard from a single source of select stock as available from Trees of Delta, Cooper, Texas; Contact: Larry Crump; (903)395-3335. D. Provide trees to be planted along Mac Davis Lane which are matched, by species, in caliper, crown shape and size, trunk size and form, and branching lift, to assure symmetry in planting. E. Provide trees to be planted along Avenue X which are matched, by species, in caliper, crown shape and size, trunk size and form, and branching lift, to assure symmetry in planting. F. Provide trees to be planted along Avenue W which are matched, by species, in caliper, crown shape and size, trunk size and form, and branching lift, to assure symmetry in planting. G. Provide trees to be planted along Avenue V which are matched, by species, in caliper, crown shape and size, trunk size and form, and branching lift, to assure symmetry in planting. H. Provide all other trees and shrubs of sizes, grades, and ball or container sizes complying with ANSI Z.60.1 for types and form of trees and shrubs required. Trees and shrubs of a larger size may be used if acceptable to Landscape Architect, with a proportionate increase in size of roots or balls. I. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1. Root flare shall be visible before planting. J. Label each tree and shrub with securely attached, waterproof tag bearing legible designation of botanical and common name. 2.2 SHADE AND FLOWERING TREES A. Type 1 Shade Trees: Single -stem trees with straight trunk, well-balanced crown, and intact leader, of height and caliper indicated, complying with ANSI Z60.1 for type of trees required. 1. Provide balled and burlapped or container -grown trees. 2. No native grown trees will be acceptable, under any circumstances, for this project. 3. Branching Height: One-third to one-half of tree height with minimum lift of 6' and maximum lift of 7'. 2.3 DECIDUOUS SHRUBS A. Form and Size: Shrubs with not less than the minimum number of canes required by and measured according to ANSI Z60.1 for type, shape, and height of shrub. 1. Shrub sizes indicated are sizes after pruning. 2. Provide container -grown shrubs. 2.4 CONIFEROUS EVERGREENS A. Form and Size: Normal -quality, well-balanced, coniferous evergreens, of type, height, spread, and shape required, complying with ANSI Z60.1. 03830503 EXTERIOR PLANTS 02930 - 5 06/05 B. Form and Size: Specimen quality as described, symmetrically shaped coniferous evergreens. 1. Shearing Designation: Semi -sheared or lightly sheared (LS). 2. Provide balled and burlapped or container -grown trees. 2.5 BROADLEAF EVERGREENS A. Form and Size: Normal -quality, well-balanced, broadleaf evergreens, of type, height, spread, and shape required, complying with ANSI Z60.1. B. Form and Size: Specimen quality as described, symmetrically shaped broadleaf evergreens. 1. Provide balled and burlapped or container -grown trees. 2.6 GROUND COVER PLANTS A. Ground Cover: Provide ground cover of species indicated, established and well rooted in pots or similar containers, and complying with ANSI Z60.1 and the following requirements: 2.7 PLANTS A. Annuals and Biennials: Provide healthy, disease -free plants of species and variety shown or listed, with well -established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. Provide only plants that are acclimated to outdoor conditions before delivery. B. Perennials: Provide healthy, field -grown plants from a commercial nursery, of species and variety shown or listed, complying with requirements in ANSI Z60.1. 2.8 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 2 percent organic material content; free of stones 1 inch or larger in any dimension and other extraneous materials harmful to plant growth. 1. Topsoil Source: Amend existing in -place surface soil to produce topsoil as recommended by the topsoil analysis. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. Surface soil may be supplemented with imported or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from playa lake areas. b. Incorporate "Pennant" pre -emergent herbicide according to manufacturer's label directions in all areas where topsoil is supplied or amended in place for planting. 2.9 INORGANIC SOIL AMENDMENTS A. Planting Soil Mix: Mix topsoil with soil amendments and fertilizers in portions recommended by the topsoil analysis and as per instructions on the plans. B. The following inorganic soil amendments are to be added in portions recommended by the topsoil analysis and/or as per instructions on the plans. 1. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum 99 percent passing through No.6 sieve and a maximum 10 percent passing through No. 40 sieve. 03830503 EXTERIOR PLANTS 02930 - 6 06/05 a 9 2. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. 3. Aluminum Sulfate: Commercial grade, unadulterated. 4. Perlite: Horticultural perlite, soil amendment grade. 5. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. 6. Sand: Clean, washed, natural or manufactured, free of toxic materials. 7. Diatomaceous Earth: Calcined, diatomaceous earth, 90 percent silica, with approximately 140 percent water absorption capacity by weight. 8. Zeolites: Mineral clinoptilolite with at least 60 percent water absorption by weight. 2.10 ORGANIC SOIL AMENDMENTS A. Planting Soil Mix: Mix topsoil with soil amendments and fertilizers in portions recommended by the topsoil analysis and as per instructions on the plans. B. The following inorganic soil amendments are to be added in portions recommended by the topsoil analysis and/or as per instructions on the plans. 1. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: a. Organic Matter Content: 50 to 60 percent of dry weight. b. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. 2. Peat: Finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat, or reed -sedge peat and having a water - absorbing capacity of 1100 to 2000 percent. 3. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture, free of chips, stones, sticks, soil, or toxic materials. a. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with at least 0.15 lb of ammonium nitrate or 0.25 lb of ammonium sulfate per cubic foot of loose sawdust or ground bark. 4. Manure: Well -rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.11 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water - insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: 1. Type: Shredded hardwood or ground or shredded bark. B. Inorganic Mulch: Blend #20 as available from RE Janes Gravel Co., Slaton, Texas. Contact: Mike Green, 806-828-6203. 03830503 EXTERIOR PLAINTS 02930 - 7 06/05 2.13 STAKES AND GUYS A. Upright and Guy Stakes: Rough -sawn, sound, new hardwood, redwood, or pressure -preservative -treated softwood, free of knots, holes, cross grain, and other defects, 3 by 3 inches minimum by length indicated, pointed at one end. B. Guy and Tie Wire: ASTM A 641/A 641M, Class 1, galvanized -steel wire, 2-strand, twisted, 0.106 inch in diameter. C. Guy Cable: 5-strand, 3/16-inch- diameter, galvanized -steel cable, with zinc -coated turnbuckles, a minimum of 3 inches long, with two 3/8-inch galvanized eyebolts. D. Hose Chafing Guard: Reinforced rubber or plastic hose at least 1/2 inch in diameter, cut to lengths required to protect tree trunks from damage. E. Flags: Standard surveyor's plastic flagging tape, yellow, 6 inches long. 2.14 MISCELLANEOUS PRODUCTS A. Antidesiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. B. Trunk -Wrap Tape: Two layers of crinkled paper cemented together with bituminous material, 4-inch- wide minimum, with stretch factor of 33 percent. 2.15 PLANTING SOIL MIX A. Planting Soil Mix: Mix topsoil with soil amendments and fertilizers in portions recommended by the topsoil analysis and as per instructions on the plans. 2.16 TREE STABILIZATION MATERIALS A. Stakes and Guys. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive exterior plants for compliance with requirements and conditions affecting installation and performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, and lawns and existing exterior plants from damage caused by planting operations. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, adjust locations when requested, and obtain Landscape Architect's acceptance of layout before planting. Make minor adjustments as required. D. Lay out exterior plants at locations directed by Landscape Architect. Stake locations of individual trees and shrubs and outline areas for multiple plantings. 03830503 EXTERIOR PLANTS 02930 - 8 06/05 9 H E. Apply antidesiccant to trees and shrubs using power spray to provide an adequate film over trunks (before wrapping), branches, stems, twigs, and foliage to protect during digging, handling, and transportation. 1. If deciduous trees or shrubs are moved in full leaf, spray with antidesiccant at nursery before moving and again two weeks after planting. F. Wrap trees and shrubs with burlap fabric over trunks, branches, stems, twigs, and foliage to protect from wind and other damage during digging, handling, and transportation. 3.3 PLANTING BED ESTABLISHMENT A. Loosen subgrade of planting beds to a minimum depth of 12 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply fertilizer directly to subgrade before loosening. 2. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. 3. Place planting soil mix to a depth required to achieve finish grades after natural settlement, that are 2 inches below adjacent planting wall or curb. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. a. Spread approximately one-half the thickness of planting soil mix over loosened subgrade. Mix thoroughly into top 4 inches (100 mm) of subgrade. Spread remainder of planting soil mix. B. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. C. Before planting, restore planting beds if eroded or otherwise disturbed after finish grading. 3.4 EXCAVATION FOR TREES AND SHRUBS A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center area raised slightly to support root ball and assist in drainage. Do not further disturb base. Scarify sides of plant pit smeared or smoothed during excavation. 1. Excavate approximately 1.5-2 times as wide as ball diameter for balled and burlapped, balled and potted, container -grown and fabric bag -grown stock. B. Subsoil removed from excavations may be used as backfill. C. Obstructions: Notify Landscape Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. 1. Hardpan Layer: Drill 6-inch- (150-mm-) diameter holes, 24 inches (600 mm) apart, into free -draining strata or to a depth of 10 feet (3 m), whichever is less, and backfill with free -draining material. D. Drainage: Notify Landscape Architect if subsoil conditions evidence unexpected water seepage or retention in tree or shrub pits. E. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 3.5 TREE AND SHRUB PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. 03830503 EXTERIOR PLANTS 02930 - 9 06/05 B. Set balled and burlapped stock plumb and in center of pit or trench with top of root ball 1 inch (25 mm) above adjacent finish grades. 1_ 1. Remove burlap and wire baskets from tops of root balls and partially from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no ' more water is absorbed. Water again after placing and tamping final layer of planting soil mix. C. Set balled and potted and container -grown stock plumb and in center of pit or trench with top of root ball 1 inch (25 mm) above adjacent finish grades. 1. Carefully remove root ball from container without damaging root ball or plant. 2. Place planting soil mix around root ball in layers, tamping to settle mix and ' eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. D. Set fabric bag -grown stock plumb and in center of pit or trench with top of root ball 1 inch (25 mm) above adjacent finish grades. , 1. Carefully remove root ball from fabric bag without damaging root ball or plant. Do not use planting stock if root ball is cracked or broken before or during planting operation. