Loading...
HomeMy WebLinkAboutResolution - 6258 - Contract - All Texas Builders Inc - Aquatic Upgrades, Water Slides Various Parks - 04/08/1999Resolution No. 6258 Item No. 34 April 8, 1999 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 Aquatic Upgrades -water slides at various parks, by and between the City of Lubbock and All Texas Builders, Inc. 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 8th day of April �, 19 99. L7 WINDY S TO , YOR ATTEST: Kayt e Darnell, City Secretary APPROVED AS TO CONTENT: qc�.� Victor Kilman, Pi6chasing Manager APPROVED AS TO FORM: ''William de Haas Competition and Contracts Manager/Attorney gs:ccdocs/All Texas Builders, Inc. March 29, 1999 i r 1 l CITY OF LUBBOCK SPECIFICATIONS FOR AQUATIC UPGRADE - {NATER SLIDES AT VARIOUS PARKS BID #99051 G A c CITY OF LUBBOCK Lubbock, Texas 1 11 1 CITY OF LUBBOCK INVITATION TO BID FOR TITLE: AQUATIC UPGRADE - WATER SLIDES AT VARIOUS PARKS ADDRESS: LUBBOCK, TEXAS BID NUMBER: 99051 PROJECT NUMBER: 9281.8302.20000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS 1 NOTICE T4 BIDDERS .r NOTICE TO BIDDERS BID #99051 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p,m, on the 171h day of March, 1999, 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: AQUATIC UPGRADE - WATER SLIDES AT VARIOUS PARKS After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 9th day of April, 1999, 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 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre-bid conference on 10th day of March at 10:00 o'clock a.m., in the Purchasing Conference Room L04, Lubbock, Texas Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this 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 information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775- 2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KILM N PURCHASING MANAGER F___J1 i t Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806) 775-21671Fax (806) 775-2164. GENERAL INSTRUCTIONS TO BIDDERS M GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the AQUATIC UPGRADE - WATER SLIDES AT VARIOUS PARKS. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: RON SHUFFIELD SENIOR BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 775-2164 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 45 (FORTY-FIVE) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 insure completion of the project within the time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 1 va GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the AQUATIC UPGRADE - WATER SLIDES AT VARIOUS PARKS. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. Or 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 45 (FORTY-FIVE) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 insure completion of the project within the time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 1 RON SHUFFIELD SENIOR BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 775-2164 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 45 (FORTY-FIVE) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 insure completion of the project within the time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 1 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 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). 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 the year 2000 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. The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 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. 10. 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. 11. 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. 12. TEXAS STATE SALES TAX 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. 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. 13. 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. 14. 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. 15. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. 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 3 1 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. 16. 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. 17. 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) 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 coverage's shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor, 18. LABOR AND WORKING HOURS 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 which 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 5159x, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (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. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 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. 4 a 1 19. 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.. 29. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or 1 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.. 21. PREPARATION FOR BID 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. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 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: (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 22. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: 1 Notice to Bidders. General Instructions to Bidders. Bidder's Submittal. Statutory Bond (if required). Contract Agreement. General Conditions. Special Conditions (if any). (a) (b) (c) (d) 1 Notice to Bidders. General Instructions to Bidders. Bidder's Submittal. Statutory Bond (if required). Contract Agreement. General Conditions. Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. Q) 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. 23. 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 in regard to the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services.. BID SUBMITTAL 1 0 BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: Municipal Building Room L-04 DATE: March l7, 1999 PROJECT NUMBER: #99051 - AQUATIC UPGRADE - WATER SLIDES AT VARIOUS PARKS Bid of ALL TEXAS BUILDERS, INC. (hereinafter called Bidder) I To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation forbids for the construction of a AQUATIC UPGRADE -WATER SLIDES AT VARIOUS PARKS having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price staled below. The price to cover all expenses incurred in performing the work required under the contract documents. MATERIALS: 7/�y>%>f_�✓.�'/!-!'i2`%� ($ OL04 /� `j OO SERVICES: r Le -*A D ($ ice. r 7 7 ) SiEU�G''t4" 5 �U��t'J TOTAL BID: zi:�7-77, �� ) ::�*XUjrzlV ffUf�Oltj 5FtV7�rF� (Amount shall be shown in both words and numerals. In case of 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 written "Notice to Proceed" of the Owner and to fully complete the project within 45 (FORTY-FIVE) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $750 (SEVEN HUNDRED AND FIFTY DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. bidding. 1 Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of --f -i� Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (90) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed byVNoticII be bound and include all contract documents made available to him for his inspection in accordance with the S. thor 6d'Sign (Printed or Typed Name) �I (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: ' Addenda No. Date Addenda No. 'Date Addenda No. Date Addenda No. Date I ALL 'TEXAS BUILDERS, INC. Company 1340 98th. Street (P.O. BOX 3486) Address Lubbock, Lubbock City, County Texas 79452 State Telephone: Fax: 806 zip Code 806 _ 745-9763 745-9765 1. z. 3. 4. 5. f. 7. 8. 9. 10. LIST OF SUBCONTRACTORS Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 3 R r CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. zw,i�-' 465���� Contractor (Print) CONTRACTOR'S NAME:el,11Z5 (Print or Type ) CONTRACTOR'S ADDRESS: -3 S 6 Name of Agent/Broker: JOE SCHOENIG FARMERS INSURANCE Address of Agent/Broker: 7402 UNIVERSITY CityXtate/Zip: LUBBOCK, TEXAS 79424 Agent/Broker Telephone Number: ( 806 ) 745-7777 Date: MARCH 1 l , 1999 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #99051 - AQUATIC UPGRADE - WATER SLIDES AT VARIOUS PARKS r r I BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That we, ALL TEXAS BUILDERS INC. (hereinafter called the Principal), as Principal, and WASHINGTON INTERNATIONAL INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of Arizona, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of TEXAS as Surety, are held and firmly bound unto CITY OF LUBBOCK (hereinafter called the Obligee) in the just and full sum of FIVE PERCENT of THE GREATEST AMOUNT BID ----------------------Dollars ($---------57-------) lawful money of the United States of America, for the payment of which well and truly to be made, we hereby bind ourselves and each of our successors and assigns, jointly and severally, firmly be these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit the Obligee a bid or proposal for the AQUATIC UPGRADE-WATERSLIDES AT VARIOUS PARKS BID# 99051 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void: otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 17TH day of MARCH , 1999 BDB 600201 ALL TEXAS BU D I By W GTON I OVAL NSURANC By HOWARD COWAN, ATTORNEY-IN-FACT WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existing under the lay.-. of the State of Arizona, and having its principal office in the Village of Itasca, Illinois does hereby constitute and appoint HOWARD COWAN, KEVIN DUNN AND MARLA HILL EACH IN THEIR SEPARATE CAPACITY its true and lawful attorneys) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instruments) in pursuance of these presents, shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duty executed and acknowledged by its President and its principal office. This Power of Attorney shall be limited in amount to $5,500,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: 1. The Chairman of the Board, President, Mice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys -in -Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys -in -Fact, who are hereby authorized to certify copies of any power-of-attorney issued in pursuant to this section and/or any of the By -Laws of the Company, and to remove, at any time, any such Attorney -in -Fact or Special Attorney -in -Fact and revoke the authority given him 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affaed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the Company. IN TESTIMONY WHgREOP,ithq,jNashington International Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its a ,� &?jz �r�tt f day of May, 1997. WAI N INTERNATIONAL INSURANCE COMPANY _ n'+ C -� f7 �a c :tea Steven nde on, Vice -President STATE OF ILOIS? _��r�,����•��, COUNTY OF Cdb} ,„v,ait „ti,u On this 19th day of May, 1997, before me came the Individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seat affixed to said instrument is the Corporate Seal of said Company; IN TL to s nd and affixed my Off ial at, day and year first above written. "OFFICIAL SAL” � MICHELLE HOWERTON �. Notary Public, State of 11inois r, chelle Howerton, ta'ry Pub c L My Commission Expires L9P07199 My Commission Expires ber 7, 1999 CERTIFICATE STATE OF ILLINOIS) COUNTY OF COOK) I, the undersigned, Vice -President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article III, Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed in the County of Cook Dated the 17THday of MARCH 19 99 Jam A. arpente ice -President il PERFORMANCE BOND ko 0" 6w POND CHECK LEST RATING A+ ! ICEN410( ! TEXAS ^!:1 8Y BOND NO. S-700-4339 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) ALL TEXAS BUILDERS, KNOW ALL MEN BY THESE PRESENTS, that INC. (hereinafter called the Principal(s), as Principal(s), and WASHINGTON INTERNATIONAL INSURANCE COMPANY (hereinafter called the Buret s), as Buret (�,,, are held and firml bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of U IIS ($ 272:777.0+)}iawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8THday of APRIL 1999,to BID 499051 — AQUATIC UPGRADES — WATER SLIDES AT an VARIOUS PARKS and said.principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the ' Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 14TH day of APRIL 1, 19 99 . WASHINGTON INTERNATIONAL T INSURANCE COMPANY Surety * By: �. k-Tirtle) AffN DUNN ATTORNEY—IN—FACT IN ALL TEXAS BU 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. WASHINGTON INTERNATIONAL INSURANCE COMPANY Surety *sy: Z'e Title) KEVIN DL'NN ATTORNEY=IN—FACT Approved as to Form City of Lubbock By: ity Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. II 1 i 2 PAYMENT BOND bl BOND NO. S-700.4339 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that ALL TEXAS BUILDERS, INC. (hereinafter called the Principal(s), as Principal(s), and WASHINGTON INTERNATIONAL INSURANCE COMPANY (hereinafter called the Suret�(s)as Surety(s are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of 1w0'HUNDRED S)kVENTY TWO THOUSAND tears ($ 272,777,0[ lawful money of the United States for the payment w ereo , e sai rinc�pa an ure y ind 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 8TH day of APRIL ,19 99,to BID #99051 -- AQUATIC UPGRADES - WATER SLIDES AT VARIOUS PARKS and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 14TH day of APRIL 1999 WASHINGTON INTERNATIONAL INSURANCE COMPANY Surety .By. , Title) ATTY i N FACT ALL TEXAS BUILDERS, INC. By; (Title) 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. WASHINGTON INTERNATIONAL INSURANCE COMPANY Surety r By. (Title) KEVIN DUNN ATTORNEY-IN—FACT Approved as to form: City of Lubbock By:�c.� Ci y Attorney " Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 1 IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512)475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: 1 This notice is for information only and does not become a part or condition of the attached document. WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona, and having its principal office in the Village of Itasca, Illinois does hereby constitute and appoint HOWARD COWAN, KEVIN DUNN AND MARLA HILL EACH IN THEIR SEPARATE CAPACITY its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President and its principal office. This Power of Attorney shall be limited in amount to $5,500,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys -in -Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys -in -Fact, who are hereby authorized to certify copies of any power-of-attorney issued in pursuant to this section and/or any of the By -Laws of the Company, and to remove, at any time, any such Attorney-ir-Fact or Special Attorney -in -Fact and revoke the authority given him. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the Company. IN TESTIMONY WHA W_1DPf•'th1QVashington International Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its auk }ii ,A1&Mbr/tk k,,),9th day of May, 1997 • , u �w .