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. E. Organic Mulching: Apply 3-inch (75-min) average thickness of organic mulch extending 12 inches (300 mm) beyond edge of planting pit or trench. Do not place mulch within Li 6 inches of trunks or stems. F. Wrap trees of 2-inch (50-mm) caliper and larger with trunk -wrap tape. Start at base of trunk and spiral cover trunk to height of first branches. Overlap wrap, exposing half the width, and securely attach without causing girdling. 3.6 TREE AND SHRUB PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees and shrubs as directed by Landscape Architect. C. Prune, thin, and shape trees and shrubs according to standard horticultural practice. Prune trees to retain required height and spread. Unless otherwise indicated by Architect, do not cut tree leaders; remove only injured or dead branches from flowering trees. Prune shrubs to retain natural character. 3.7 TREE STABILIZATION A. Trunk Stabilization: Unless otherwise indicated, provide trunk stabilization as follows: B. Guying And Staking: Stake trees of 1- through 5-inch caliper. Stake trees of less than f- inch caliper only as required to prevent wind tip -out. Use a minimum of 2 stakes of length required to penetrate at least 18 inches below bottom of backfilled excavation and to 03830503 EXTERIOR PLANTS 06/05 02930 - 10 extend at least 72 inches above grade. Set vertical stakes and space to avoid penetrating root balls or root masses. Support trees with two strands of tie wire encased in hose sections at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. Use the number of stakes as follows: 1. Use 2 stakes for trees up to 12 feet high and 2-1/2 inches or less in caliper; 3 stakes for trees less than 14 feet high and up to 5 inches in caliper. Space stakes equally around trees. 2. Guying and Staking: Stake trees of 2- through 5-inch (50- through 125-mm) caliper. Stake trees of less than 2-inch (50-mm) caliper only as required to prevent wind tip - out. Use a minimum of 3 stakes of length required to penetrate at least 18 inches (450 mm) below bottom of backfilled excavation and to extend one third of trunk height above grade. Set vertical stakes and space to avoid penetrating root balls or root masses. 3.8 PLANTING IN PLANTERS A. Place a layer of drainage gravel at least 4 inches (100 mm) thick in bottom of planters, cover with filter fabric, and fill with planter soil mix. Place soil in lightly compacted layers to an elevation of 2 inches below top of planter, allowing natural settlement. Place 2" organic mulch, as specified, over surface, after plant installation. 3.9 GROUND COVER AND PLANT PLANTING A. Set out and space ground cover and plants as indicated. B. Dig holes large enough to allow spreading of roots, and backfill with planting soil. C. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. D. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. E. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. A. Mulch backfilled surfaces of planting beds and other areas indicated. 1. Organic Mulch: Apply 3-inch average thickness of organic mulch, and finish level with adjacent finish grades. Do not place mulch against plant stems. 3.11 TREE GRATE INSTALLATION A. Tree Grates: Set grate segments flush with adjoining surfaces as shown on Drawings. Shim from supporting substrate with soil -resistant plastic. Maintain a 3-inch- (75-mm-) minimum growth radius around base of tree; break away units of casting, if necessary, according to manufacturer's written instructions. 3.12 PLANT MAINTENANCE A. Tree and Shrub Maintenance: Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, restoring planting saucers, adjusting and repairing stakes and guy supports, and resetting to proper grades or vertical position, as required to establish healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. Restore or replace damaged tree wrappings. 03830503 EXTERIOR PLANTS 02930 - 11 06/05 B. Ground Cover and Plant Maintenance: Maintain and establish plantings by watering, weeding, fertilizing, mulching, and other operations as required to establish healthy, viable plantings. 3.13 CLEANUP AND PROTECTION A. During planting, keep adjacent paving and construction clean and work area in an orderly condition. B. Protect exterior plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. 3.14 DISPOSAL A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. END OF SECTION 02930 03830503 EXTERIOR PLANTS 02930 - 12 06/05 10 M/ • ML SECTION 04211 BRICK UNIT MASONRY PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Face Brick. B. Mortar and pointing mortar. C. Grout for masonry. D. Reinforcement, anchorage, and accessories. 1.3 RELATED SECTIONS A. Section 01400 - Quality Control: 01410 - Testing Laboratory Services: Testing laboratory services. B. Section 07900 - Joint Sealers: Rod and sealant at control and expansion joints. 1.4 REFERENCES A. ACI 530 - Building Code Requirements for Masonry Structures. B. ASTM A82 - Cold -Drawn Steel Wire for Concrete Reinforcement. C. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. D. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. E. ASTM C5 - Quicklime for Structural Purposes. F. ASTM C94 - Ready -Mixed Concrete. G. ASTM C144 - Aggregate for Masonry Mortar. H. ASTM C150 - Portland Cement. I. ASTM C207 - Hydrated Lime for Masonry Purposes. J. ASTM C216 - Facing Brick (Solid Masonry Units Made From Clay or Shale). K. ASTM C270 - Mortar for Unit Masonry. L. ASTM C404 - Aggregates for Masonry Grout. M. ASTM C476 - Grout for Masonry. N. ASTM C652 - Hollow Brick (Hollow Masonry Units Made From Clay or Shale). O. ASTM C780 - Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. P. ASTM C 1019 - Method of Sampling and Testing Grout. Q. ASTM C1072 - Method for Measurement of Masonry Flexural Bond Strength. R. ASTM E447 - Test Methods for Compressive Strength of Masonry Prisms. S. ASTM E518 - Test Method for Flexural Bond Strength of Masonry. T. IMIAC - International Masonry Industry All -Weather Council: Recommended Practices and Guide Specification for Cold Weather Masonry Construction. U. IMIAC - International Masonry Industry All -Weather Council: Recommended Practices and Guide Specification for Hot Weather Masonry Construction. 03830503 BRICK UNIT MASONRY 04211 - 1 05105 1.5 SUBMITTALS A. Shop Drawings 1. Indicate bars sizes, spacings, locations, reinforcement quantities, bending and cutting schedules, supporting and spacing devices for reinforcement, accessories. B. Product Data 1. Provide data for masonry units and fabricated wire reinforcement. 2. Manufacturer's Installation Instructions: Indicate special procedures, positioning of reinforcement, perimeter conditions requiring special attention. 3. Include design mix complying with the Property specification of ASTM C270, required environmental conditions, and admixture limitations. 4. Design Data: Indicate required mortar strength, masonry unit assembly strength in all planes, supportive test data. C. Samples 1. Samples: Submit four samples of each type of face brick, and solid brick units to illustrate color, texture and extremes of color range. 2. Submit two samples of mortar, illustrating mortar color and color range. D. Reports 1. Submit reports on mortar indicating conformance of mortar to property requirements of ASTM C270 component mortar materials to requirements of ASTM C270 and test and evaluation reports to ASTM C780. 2. Submit reports on grout indicating conformance of component grout materials to requirements of ASTM C476 and test and evaluation reports to ASTM C1019. E. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with ACI 530 and ACI 530.1. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum 5 years documented experience. 1.8 REGULATORY REQUIREMENTS A. Conform to applicable code for masonry construction 1.9 MOCKUP A. Provide mockup of masonry under provisions of Section. B. Mockup may not remain as part of the Work. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Accept units on site. Inspect for damage. C. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign matter. 03830503 BRICK UNIT MASONRY 04211 - 2 05105 1.11 ENVIRONMENTAL REQUIREMENTS A. Cold Weather Requirements: Maintain materials and surrounding air temperature to minimum 40 degrees F prior to, during, and 48 hours after completion of masonry work. B. Hot Weather Requirements: Maintain materials and surrounding air temperature to maximum 90 degrees F (32 degrees C) prior to, during, and 48 hours after completion of masonry work. 1.12 COORDINATION A. Coordinate work under provisions of Section 0 13 00. 1.13 EXTRA MATERIALS 3 A. Submit under provisions of Section 01700. B. Provide 50 of each size, color, and type of units. PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Brick Units 1. Kansas Brick & Tile Co. B. Portland Cement, Masonry Cement, and Lime 1. Essroc Materials, Inc. 2. Glen-Gery Corporation. 3. Lafarge Corporation. 4. Lehigh Portland Cement Co. 5. Riverton Corporation. C. Mortar Pigments 1. Davis Colors. 2. Lafarge Corporation. 3. Solomon Grind -Chem Services, Inc. D. Joint Reinforcement, Ties, and Anchors 1. Dur-O-Wal, Inc. 2. Heckman Building Products, Inc. 3. Hohmann & Barnard, Inc. 4. Masonry Reinforcing Corp. of America. 5. National Wire Products Industries. 6. Southern Construction Products. E. Admixtures 1. Integral CMU Water Repellent a. W.R. Grace & Co. b. Master Builders, Inc. C. Addiment, Inc. 2. Cold -Weather Admixture a. Euclid Chemical Co. b. W.R. Grace & Co. 3. Water -Repellent Admixture a. W.R. Grace & Co. 03830503 BRICK UNIT MASONRY 04211 - 3 05105 b. Master Builders, Inc. C. Addiment, Inc. 2.2 BRICK UNITS A. Face Brick 1. Conformance: ASTM C216, Type FBS, Grade SW. 2. Size and Shape: Nominal modular 2 1/4 x 4 x 8 inches. 3. Color: Kansas Brick & Tile Co., "Old Colonial". 4. Surface Finish: Kansas Brick & Tile Co., "Old Colonial". a. Face Brick'C': Velour B. Building Brick: ASTM C62, Grade NW; solid units. C. Hollow Facing and Building Brick 1. Conformance: ASTM C652, Grade NW, Type HBS. 2. Size and Shape: Nominal size of 2 1/4x 4 x 8 inches. 3. Color: As selected by Architect from manufacturer's full range of available colors. 2.3 REINFORCEMENT AND ANCHORAGE A. Single Wythe Joint Reinforcement: Truss type; steel wire, hot dip galvanized to ASTM A641 Class 1 after fabrication. B. Multiple Wythe Joint Reinforcement: At Contractor's option, either three sided Truss type; with moisture drip or two sided Truss type with adjustable double eye and pintel, steel wire, hot dip galvanized to ASTM A641 Class 1 after fabrication. C. Veneer Wall Ties 1. Corrugated Type: Formed sheet metal, 7/8 x 7 inch size x 18 gage thick, hot dip galvanized to ASTM A 123 B2 steel finish. D. Reinforcing Steel Positioners: 9 gage steel wire, hot dip galvanized to ASTM A641 Class 1 after fabrication. 2.4 MORTAR AND GROUT A. Portland Cement: ASTM C150, Type I, gray color. B. Hydrated Lime: ASTM C207, Type S. C. Water: Clean and potable. D. Bonding Agent: Epoxy type. E. Pointing Mortar: ASTM C270, Type N using the Property specification with maximum 2 percent ammonium stearate or calcium stearate per cement weight, with beach sand aggregate. F. Mortar Color: as selected. 2.5 ADMIXTURES A. Plasticizer: B. Water Repellent: Liquid type; Dry -Block Mortar Admixture. C. Accelerator: Accelguard 80 or Morset. 2.6 MIX TESTS A. Test mortar in accordance with Section 01410. B. Testing of Mortar Mix: In accordance with ASTM C270. 03830503 BRICK UNIT MASONRY 04211 - 4 05105 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Verify items provided by other sections of work are properly sized and located. C. Verify that built-in items are in proper location, and ready for roughing into masonry work. D. Request inspection of spaces to be grouted. 3.2 PREPARATION A. Direct and coordinate placement of metal anchors supplied to other sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing. C. Apply bonding agent to existing concrete surfaces. 3.3 INSTALLATION u • ; : � ul►Ah � 1. Thoroughly mix mortar ingredients in accordance with ASTM C270 in quantities needed for immediate use. 2. Maintain sand uniformly damp immediately before the mixing process. 3. Add mortar color and admixtures in accordance with manufacturer's instructions. Provide uniformity of mix and coloration. 4. Provide water-repellent admixture in mortar for all exterior exposed masonry. 5. Do not use anti -freeze compounds to lower the freezing point of mortar. 6. If water is lost by evaporation, re -temper only within two hours of mixing. 7. Use mortar within two hours after mixing at temperatures of 90 degrees F (32 degrees C), or two -and -one-half hours at temperatures under 40 degrees F. B. Coursing 1. General a. Establish lines, levels, and coursing indicated. Protect from displacement. b. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. 2. Brick Units: a. Bond: Running. b. Coursing: Three units and three mortar joints to equal 8 inches. C. Mortar Joints: Concave. C. Placing and Bonding 1. Lay solid masonry units in full bed of mortar, with fall head joints, uniformly jointed with other work. 2. Lay hollow masonry units with face shell bedding on head and bed joints. 3. Buttering comers of joints or excessive furrowing of mortar joints are not permitted. 4. Remove excess mortar as work progresses. 5. Interlock intersections and external corners. 6. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. 7. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. 03830503 BRICK UNIT MASONRY 04211 - 5 05/05 D. Weeps 1. Install weeps in veneer at 32 inches oc horizontally where indicated for retaining wells at planter beds. E. Reinforcement and Anchorage - Single Wythe Masonry 1. Install horizontal joint reinforcement 16 inches oc. 2. Place joint reinforcement continuous in first joint below top of walls. 3. Lap joint reinforcement ends minimum 6 inches. 3.4 REINFORCEMENT AND ANCHORAGE - MASONRY VENEER A. Install horizontal joint reinforcement 16 inches oc. B. Place joint reinforcement continuous in first and second joint below top of walls. C. Lap joint reinforcement ends minimum 6 inches. D. Embed wall ties in masonry back-up to bond veneer at maximum 16 inches oc vertically and 32 inches oc horizontally. Place at maximum 3 inches oc each way around perimeter of openings, within 12 inches of openings. 3.5 REINFORCEMENT AND ANCHORAGE - MULTIPLE WYTHE UNIT MASONRY A. Install horizontal joint reinforcement 16 inches oc. B. Place joint reinforcement continuous in first and second joint below top of walls. C. Lap joint reinforcement ends minimum 6 inches. D. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch (13 mm) of dimensioned position. E. Embed anchors embedded in concrete. Embed anchorages in every second block joint. F. Shore assembly until setting bed will maintain panel in position without movement. G. Fill joints with pointing mortar. Pack into voids. Neatly tool surface to a concave profile. H. Remove excess mortar.ri 3.6 CONTROL AND EXPANSION JOINTS A. Do not continue horizontal joint reinforcement through control and expansion joints. B. Form control joint with a sheet building paper bond breaker fitted to one side of the hollow contour end of the block unit. Fill the resultant core with grout fill. Rake joint at exposed unit ) faces for placement of backer rod and sealant. C. Size control joint in accordance with Section 07900 for sealant performance. 3.7 TOLERANCES A. Maximum Variation From Alignment of Columns: 1/4 inch. B. Maximum Variation From Unit to Adjacent Unit: 1/32 inch. C. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft (6 mm/3 m) and 1/2 inch in 20 ft t (13 mm/6 m) or more. D. Maximum Variation from Plumb: 1/4 inch (6 mm) per story non -cumulative; 1/2 inch (13 mm.) i ? in two stories or more. E. Maximum Variation from Level Coursing: 1/8 inch in 3 ft (3 mm/m) and 1/4 inch in 10 ft _s (6 mm/3 m); 1/2 inch in 30 ft (13 mm/9 m). F. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft. G. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch. H. Variation From Joint Width: Plus or minus 1/8 inch and minus 0 inches (0 mm). s 03830503 BRICK UNIT MASONRY 04211 - 6 t_ 05105 t I. Maximum Variation from Plane of Unit to Adjacent Unit: 1/32 inch. J. Maximum Variation of Panel from Plane: 1/8 inch. 3.8 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Inspect and test all masonry work. C. Test and evaluate mortar in accordance with ASTM C780. D. Test and evaluate grout in accordance with ASTM C1019. E. Test mortar and masonry units to ASTM C1072; test in conjunction with masonry unit sections specified. A. Clean work under provisions of 01700. B. Remove excess mortar and mortar smears as work progresses. C. Replace defective mortar. Match adjacent work. D. Clean soiled surfaces with cleaning solution. E. Use non-metallic tools in cleaning operations. F. Do not scratch or deface units. 3.10 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Without damaging completed work, provide protective boards at exposed external corners which may be damaged by construction activities. C. Maintain protective boards at exposed external comers. Provide protection without damaging completed work. END OF SECTION 03830503 BRICK UNIT MASONRY 04211 - 7 05105 SECTION 04720 CAST STONE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Cast stone trim including the following: a. Coping. b. Wall caps. C. Water tables. 1.3 DEFINITIONS A. Cast Stone: Architectural precast concrete building units intended to simulate natural cut stone. 1.4 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for cast stone units. B. Shop Drawings: Show fabrication and installation details for cast stone units. Include dimensions, details of reinforcement and anchorages if any, and indication of finished faces. 1. Include building elevations showing layout of units and locations of joints and anchors. C. Samples for Initial Selection: For colored mortar. D. Samples for Verification: 1. For each color and texture of cast stone required, 10 inches (250 mm) square in size. 2. For colored mortar. Make Samples using same sand and mortar ingredients to be used on Project. Label Samples to indicated types and amounts of pigments used. E. Full -Size Samples: For each type of cast stone unit required. 1. Make available for Architect's review at Project site or at manufacturing plant, if acceptable to Architect. 2. Make Samples from materials to be used for units used on Project. 3. Approved Samples may be installed in the Work. F. Qualification Data: For manufacturer. 1. Include copies of material test reports for completed projects, indicating compliance of cast stone with ASTM C 1364. G. Quality -Control Plan: Manufacturer's written quality -control plan that includes all elements of the Cast Stone Institute's "Quality Control Procedures Required for Plant Inspection." 1. Provide copies of documentation showing compliance with quality -control plan as requested by Architect. 03830503 CAST STONE 04720 - 1 05105 H. Material Test Reports: For each mix required to produce cast stone, based on testing according to ASTM C 1364. 1. Provide test reports based on testing within previous two years. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer of cast stone units similar to those indicated for this Project, with sufficient production capacity to manufacture required units. 1. Manufacturer is a producing member of the Cast Stone Institute or has on file and follows a written quality -control plan approved by Architect that includes all elements of the Cast Stone Institute's "Quality Control Procedures Required for Plant Inspection." B. Source Limitations for Cast Stone: Obtain cast stone units through one source from a single manufacturer. C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color, from one manufacturer for each cementitious component and from one source or producer for each aggregate. D. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockup of typical wall area as shown on Drawings. 1.6 DELIVERY, STORAGE, AND HANDLING A. Coordinate delivery of cast stone with unit masonry work to minimize the need for on -site storage and to avoid delaying the Work. B. Pack, handle, and ship cast stone units in suitable packs or pallets. 1. Lift with wide -belt slings; do not use wire rope or ropes that might cause staining. Move cast stone units, if required, using dollies with wood supports. 2. Store cast stone units on wood skids or pallets with nonstaining, waterproof covers. Arrange to distribute weight evenly and to prevent damage to units. Ventilate under covers to prevent condensation. C. Store installation materials on elevated platforms, under cover, and in a dry location. D. Store mortar aggregates where grading and other required characteristics can be maintained and contamination can be avoided. 1.7 PROJECT CONDITIONS A. Cold -Weather Requirements: Do not use frozen materials or materials mined or coated with ice or frost. Do not build on frozen substrates. Comply with cold -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. 1. Cold -Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F (4 deg C) and above and will remain so until cast stone has dried, but not less than 7 days after completing cleaning. B. Hot -Weather Requirements: Comply with hot -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. 03830503 CAST STONE 04720 - 2 05105 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 CAST STONE MATERIALS A. General: Comply with ASTM C 1364 and the following: B. Portland Cement: ASTM C 150, Type I, containing not more than 0.60 percent total alkali when tested according to ASTM C 114. C. Coarse Aggregates: Granite, quartz, or limestone complying with ASTM C 33; gradation as needed to produce required textures and colors as needed to produce required cast stone colors. D. Fine Aggregates: Natural sand or crushed stone complying with ASTM C 33, gradation as needed to produce required textures and colors as needed to produce required cast stone colors. E. Color Pigment: ASTM C 979, synthetic mineral -oxide pigments or colored water -reducing admixtures; color stable, free of carbon black, nonfading, and resistant to lime and other alkalis. F. Admixtures: Do not use admixtures unless specified or approved in writing by Architect. 1. Do not use admixtures that contain more than 0.1 percent water-soluble chloride ions by mass of cementitious materials. Do not use admixtures containing calcium chloride. 2. Use only admixtures that are certified by manufacturer to be compatible with cement and other admixtures used. 3. Air -Entraining Admixture: ASTM C 260. Add to mixes for units exposed to the exterior at manufacturer's prescribed rate to result in an air content of 4 to 6 percent, except do not add to zero -slump concrete mixes. 4. Water -Reducing Admixture: ASTM C 494/C 494M, Type A. 5. Water -Reducing, Retarding Admixture: ASTM C 494/C 494M, Type D. 6. Water -Reducing, Accelerating Admixture: ASTM C 494/C 494M, Type E. G. Reinforcement: Deformed steel bars complying with ASTM A 615/A 615M. Use galvanized or epoxy -coated reinforcement when covered with less than 1-1/2 inches (38 mm) of cast stone material. 1. Epoxy Coating: ASTM A 775/A 775M. 2. Galvanized Coating: ASTM A 767/A 767M. H. Embedded Anchors and Other Inserts: Fabricated from stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666, Type 304. 