�, WA I N INTERNATIONAL INSURANCE COMPANY zcj G ,�7 Steven Idjnde on, Vice -President STATE OF ILfL-*)OIS yam, COUNTY OF C�bIRIZO �,• %111G919911�`� On this 19th day of May, 1997, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seat affixed to said instrument is the Corporate Seat of said Company; IN T to s nd and affi ed my Off ial al, day and year first above written. "OFFICIAL SEAL" MICHELLE HOWERTON Notary Public, State of Illinois My Commission Expires 09107/99 M chelle Howerton, tary Pub c My Commission Expires ber 7, 1999 STATE OF ILLINOIS) COUNTY OF COOK) I, the undersigned, Vice -President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article III, Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed in the County of Cook. Dated the 14THday of APRIL , 19 99 Jam A. arpente ice -President c c CERTIFICATE OF INSURANCE C C 10 C C ACQRD, PRODUCER CERTIFICATE OF LIABILITY INSURANCE DATE (MM Dl 0N9y) 4/14/1999 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR JOE SCHOENIG AGENCY ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 7 7402 UNIVERSITY AVE COMPANIES AFFORDING COVERAGE LUBBOCK, TX 79423 COMPANY (806)745-7777 FAX (806) 7481469 A Truck Insurance Exchanae NSURED COMPANY All Texas Builders Inc. B Mid -Century Insurance Company P.O. BOX 3486 COMPANY Lubbock, TY 79452 C COMPANY D 'OVERAdES Y�z� z Y ti THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 6 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES- LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, TR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATEIMNVDDIYY) POLICY EXPIRATION DATE(MMlDDIYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $1, 000, 000 X COMMERCIAL GENERAL LIABILITY PRODUCTS - COMP/OP AGG $1, 000, 000 CLAIMS MADE OCCUR U PERSONAL 8 ADV INJURY $ 500, 000 A OWNER'S & CONTRACTOR'S PROT 7581 9 3 83 01/01/99 01/01/00 EACH OCCURRENCE $ 500, 000 FIRE DAMAGE (Any one fired S MED EXP (Any one person) $ 5, 000 AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT $ 1, 000, 000 X X ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY $ (Per person) B i, X X HIRED AUTOS NON -OWNED AUTOS 7581 9 3 82 01/01/99 01/01/00 BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ I GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY. ANY AUTO EACH ACCIDENT $ AGGREGATE $ - EXCESS LIABILITY EACH OCCURRENCE $1, 000, 000 AX UMBRELLA FORM 6900 57 27 01/01/99 01/01/00 AGGREGATE $1, 000, 000 $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION ANDWCSTATU- EMPLOYERS° LIABILITY I !,O -- TORY UMTS I I ER EL EACH ACCIDENT $ 500, 000 A THE PROPRIETOR, HINCL PARTNERSIEXECUTIVE OFFICERS ARE. EXCL B230-1 0 1 16 01/01/99 01/01/00 EL DISEASE - POLICY LIMFT S 500, 000 EL DISEASE - EA EMPLOYEE $ 500, 000 OTHER BUILDERS RISK 7130 12 78 09/01/98 09/01/99 100% COMPLETED VALUE A DESCRIPTION OF OPEKATIONSILOCATIONSrVEHICLF:WSPECIAL LITEMS CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED ON GENERAL LIABILITY AND AUTO LIABILITY WITH A WAIVER OF SUBROGATION ON ALL POLICIES. CERTIFICATE HOLDER -- CANCELLATION CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 I ACORD 26-S {1185} SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. - AUTHORIZED REP SENTA E t ACORD CORPORATION 1988 I A CONTRACTOR SHALL: CONTRACTOR CHECKLIST 1 t 7 Lam' c (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: 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; (13) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and ' (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. i C C rill 11 G t CONTRACT C C C C C t C CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 811 day of April, 1999 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 All Texas Builders Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. ' WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements ' described as follows: BID #99051 - AQUATIC UPGRADES - WATER SLIDES AT VARIOUS PARKS - $272,777.00 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. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. A ST: Secre APPROVED AS TO CONTENT: Owner's Rdpresentative APPROVED AS TO FORM: City Attorney ATTEST: Corporate Secretary �r :: • ► ii fie` CONTRACTOR: ALL TEXAS BUI By: PRINT J TIT LL - COMPLETE ADDRESS: All Texas Builders, Inc. P.O. Box 3486 Lubbock, Texas 79452 L4 c C GENERAL CONDITIONS OF THE AGREEMENT C C C L C 10 L 2 5. [±n 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. 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 ALL TEXAS BUILDERS, INC. 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 CRAIG WUENSCHE, PARK DEVELOPMENT COORDINATOR, 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. 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 Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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. 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. 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 said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 410 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. r 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. I 18 19 20 Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work 1 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 WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT 1 The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION ■ Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be, approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. 1 Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term extra work as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following r 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 5 25 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 prior to the commencement 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 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 prior to bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any 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. a 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. .. . t .w 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard 7 C ❑r A F Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $0.00 Combined Single Limit. This policy shall be submitted prior to contract execution. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $300,000.00 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an 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. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $0.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to 8 t s "Services" include, limitation, hauling, or provide services on the project. without providing, delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. text, form by 8. The Contractor shall post on each project site a notice, in the and manner prescribed the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: s G (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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. 10 W. Aw K-- J 1 I 11 (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: J 1 I 11 REQUIRED WORKERS' COMPENSATION COVERAGE I "The law requires that each person working on this site or providing services related to this construction project must be covered by workers` compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee.' "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor; (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; INJ (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. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. f 1P w ` 13 32 33 34 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 perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar 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. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $750 (SEVEN HUNDRED AND 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. 14 i IT C 1 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. gi 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, a and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 15 39 40 41 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 furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 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. 16 fl Cl 1-0 V& 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 1 17 47 CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor, In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents„ then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of 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. 18 In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The 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. All bonds, if required, 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. 19 1-1 51, SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. if the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor 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. 20 1 CURRENT WAGE DETERMINATIONS 1 rJ I r [I t N Resolution No. 6138 Item No. 23 December 16, 1998 RESOLUTION WHEREAS, the City Council of the City of Lubbock has heretofore established the general prevailing rate of per diem wages on public works projects in Lubbock as required by Section 2258.022 of the Government Code; and WHEREAS, such wage rates were established by Resolution No. 5121, enacted on March 14, 1996; and WHEREAS, said schedule of per diem wage rates requires a clarification with regard to Exhibit D; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in Resolution No. 5121 enacted on March 14, 1996, except that Exhibit D to said Resolution entitled "Weekend and Holiday Rate" shall be entitled "Legal Holiday Rate" and shall read as follows: "The rate for legal holidays shall be as required by the Fair Labor Standards Act." Passed by the City Council this 16th day o ATIST: K ythie arnell, City Secretary APPROVED =Director NT: Mary And ws, of Human Resources APPROVED AS TO FORM: h G. Vandiver, First Assistant City Attorney DC V:lccdocslwagerate.res December 7, 1998 t Resolution "larch 1�4, 1996 Item #19 Such wage rates are hereby found and declared to be the general prevailing rate of per diem waves in all localities where public works are undertaken on behalf of the City of Lubbock an, n all public works contracts as provided by law. such wage rates shall be included i 1 fl 1 1 WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted Februar% b% 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated Resolution No. 2502 enacted January 8. 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK.- THAT the general prevailing rate of per diem wages for public works contracts shall as set forth in the following named exhibits. which exhibits shall be attached hereto and mail: a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem waves in all localities where public works are undertaken on behalf of the City of Lubbock an, n all public works contracts as provided by law. such wage rates shall be included i 1 fl 1 1 Passed by the City Council this 14th ATTEST: Berry M. J on. City Secretary APPROVED AS TO CONTENT: Mary And ws, Managing Director of Human Resources APPROVED AS TO FORM: � nn� kaold&t�-tllard. Aty Attorney HW _dalccdocs/pubworks.res February 14. 1996 2 0.41011: City of Lubbock Building Constriction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 Glazier 8.00 Insulator-Pipinooiler 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8'00 Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder -Certified 10.00 Paving and I-lighway Construction Prevailing Wage Rates Craft Hourly Rate Power Equipment Operators Asphalt Paving Machine 7.0'0 Bulldozer 7.00 Asphalt Heaterman 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Hagg. 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer -General 5.50 Laborer -Utility 6.25 Mechanic 7.25 5.50 Mechanic -Helper Power Equipment Operators Asphalt Paving Machine 7.0'0 Bulldozer 7.00 1 1 1 1 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Equipment Operator 7.00 bight Equipment Operator 6.50 Motor Grader Operator 8.50 Roller 6.00 TTractor 6.50 tcmtor 6.50 Truck Driver -Light 6.00 6.50 Truck Driver -Heavy 1 1 1 1 :11: Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 112 times base rate. Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 112 times base rate. l t L 1 SPECIFICATIONS wl I! AQUATIC UPGRADE - WATER SLIDES RODGERS, MAE SIMMONS AND K.N. CLAPP POOLS PARKS CAPITAL PROJECT PARKS & RECREATION DEPARTMENT CITY OF LUBBOCK, TEXAS JACrC•F F`1 cqT 93,25 a* 5-p PREPARED BY: FANNING, FANNING & ASSOCIATES, INC. CONSULTING ENGINEERS 2555 74Tl` STREET LUBBOCK, TEXAS 79423 TEL: (806) 745-2533 FAX: (806) 745-3596 AQUATIC UPGRADE - WATER SLIDES RODGERS, MAE SIMMONS AND K.N. CLAPP POOLS PARKS CAPITAL PROJECT PARKS & RECREATION DEPARTMENT CITY OF LUBBOCK, TEXAS SPECIFICATION INDEX DIVISION 2 - SITEWQRK 02.200 EARTHWORK DIVISION 3 - CONCRETE 03.300 CONCRETE WORK DIVISION 14 - WATER SLIDE SYSTEMS 14.000 PROJECT REQUIREMENTS 14.100 FIBERGLASS FLUME UNITS AND ACCESSORIES 14.200 STRUCTURAL STEEL 14.300 INSTALLATION AND TESTING DIVISION 15 - MECHANICAL 15.000 GENERAL PROVISIONS FOR PLUMBING AND ELECTRICAL 15.100 WATER SLIDE CIRCULATION SYSTEM DIVISION 16 - ELECTRICAL 16.000 ELECTRICAL DIVISION 2 - SITEWORK SECTION 02.200 - EARTHWORK PART 1 - GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 specification sections, apply to work of this section. q DESCRIPTION OF WORK: The extent of earthwork is shown on drawings. Preparation of subgrade for slabs, walks, and other exterior concrete flatwork is included as part of this work. Backfilling of trenches is included as part of this work. QUALITY ASSURANCE: Codes and Standards: Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. Testing and Inspection Service: Employ, at Contractor's expense, testing laboratory to perform soil testing and inspection service for quality control testing during earthwork operations. The testing laboratory shall comply with the requirements of ASTM D3740, Evaluation of Agencies Engaged in Testing and/or Inspection of Soil or Rock Used In Engineering Design and Construction. SiTBMTTTAT.q Test Reports: Submit following reports directly to the Engineer from the testing services, with copies to Contractor. Test reports on existing or borrow material for each type of soil encountered. 1. Atterberg Limits 2. Linear Shrinkage 3. Optimum moisture/maximum dry density curve Field density test reports of subgrades and compacted fills. Reports shall indicate soil type or change of soil if any other is used. I 01 97067 02.200 -- 1 PART 2 - PRODUCTS SOIL MATERIALS: Satisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GW, GP, GM, GC, SC, CL, SM, SW and SP. Unsatisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups CH, ML, MH, OL, OH, and PT. Topsoil shall be fertile, natural soil of loamy character, free of clay lumps, stones and debris. 97067 02.200 2 0 u JOB CONDITIONS: Site Information: A subsurface soils investigation at the site has not been performed. Test borings and other exploratory operations may be made by the Contractor at no additional cost to the Owner. Existing Utilities: Locate existing underground utilities and piping in areas of work. If utilities are to remain in place, provide adequate means of protection during earthwork operations. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. Do not interrupt existing utilities serving facilities occupied and '04 used by Owner or others, except when permitted in writing by the Engineer and then only after acceptable temporary utility services have been provided. Use of Explosives: The use of explosives is not permitted. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. PART 2 - PRODUCTS SOIL MATERIALS: Satisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GW, GP, GM, GC, SC, CL, SM, SW and SP. Unsatisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups CH, ML, MH, OL, OH, and PT. Topsoil shall be fertile, natural soil of loamy character, free of clay lumps, stones and debris. 97067 02.200 2 0 u Backfill and Fill Materials: Satisfactory soil materials free of clay, rock or gravel larger than 2" in any dimension, debris, waste, frozen materials, vegetable and other deleterious matter. WW Fill materials shall have a liquid limit between 4 and 30 and the plasticity index shall be between 4 and 12. PART 3 - EXECUTION EXCAVATION: Excavation consists of removal and disposal of material encountered when establishing required finish grade elevations. Earth excavation includes removal and disposal of pavements and other obstructions visible on ground surface, underground structures and utilities indicated to be demolished and removed, material of any classification encountered that are not classified as unauthorized excavation. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of the Engineer. Unauthorized excavation, as well as remedial work directed by the Engineer, shall be at Contractor's expense. Backfill and compact unauthorized excavations as specified for authorized excavations of same classification, unless otherwise directed by the Engineer. Additional Excavation: When excavation has reached required subgrade elevations, notify the Engineer who will make an inspection of conditions. If unsuitable bearing materials are encountered at required subgrade elevations, carry excavations deeper and replace excavated material as directed by the Engineer. Removal of unsuitable material and its replacement as directed will be paid on basis of contract conditions relative to changes in work. Stability of Excavations: Slope sides of excavations to comply with local codes and ordinances having jurisdiction. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. Maintain sides and slopes of excavations in safe condition until completion of backfilling. 97067 02.200 - 3 Shoring and Bracing: Provide materials for shoring and bracing, such as uprights, stringers and cross -braces, in good serviceable condition. Establish requirements for trench shoring and bracing to comply with local codes and authorities having jurisdiction. Maintain shoring and bracing in excavations regardless of time period excavations will be open. Carry down shoring and bracing as excavation progresses. Sheet Piling: Where required provide permanent steel sheet piling or pressure creosoted timber sheet piling wherever subsequent removal of sheet piling might permit lateral movement of soil under adjacent structures. Cut off tops as required and leave permanently in place. Dewatering: Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. Convey water or run-off ditches and structure. ditches. removed from excavations and rain water to collecting areas. Establish and maintain temporary drainage other diversions outside excavation limits for each Do not use trench excavations as temporary drainage Material Storage: Stockpile satisfactory excavated materials where directed, until required for backfill or fill. Place, grade and shape stockpiles for proper drainage. Locate and retain soil materials away from edge of excavations. Dispose of excess soil material and waste materials as herein specified. Excavation for Structures: a Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10 foot, and extending a sufficient distance from footings and foundations to permit placing and removal of concrete „d formwork, installation of services, other construction, and for inspection. 97067 02.200 - 4 Or' In excavating for footings and foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave solid base to receive other work. -, Excavation for Trenches: Dig Trenches to the uniform width required for particular item to be installed, sufficiently wide to provide ample working room. Excavate trenches to depth indicated or required. Carry depth of trenches for piping to establish indicated flow lines and invert elevations. Beyond building perimeter, keep bottoms of trenches sufficiently below finish grade to avoid freeze -ups. .. Grade bottoms of trenches as indicated, notching under pipe bells to provide solid bearing for entire body of pipe. Concrete is specified in Division 3. Do not backfill trenches until tests and inspections have been made and backfilling authorized by the Engineer. Use care in backfilling to avoid damage or displacement of pipe systems. Cold Weather Protection: Protect excavation bottoms against freezing when atmospheric temperature is less than 35 degrees F. (1 degree C.) COMPACTION: General: Control soil compaction during construction providing minimum percentage of density specified for each area classification. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentages of maximum dry density for soils which exhibit a well-defined moisture -density relationship determined in accordance with ASTM D 698 (Standard Proctor); and not less than the following percentages of relative density, determined in accordance with ASTM D 2049, for soils which will not exhibit a well-defined moisture -density relationship. Structures: Compact top 12" of subgrade and each layer of backfill or fill material at 95% maximum dry density or 90% relative dry density. Slabs: Compact top 12" of subgrade and each layer of backfill or fill material at 95% maximum dry density or 90% relative dry density. Unpaved Areas: Compact top 6" of subgrade and each layer of backfill or fill material at 90% maximum dry density. F1 1 97067 02.200 - 5 Walkways and other Exterior Flatwork: Compact top 6" of subgrade and each layer of backfill or fill materials at 95% maximum dry density or 90% relative dry density. Moisture Control: Where subgrade or layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface of subgrade, or layer of soil material, to prevent free water appearing on surface during or subsequent to compaction operations. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by dicing, harrowing or pulverizing until moisture content is reduced to a satisfactory value. BACKFILL AND FILL: General: Place acceptable soil material in layers to required subgrade elevations, for each area classification listed below. In excavations, use satisfactory excavated or borrow material. Under grassed areas, use satisfactory excavated or borrow material. Under walks and flatwork, use satisfactory excavated or borrow material, or combination of both. Backfill excavations as promptly as work permits, but not until completion of the following: Inspection, testing, approval, and recording locations of underground utilities. Removal of concrete formwork. ■ Removal of shoring and bracing, and backfilling of voids with satisfactory materials. Cut off temporary sheet piling driven below bottom of structures and remove in manner to prevent settlement of the structure or utilities, or leave in place if required. , Removal of trash and debris. Permanent or temporary horizontal horizontally supported walls. 97067 02.200 - 6 bracing is in place on i aw Ground Surface Preparation: Remove vegetation, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface prior to placement of fills. Plow, strip, or break-up so that fill material will bond with existing surface. When existing ground surface has a density less than that specified under "Compaction" for particular area classification, break up ground surface, pulverize, moisture -condition to optimum moisture content, and compact to required depth and percentage of maximum density. LI Placement and Compaction: 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. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Compact each layer to required percentage of maximum dry density or relative dry density for each area classification. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. Place backfill and fill materials evenly adjacent to structures, to required elevations. Take care to prevent wedging action of backfill against structures by carrying material uniformly around structure to approximately same elevation in each lift. GRADING: General: Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are shown, or between such points and existing grades. Grading outside Lines of Excavation: Grade adjacent areas to drain away and to prevent ponding. Fini'sh surfaces free from irregular surface changes, and as follows: Unpaved Areas: Finish areas to receive topsoil to within not more than 0.10 foot above or below required subgrade elevations. Walks and F latwork: Shape surface of areas under walks and other PM exterior flatwork to line, grade and cross-section, with finish surface not more than 0.10 foot above or below required subgrade � elevation. I� 97067 02.200 - 7 Grading Surface of Fill Under Slabs: Grade smooth and even, free of voids, compacted as specified, and to required elevation. Provide final grades within a tolerance of 1/2" when tested with a 10 foot straightedge. Compaction: After grading, compact subgrade surfaces to the depth and percentage of maximum density for each area classification. FIELD QUALITY CONTROL: Quality Control Testing During Construction: Allow testing service to inspect and approve subgrades and fill layers before further construction work is performed. Perform field density tests in accordance with ASTM D 1556 (Sand Cone Method) or ASTM D 2167 (Rubber Balloon Method), or ASTM D 2922, (Nuclear Gauge Method) as applicable. Flatwork and Slab Subqrade: Make at least one field density test of subgrade for every 2000 sq. ft. of paved area or slab, but in no case less than 3 tests. In each compacted fill layer, make one field density test for every 2000 sq. ft. of slab or paved area, but in no case less than 3 tests. Subsequent layers shall be placed only after the previous compacted layer has been tested and approved by the testing laboratory and the Engineer. MAINTENANCE: Protection of Graded Areas: Protect newly graded areas from traffic and erosion. Keep free of trash and debris. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, re -shape, and compact to required density prior to further construction. DISPOSAL OF EXCESS AND WASTE MATERIALS: Removal from Owner's Property: Remove waste materials, including unacceptable excavated material, trash and debris, and dispose of it off Owner's property. END OF SECTION 02.200 97067 02.200 - 8 W in AK 1W IF W rr DIVISION 3 - CONCRETE SECTION 03.300 - CONCRETE WORK PART 1 - GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 specification sections, apply to work of this section. DESCRIPTION OF WORK: The extent of concrete work is shown on drawings. QUALITY ASSURANCE: Codes and Standards: Comply with the provisions of the following codes, specifications and standards, except where more stringent requirements are shown or specified: ACI 301 "Specifications for Structural Concrete for Buildings". ACI 304 "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete". ACI 311 "Recommended Practice for Concrete Inspection". ACI 318 "Building Code Requirements for Reinforced Concrete". ACI 347 "Recommended Practice for Concrete Formwork". MSP -1--90 Concrete Reinforcing Steel Institute, "Manual of Standard Practice". Workmanship: The Contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances and finishes. Correct deficient concrete as directed by the Engineer. Design and Testing: The Contractor shall bear all expenses in connection with securing proper laboratory designed mixes. Mixes proposed for use in this project shall be tested by means of actual cylinder breaks, with all information being reported to the Engineer. A proven, established, mix from an acceptable ready -mix plant may be used. Provide a minimum of 5 recent different compression test reports for the proposed mix. Job site cylinders shall be taken when the Engineer so directs. The Contractor shall notify the testing laboratory when test cylinders are to be taken. The laboratory shall come to the site and take the concrete cylinders, and be responsible for their care and handling including breaking of same at laboratory. 97067 03.300 - 1 Shop Drawings: Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with the ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, diagrams of bent bars, arrangement of concrete reinforcement. Include special reinforcement required at openings through concrete structures. PART 2 - PRODUCTS FORM MATERIALS: 0 The laboratory shall be an independent testing laboratory W designated by the Engineer and the Owner. All expense for taking and testing concrete cylinders shall be ' borne by the Contractor. ia Test results shall be furnished to the Engineer and the ' Contractor. Any concrete not meeting strength requirements shall be further tested. If further tests indicate concrete will ultimately never meet strength requirements, the understrength concrete will be replaced with new as directed by the Engineer. SUBMITTALS: Manufacturer's Data: Submit manufacturer's product data with application and installation instructions for proprietary a materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, and .� others as requested by the Engineer. Shop Drawings: Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with the ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, diagrams of bent bars, arrangement of concrete reinforcement. Include special reinforcement required at openings through concrete structures. PART 2 - PRODUCTS FORM MATERIALS: 0 Forms for Exposed Finish Concrete: Unless otherwise shown or W specified, construct all formwork for exposed concrete surfaces with plywood, metal, metal framed plywood -faced or other 0, acceptable panel -type materials, to provide continuous, straight, ia smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on the Drawings. Provide form material with sufficient thickness to withstand pressure of newly -placed concrete without bow or deflection. Forms used for this class of concrete shall be new or "good -as -new". Use plywood complying with U.S. Product Standard PS -1 "B -B (Concrete Form) Plywood" Class I, Exterior Grade or better, a mill -oiled and edgesealed, with each piece bearing legible trademark of an approved inspection agency, unless otherwise .� acceptable to Engineer. Forms for Unexposed Finish Concrete: Form concrete surfaces which will be unexposed in finished structure with plywood, lumber, metal or other acceptable material. Provide lumber dressed on at least 2 edges and one side for tight fit. 97067 03.300 - 2 0 lb rAA jAw REINFORCING MATERIALS: Reinforcing Bars: ASTM A 625, Grade 60, except No. 3 ties and stirrups may be Grade 40. Dowels for load transfer in slabs shall be plain steel bars conforming to ASTM A 675, Grade 80 or ASTM A 499. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI, unless otherwise specified. Wood, brick and other devices will not be acceptable. For slabs -on -grade, use supports with sand plates for horizontal runners where wetted base materials will not support chair legs. CONCRETE MATERIALS: Portland Cement: ASTM C 150, Type I, unless otherwise acceptable to the Engineer. Use only one brand of cement throughout the project, unless otherwise acceptable to the Engineer. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. Dune sand, bank -run sand and manufactured sand are not acceptable. Coarse Aggregate: ASTM C 33. Clean, uncoated, processed aggregate containing no clay, mud, loam or foreign matter as follows: Crushed stone, processed from natural rock or stone. Washed gravel, either natural or crushed. Use of pit or bank -run gravel is not permitted. Provide aggregate from a single source for all exposed concrete. Maximum Aggregate Size: Not larger than one-fifth of the narrowest dimension between Y"• sides of forms, one-third of the depth of slabs, nor three-fourths of the minimum clear spacing between individual reinforcing bars or bundles or bars. 97067 03.300 - 3 These limitations may be waived if, in the judgment of the Engineer, workability and methods of consolidation are such that concrete can be placed without honeycomb or voids. Fly Ash: ASTM C 618, Type C or Type F. Water: Clean, fresh, drinkable. Air -Entraining Admixture: ASTM C 260. Water -Reducing Admixture: ASTM C 494, Type A, containing not more than 0.1% chloride ions. Set -Control Admixtures: ASTM C 494, as follows: Type B, Retarding. Type C, Accelerating. Type D, Water -reducing and Retarding. Type E, Water -reducing and Accelerating. Calcium chloride will not be permitted in concrete, unless otherwise authorized in writing by the Engineer. RELATED MATERIALS: Preformed Expansion Joint Fillers: Premolded cane fiber saturated with asphalt. Unless indicated otherwise, 1/21' thickness by depth of slab. Joint Sealing Compound: See Division 7 sections. Concrete Curing Hardening and Dustproofing Compound: Equal to Sonosil as manufactured by Sonneborn Building Products. PROPORTIONING AND DESIGN OF MIXES: Prepare design mixes for each type and strength of concrete in accordance with applicable provisions of ASTM C 94. Use an independent testing facility acceptable to the Engineer for preparing and reporting proposed mix designs. The testing facility shall not be the same as used for field quality control testing unless otherwise acceptable to the Engineer. Prepare design mixes by either laboratory trial batch or field experience methods, using materials to be employed on the project for each class of concrete required, complying with ACI 211.1. Laboratory Trial Batches: When laboratory trial batches are used to select concrete proportions, prepare test specimens in accordance with ASTM C 192 and conduct strength tests in accordance with ASTM C 39, specified in ACI 301. Establish a curve showing relationship between water -cement ratio (or cement content) and compressive strength, with at least 3 points representing batches which produce strengths above and below that required. Use not less than 3 specimens tested at 28 days, or an 97067 03.300 - 4 IP W 0 as 0 io earlier age when acceptable to the Engineer, to establish each point on the curve. Field Experience Method: When field experience methods are used to select concrete proportions, establish proportions as specified in ACI 301. Strength data for establishing standard deviation will be considered suitable if the concrete production facility has certified records consisting of at least 30 consecutive tests in one group or the statistical average for 2 groups totaling 30 or more tests, representing similar materials and project conditions. If standard deviation exceeds 600 psi or if no suitable records are available, select proportions to produce an average strength of at least 1200 psi greater than the required compressive strength of concrete. After sufficient experience and test data become available from the job, using ACI 214 methods of evaluation, the standard deviation may be reduced when the probable frequency of an average of 3 consecutive tests below required compressive strength will not exceed 1 in 100. Submit written reports to the Engineer of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by the Engineer. Design mixes to provide normal weight concrete with the following properties, as indicated on the Drawings and schedules: 3000 psi 28 -day compressive strength; W/C ratio, 0.58 maximum (non -air -entrained), 0.46 maximum (air -entrained). Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, job conditions, weather, tests results, or other circumstances warrant; at no additional cost to the Owner and as accepted by the Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by the Engineer before using in the work. ADMIXTURES: Use water -reducing admixture in concrete as required for placement and workability. Use non -chloride accelerating admixture in concrete slabs placed at ambient temperatures below 50 degrees F. Use air -entrained admixture in exterior exposed concrete, unless otherwise indicated. Add air -entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the following limits: 97067 03.300 - 5 5.5% with 1 1/2" maximum aggregate 6.0% with 1" maximum aggregate 6.0% with 3/4" maximum aggregate ' 7.0$ with 1/2" maximum aggregate Use admixture for water -reducing and set -control in strict ' compliance with the manufacturer's directions. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. SLUMP LIMITS: Proportion and design mixes to result in concrete slump at the point of placement as follows: Sloping Surfaces: Not more than 3". Reinforced Foundation Systems: Not more than 1" and not more than 3". All Other Concrete: Not more than 4". CONCRETE MIXING: Ready -Mix Concrete: Comply with the requirements of ANSI/ASTM C 94, and as herein specified. Delete the references for allowing additional water to be added to the batch for material with insufficient slump. Addition of water to the batch will not be permitted. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ANSI/ASTM C 94 may be required. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 1 1/2 hours to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. a PART 3 - EXECUTION FORMS: Design, erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation and position. 97067 03.300 - 6 V i , Design formwork to be readily removable without impact, shock or damage to cast -in-place concrete surfaces and adjacent materials. Forms shall not leak cement paste. Fabricate forms for easy removal without hammering or prying against the concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and for easy removal. 1 Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and set tightly to form to prevent loss of concrete mortar. Locate temporary openings on forms at inconspicuous locations. Chamfer exposed corners and edges as shown, using wood, metal, PVC or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. Form Ties: Factory -fabricated, adjustable -length, removable or snapoff metal form ties, designated to prevent form deflection, and to prevent spalling concrete surfaces upon removal. Unless otherwise shown, provide ties so portion remaining within concrete after removal is at least 1 1/2" inside concrete. Unless otherwise shown, provide form ties which will not leave holes larger than 1" diameter in concrete surface. Provisions for Other Trades: Provide openings in concrete ..+ formwork to accommodate work for other trades. Determine size and location of openings, recesses and chases from trades 1 providing such items. Accurately place and securely support items built into forms. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt. or other debris just before concrete is placed. Retighten forms after concrete placement if required to eliminate mortar leaks. PLACING REINFORCING: Comply with the specified codes and standards, and Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement_ placement and supports, and as herein specified. Clean reinforcement of loose rust and mill scale, earth ice and other materials which reduce or destroy bond with concrete. 1 97067 03.300 - 7 r Accurately position, support and secure reinforcement against r displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, �r runners, bolsters, spacers and hangers, as required. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. JOINTS: Construction Joints: Locate and install construction joints, which are not shown on the Drawings, so as not to impair the strength and appearance of the structure, as acceptable to the Engineer. Provide keyways at least 1 1/2" deep in all construction joints in walls, slabs and between walls and footings; acceptable bulkheads designed for this purpose may be used for slabs. Place construction joints perpendicular to the main ' reinforcement. Continue all reinforcement across construction joints. Control Joints in Slabs -on -Ground: Construct control joints in slabs -on -ground to form panels or patterns as shown or directed. Form edge of pours with wood forms as detailed on the Drawings. Isolation Joints in Slabs -on -Ground: Construct isolation joints ' in slabs on ground at all points of contact between slabs on ground and vertical surfaces, such as column pedestals, foundation walls, grade beams and elsewhere as indicated. INSTALLATION OF EMBEDDED ITEMS: General: Set and build into the work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast -in-place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of the items to be attached thereto. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain the required elevations and contours in the finished slab surface. Provide and secure units sufficiently strong to support the types of screed required. Align the concrete surface to the elevation of the screed strips by the use of strike -off templates or accepted compacting type screeds. M 97067 03.300 - 8 PREPARATION OF FORM SURFACES: Coat the contact surfaces of forms with a form -coating compound before reinforcement is placed. Provide commercial formulation form -coating compounds that will not bond with, stain nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compounds. Thin form -coating compounds only with thinning agent of type, and in amount, and under conditions of the form -coating compound manufacturer's directions. Do not allow excess form -coating material to accumulate in the forms or to come into contact with " concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. CONCRETE PLACEMENT: General: Comply with ACI 304, and as herein specified. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein specified. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. Pre -Placement Inspection: Before placing concrete, inspect and complete the formwork installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit the installation of their work, cooperate with other trades in setting such work, as required. Thoroughly wet wood forms immediately before placing concrete, as required where form coatings are not used. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 18" and in a manner to avoid inclined construction joints. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding or tamping. Use vibrators designed to operate with vibratory element submerged in concrete, maintaining a speed of not less than 6000 impulses per minute. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and 1 97067 03.300 - 9 complete embedment of reinforcement and other embedded items without causing segregation of the mix. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats or darbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. Maintain reinforcing in the proper position during concrete placement operations. Cold Weather Placinq: Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. When air temperature has fallen to or is expected to fall below 40 degrees F., uniformly heat all water and aggregate before mixing as required to obtain a concrete mixture temperature of not less than 50 degrees F., and not more than 80 degrees F., at point of placement. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. Do not use calcium chloride, salt antifreeze agents or chemical accepted in mix designs. Hot Weather Placina: and other materials containing accelerators, unless otherwise When hot weather conditions exist that could seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated to the total amount of mixing. 97067 03.300 - 10 .-M Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that the steel temperature will not exceed the - ambient air temperature immediately before embedment in concrete. Tet form thoroughly before placing concrete. Do not use retarding admixtures unless otherwise accepted in mix designs. FINISH OF FORMED SURFACES: Standard Rough Form Finish: For formed concrete surfaces not exposed -to -view in the finish work or by other construction, unless otherwise shown or specified. This is the concrete surface having the texture imparted by the form facing material used, with defective areas repaired and patched as specified, and fins and other projections exceeding 1/4" in height rubbed down with wood blocks. Standard Smooth Finish: For formed concrete surfaces exposed -to -view, or that are to be covered with a coating material applied directly to the concrete or a covering material bonded to the concrete, such as waterproofing, dampproofing, or other similar system. This is the as -cast concrete surface as obtained with the form facing material, with defective areas repaired and patched as specified, and fins and other projections on the surface completely removed and smoothed. Related Unformed Surfaces: At tops of walls, horizontal offsets and similar unformed surfaces occurring adjacent, to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise shown. fto MONOLITHIC SLAB FINISHES: surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Check and level surface plane to a tolerance not exceeding 1/4" in 10 feet when tested with a 10 foot straightedge. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. Trowel Finish. Apply trowel finish to monolithic slab surfaces that are to be exposed -to -view. 97067 03.300 - 11 Float Finish: Apply float finish to monolithic slab surfaces that are to receive trowel finish and other finishes as hereinafter specified. rAfter screeding and consolidating concrete slabs, do not work surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently r to permit operation of power -driven floats or both. Consolidate surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Check and level surface plane to a tolerance not exceeding 1/4" in 10 feet when tested with a 10 foot straightedge. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. Trowel Finish. Apply trowel finish to monolithic slab surfaces that are to be exposed -to -view. 97067 03.300 - 11 After floating, begin first trowel finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over the surface. Consolidate concrete surface by final hand troweling operation, free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 1/8" in 10 feet when tested with a 10 foot straightedge. Grind smooth surface defects which would telegraph through applied floor covering system. Non -Slip Broom Finish: rr� Apply non -slip broom finish to exterior concrete flatwork, and elsewhere as shown on the Drawings or in schedules. Immediately after trowel finishing, slightly roughen concrete surface by brooming perpendicular to main traffic route. Coordinate required final finish with the Engineer before application. CONCRETE CURING AND PROTECTION: General: Protect freshly placed concrete from premature drying and in excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for a period of time necessary Op for hydration of cement and proper hardening. ob Start curing application as soon as free water has disappeared 0 from concrete surface after placing and finishing, when surface sk will bear walking workmen or footboards with damage. Curing Methods: Perform curing of concrete by applying combination curing hardening, and dustproofing compound. f Curing Formed Surfaces: Cure formed concrete surfaces, including swimming pool gutters and other similar surfaces by moist curing with forms in place for full curing period or until forms are removed. Curing Unformed Surfaces: Apply Sonosil or equal, by brush squeegee, hand or power- spray in two coats allowing '-� to 1 hour drying time per coat. See manufacturers directions. REMOVAL OF FORMS: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 degrees F. for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. 