2.3 CAST STONE UNITS A. Available Manufacturers: 1. Concrete Design, Inc. 2. Artisan Stone Company, Inc. 03830503 CAST STONE 04720 - 3 05105 2.4 3. Cast Stone Systems, Inc. 4. Classic Cast Stone of Dallas, Inc. 5. Dallas Cast Stone Co., Inc. B, Provide cast stone units complying with ASTM C 1364 using the vibrant dry tamp or wet - cast method. 1. Provide units that are resistant to freezing and thawing as determined by laboratory testing according to ASTM C 666, Procedure A, as modified by ASTM C 1364. C. Fabricate units with sharp arris and details accurately reproduced with indicated texture on all exposed surfaces, unless otherwise indicated. 1. Slope exposed horizontal surfaces 1:12, unless otherwise indicated. 2. Provide raised fillets at backs of sills and at ends indicated to be built into jambs. 3. Provide drips on projecting elements, unless otherwise indicated. D. Fabrication Tolerances: 1. Variation in Cross Section: Do not vary from indicated dimensions by more than 1/8 inch (3 mm). 2. Variation in Length: Do not vary from indicated dimensions by more than 1/360 of the length of unit or 1/8 inch (3 mm), whichever is greater, but in no case by more than 1/4 inch (6 mm). 3. Warp, Bow, and Twist: Not to exceed 1/360 of the length of unit or 1/8 inch (3 mm), whichever is greater. 4. Location of Grooves, False Joints, Holes, Anchorages, and Similar Features: Do not vary from indicated position by more than 1/8 inch (3 mm) on formed surfaces of units and 3/8 inch (10 mm) on unformed surfaces. E. Cure units by one of the following methods: 1. Cure units with steam in enclosed curing room at temperature of 105 deg F (41 deg C) or above and 95 to 100 percent relative humidity for 6 hours. 2. Cure units with dense fog and water spray in enclosed warm curing room at 95 to 100 percent relative humidity for 24 hours. 3. Cure units to comply with one of the following: a. Not less than 5 days at mean daily temperature of 70 deg F (21 deg C) or above. b. Not less than 6 days at mean daily temperature of 60 deg F (16 deg C) or above. C. Not less than 7 days at mean daily temperature of 50 deg F (10 deg C) or above. d. Not less than 8 days at mean daily temperature of 45 deg F (7 deg C) or above. F. Acid etch units after curing to remove cement film from surfaces to be exposed to view. G. Color and Texture: Provide units with fine-grained texture and buff color resembling Indiana limestone. A. Portland Cement -Lime Mix: Packaged blend of portland cement complying with ASTM C 150, Type I or Type III, and hydrated lime complying with ASTM C 207, Type S. 1. Available Products: a. Colored Portland Cement -Lime Mix: 1) Capital Materials Corporation; Riverton Portland Cement Lime Custom Color. 2) Holcim (US) Inc.; Rainbow Mortamix Custom Color Cement/Lime. 03830503 CAST STONE 04720 - 4 05/05 U U 9 3) Lafarge North America Inc.; Eaglebond. 4) Lehigh Cement Company; Lehigh Custom Color Portland/Lime Cement. B. Aggregate for Mortar: ASTM C 144. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. For joints less than 1/4 inch (6 mm) thick, use aggregate graded with 100 percent passing the No. 16 (1.18-mm) sieve. 3. White -Mortar Aggregates: Natural white sand or crushed white stone. C. Water: Potable. 2.5 ACCESSORIES A. Anchors: Type and size indicated, fabricated from stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666, Type 304. B. Dowels: Round stainless -steel bars complying with ASTM A 276, Type 304, and 1/2-inch (12-mm) diameter. C. Proprietary Acidic Cleaner: Manufacturer's standard -strength, general-purpose cleaner designed for removing mortar/grout stains, efflorescence, and other construction stains from new masonry surfaces without discoloring or damaging masonry surfaces; expressly approved for intended use by cast stone manufacturer and expressly approved by cleaner manufacturer for use on cast stone and adjacent masonry materials. 1. Available Manufacturers: a. Diedrich Technologies, Inc. b. EaCo Chem, Inc. C. ProSoCo, Inc. 2.6 MORTAR MIXES A. Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar. 2. Limit cementitious materials in mortar to portland cement and lime. B. Comply with ASTM C 270, Proportion Specification. 1. For setting mortar, use Type N. 2. For pointing mortar, use Type N. C. Colored -Aggregate Mortar: Produce required mortar color by using colored aggregates and natural color or white cement as necessary to produce required mortar color. 1. Mix to match Architect's sample. 2.7 SOURCE QUALITY CONTROL A. Owner will engage an independent testing agency to sample and test cast stone units according to ASTM C 1364. 03830503 CAST STONE 04720 - 5 05105 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of cast stone. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 SETTING CAST STONE IN MORTAR A. Install cast stone units to comply with requirements in Division 4 Section "Unit Masonry Assemblies." B. Set cast stone as indicated on Drawings. Set units accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. 1. Install anchors, supports, fasteners, and other attachments indicated or necessary to secure units in place. C. Wet joint surfaces thoroughly before applying mortar or setting in mortar. D. Set units in full bed of mortar with full head joints, unless otherwise indicated. 1. If not indicated, set units with joints 1/4 to 3/8 inch (6 to 10 mm) wide. 2. Build anchors and ties into mortar joints as units are set. 3. Fill dowel holes and anchor slots with mortar. 4. Fill collar joints solid as units are set. 5. Build concealed flashing into mortar joints as units are set. 6. Keep head joints in coping and other units with exposed horizontal surfaces open to receive sealant. 7. Keep joints at shelf angles open to receive sealant. E. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness, unless otherwise indicated. F. Provide expansion, control, and pressure -relieving joints of widths and at locations indicated. Keep joints free of mortar and other rigid materials. 1. Form open joint of width indicated, but not less than 3/8 inch (10 mm). G. Prepare joints indicated to receive sealant and apply sealant of type and at locations indicated to comply with applicable requirements in Division 7 Section "Joint Sealants." 1. Prime cast stone surfaces to receive sealant and install compressible backer rod in joints before applying sealant, unless otherwise indicated. 3.3 INSTALLATION TOLERANCES A. Variation from Plumb: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum. B. Variation from Level: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum. C. Variation in Joint Width: Do not vary joint thickness more than 1/8 inch in 36 inches (3 mm in 900 mm) or one-fourth of nominal joint width, whichever is less. D. Variation in Plane between Adjacent Surfaces (Lipping): Do not vary from flush alignment with adjacent units or adjacent surfaces indicated to be flush with units by more than 1/16 inch (1.5 mm), except due to warpage of units within tolerances specified. 03830503 CAST STONE 04720 - 6 05105 9 3.4 ADJUSTING AND CLEANING A. Remove and replace stained and otherwise damaged units and units not matching approved Samples. Cast stone may be repaired if methods and results are approved by Architect. B. Replace units in a manner that results in cast stone matching approved Samples, complying with other requirements, and showing no evidence of replacement. C. In -Progress Cleaning: Clean cast stone as work progresses. 1. Remove mortar fins and smears before tooling joints. 2. Remove excess sealant immediately, including spills, smears, and spatter. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed cast stone as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample; leave one sample uncleared for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of cast stone. 3. Protect adjacent surfaces from contact with cleaner by covering them with liquid strippable mashing agent or polyethylene film and waterproof masking tape. 4. Wet surfaces with water before applying cleaners; remove cleaners promptly by rinsing thoroughly with clear water. S. Clean cast stone by bucket -and -brush hand -cleaning method described in BIA Technical Notes No. 20. 6. Clean cast stone with proprietary acidic cleaner applied according to manufacturer's written instructions. 3.5 INSTALLATION A. Install Glass Fiber Reinforced Concrete (GFRC), both interior and exterior moldings as per manufacturer's recommendations. END OF SECTION 04720 03830503 CAST STONE 04720 - 7 05105 DIVISION 7 SECTION 07321 CLAY ROOF TILES PART 1- GENERAL A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Clay roof tiles. 2. Tile accessories. 3. Self -adhering sheet underlayment. B. Related Sections include the following: 1. Division 6 Section "Miscellaneous Carpentry" for wood nailing strips and wood milers. 1.3 DEFINITIONS A. Roofing Terminology: Refer to ASTM D 1079, glossaries in RTI/WSRCA's "Concrete and Clay Roof Tile Design Criteria Installation Manual for Moderate Climate Regions," and NRCAs "The NRCA Roofing and Waterproofing Manual" for definitions of terms related to roofing work in this Section. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: For each type of clay tile and clay tile accessory indicated. 1. Include similar Samples of trim involving color selection. C. Samples for Verification: For the following products, of sizes indicated, to verify color selected: 1. Clay Tile: Full size. 2. Clay Tile Accessories: Full size. 3. Self -Adhering Underlayment: 12 inches (300 mm) square. 4. Tube-lok Roofing Nails: One of each length being used. 5. Wood Batten Anchors: (2) Thru-bolts with washers and anchor plates. D. Material Test Reports: For each type of tile. E. Research/Evaluation Reports: For clay tile, fasteners, and fastener systems. F. Maintenance Data: For clay file roofing to include in maintenance manuals. G. Warranties: Special warranties specified in this Section. 1.5 QUALITY ASSURANCE A. Source Limitations: Obtain clay tiles and clay file accessories through one source from a single manufacturer. 03830503 CLAY ROOF TILES 07321 - 1 05105 B. Fire -Test -Response Characteristics: Provide clay tiles and related roofing materials with the fire -test -response characteristics indicated, as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify materials with appropriate markings of applicable testing and inspecting agency. 1. Exterior Fire -Test Exposure: Class A; UL 790 or ASTM E 108 for application and roof slopes indicated. C. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. D. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.6 DELIVERY, STORAGE, AND HANDLING A. Store underlayment rolls on end on pallets or other raised surfaces. Do not double -stack rolls. 1. Handle, store, and place roofing materials in a manner to avoid significant or permanent damage to roof deck or structural supporting members. B. Protect unused underlayment from weather, sunlight, and moisture when left overnight or when roofing work is not in progress. 1.7 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing to be performed according to manufacturer's written instructions and warranty requirements. 1. Install self -adhering sheet underlayment within the range of ambient and substrate temperatures recommended by manufacturer. 1.8 WARRANTY A. Special Clay Roof Tile Manufacturer's Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace rile that fails in materials within specified warranty period. Material failures include manufacturing defects that result in leaks. 1. Material Warranty Period: 50 years from date of Substantial Completion. B. Special Roofing Installer's Warranty: Roofing Installer's warranty, signed by roofing Installer, covering Work of this Section, in which roofing Installer agrees to repair or replace components of clay file roofing that fail in materials or workmanship within the following warranty period: 1. Warranty Period: Five years from date of Substantial Completion. PART2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 03830503 CLAY ROOF TILES 07321 - 2 05/05 2. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 CLAY TILES A. Available Products: 1. Ameri-Clay Roof Tile. 2. International Roofing Products, Inc. 3. Ludowici Roof Tile, Inc. 4. MCA Tile. 5. US Tile Co. 6. Rodland Clay Tile. 7. Gladding, McBean. B. Clay Tile: ASTM C 1167, molded- or extruded -clay roof tile units of shape and configuration indicated, kiln fired to vitrification, and free of surface imperfections. Provide with fastening holes prepunched at factory before firing. 1. Durability: Grade 1. 2. High -Profile Shape: Type I, straight barrel mission, two piece. 3. Size: Length 141/4" to 20", width f 8" with width 11" center to center of covers. 4. Finish and Texture: Matte, smooth. 5. Color: As selected from manufacturer's standard colors. 6. High -Profile -Shape Clay Tile Accessories: Circular cover hip starter, roll rake edge, terminal eave closure and top fixture units, color to match roof tile. Colors Cover Tile Pan Tile 49 MT3 12% 5% 440-00 31% 26% 432-97 54% 69% 186-00 3% 0% Note: Colors listed have been selected from Ludowici Roof Tile colors. Colors from other manufacturers that closely resemble those listed will be considered as acceptable; as approved by Architect. 2.3 ACCESSORIES A. Asphalt Roofing Cement: ASTM D 4586, Type II, asbestos free. B. Butyl Sealant: ASTM C 1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied. C. Elastomeric Sealant: ASTM C 920, silicone -based joint sealant; of Type M or S, Grade NS, Class 25, Use NT related to exposure, and, as applicable to joint substrates indicated, Use O. D. Mortar: ASTM C 270, Type M, natural color for concealed -from -view mortar. 1. Mortar Pigment: ASTM C 979. Produce mortar matching the color of file selected for exposed -to -view mortar. E. Wood Nailers and Battens: Comply with requirements in Division 6 Section "Miscellaneous Carpentry" for pressure -preservative -treated wood. 03830503 CLAY ROOF TILES 07321 - 3 05/05 2.4 FASTENERS A. Nails for tile, direct deck installation to plywood deck. 1. Where nails are in contact with metal flashing, use nails made from same metal as flashing. B. Wood Batten Nails: Mechanically fasten battens to deck with thru-bolt anchors. 2.5 UNDERLAYMENTT MATERIALS A. Self -Adhering Sheet Underlayment, Granular Surfaced: ASTM D 1970, minimum of 55 mils (1.4 mm) thick; glass -fiber -mat -reinforced, SBS-modified asphalt; mineral -granule surfaced; with release -paper backing; cold applied. 1. Available Products: a. Atlas Roofing Corporation; StormMaster DG. b. Carlisle Coatings & Waterproofing, Div. of Carlisle Companies Inc.; Dri-Start "G " C. Celotex Corporation; Celo-Guard. d. CertainTeed Corporation; WinterGuard. e. GAF Materials Corporation; Weather Watch. f. Johns Manville International, Inc.; Roof Defender. g. Owens Coming; WeatherLock G. h. Taunko TW Metal &Tile Underlayment. 2.6 SHEET METAL FLASHING AND TRIM A. Sheet Metal Flashing and Trim: Comply with requirements in Division 7 Section "Sheet _ Metal Flashing and Trim." 1. Sheet Metal: Copper. B. Fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item. 1 1. Drip Edges: Fabricate in lengths not exceeding 10 feet (3 m), with 8-inch (200-mm) roof -deck flange and 1-1/2-inch (38-mm) fascia flange with 3/8-inch (9.6-mm) drip at lower edge. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. 1. Examine roof sheathing to verify that sheathing joints are supported by framing and blocking or metal clips and that installation is within flatness tolerances. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and completely anchored; and that provision has been made for flashings and penetrations through roof. 3. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 03830503 CLAY ROOF TILES 07321 - 4 05105 I A. General: Install underlayments according to tile manufacturer's written recommendations and recommendations in NRCA's "The NRCA Roofing and Waterproofing Manual." B. Self -Adhering Sheet Underlayment: Install wrinkle free, complying with low -temperature installation restrictions of underlayment manufacturer if applicable. Install at locations indicated below, lapped in direction to shed water. Lap sides not less than 3-1/2 inches (89 mm). Lap ends not less than 6 inches (150 mm), staggered 24 inches (600 mm) between succeeding courses. Roll laps with roller. Underlayment shall be covered within the recommended time period according to the underlayment manufacturer. 1. Extend self -adhering sheet underlayment over entire roof deck. a. Eaves: Extend from edges of eaves 24 inches (600 mm) beyond interior face of exterior wall. b. Hips: Extend 18 inches (450 mm) on each side. C. Ridges: Extend 36 inches (914 mm) on each side. 3.3 METAL FLASHING INSTALLATION A. General: Install metal flashings and other sheet metal to comply with requirements in Division 7 Section "Sheet Metal Flashing and Trim." 1. Install metal flashings according to tile manufacturer's written recommendations and recommendations in NRCA's "The NRCA Roofing and Waterproofing Manual." B. Eave Drip Edges: Install beneath underlayment and fasten to roof deck. 3.4 WOOD NAILERS A. Install wood hailers at ridges, hips, and rakes and securely fasten to roof deck. B. Apply to hips and ridges a minimum 1" thick wood stringer of proper height to carry Hip Roll and Ridge. Stringer for covers shall be 2" x 4" 11" on center. 3.5 TILE INSTALLATION A. General: Install roof tiles according to manufacturer's written instructions and recommendations in RTI/WSRCA's "Concrete and Clay Roof Tile Design Criteria Installation Manual for Moderate Climate Regions," and to NRCA's "The NRCA Roofing and Waterproofing Manual." l . Maintain uniform exposure and coursing of tiles throughout roof. 2. Extend tiles 1 inch (25 mm) over eave fasciae. 3. Nail Fastening: Drive nails to clear the tile so the the hangs from the nail and is not drawn up. a. Install wire through nail holes of cut tiles that cannot be nailed directly to roof deck, and fasten to nails driven into deck. 4. Install storm clips to capture edges of longitudinal sides of tiles and securely fasten to roof deck. 5. Install tile locks to support and lock overlying tile butts to underlying tiles. 6. Cut and fit tiles neatly around roof vents, pipes, ventilators, and other projections through roof. Fill voids with mortar. 7. Install tiles with color blend approved by Architect. 8. Install tile eave closure. 9. Provide minimum 3-inch (75-mm) lap between succeeding courses of tiles. 03830503 CLAY ROOF TILES 07321 - 5 05/05 10. Install ridge tiles with laps facing away from prevailing wind. Seal laps with elastomeric sealant. 3.6 ADJUSTING AND CLEANING A. Remove and replace damaged or broken tiles. B. Remove excess the and debris from Project site. END OF SECTION 07321 03830503 CLAY ROOF TILES 07321 - 6 05105 SECTION 07900 JOINT SEALERS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions Fil and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Preparing sealant substrate surfaces. B. Sealant and backing. 1.3 RELATED SECTIONS A. Section 04200 — Unit Masonry. B. Section 04720 — Custom Stone. C. Section 083 11 —Access Doors and Frames. 1.4 REFERENCES A. AAMA 803.3 - Voluntary Specification for Narrow -Joint Seam Sealer. B. AAMA 808.3 - Voluntary Specification for Exterior Perimeter Sealing Compound C. ASTM C719 - Adhesion and Cohesion of Elastomeric Joint Sealants Under Cyclic Movement. D. ASTM C792 - Effects of Heat Aging on Weight Loss, Cracking, and Chalking of Elastomeric Sealants. E. ASTM C570 - Oil and Resin - Base Caulking Compound for Building Construction. F. ASTM C834 - Latex Sealing Compounds. G. ASTM C920 - Elastomeric Joint Sealants. H. ASTM C 1311 - Solvent Release Sealants. I. ASTM Cl 193 - Use of Joint Sealants. J. ASTM D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber. K. ASTM D 1667 - Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Closed -Cell Foam). 1.5 SUBMITTALS A. Product Data 1. Submit product data indicating sealant chemical characteristics, performance criteria, limitations and color availability. 2. Submit manufacturer's standard printed installation instructions. B. Certificates 1. Submit manufacturer's certificate that products meet or exceed specified requirements and are suitable for use indicated. 03830503 JOINT SEALERS 07900 - 1 05105 2. Joint sealant manufacturer's certification that sealants, primers, and cleaners required for sealant installation comply with local regulations controlling use of volatile organic compounds. 1.6 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing the products specified in this Section with minimum ten years documented experience. B. Applicator: Company specializing in applying the work of this Section with minimum five years documented experience. C. Conform to ASTM C1193 requirements for materials and installation. 1. Obtain joint sealant materials from a single manufacturer for each different product required. 2. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. D. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Requirements 1. Do not install solvent curing sealants in enclosed building spaces. 2. Do not install sealants when joint substrates are wet. 3. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.9 WARRANTY A. Provide five year warranty. B. Warranty: Include coverage of installed sealants and accessories which fail to achieve air tight and watertight seal, exhibit loss of adhesion or cohesion, or do not cure. PART2-PRODUCTS 2.1 MATERIALS A. Elastomeric Sealants 1. General: Manufacturer's standard chemically curing, urethane, polyurethane, or polysulfide polymer based elastomeric sealant complying with ASTM C 920. 03830503 JOINT SEALERS 07900 - 2 05105 2. Types a. S-1: Type M, Grade P, Class 25. b. S-2: Type S, Grade P, Class 25. C. S-3: Type M, Grade NS, Class 25. d. S-4: Type S, Grade NS, Class 25. 3. Color: As selected by Architect from manufacturer's full range of standard colors. 4. Use Locations: As indicated in Schedule at end of this Section. B. Latex Sealants 1. General: Manufacturer's standard one -part, nonsag, mildew -resistant, paintable latex sealant of formulation indicated that is recommended for exposed applications on interior and protected exterior locations and that accommodates indicated percentage change in joint width existing at time of installation without failing either adhesively or cohesively. 2. Types a. S-5; Acrylic -Emulsion Sealant 1) Composition: Manufacturer's standard product accommodating joint movement of not more than 5 percent in both extension and compression for a total of 10 percent. 2) Conformance: ASTM C 834 b. S-6; Silicone Emulsion Sealant 1) Composition: Manufacturer's standard product that accommodates joint movement of not more than 25 percent in both extension and compression for a total of 50 percent. 2) Conformance: ASTM C 834 and, except for weight loss measured per ASTM C 792, ASTM C 920. 3) Special Properties: Fungus and mildew resistant. 3. Color: As selected by Architect from manufacturer's full range of standard colors. 4. Use Locations: As indicated in Schedule at end of this Section. C. Type S-7; Acrylic Sealant 1. General: Manufacturer's standard one -part, nonsag, solvent -release -curing acrylic terpolymer sealant complying with AAMA 808.3, with capability to withstand 15 percent maximum cyclic movement (7-1/2 percent movement in both extension and compression) at time of application and remain adhered to joint substrates indicated for Project without failing cohesively when tested for adhesion and cohesion per ASTM C 719. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. D. Type S-8; Butyl Sealant 1. General: Manufacturer's standard one -part, nonsag, nonstaining, paintable, solvent -release -curing, polymerized butyl sealant formulated with minimum of 75 percent solids and tack -free time of 24 hours or less, complying with ASTM C 1311. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. E. Type S-9; Pigmented Narrow Joint Sealant 1. General: Manufacturer's standard, solvent -release -curing, pigmented synthetic rubber sealant formulated for sealing joints 3/16 inch or smaller in width, complying with AAMA 803.3 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. F. Accessories 03830503 JOINT SEALERS 07900 - 3 05105 1. Primer: Non -staining type, recommended by sealant manufacturer to suit application. 2. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. 3. Joint Backing: ANSI/ASTM D1056; round, closed cell polyethylene foam rod; oversized 30 to 50 percent larger than joint width. 4. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. 5. Masking Tape: Non -staining, non -absorbing type as recommended by sealant manufacturer. PART 3-EXECUTION 3.1 EXAMINATION A. Verify that joint openings are ready to receive work and field measurements are as shown on Drawings and recommended by the manufacturer. B. Beginning of installation means installer accepts existing conditions and substrate. 3.2 PREPARATION A. Clean and prime joints in accordance with manufacturer's instructions. B. Remove loose materials and foreign matter which might impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. D. Perform preparation in accordance with ASTM C1193. E. Install masking tape where required to protect adjacent finished surfaces. 3.3 INSTALLATION A. Perform installation in accordance with ASTM Cl 193 and manufacturer's written instructions. B. Measure joint dimensions and size materials to achieve required width/depth ratios. C. Install joint backing to achieve a neck dimension no greater than 1/2 the joint width. D. Install bond breaker where joint backing is not used. E. Remove and replace joint backing which has become wet, dirty, or exposed to weather for extended period of time. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. H. Tool joints concave in accordance with ASTM C1193 and manufacturer's written instructions. 3.4 CLEANING AND REPAIRING A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. B. Repair or replace defaced or disfigured finishes caused by work of this Section. C. Cut out and remove damaged or deteriorated joint sealants and repair so that repaired areas are indistinguishable from original work. 3.5 PROTECTION OF FINISHED WORK 03830503 JOINT SEALERS 07900 - 4 05105 i A. Protect joint sealants during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. 3.6 SCHEDULE A. Exterior Joints 1. Horizontal traffic joints not exposed to fuel or gas spillage: Sealant types S-1 or S-2. 2. Horizontal traffic joints exposed to fuel or gas spillage: Sealant types S-1 or S-2. 3. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-2, S-3 or S-4. 4. Vertical or inclined joints such as panel, coping and control: Sealant types S-3 or S-4. 5. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations: Sealant types S-3 or S-4. 6. Threshold Bedding: Sealant type: S-8. 7. Joints in Masonry Flashing: Sealant Type S-9. 8. Joints in Sheet Metal Flashing: Sealant Type S-9. B. Interior Joints 1. Horizontal traffic joints not exposed to fuel or gas spillage: Sealant types S-1, or S-2. 2. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-2, S-3, or S-4. 3. Vertical or inclined joints such as panel, coping and control: Sealant types S-3, S-4. 4. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations: Sealant types S-3, S-4 or S-6. 5. Non-structural hollow metal doors and borrowed lites. Sealant types S-3, S-4 S-5, S-6 or S-7. 6. Non-structural perimeter seals around plumbing fixtures, joints between ceramic file and joints between ceramic file and dissimilar materials: Sealant type S-6. 7. Non-structural perimeter seals at joints between countertops, backsplashes and walls: Sealant type S-7. END OF SECTION 03830503 JOINT SEALERS 07900 - 5 05/05 11] ►•I ki 113Y;3 SECTION 08311 ACCESS DOORS AND FRAMES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawing and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Wall access doors and frames in interior drywall. 1.3 SUBMITTALS A. Product Data: For each type of door and frame indicated. Include construction details relative to materials, individual components and profiles, finishes, and fire ratings (if required) for access doors and frames. B. Shop Drawings: Show fabrication and installation details of customized doors and frames. Include plans, elevations, sections, details, and attachments to other Work. C. Schedule: Provide complete door and frame schedule, including types, general locations, sizes, construction details, latching or locking provisions, and other data pertinent to installation. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain doors and frames through one source from a single manufacturer. B. Size Variations: Obtain Architect's acceptance of manufacturer's standard -size units, which may vary slightly from sizes indicated. 1.5 COORDINATION A. Verification: Determine specific locations and sizes for access doors needed to gain access to concealed equipment, and indicate on schedule specified in "Submittals" Article. PART2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Access Doors: a. Acudor Products, Inc. b. J. L. Industries, Inc. C. Larsen's Manufacturing Company. d. Milcor Limited Partnership. 03830503 ACCESS DOORS AND FRAMES 08311 - 1 05105 2.2 MATERIALS A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. B. Hot -Rolled Steel Sheets: ASTM A 569/A 569M, Commercial Steel (CS), Type B; free of scale, pitting, and surface defects; pickled and oiled; with minimum thickness indicated representing specified nominal thickness according to ASTM A 568/A 568M. C. Cold -Rolled Steel Sheets: ASTM A 366/A 366M, Commercial Steel (CS), or ASTM A 620/A 620M, Drawing Steel (DS), Type B; stretcher -leveled standard of flatness; with minimum thickness indicated representing specified nominal thickness according to ASTM A 568/A 568M. Electrolytic zinc -coated steel sheet, complying with ASTM A 591/A 591M, Class C coating, may be substituted at fabricator's option. D. Electrolytic Zinc -Coated Steel Sheet: ASTM A 59l/A 591M, Commercial Steel (CS), with Class C coating and phosphate treatment to prepare surface for painting, with minimum thickness indicated representing specified nominal thickness according to ASTM A 568/A 568M for uncoated base metal. E. Metallic -Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B, with A60 (ZF180) zinc -iron -alloy (galvannealed) coating or G60 (Z180) mill-phosphatized zinc coating; stretcher -leveled standard of flatness; with minimum thickness indicated representing specified thickness according to ASTM A 924/A 924M. F. Aluminum Sheet: ASTM B 209 (ASTM B 209M), alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated, and with not less than strength and durability properties of alloy 5005-H15; with minimum thickness indicated representing specified thickness according to ANSI H35.2 (ANSI H35.2(M)). G. Rolled -Steel Floor Plate: ASTM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D. H. Aluminum Extrusions: ASTM B 221 (ASTM B 221M), alloy 6063-T6. 2.3 PAINT A. Shop Primers: Provide primers that comply with Division 9 Section "Painting." 2.4 ACCESS DOORS AND FRAMES A. Access Doors and Frames: 1. Locations: Masonry obelisks. 2. Door: Aluminum, 0.045 door. 3. Frame: Minimum 0.045 extruded aluminum with 1 1/4 inch wide rolled flange. 4. Hinges: Continuous piano hinge, aluminum concealed. 5. Latch: Cylinder lock and key. 6. Size: 18" x 18". 7. Acceptable product: Larsen L-XT Series, or equal. 2.5 FABRICATION A. General: Provide access door assemblies manufactured as integral units ready for installation. B. Metal Surfaces: For metal surfaces exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. 03830503 ACCESS DOORS AND FRAMES 08311 - 2 05105 C. Steel Doors and Frames: Grind exposed welds smooth and flush with adjacent surfaces. Furnish attachment devices and fasteners of type required to secure access panels to types of supports indicated. 1. Exposed Flanges: Nominal 1 to 1-1/2 inches (25 to 38 mm) wide around perimeter of frame. 2. For trimless frames with drywall bead for installation in gypsum board assembly, provide edge trim for gypsum board securely attached to perimeter of frames. 3. For trimless frames with plaster bead for full -bed plaster applications, provide zinc - coated expanded metal lath and exposed casing bead welded to perimeter of frames. 4. Provide mounting holes in frames to attach frames to metal or wood framing in plaster and drywall construction. D. Latching Mechanisms: Furnish number required to hold doors in flush, smooth plane when closed. 1. For cylinder lock, furnish two keys per lock and key all locks alike. E. Extruded Aluminum: After fabrication, apply manufacturer's standard protective coating on aluminum that will come in contact with concrete. 2.6 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. 2.7 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. B. As -Fabricated Finish: AA-M10 (Mechanical Finish: as fabricated, unspecified). C. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. PART 3-EXECUTION 3.1 PREPARATION A. Advise installers of other work about specific requirements relating to access door and floor door installation, including sizes of openings to receive access door and frame, as well as locations of supports, inserts, and anchoring devices. 3.2 INSTALLATION A. Comply with manufacturer's written instructions for installing access doors and frames. B. Set frames accurately in position and attach securely to supports with plane of face panels aligned with adjacent finish surfaces. C. Install access doors with trimless frames flush with adjacent finish surfaces or recessed to receive finish material. 03830503 ACCESS DOORS AND FRAMES 08311 - 3 05105 3.3 ADJUSTING AND CLEANING ri A. Adjust doors and hardware after installation for proper operation. B. Remove and replace doors and frames that are warped, bowed, or otherwise damaged. END OF SECTION 08311 03830503 ACCESS DOORS AND FRAMES 08311-4 05/05 DIVISION 16 SECTION 16000 BASIC ELECTRICAL METHODS PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and worlananship shall conform to the applicable provisions of the following: B. National Electrical Code (NEC) C. National Electrical Safety Code (NESC) D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. E. The work covered by Division 16 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all electrical work required in the Contract Drawings. F. In the event that additional or special construction is required, the Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. G. The contractor shall familiarize himself with the existing conditions of the site and advise the Engineer of any discrepancy or conflict prior to proposal. H. The contractor shall be responsible for all permits, fees, and licenses required for the project. All cost of such permits or fees shall be included in the proposal. I. All equipment and material shall be installed in accordance with the applicable manufacturer's recommendations and standards. J. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment and labor that will be furnished as a part of this contract. K- Any fees or charges associated with delivering permanent power for the project shall be included in the Contractor's proposal. 