97067 03.300 - 12 Formwork supporting weight of concrete, such as beam soffits, joists, slabs and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at 28 -days. Determine potential compressive strength of inplace concrete by testing field -cured specimens representative of concrete location or members. Form facing material may be removed 4 days after placement, only if shores and other vertical supports have been arranged to permit removal of form, facing material without loosening or disturbing shores and supports. �., RE -USE OF FORMS: Clean and repair surfaces of forms to be re -used in the work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact form surfaces as specified for new formwork. When forms are intended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces, except as acceptable to Engineer. r MISCELLANEOUS CONCRETE ITEMS: Filling -In: Fill-in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place and cure concrete as herein specified, to blend with in-place construction. Provide other miscellaneous concrete filling shown or required to complete work. CONCRETE SURFACE REPAIRS: Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removal of forms, but only when acceptable to Engineer. Cut out honeycomb, rock pockets, voids over 1/4" in any dimension, and holes left by tie rods and bolts,- down to solid concrete but, in no case to a depth of less than 1". Make edges of cuts perpendicular to the concrete surface. Before placing cement mortar or proprietary patching compound, thoroughly clean, dampen with water and brush -coat the area to be patched with neat cement grout, or proprietary bonding agent. For exposed -to -view surfaces, blend white portland cement and standard portland cement so that, when dry, patching mortar will match color surrounding. Provide test areas at inconspicuous L97067 03.300 - 13 location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. Repair of Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of the Engineer. Surface defects, as such, include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on surface; and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes, fill with dry pack mortar, or precast cement cone plugs secured in place with bonding agent. Repair concealed formed surfaces, where possible, that contain defects that adversely affect the durability of the concrete. If defects cannot be repaired, remove and replace the concrete. Repair of Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using a template having required slope. Repair finished unformed surfaces that contain defects which adversely affect durability of concrete. Surface defects, as such, include crazing, cracks in excess of 0.01" wide or which penetrate to reinforcement or completely through non -reinforced sections regardless of width, spalling, pop -outs, honeycomb, rock pockets, and other objectionable conditions. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days. Correct low areas in unformed surfaces during, or immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when acceptable to the Engineer. Repair defective areas, except random cracks and single holes not exceeding 1" diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3/4" clearance all around. Dampen concrete surfaces in contact with patching concrete, and brush with a neat cement grout coating or concrete bonding agent. Mix patching concrete of same materials to provide concrete of the same type or class as original concrete. Place, compact and finish to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. 97067 03.300 - 14 1 F� f� u c 1 Repair isolated random cracks and single holes not over 1" in diameter by dry -pack method. Groove top of cracks and cut-out holes to sound concrete and clean of dust, dirt and loose particles. Dampen cleaned concrete surfaces and brush with neat cement grout coating or concrete bonding agent. Mix dry -pack, consisting of one part portland cement to 2 1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for not less than 72 hours. Use epoxy -based mortar for structural repairs, where directed by the Engineer. Repair methods not specified above may be used, subject to acceptance of the Engineer. QUALITY CONTROL TESTING DURING CONSTRUCTION: The Contractor shall employ a testing laboratory to perform all tests and to submit test reports. Sampling and testing for quality control during the placement of concrete may include the following, as directed by the Engineer. Sampling _Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. Slump: One test for each set of compressive strength test specimens taken at point of discharge. Air Content: ASTM C 173, volumetric method for lightweight concrete; ASTM C 231 pressure for normal weight concrete; one for each set of compressive strength test specimens. Concrete Temperature: Test hourly when air temperature is 40 degrees F. and below, and when 80 degrees F. and above; and each time a set of compression test specimens made. Compression Test Specimen: ASTM C 31; one set of 4 standard cylinders for each compressive strength test, unless otherwise directed. Mold and store cylinders for laboratory cured test specimens except when field -cure test specimens are required. Compressive Strength Tests: ASTM C 39; one set for each 100 cu. yds.. or fraction thereof, of each concrete class placed in any one day or for each 5000 sq. ft. of surface area placed; 1 specimen tested at 7 days for information only, 2 specimens tested at 28 days, and 1 specimen retained in reserve for later testing if required. The acceptance test results shall be the average of the strengths of the two specimens tested at 28 days. 97067 03.300 - 15 no 14 When the frequency of testing will provide less than 5 strength tests for a given class of concrete, conduct testing from at least 5 randomly selected batches or from each batch if fewer than 5 are used. 5i When the total quantity of a given class of concrete is less than 50 cu. yds., the strength test may be waived by the Engineer if, in his judgment, adequate evidence of satisfactory strength is provided. When the strength of field -cured cylinders is less than 85% of companion laboratory -cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in-place concrete. Test results will be reported in writing to the Engineer and the Contractor on the same day that tests are made. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in the structure, design compressive strength at 28 days, concrete mix proportions and materials; compressive breaking strength and type of break for both 7 -day tests and 28 -day tests. Additional Tests: The testing service will make additional tests of in-place concrete when test results indicate the specified concrete strengths and other characteristics have not been +■r attained in the structure, as directed by the Engineer. The testing service may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. Contractor shall pay for such tests conducted, and any other additional testing as may be required, when unacceptable concrete is verified. END OF SECTION 03.300 1 i 1 1 97067 03.300 - 16 1 DIVISION 14 - WATER SLIDE SYSTEMS SECTION 14.000 - PROJECT REQUIREMENTS FOR WATER SLIDE PART 1 - GENERAL NOTE: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. SUBMITTALS: Submit 5 copies of manufacturer's data on all materials. Submit one copy with the bid proposal. SCOPE: ti The contract work to be performed under these specifications consists of furnishing all of the required labor, materials, equipment, implements, parts, and supplies necessary for, or appurtenant to, the installation of 3 - 90-0" fiberglass water slide systems complete with steel tower and support structures, circulating pump, main drains and required mechanical appurtenances per manufacturer recommendations. One (1) slide im will be installed at each of the following facilities: F 1. Rodgers (Amherst & Gary) 2. Mae Simmons (E. 24TH & M. L. King blvd.) 3. K.N. Clapp (46tH & Ave U) Install in accordance with the drawings appearing hereinafter or annexed hereto and as further elaborated in these specifications and in accordance with all manufacturer's recommendations. CODE: The work shall be in compliance with the Guidelines for Risk Management and Operating Safety prepared by the World Water Park Association and the Health and Safety Guidelines for Recreational Water Slide Flumes. The work hereunder shall be done in through, workmanlike manner and installed by a factory -authorized representative. Any I 1 97067 14.000 - 1 reference to a specific or for testing and materials, standards, codes, or order specification or designation. LAYOUT OF WORK: designation of the American society Y Federal Specifications, or other refer to the most recent or latest The work shall be laid out in accordance with the plan to minimize conflicts with the existing structures, mechanical and electrical equipment and furnishings by Contractor, which will be approved by the owner at the construction site. Install equipment and hardware to conserve facility space, not interfere with the use of space, and/or other work. QUALITY ASSURANCE: Contractor shall take all precautions necessary to protect all existing trees, shrubbery, sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done. The Contractor shall rebuild, restore, and make good at his expense, all injury and damage to same, which may result from work being carried out under this contract. The Contractor shall take all precautions to assure the safety of park visitors during the construction and cleanup operations. The Contractor shall maintain and keep in good repair the work intended under these Plans and Specifications and shall perform all necessary repair, construction, and renewal to the date of acceptance by Owner Exercise care in handling of units to prevent excessive stress and abrasions. PERMITS AND TAXES: The Contractors shall- obtain and pay for all construction permits and fees, licenses, etc., as may be required by law. The Contractor's contract sum shall include such federal, state, and local taxes as may be applicable to the performance of the contract. PRODUCT STORAGE AND HANDLING: All manufactures' labels, installation instructions, and shop drawings shall be included for each item to be installed. 97067 14.000 - 2 1 s (_TTIlDMWTTrr The Contractor and any subcontractors hereunder their respective work against defective materials or workman ship for period of two (2) years from date of filing notice of completion by the Contractor and acceptance by the Owner. This shall take precedence over other mentions of guarantee elsewhere. END OF SECTION 14.000 � I � I �J J 1 97067 14.000 - 3 aw 40 DIVISION 14 - WATER SLIDE SYSTEMS SECTION 14.100 - FIBERGLASS FLUME UNITS AND ACCESSORIES PART 1 - GENERAL NOTE: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. SUBMITTALS: Submit manufacturer's data on all materials. SCOPE: This section describes Fiberglass Flume Units and Accessories. PART 2 - PRODUCTS ENTRY FLUME AND/OR STARTING SECTION: Starting Section is to be of molded fiberglass with integral baffles and seat. 1. One (1) molded in ride water distribution chamber integral to the starting unit. 2. Three (3) 31/16" drilled outlets 6" on center at rear of seat. 3. Two (2) molded in recessed water outlets from the ride water distribution chamber. 4. Seat and slide surface - smooth finish. The starting section shall have pre -molded, recessed ride water outlets and a 15 -inch seat height to accommodate safe rider loading procedure. Unit shall have a flat, flanged base with holes on 6" centers for secure attachment to aluminum tower decking. Starting section exit shall be pre -molded with bolt holes pre - marked to fit the first section of fiberglass flume. Decks flanges and side rail edges shall be factory machined smooth.. 97067 14.100 - 1 14 Controlled ride water outlets and outlets at rear of seat shall provide minimal water lubrication to initiate ride. Recessed flume wall water outlets shall be strategically placed at each )W side of the flume to provide major water flow into flume after ride has been initiated. FLUME COURSE UNITS: Flume units to be U-shaped, molded fiberglass approximately 36" x 24" in cross-section with nominal 5" side rail extensions. 1. Slide surface - smooth finish. 2. Side rail edges - factory machined round and smooth. Fiberalass Flume Fabrication Lavu-P Schedule: 1. Spray layup 18-20 mils of ISO-NPG gel coat containing UV inhibitors. 2. Laminate thickness of 3/16" to 1/41" spray chop layout throughout entire flume body. 3. Glass to resin ratio of approximately 35 to 65. Fillers not allowed. 4. Flange laminate thickness built up to 3/8". 5. One layer of 24 ounce woven roving throughout the flume body between layers of chop. 6. Back side of flume to be sanded free of burrs and sprayed with ISO-NPG gelcoat containing UV Inhibitors and a wax surfacing agent. 7. All edges to be trimmed and sanded. Rounded edge to be covered with same gel coat used on flume back. The flume course shall consist of the following sequence, providing approximately 90 feet of ride length: 1. One (1) straight entry flume starting unit. 2. Three (3) helical radial units of approximately 103.6 degrees turning radii each. 3. One (1) 10' 3" straight flume section. 4. Three (3) helical radial units of approximately 103.6 degrees turning radii each. 5. One (1) straight end unit with terminus at pool. The cross sectional shapes of the radial fiberglass flume units are to be molded to control oscillation accumulation. 97067 14.100 - 2 J 1 i Non radial fiberglass flume unit's to be pre molded to precise degrees of change in ascent or descent to provide smooth transition from shallow graduations to deep descents. All units shall be fabricated and joined to provide a smooth transition throughout. Sections are joined at the L flange, which have been pre marked at the factory. Flumes shall be match -drilled on the site to ensure correct alignment. Joining of flume sections shall be with 28 3/8" stainless steel, hex -cap bolts, flat washers, lock washers, and hex nut on three- inch centers at each joint. Flume units to be side or bottom mounted to support arms with Grade 8, 5/8" Galvanized steel hex head bolts with flat washers, lock washers, and hex head nut. END OF SECTION 14.100 97067 14.100 - 3 1 DIVISION 14 - WATER SLIDE SYSTEMS SECTION 14.200 - STRUCTURAL STEEL PART 1 - GENERAL NOTE: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. SUBMITTALS: Submit manufacturer's data on all materials. I I SCOPE: 11 This section describes Structural Steel for water slide support. PART 2 - PRODUCTS DELIVER, STORAGE AND HANDLING: Deliver material to the site to insure uninterrupted progress of the work. Store materials to permit easy access for inspection and identification. Kee steel members off the Keep ground, Using pallets, platforms, or other supports. Protect steel members and packaged materials from erosion and deterioration. Do not store steel in a manner that might cause distortion or damage to the members. Repair or replace damaged materials or structures as directed. FLUME SUPPORT SYSTEM DESIGN LOADS: The water slide shall be designed for the following minimum load conditions. 1. In addition to the weight of the structure, the water slide shall be designed for a uniform, vertical live load of 50 pounds per linear foot of flume with a dynamic impact factor of 2. This design load shall be determined to be adequate by a full-scale load test. 97067 14.200 - 1 a 2. A uniform lateral load generated by centripetal accelerations shall be considered to act in conjunction with the vertical dead and live loads. STRUCTURAL STEEL: All rolled shapes, plates, rods and miscellaneous steel items shall conform to ASTM A36, Fy=36 KSI. Structural tube shall conform to ASTM A500, Grade B,Fy=46 KSI. Pipe shall conform to ASTM A501 or ASTM A53, Fy=36 KSI. All bolted connections, unless otherwise noted, shall be made with high strength bolts, ASTM A325 Type N. Steel angles and plates shall conform to ASTM A36. Structural steel shall be fabricated and erected according to the RISC "Specification for the Design Fabrication and Erection of Structural Steel for Building". All welds shall be made by welders certified as passing test required by the AWS for the type of work required. Welding shall be performed with E70 XX series electrodes. CORROSION PROTECTION NOTES: Pipe columns, tie arms, support arms, etc., shall be brushed off, and sandblast cleaned in accordance with SSPC-SP or power tool cleaned (SSP-SP3) and hot dipped galvanized. STEEL TOWER STRUCTURE: Tower Height: 11' 1" from finished pool deck surface to top deck. Tower Structure: r 1. Tower Column: 8" standard pipe with 1" thick cap and 1" base plate. 2. Deck Framing: Perimeter channels - C4 x 5.4 Cross members - C4 x 5.4 Bottom connection plate -1" 3. Decking: 3/161' thick 3003H22, aluminum diamond pattern safety tread plate. 4. Railing: 3/8" x 1-1/2" bar steel, top rails 1/2" square vertical steel pickets on 4" centers. Rail height to be 42". 5. Misc. Steel: ASTM A-36. 97067 14.200 - 2 to Handrails - Stair & Landings: 3/8" x 1-1/2" bar steel top rails and 1/2" square vertical steel pickets on 4" centers. FLUME SUPPORT STRUCTURES: Support Structures: 1. Support _Columns: 8" standard pipe with domed cap and base plates. 2. Bottom Tie Arms: 4" x 41" x 3/16" tubular steel, ASTM A-36. 3. Flume Support Arms: 4" x 4" x 3/16" tubular steel, with telescoping 3 1/2" x 3 1/2" x 31161' tubular steel sections, both ASTM A-36. 4. Miscellaneous Steel: ASTM A-36. Flume Connection Plates: Flume Connection Plate 1/41' x 2--1/21' STEEL ERECTION: General: Comply with the AISC specifications and Code of Standard Practice, and as specified. Maintain work in a safe and stable conditions during erection. Temporary Bracing: Provide temporary connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. Provide temporary guidelines to achieve proper alignment of the structures as erection proceeds. Field Assembly: Set structural members to the lines and elevations indicated. Align and adjust the various members forming a part of a complete frame or structure and other surfaces which will be in permanent contact before assembly, Perform necessary adjustments to compensate for discrepancies in elevations and alignment.. END OF SECTION 14.200 97067 14.200 - 3 in DIVISION 14 - WATER SLIDE SYSTEMS SECTION 14.300 - INSTALLATION AND TESTING PART 1 - GENERAL NOTE: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. SUBMITTALS: Submit manufacturer's data on all materials. SCOPE: This section describes Installation and Testing of the water slides. PART 2 - PRODUCTS TESTS, CLEANING AND ADJUSTMENTS: The systems shall be inspected for faulty fittings and joints. All joints shall be tested under pressure. Before acceptance of the system, capacity and general operation tests on the equipment components shall be conducted by the contractor. The tests shall demonstrate the specified capacities of the equipment, and that the equipment is functioning in accordance with the intent of the specifications to the satisfaction of the owner. All tests shall be conducted in the presence of the owners or their authorized representative. Subsequently, after completion of all initial adjustments and capacity operating tests, but prior to final acceptance, all systems shall be tested under actual normal operating conditions for a period of at least twenty-four (24) working hours. During this period the contractor shall instruct the owners designated personnel on all aspects of system operation including directions for carrying out proper lubrication and maintenance programs. Contractor shall lubricate all equipment components, in strict accordance with manufacturer directives, prior to putting into operation. 97067 14.300 - 1 CHARTS, DIAGRAMS, AND INSTRUCTIONS: Furnish complete operating and maintenance instructions, cuts pamphlets and parts lists in triplicate, bound in sets of all equipment installed. Ta MTTPMWNTT Equipment shall be identified and installed complete without exception by the contractor. The contractor shall be responsible for providing all labor, tools and materials required for installation of this equipment. The equipment shall be shipped to the site, stored and protected. The contractor shall be responsible for providing rigging, labor, tools and transportation to move equipment from "stored site" and install in their respective positions shown on drawings. The equipment shall be inventoried by the contractor prior to installation. Detailed equipment drawings of equipment shall be supplied by the contractor to the owner. ACCESSIBILITY: No valves, controls, unions, etc., shall be placed in any pipeline at a location that will be inaccessible atter the system is completed. EQUIPMENT PLACEMENT: Unless otherwise shown on drawings or specified, all equipment and piping shall be installed at the job site by this contractor. BASIC MATERIALS AND METHODS: All materials and equipment shall be new, and shall be furnished in accordance with the standards mentioned throughout this section of the specifications. END OF SECTION 14.300 97067 14.300 - 2 DIVISION 15 - MECHANICAL SECTION 15.000 - GENERAL PROVISIONS FOR PLUMBING AND ELECTRICAL PART 1 - GENERAL SPECIAL NOTE: The Plans and Specifications, including the supplements issued thereto, Information to Bidders, and other pertinent documents issued by the City of Lubbock, are a part of these specifications p and the accompanying plans, and shall be complied with in every respect. All the above is included herewith, will be issued separately or is on file at the City of Lubbock's office, and shall �. be examined by all bidders. Failure to comply shall not relieve the Contractor of responsibility or be used as a basis for additional compensation due to omission of drawings. Where the Supplementary General Conditions conflict with the General Conditions, the Supplementary General Conditions shall govern. 1 CHECKING DOCUMENTS: The drawings and the specifications are numbered consecutively. The Contractor shall check the drawings and specifications thoroughly and shall notify the City of Lubbock of any discrepancies or omissions of sheets or pages. Upon notification, the City of Lubbock will promptly provide the Contractor with any missing portions of the drawings or specifications. No discrepancies or omissions of sheets or pages of the contract documents will relieve the Contractor of his duty to provide all work required by the complete contract documents. GENERAL: In general, the lines to be installed by the various trades under these specifications shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner. The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. The plans do not give exact details as to elevations, exact locations, etc., and do not show all the offsets, control lines, pilot lines and other installation details. The Contractor shall carefully lay out his work at the site to conform to the physical and structural conditions, to provide proper grading of lines, to avoid all obstruction, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and 97067 15.000 - 1 thereby to provide an integrated, satisfactorily operating installation. The Contractor shall distinctly understand that the work described herein and shown on the accompanying drawings shall result in a finished and working job, and any item required to accomplish this intent shall be included whether specifically mentioned or not. DIMENSIONS: Before ordering any material or doing any work, the Contractor shall verify all dimensions, including elevations, and shall be responsible for the correctness of the same. No extra charge or compensation will be allowed on account of differences between actual dimensions and measurements indicated on the drawings. INSPECTION OF SITE: The accompanying plans do not indicate completely the existing installations. The bidders for the work under these sections of the specifications shall inspect the existing installations and thoroughly acquaint themselves with conditions to be met and the work to be accomplished in removing and modifying the existing work, and in installing the new work. Failure to comply with this shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installations and/or installing any new work. PROGRESS OF WORK: The Contractor shall keep himself fully informed as to the progress of the work and do his work at the proper time without waiting for notification from the Engineer or City of Lubbock. MANUFACTURER'S DIRECTIONS: All manufactured articles shall be applied, installed and handled as recommended by the manufacturer. MATERIALS AND WORKMANSHIP: Wherever the make of material or apparatus required is not definitely specified, the Contractor shall submit a sample or shop drawings to the City of Lubbock before proceeding. The City of Lubbock reserves the right to call for samples of any item of material offered in substitution. The Contractor shall be responsible for transportation of his materials to and on the job, and shall be responsible for the storage and protection of these materials and work until the final acceptance of the job. 97067 15.000 - 2 1 The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract.. The workmanship shall in all respects be of the highest grade and all construction shall be done according to the best practice of the trade. SUBSTITUTION OF MATERIAL: Where a definite material or only one manufacturer's name is mentioned in these specifications, it has been done in order to establish a standard. No substitution shall be made without review by the City of Lubbock, who will be the sole judge of equality. Should a substitution be accepted under the provisions of the conditions of these specifications, and should this substitute prove to be defective or otherwise unsatisfactory for the service for which it is intended within the guarantee period, the Contractor shall replace the substitute material with the specified material. SHOP DRAWINGS: Shop drawings will be reviewed by the City of Lubbock for general compliance with the design concept of the project and general compliance with the information given in the contract documents. Review by the City of Lubbock and any action by the City of Lubbock in marking shop drawings is subject to the requirements of the -, entire contract documents. Contractor will be held responsible for quantities, dimensions which shall be confirmed and correlated at the job site, fabrication processes and techniques of construction, coordination of all trades and the satisfactory performance of his work. PERMITS► FEES, ETC: The Contractor under each section of these specifications shall arrange for a permit from the local authority. The Contractor shall pay for any inspection fees or other fees and charges required by ordinance, law, codes and these specifications. TESTING: The Contractor under each division shall at his own expense perform the various tests as specified and required by the City of Lubbock and as required by the State and local authorities. LAWS, CODES AND ORDINANCES: All work shall be executed in strict accordance with all local, state and national codes, ordinances and regulations governing the particular class of work involved, as interpreted by the inspecting authority. 1 97067 15.000 - 3 COORDINATION OF TRADES: The Contractor shall be responsible for resolving all coordination required between trades. All items shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. CUTTING AND PATCHING: The Contractor for work specified under each section shall perform all structural and general construction modifications and cut all openings through either, walls, or floors required to install all work specified under that section or to repair any defects that appear up to the expiration of the guarantee. All of this cutting shall be done under the supervision of the City of Lubbock and the Contractor shall exercise due diligence to avoid cutting openings larger than required or in wrong locations. Verify the scope of this work at the site and in cooperation with all other trades before bidding.' No cutting shall be done to any of the structural members that would tend to lessen their strength, unless specific permission is granted by the City of Lubbock to do such cutting. The Contractor for work under each section shall be responsible for the patching of all openings cut to install the work covered by that section and to repair the damage resulting from the failure of any part of the work installed hereunder. Before bidding, the Contractor shall review and coordinate the cutting and patching required under the respective section with all trades. All cutting and patching shall be done by workmen skilled in the affected trade. PAINTING: If the factory finish on any apparatus or equipment is marred, it shall be touched up and then given one coat of half flat half enamel, followed by a coat of machinery enamel of a color to match the original. Paint factory primed surfaces. Paint all exposed pipe, conduit, boxes, cabinets, hangers and supports and miscellaneous metal. Generally, painting is required on all surfaces such that no exposed bare metal or concrete surface is visible. SEALING: The Contractor installing pipes, conduits, etc., shall seal all , spaces between pipes and/or sleeves where they pierce walls, partitions or floors. The packing shall effect a complete waterproof seal where pipes pierce walls, floors or partitions. 97067 15.0100 - 4 1 1 1 i RELOCATION OF EXISTING INSTALLATION'S: Each bidder shall relocate those portions of the remaining present installations which must be relocated to avoid interferences with the installations of new work of his particular trade and that of all other trades. EXISTING LINES: Special care and precaution shall be used where existing lines are to be opened. SALVAGE MATERIALS: All presently installed materials including pipes, valves, fittings, fixtures, conduits, wires, wiring devices, etc. that are not to be reused shall be removed by the Contractor under the section in which the particular items normally fall whenever they can be taken out of service. When the work is complete, there shall be no "dead" lines left installed in any portion of the area being remodeled, which shall include any temporary connections. All items or materials removed from the project shall be made available for the Owner's inspection. The Owner retains the option to claim any item or material. Contractor shall deliver any claimed item or material in good condition to the place designated by the Owner. All item not claimed become the property of the contractor and shall be removed from the site. INSTALLATION DRAWINGS: It shall be incumbent upon the Contractor to prepare special drawings as called for elsewhere herein or as directed by the City of Lubbock to coordinate the work under each section, to illustrate changes in his work, to facilitate its concealment in finished spaces to avoid obstructions or to illustrate the adaptability of any item of equipment which he proposes to use. These drawings shall be used in the field for the actual installation of the work. Unless otherwise directed, they shall not be submitted for approval but three copies shall be provided to the City of Lubbock for information. OPERATING INSTRUCTIONS: The Contractor for each section of the cooperation with the representatives of various equipment items, carefully representatives in the proper operation and of each system. During the balancing the Owner's representative shall be procedures. 