1.3 SUBMITTALS A. The intent of this section is to give general submittal information, refer to specific submittal information in the subsequent mechanical sections. B. Within 10 days after award of the contract, and before orders are placed, Contractor shall submit specific information on list of equipment and principal materials specified. Contractor shall indicate and/or provide names of manufacturers, catalog and model numbers, cut sheets, and such other supplementary information as necessary for evaluation. Minimum of six (6) copies, or as directed by the Engineer, of each shall be submitted and shall include all items mentioned by model number and/or manufacturer's name in the specifications or in schedules on the drawings. 03830503 BASIC ELECTRICAL METHODS 16000 - 1 06/05 C. Requirements for each submittal: 1. Bear a dated stamp or specific written indication that the Contractor has reviewed and approved all submittal prior to submission to Engineer. 2. Have all information deleted by Contractor that pertains to the means and methods of construction or to fabrication, assembly, installation, or erection (approval by Engineer shall not extend to these areas unless specifically noted by Engineer). 3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces of equipment that may occur on the same page. 4. Be clearly marked as to which available options are being submitted that are associated with a piece of equipment. 5. Be complete with respect to quantities, dimensions, specific performance, materials, and similar data to enable the Engineer to review the proposed equipment. Omission by Contractor of any of the above requirements or submittals will subject submittal to automatic rejection without review. Any submittals received by Engineer that were not requested shall be returned without review of any kind. PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the electrical drawings, the Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6" wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30" deep; colored as follows: 1. Red: Electric. E. Backfill Material 1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 03830503 BASIC ELECTRICAL METHODS 16000 - 2 06/05 2. Material more than 12" above pipes and conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8" in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such work and shall proceed in an orderly manner so as not to impede the progress of the project. B. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. C. Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. D. Surfaces requiring coatings will be completed prior to installation of any electrical work on these surfaces. E. The electrical drawings are diagrammatic. The installation requirements shall be carefully coordinated with structural, architectural and mechanical conditions and shall be adjusted to avoid conflict. F. The locations of electrical equipment is approximate and are not intended to convey the exact details and mounting of location of outlets, equipment and other items. Exact locations are to be field determined by actual measurements. G. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. H. Excavation for Pipe and Conduit 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12" higher than top of pipe or conduit, unless otherwise indicated. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4" deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand -operated tampers. 03830503 BASIC ELECTRICAL METHODS 16000 - 3 06/05 5. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12" of existing subgrade and each layer of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6" below subgrade under pavements and slabs. 7. Protection a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. b. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1) Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1) Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 8. Disposal of Surplus and Waste Materials a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property unless otherwise directed by Owner. b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. B. After the wiring system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. C. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. D. Furnish all instruments and labor for testing. E. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available. 03830503 BASIC ELECTRICAL METHODS 16000 - 4 06/05 3.3 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual specification sections. END OF SECTION 16000 03830503 BASIC ELECTRICAL METHODS 16000 - 5 06/05 SECTION 16111 CONDUIT PART 1- GENERAL 1.1 SECTION INCLUDES A. Non-metallic PVC Conduit. B. Fittings and conduit bodies. 1.2 RELATED SECTIONS A. Section 07270 — Fire Stopping. B. Section 16130 - Boxes. C. Section 16170 - Grounding and Bonding. D. Section 16190 - Supporting Devices. E. Section 16195 - Electrical Identification. 1.3 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.4 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 03830503 CONDUIT 16111 - 1 06/05 A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of Section 01600. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.9 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART2-PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4 inch unless otherwise specified. B. Branch circuits routed beneath pedestrian areas shall be direct -buried schedule 40 PVC. C. Conduit extending below roadways, subjected to vehicular traffic, shall be concrete encased, Schedule 40 PVC. D. All non-metallic conduit shall transition to rigid steel at the 90. A. Manufacturers: 1. Allied ` l 2. Wheatland 3. Substitutions: Under provisions of Section 01600. B. Rigid Steel Conduit: ANSI C80.1. C. Intermediate Metal Conduit (IMC): Rigid steel. D. Fittings and Conduit Bodies: ANSI/NEMA FB l; all steel fittings. 2.3 NON-METALLIC PVC CONDUIT A. Manufacturers: 1. Carlon 2. Allied 3. Substitutions: Under provisions of other sections. B. Description: NEMA TC2, Schedule 40 PVC. Flame retardant type resistant to bending and 3 cracking. C. Fittings and Conduit Bodies: NEMA TC3. F 03830503 CONDUIT 16111 - 2 06/05 D. Vertical risers and ells installed below grade shall be rigid steel conduit with protective wrapping. E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. 2.4 CONDUIT FITTINGS A. Refer to Section 16170 for use of grounding type bushing. PART 3-EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Maintain adequate clearance between conduit and piping. G. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. H. Cut conduit square using saw or pipecutter; de -burr cut ends. I. Bring conduit to shoulder of fittings; fasten securely. J. Use conduit hubs or sealing lockouts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. K. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2 inch size. L. Conduit for communications cabling shall have no more than 180' worth of bends or more than 150 feet between boxes M. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. N. Provide suitable fittings to accommodate expansion and deflection where conduit crosses control and expansion joints. O. Provide suitable pull string in each empty conduit except sleeves and nipples. P. Use suitable caps to protect installed conduit against entrance of dirt and moisture. Q. Ground and bond conduit under provisions of Section 16170. R. Identify conduit under provisions of Section 16195. S. Ducts shall be cleaned with an flexible mandrel assembly. T. All conduits passing vertically through slabs on grade shall be PVC -coated, rigid steel or IMC. Rigid steel and IMC conduits shall be applied with protective coatings as indicated herein. The transition from PVC to steel conduit shall be below grade. U. Underground branch circuit extensions to lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance PVC conduits and conduits crossing roadways shall be concrete encased. V. Minimum cover for underground conduits shall be 30 inches unless otherwise noted. END OF SECTION 16111 03830503 CONDUIT 16111 - 3 06/05 SECTION 16123 WIRE AND CABLE PART 1- GENERAL 1.1 SECTION INCLUDES A. Wire and cable. B. Wiring connectors and connections. 1.2 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.3 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NECA Standard of Installation (National Electrical Contractors Association). C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). D. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.5 SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Test Reports: Indicate procedures and values obtained. C. Manufacturer's installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.6 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 03830503 WIRE AND CABLE 16123 - 1 06/05 1.8 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.9 PROJECT CONDITIONS A. Section 01039 - Coordination and Meetings. B. Verify that field measurements are as indicated. C. Conductor sizes are based on copper. ° D. Wire and cable routing indicated is approximate unless dimensioned. 1.10 COORDINATION A. Coordinate Work under provisions of Section 01039. B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2-PRODUCTS 2.1 WIRE A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Description: Single conductor insulated wire. C. Conductor: Copper. rill D. Insulation Voltage Rating: 600 volts. E. Insulation: Minimum requirements of NFPA 70 and as specified herein. F. MC Cable: Shall not be utilized on this project. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: �_. 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Solderless Pressure Connectors: 1. Ilsco, 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. C. Spring Wire Connectors: 1. Ideal. 2. Substitutions: Refer to Section 01600 - Material and Equipment. D. Compression Connectors: 03830503 WIRE AND CABLE 16123 - 2 06/05 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. B. Verify that work likely to damage wire and cable has been completed. C. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. All Locations: Use only building wire, Type THW or THHN/THWN insulation, in raceway. B. Use wiring methods indicated. 3.4 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Route wire and cable as required to meet Project Conditions. C. Install cable in accordance with the NECA "Standard of Installation." D. Use solid conductor for feeders and branch circuits 10 AWG and smaller. E. Use stranded conductors for control circuits. F. Use conductor not smaller than 12 AWG for power and lighting circuits with the exception of pre -manufactured fixture whips, listed for such use and not exceeding 6' in length. G. Use conductor not smaller than 14 AWG for control circuits. H. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and as indicated on the drawings. I. Install all conductors in conduit. J. Pull all conductors into raceway at same time. K Use suitable wire pulling lubricant for building wire 4 AWG and larger. L. Protect exposed cable from damage. M. All cables shall be neatly supported. N. Use suitable cable fittings and connectors. O. Neatly train and lace wiring inside boxes, equipment, and panelboards. P. Clean conductor surfaces before installing lugs and connectors. Q. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. R. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. S. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. 03830503 WIRE AND CABLE 16123 - 3 06/05 T. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. U. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. V. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and indicated in Article 310 of the 2002 National Electrical Code. 3.5 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection, testing and adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 16123 03830503 WIRE AND CABLE 16123 - 4 06/05 SECTION 16130 BOXES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Wall and ceiling outlet boxes. B. Pull and junction boxes. 1.3 RELATED SECTIONS A. Section 16140 - Wiring Devices: Wall plates in finished areas. 1.4 REFERENCES A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Submittals for Project closeout. B. Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. PART 2-PRODUCTS 2.1 OUTLET BOXES A. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. 03830503 BOXES 16130 - 1 06/05 2.2 PULL AND JUNCTION BOXES A. Above Grade Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box: 1. Material: Galvanized cast iron. 2. Cover: Furnish with flange, neoprene gasket, and stainless steel cover screws. B. In -Grade Boxes: Reinforced fiberglass is acceptable in landscaping areas. 2.3 EQUIPMENT ENCLOSURES A. Pad -mounted equipment enclosures shall meet the requirements as indicated on the drawings. Provide for all labor and material for custom painting of each enclosure. Color shall be selected by the Landscape Architect. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify locations of rough-in's all locations areas prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location as required to accommodate intended purpose. D. Support boxes independently of conduit. E. Use cast outlet box in exterior locations exposed to the weather and wet locations. F. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast metal box in other locations. G. Permanently mount equipment enclosures to the concrete pads. 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate Installation of outlet box for equipment connected under Section 16180. 3.4 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust flush -mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused box openings. 3.5 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. 03830503 BOXES 16130 - 2 06/05 END OF SECTION 16130 03830503 BOXES 16130 - 3 06/05 SECTION 16140 WIRING DEVICES PART 1- GENERAL 1.1 SECTION INCLUDES A. Receptacles. 1.2 RELATED SECTIONS A. Section 16130 - Boxes. 1.3 REFERENCES A. NECA - Standard of Installation. B. NEMA WD 1- General Requirements for Wiring Devices. C. NEMA WD 6 - Wiring Device -- Dimensional Requirements. D. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Manufacturers with similar catalog numbers will not be considered as a basis for an equivalent product. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 RECEPTACLES A. Manufacturers: 1. Hubbell HBL GF5352-I 2. Substitutions: Refer to Section 01600. Equivalent. B. Description: NEMA WD 1, Heavy-duty general use receptacle, with wraparound bridge, brass center rivet, triple wipe contacts and grounding contacts integral with backstrap (no rivets). 03830503 WIRING DEVICES 16140 - 1 06/05 C. Device Body: Ivory impact -resistant thermoplastic. D. Configuration: NEMA VG7D 6, type as specified and indicated. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. All devices shall be GFCI type. 2.2 WALL PLATES A. Weatherproof Cover Plate: Gasketed cast metal with weatherproof in -use device cover on exterior devices. B. Surface Mounted Plates: Galvanized steel plates PART 3 - EXECUTION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that outlet boxes are installed at proper height. C. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. D. Verify locations of all receptacles in the entrance obelisks. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 3.3 INSTALLATION A A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install receptacles with grounding pole on top. D. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. E. Connect wiring devices by wrapping conductor around screw terminal. F. Install blank cover plate to match other plates on all unused boxes. 3.4 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 16130 to obtain mounting heights specified and indicated on drawings. B. Refer to plans for mounting limitations and requirements. 3.5 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection, testing, adjusting, and balancing. B. Inspect each wiring device for defects. f jj C. Operate each wall switch with circuit energized and verify proper operation. I D. Verify that each receptacle device is energized. -� E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. L 03830503 WIRING DEVICES 16140 - 2 06/05 is 3.6 ADJUSTING A. Section 01700 - Contrast Closeout: Adjusting installed work. B. Adjust devices and wall plates to be flush and level. 3.7 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION 16140 03830503 WIRING DEVICES 16140 - 3 06/05 GROUNDING BONDING PART 1- GENERAL 1.1 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.2 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.3 GROUNDING SYSTEM DESCRIPTION A. Metal frame of equipment. B. Rod electrodes. 1.4 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for grounding electrodes and connections. 1.6 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and grounding electrodes. C. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience, and with service facilities within 100 miles of Project. 03930503 GROUNDING & BONDING 16170 - 1 06/05 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 314 inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Material: Mechanical connections shall be made with Bumdy Hy -Ground, 12 ton crimping system or an approved equal. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the drawings. 2.5 CONDUIT FITTINGS A. At all feeder and service entrance conduits provide grounding type bushings and shall be bonded to the panelboard ground bus. Bushings shall be fitted with a one hole lug. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet. C. Provide bonding to meet Regulatory Requirements. D. Bond together metal siding not attached to grounded structure; bond to ground. 03830503 GROUNDING & BONDING 16170 - 2 06105 E. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. Refer to conduit fitting restrictions above. F. Grounding Electrode System: The new grounding electrode system shall consist of the common bonding of metallic panels, mounting and the associated grounding electrode system. G. Provide proper bonding of the electrical system's grounded conductor (neutral) and the grounding electrode system sized in accordance with N.E.C. Article 250 and as indicated on the drawings. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection, testing, adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 16170 03830503 GROUNDING & BONDING 16170 - 3 06/05 SECTION 16190 SUPPORTING DEVICES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA - National Electrical Contractors Association. B. ANSI/NFPA 70 - National Electrical Code. 1.4 REGULATORY REQUIREMENTS 'i A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2-PRODUCTS -- 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: x1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. 4. Sheet Metal: Use sheet metal screws. 5. Wood Elements: Use wood screws. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. 03830503 SUPPORTING DEVICES 16190 - 1 06/05 B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Engineer before drilling or cutting structural members. E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of four anchors. G. In wet and damp locations use steel channel supports to stand cabinets and panelboards one inch off wall. H. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 16190 03830503 SUPPORTING DEVICES 16190 - 2 06/05 ELECTRICAL IDENTIFICATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 1.3 REFERENCES A. ANSIINFPA 70 - National Electrical Code. PART 2-PRODUCTS A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Communication cabinets, and computer cabinets. 3. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4 inch letters for identifying individual equipment and loads. 2. Use 1/4 inch letters for identifying grouped equipment and loads. 3. Use 3/8 inch letters for identifying Main Disconnect equipment. 2.2 WIRE/CONDUIT/BOX MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings. D. Boxes: 1. Label each junction box in accessible locations to indicate the type of system (i.e.; security; power circuit - 1,3,5; etc.) Box labeling shall be pre -manufactured adhesive type. Markers shall not be permitted. 03830503 ELECTRICAL IDENTIFICATION 16195 - 1 06/05 _z PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. (see specification Section 16000) D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color coding for phase identification: 120/240 volts Phase Black A Red B White Neutral Green Ground Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. END OF SECTION 16195 03830503 ELECTRICAL IDENTIFICATION 16195 - 2 06/05 SECTION 16470 PANELBOARDS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. B. Related Sections 1. Section 16190 - Supporting Devices. 2. Section 16195 - Electrical Identification: Engraved nameplates. 1.2 SUMMARY A. Section Includes 1 Distribution and Branch circuit panelboards. 2. Switchboards. B. References 1. NECA (National Electrical Contractors Association) "Standard of Installation." 2. NEMA AB 1 - Molded Case Circuit Breakers. 3. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. 4. NEMA KS 1 - Enclosed Switches. 5. NEMA PB 1- Panelboards. 6. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. 7. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Submit under provisions of General Conditions. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of General Conditions. Record actual locations of Products; indicate actual branch circuit arrangement. 1.5 OPERATION AND MAINTENANCE DATA A. Submit under provisions of General Conditions. Maintenance Data: Include spare parts data listing; and recommended maintenance procedures and intervals. 03830503 PANELBOARDS 16470 - 1 06/05 1.6 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years experience. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. Furnish products listed and classified by UL as suitable for purpose specified and indicated. 1.9 FIELD MEASUREMENTS A. Verify that field measurements are as indicated. 1.10 MAINTENANCE MATERIALS A. Provide maintenance materials under provisions of General Conditions. Provide two of each panelboard key if required. [., PRODUCTS 2.1 ' _ V1 & V . A. Manufacturers: 1. General Electric 2. Square-D 3. Westinghouse 4. Siemens panelboard products are not be acceptable. B. Description: NEMA PB-1, circuit breaker type. C. Panelboard Bus: Copper with ratings as indicated. Provide a copper ground bus in each panelboard. D. Minimum integrated short circuit rating: Fully rated devices with minimum levels as indicated. Series rated systems will not be allowed. Minimum calculated values are labeled on each panelboard and are indicated as "AIC". E. Molded Case Circuit Breakers: NEMA AB 1, bolt -on, circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as type HACR for air-conditioning equipment loads and type SWD for switching applications. F. Enclosure: NEMA P13-1, Type 1. G. Cabinet Front: Surface or recessed type as indicated on the drawings, fastened with concealed trim clamps, hinged door with flush lock, metal directory frame, and finished in manufacturer's standard gray enamel. PART 3 - EXECUTION 03830503 PANELBOARDS 16470 - 2 06105 P 3.1 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1. Install panelboards plumb. Provide supports in accordance with drawings and Section 16190. Height: 6 ft maximum to top of panelboard. Provide filler plates for unused spaces in panelboards. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. Spare slots shall be labeled as such in erasable pencil on directory. Provide engraved plastic nameplates under the provisions of Section 16195. 3.2 FIELD QUALITY CONTROL A. Field inspection and test for grounds on each circuit after installation is completed. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. END OF SECTION 16470 03830503 PANELBOARDS 16470 - 3 06/05 DRAWINGS