1 97067 15.000 - 5 work hereunder shall, in the manufacturers of the instruct the Owner's of each item of equipment and adjusting of systems, made familiar with all r_TTAnA'.TMWV - Unless a longer period is specified elsewhere, the contractor shall guarantee all workmanship and materials for a period of one year from date of final acceptance. COMPLETION REQUIREMENTS: Before acceptance and final payment the Contractor under each Division of the specifications shall furnish: Accurate "as built"' drawings, shown in red ink on blue line prints furnished for that purpose all changes from the original plans made during installation of the work. Drawings shall be filed with the City of Lubbock when the work is completed. rnMTRArTnP 1 q RF..gPnM-qTRTT.TTV rnTR VT aT. TMgP7 TTnM- Before calling for the final inspection, the Contractor under each Division shall carefully inspect his work to be sure it is complete and according to plans and specifications. END OF SECTION 15.000 97067 15.000 - 6 IDIVISION 15 - MECHANICAL SECTION 15.100 - WATER SLIDE CIRCULATION SYSTEM PW PART 1 -- GENERAL NOTE: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. ISUBMITTALS: Submit manufacturer's data on all materials. SCOPE: This section of the specifications requires the furnishing and installation of all equipment, labor, materials, transportation, tools and appliances and in performing all operations in connection with the pool water slide and circulation systems. PART 2 - PRODUCTS PIPING: The water slides shall be provided with all necessary circulating piping and valves. Piping shall be Schedule 80 PVC. All flanges shall be 125 pounds, ASA flat face. Circulating water piping above ground shall be Schedule 80 PVC plastic piping with 125 pound flanges at butterfly valves. In-line joints may be solvent welded. VALVES: Butterfly valves shall be provided of the 125 to 150 lb. type with a Meehanite iron body, non -corrosive disc, No. 316 stainless steel stem, and Buna N seat for "between flange" mounting. WATER CIRCULATING PUMPS - GENERAL: Provide one pump for each slide. Pumps shall be as indicated op the drawings. Each shall be of the type, rotational speed, and have the flow rate and characteristics listed. The name and model number listed for each pump establishes a standard which the pump furnished must equal to exceed. Pumps shall be designed and listed for swimming pool applications. Pumps shall be provided by the water slide manufacturer. Pump casings and glands shall be suitable for operation under 150 psig static heads. 97067 15.100 - 1 Under no circumstances shall be a pump be offered with an impeller radius greater than 90% of the distance from the shaft centerline to the cutoff in the casing, except in the case of in-line ' circulators. The head capacities are listed for bidding purposes only. The Contractor shall carefully calculate the head of each pump, taking into consideration the pressure drops in all equipment, exact lengths of pipe, valves, fittings, etc. These calculations shall take into account actual routing of the piping and all other factors that would determine the actual pumping head of each system, and shall form the basis of final pump selection. Motors shall be sized with relation to the pump impeller so that the required brake horsepower will not exceed the rated motor horsepower at any point on the pump curve. Copies of manufacturer's performance curve shall be submitted as shop drawings on each pump. Each curve shall be clearly marked to indicate the diameter of the impeller and the selection point. All pump motors shall have 1.15 service factor. All pumps shall have gauge tappings. All pumps shall be factory enameled. Each pump shall be Berkley model B8PLS vertical discharge centrifugal pump rated at 800 gpm, 34 foot head with 10 HP 208/230/480 volt motor. MAIN DRAINS: Each pool shall be provided with two (2) sidewall main drains. Drains shall be of stainless steel construction and shall include the body, grate, strainer, and piping connection. Drains shall be installed in the pool wall in a water tight manner. Drains shall be furnished by the water slide manufacturer. Drains shall be coordinated with the pump and circulating system. END OF SECTION 15.100 W to 97067 15.100 - 2 0 k DIVISION 16 - ELECTRICAL SECTION 16.000 - ELECTRICAL PART 1 - GENERAL t. NOTE Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. SUBMITTALS: Submit manufacturer's data on all materials. SCOPE: The work shall include furnishing and installing all electrical work, including final connections to all devices and placing them in service. SERVICE CONNECTIONS: All services for power are existing. METERING: All metering for Power Company billing will be done by existing metering equipment. CVCT7MC nF' TATTDT11,Tr• Electrical Service: Combined 120/240 volts, three phase, 4 wire, 60 Hz. service for lighting and power. PART 2 - PRODUCTS CONDUITS: Underground Plastic Conduit: Type 40, heavy wall, high impact rigid virgin polyvinyl chloride (PVC) conduit and fittings, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial use; Carlon or equivalent. Rigid Steel Conduit: Rigid, threaded, thick -wall; galvanized inside and outside or galvanized outside with a protective coating inside; UL listed and labeled according to Standard UL6; conforming to ANSI Standard C80.1; Pittsburg, Republic Steel, Robroy or Allied. 97067 16.000 - 1 Liquidtight Flexible Metal Conduit: Spirally wound, galvanized steel strips, as for flexible metal conduit; with polyvinyl chloride cover extruded over the exterior to make conduit liquidtight; UL listed; Electri-flex type "LA" or equivalent. CONDUIT FITTINGS: Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded couplings; bushing at all boxes and cabinets, with locknuts inside and outside box or cabinet. Couplings and Terminations forLiquidtight Flexible Metal Conduit: 00 T & B 5271 Series adapters at connections between flexible and rigid conduit; T & B 5331 Series nylon insulated throat, steel connectors at box or cabinet terminations. OUTLET BOXES: UL listed of sizes and types specified. Sheet Steel Boxes: Sheet steel not lighter than No. 14 gauge, galvanized after fabrication; Raco, Steel City or Appleton. Cast Metal Boxes: Cast iron or cast alloy with threaded hubs; Crouse -Hinds, Appleton or Pyle National. PULL BOXES AND JUNCTION BOXES: Sheet steel, galvanized inside and outside, with galvanized covers. Small Boxes: For boxes where the volume required is not over 100 cubic inches, use standard outlet boxes. Larger Boxes: For boxes where the volume required is over 100 cubic inches, use cabinets as specified for panelboard cabinets with covers of same gauge as boxes, secured with corrosion resistant bolts or screws. CONDUCTORS (600 VOLTS AND UNDER): Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, or continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections; Okonite, Triangle, Anaconda or Simplex. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid. W Insulation: Branch circuits shall have type THWN, THW, or THWN insulation unless the type is specifically designated or specified.. Service feeders shall be type THW or THWN. Circuits Subjected to High Temperatures: Type RHH conductors for wiring in proximity to motors and devices subject to high temperature because of high ambient temperature or convection or radiant heat. o 97067 16.000 - 2 14 16 kfw JOINTS AND SPLICES: Stranded Copper Conductors: UL approved solderless bolted pressure connectors or Thomas and Betts Series 54000 compression connectors. - All connectors shall be of proper sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL approved electrical spring connectors of "Scotchlok", Ideal or T & B "Piggy" make. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are not acceptable. COLOR CODING: Phase conductors shall be black, red and orange for phases A,B, and C respectively in the 240 volt system. Neutral conductors shall be white. Grounding conductors shall be green. CLASSIFICATION: All wiring devices shall be "Specification Grade", and shall be UL listed. COLORS Cut from single sheet of not less than No. 12 gauge cold rolled sheet steel; fastened in place by adjustable trim Devices shall have an ivory finish where mounted in walls finished clamps which will in light colors, and shall have a brown finish where mounted in wall finished in dark colors. size to overlap the box a minimum of 3/41' on all PANELBOARDS: sides if flush mounted. Provide each door with a substantial flush, cylinder tumbler lock and catch. On doors Panelboard Cabinets: Furnish and install cabinets to serve the more than 48" high various panelboards, of sizes as required to house the panelboards. and lock with T -handle. CABINET CONSTRUCTION: Provide each lock with two keys, with all Rigidly constructed of sheet steel of gauges conforming to Underwriters' Laboratories Inc. requirements; welded; edges turned over to receive trim. corners overlapped or Cabinet Fronts: Cut from single sheet of not less than No. 12 gauge cold rolled sheet steel; fastened in place by adjustable trim clamps which will allow plumbing; same size as the cabinet box if surface mounted; size to overlap the box a minimum of 3/41' on all sides if flush mounted. Provide each door with a substantial flush, cylinder tumbler lock and catch. On doors more than 48" high provide a combination three point catch and lock with T -handle. Provide each lock with two keys, with all locks keyed alike. ' 97067 16.000 - 3 Finish: All back boxes galvanized; all exposed metal, including fronts, primed and finished in gray lacquer. PANELBQARDS, GENERALLY: Mount all panelboards in cabinets as specified hereinbefore, arranged for flush or surface mounting as indicated on drawings. Where a circuit protective device is scheduled as a "spare", provide the device complete for operation. Where such a device is scheduled as a "space" or "space only", provide proper space and all necessary connectors for future installation of the size of device scheduled. Where a breaker or switch is scheduled to serve a "future" load, provide the device complete for operation. All circuit breakers shall be quick make, quick break, trip free, thermal magnetic, indicating type unless noted otherwise. Provide all multiple pole breakers with common trip and single operating handle; handle ties between breakers are unacceptable. Branch circuit breakers shall be fully interchangeable without disturbing adjacent units. Connect all circuit interrupting devices with sequence phasing. Provide each panelboard with a neatly typewritten directory of circuits mounted in a cardholder on the inside of the panelboard cabinet. Cover directory with transparent sheet plastic. All panelboards shall be listed by Underwriters' Laboratories Inc. and the building main panel shall be listed as suitable for "Service Entrance Equipment." Submit shop drawings of each panelboard for review before commencing fabrication; drawings shall indicate number, size, interrupting rating and type of circuit protective devices; dimensions, gauges and type of construction of cabinets, size and material of main bus and lugs, and any other pertinent information necessary to determine compliance with the drawings and specifications. Provide each panelboard with a factory engraved nameplate which shall identify the panelboard name. LIGHTING AND APPLIANCE PANELBQARDS:. Panelboards shall have the number and size of bolted -in circuit breakers as scheduled. Panels shall be of General Electric, Square D, Westinghouse or ITE manufacture, equivalent to the General Electric panels listed below. Panelboards for 208 or 240 volt Service: with type THQB circuit breakers. General Electric Type AQ, I W 97067 15.000 - 4 or aw DISCONNECT SWITCHES: Unless otherwise noted or required, all disconnect switches shall be UL listed and shall meet NEMA Standard KS1-1969 for Type HD heavy duty switches. Switches shall be unfused unless noted otherwise; quick make, quick break; in NEMA 3R enclosures if exposed to the weather; elsewhere in NEMA 1 general purpose enclosures unless special enclosures are required. All motor circuit switches shall be horsepower rated. Switches shall be of General Electric, Square D, Westinghouse or ITE manufacture, equivalent to General Electric Type TH quick make, quick break switches. 1 Where space does not permit use of the above specified switches, such as within weatherproof fan housings, etc., use suitable horsepower rated tumbler switches as unfused disconnects; General Electric Type RB or equivalent. Where disconnect switches are used to disconnect starters, provide auxiliary poles in switches as required to disconnect all auxiliary control circuits in starters. FUSES: Furnish and install all fuses necessary for leaving the installation complete and in working order, including a complete set of fuses in each spare switch. Upon completion of the work provide a standard carton (but not less than 3 fuses where a carton does not contain as many as 3) of each size of each type of fuse used. These spare fuses are in addition to fuses in spare switches and replacement fuses blown during construction and testing. Place a fuse identification label, showing type and size of the required fuses, inside the door of each enclosure requiring fuses. - Fuses shall conform to the latest NEMA Standards, and shall be UL listed and labeled (except as noted otherwise) They shall conform to the UL classes listed hereinafter. Voltage ratings shall be suitable for the systems to which the fuses are applied. Where the spacing of fuse clips in equipment is greater than required by the proper size of fuse, use suitable fuse reducers to fit the fuses. Fuses shall be of the classes and types listed below, the type designations referring to those indicated on the plans. 1. Type LP: Class RK -1; Bussman Type LPN or LPS "Low Peak". Fuses shall be available in ratings 0-600 amperes, shall be current limiting dual element with tie delay, and shall have interrupting rating of 200,00 RMS symmetrical amperes. Fuses shall be equipped with slotted blades, and switch fuse clips shall be provided with matching NEC fuse rejection feature. 97067 16.000 - 5 1 2. Acceptable Manufacturers: Bussman, Littelfuse. MOTORS: I All motors will, unless otherwise noted, be furnished under other Divisions of the specifications, or will be furnished by the Owner. Where motors are mounted integrally with items of equipment, they will be erected in place with such equipment ready for electrical connection; such erection is not a part of the work under this Division. Where motors are to be installed as separate items, their foundations, anchor bolts and other provisions necessary to their erection will be provided as a part of the work of the Division under which they are furnished; their erection and final setting are a part of the work of this Division, and shall be done by specially skilled millwrights or similar craftsmen. MOTOR STARTERS: All motor starters (controllers) and control equipment shall be furnished and installed under this Division of the specifications. The starters and control equipment shall conform with the schedule on the drawings. Magnetic Starters (Full Voltage): Starters shall be individual units, combination starter molded case circuit breaker units, combination starter/fused disconnect switch units or combination starter/unfused disconnect switch units as indicated. Units shall be of General Electric, Square D, Westinghouse or Gould manufacture with the proper enclosures. Provide pushbutton stations, pilot lights and hand -off -automatic switches as scheduled on drawings. Provide auxiliary contacts on starters to accomplish interlocks and control as specified in Division 15 or as noted elsewhere. Starter disconnecting means shall have auxiliary contacts to disconnect all control circuits when the starter is disconnected. Provide all three phase starters with three overload elements, one per phase. Equip each starter unit with a control power transformer, with 24 volt secondary, a secondary fuse in one leg and the other secondary leg grounded. For each water slide pump provide and install a Square D or equal MP 8538SDA42V90C33FF4H2OT; non -reversing combo starter consisting of fused combination starter, non -reversing 3 phase, with class R fuse clips (fuses not included). NEMA Size 2, NEMA Type 12 - external reset, SSQLR - Class 20 trip, range of 15-45 amps, standard with NC overload contact fused transformer selected standard capacity CPT, 2.08V pri/24v sec (coil) Primary control fuses - two secondary control fuses - one with user specified keyed selector switch. Features have been chosen that require additional information. 97067 16.000 - 6 1 AW go They are Form C33 - Keyed selector switch FE99 - 9FE10. Connect to new 50A switch in existing panel. Control shall be 24 volt with transformer connected to power supply. PART 3 - EXECUTION EXCAVATION: Perform all excavation work required in connection with the installation of the work under this Division. After the electrical work has been installed, tested and approved, backfill all excavations with suitable material under the direction of the Architect. Include the cutting of all sidewalks, streets and other 1 pavement and repairing the openings in them to return to the surface to approximately its original condition. �. Perform all excavations of every description of whatever substances �. encountered and to the depths required for installation of the work under this Division. During excavation, stack material suitable for backfilling in an orderly manner a sufficient distance from the banks of the trenches to prevent slides or cave-ins. Remove all excavated material not required or suitable for backfill, or waste as directed. Control grading to prevent surface water from flowing into excavations and remove any water accumulating therein by pumping. Use open cut grading and make trenches of the necessary width for proper installation of the lines with banks as nearly vertical as possible. Grade the bottom of trenches accurately to provide uniform bearing and support for conduit or duct on undisturbed soil at every point along its entire length. Except at locations where excavation of rock from the bottoms of trenches is required, take care not to excavate below the depths required. Where rock excavation is required, remove the rock to a minimum overdepth of 4 inches below the trench depths specified. Backfill the overdepth rock excavation and all excess trench excavation to the proper level with 3/4 inch crushed rock or the equivalent in coarse gravel prior to the installation of conduit or ducts. Whenever wet or otherwise unstable soil that is incapable of properly supporting conduits or ducts is encountered in the trench bottom, remove such soil to a depth required and backfill the trench to trench bottom grade with 3/4 inch crushed rock or coarse gravel or other suitable material. BACKFILLING: Carefully backfill trenches with earth, sandy clay, sand and gravel, soft shale or other approved material free from large clods of earth or stone, deposited in thoroughly and carefully rammed 6 -inch layers. Do not use blasted rock, broken concrete or pavement, or large boulders as backfilling material. Settling the 1 97067 16.000 - 7 backfill with water will be permissible and will be a requirement when so directed. Re -open any trenches improperly filled or where settlement occurs to the depth required for proper compaction, then refill, mound over and smooth off. Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6 -inch layers, each layer moistened and compacted to a density of not less than 95% Standard Proctor in such manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing value and permit paving of the area immediately after backfilling is completed. Along all other portions of the trenches, grade the ground to a reasonable uniformity and leave the mounding over the trenches in a uniform and neat condition. OPENING AND CLOSING PAVEMENT:. Where excavation requires the opening of existing walks, streets, drives or other existing pavement, including "black topping," cut the pavement as required. Hold the size of the cut to a minimum consistent with the work to be accomplished. After the installation of the new work is completed and the excavation has been backfilled, patch the paving using materials to match those cut out. Take care that the patches are level with the original surfaces and thoroughly bond with them. INSTALLATION OF UNDERGROUND PLASTIC CONDUIT: Install at least 30 inches below finished grade unless noted to the contrary. Assemble and install raceways in accordance with manufacturer's instructions. Make joints with couplings and solvent cement. Fabricate bends of 30 degrees or more with factory -made elbows, or make field bends with proper heating equipment. Bends showing signs of overheating or flattening are unacceptable. Ream ends of all conduit before joining. "Snake" plastic conduit in trench, from side .to side, with a complete cycle every 40 feet to allow for expansion and contraction. Maintain this configuration during backfilling. Where conduit turns up out of earth, or floor slabs, change from plastic to rigid galvanized steel conduit below grade and outside of such structures. Do not extend any plastic conduit above grade. Make similar change from plastic to rigid galvanized steel conduit at connections to underground pull or junction boxes. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. INSTALLATION OF UNDERGROUND STEEL CONDUIT:. All steel conduit in earth shall be rigid galvanized steel conduit. Wrap such conduit with 3M Company 0.020 inch thick No. 51 "scotchrap" vinyl plastic tape, half lapped to give a double thickness wrap. Remove all oil, grease and dirt from conduit with a No 97067 16.000 - 8 IF ib suitable solvent, and clean and dry conduit before wrapping. If conduit is pre -wrapped in the shop and then cut and joined on the job, wrap all joints on the job, overlapping pipe wrapping 3" on both sides of joints. INSTALLATION OF BUILDING RACEWAYS: All wiring of every description shall be run in conduit or electrical metallic tubing unless noted or specified otherwise. Conduits may be run exposed in machinery and electrical rooms and unfinished areas. All other conduits shall be run concealed unless otherwise noted. All exposed runs shall be installed parallel to the surface of the building in a neat and orderly manner. " Types: All conduits installed in wet or damp locations, or on roofs shall be rigid galvanized steel conduits. Above grade interior conduits shall be rigid galvanized steel conduit. Conduits installed below grade in slabs or buried in earth shall be PVC or rigid galvanized steel. Sizes: Size and install raceways so that conductors may be drawn in without injury or excessive 'strain. Make field bends with approved bending devices. Do not install bends or offsets in which conduit is crushed, deformed or otherwise injured. Connections: Use lengths of flexible metal conduit, not less than 12" long at final connections to all motors, controls and other devices subject to movement because of vibration or mechanical adjustment. Around Heat Producing Equipment: Do not install raceways within 3" of hot water pipes, breeching and flues, except where crossings are unavoidable, and then keep raceways at least 1" from insulation on the pipe, breeching or flue crossed. Wherever possible, avoid installing raceways directly above or in close proximity to boilers and other like objects operating at high temperatures. Joining Rigid _Conduits: Join with threaded couplings. Ream out all conduit ends after threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes, switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside. Unthreaded set screw type couplings or connectors are not acceptable in rigid conduit ' systems. No running threads shall be used anywhere in conduit systems. ' Protection of Raceways: Seal ends of all raceways with blank discs (""pennies"), push pennies or other approved closers during construction. Do not pull any conductors into raceways until all plastering in the vicinity is completed. Swab out all raceways before pulling in conductors. Penetrations: Wherever raceways pass through floors, walls partitions, etc., carefully fill any space between the outside of the raceway and the building material to prevent passage of air, 1- 97067 16.000 - 9 water, smoke and fumes. Filling material shall be fire resistive and, in general, similar to the basic building materials through which the raceway passes. ' CONDUIT SUPPORTS: Support Spacing: Use minimum spacing as directed by National ' Electrical Code, but space hangers more closely where required by conditions. Individual Conduits: Support conduits running vertically or horizontally with galvanized malleable iron one hole clamps. Carry individually supported horizontal conduits 1-1/41' and larger on Kindorf No. 150 or Steel City No. C-149 hangers. Use no perforated strap iron as hanger material. Where conduits smaller than 1-1/4" are installed above metal lath and plaster ceilings or mechanically suspended dry ceilings of the non -removable type, they may be supported on ceiling runner channels. Where conduits smaller than 1-1/4" are installed above removable ceilings, attach them to the structure or bar joists (where present) or support them on threaded hanger rods with clips. Do not use any wire to support conduits or to attach conduits to supporting members. Locate conduits a sufficient distance above the ceiling to permit removal of the ceiling panels. Locate them so as not to hinder access to mechanical and electrical equipment through the ceiling panels. Multiple Conduits: Where multiple raceways are run horizontally at the same elevations, they may be supported on trapezes formed of sections of Unistrut angle iron or channels suspended on rods or pipes. Size trapeze members including the suspension rods for the number size and loaded weight of the conduits they are to support. Space them as required for the smallest conduit supported. fl 1 INSTALLATION OF OUTLET BOXES: Usage: Provide at each outlet or device of whatever character a metal outlet box in which conduits shall terminate. Boxes recessed in construction: Sheet steel boxes. Boxes for Exposed Work: Cast metal boxes. Boxes for Outdoors: Cast metal boxes with gasketed covers. INSTALLATION OF PULL AND JUNCTION BOXES: Sizing: Size all pull and junction boxes in accordance with NEC, using larger sizes than required by code where job conditions so indicate. Mounting: Fasten all boxes securely to the building construction, independent of conduit systems. On concealed conduit systems where ift boxes are not otherwise accessible, set box covers flush with finished surfaces for access. 97067 16.000 - 10 IP is Ift WIRE PULLING: Wire Pulling: Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. All conductors to be installed in a single conduit shall be pulled in together. Pull no conductors into conduits until all work of a nature which may cause injury to conductors is completed. Use an Underwriters' listed cable pulling compound where necessary. Cable Lubricants: All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring. Lines shall be free from splices and shall have ample exposed length at each end. Identify each end of each line with a linen tag bearing complete information as to the purpose of the raceway and the location of its other end. All lines shall be nylon or i polyethylene cord with a tensile strength not less than 200 pounds. INSTALLATION OF BUILDING WIRE (600 VOLTS AND UNDER): �. Feeders: Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable. Make joints in branch circuits only where circuits divide as shown on drawings. Such joints shall consist of one through circuit to which shall be spliced the tap circuit. Sizes: No wire shall be smaller than No. 12 except for signal or control circuits, and except for individual lighting fixture taps as permitted by the National Electrical Code. Receptacle and Motor Branch Circuits: No. 12 conductors unless noted or scheduled otherwise. Joints and Splices: Make joints and splices only where necessary and only at outlet boxes and pull boxes. All joints shall be mechanically and electrically secure. Conductor splices in wet locations shall be made in accordance with the conductor manufacturer's recommendations. Identifying Tags: Non-ferrous; stamped to clearly identify each circuit. Securely fasten tags to all cables, feeders and power circuits in pull boxes, lighting, power and distribution panelboards, etc. 1 97067 16.000 - 11 Bundling Conductors: Bundle all conductors in panelboards, cabinets and the like, using marlin twine lacing or nylon straps made for the purpose. Bundle conductors larger than No. 10 in individual circuits. Bundle smaller conductors in larger groups. CIRCUIT IDENTIFICATION: At each wiring device, install a label on the inside of the coverplate which shall identify the panel and circuit number to which the device is finally connected. The labels shall be made on the job with indent type Dynamo adhesive tape. Attach the label to the plate with contact cement or other suitable adhesive material. In lieu of a label, the panel and circuit number may be marked on the inside of the coverplate with an indelible pencil. SERVICE AND EQUIPMENT GROUNDING: Provide adequate and permanent service neutral and equipment grounding in accordance with the National Electrical Code, and subject to the following additional requirements. Connect the service ground and equipment ground to a common point within the metallic enclosure containing the main service disconnecting means. From the common point of connection of the service ground and equipment ground, run in conduit a combined service and equipment grounding conductor without joint or splice to the grounding electrodes indicated on the drawings. Use only UL listed grounding connectors of copper alloy or brass. Size grounding conductors in accordance with National Electrical Code Tables 250-94 and 250-95. The building structural steel frame shall be grounded to the building service grounding electrode, using the conductor size specified in National Electrical Code Section 250-94(a). GROUNDING RACEWAYS: Assure the electrical continuity of all metallic raceway systems, pulling up all conduits and/or locknuts wrench tight. Where expansion joints or telescoping joints occur, provide bonding jumpers. Where flexible metallic conduit is employed, provide a green -insulated grounding jumper installed in the flexible conduit. Install a separate green -insulated conductor in each non-metallic conduit. Provide grounding bushings on all service and feeder raceways terminating within panelboards, cabinets, and all other enclosures. Provide grounding conductors from such bushings to the frame of the enclosure and to the ground bus or equipment grounding strap. Size grounding conductors in accordance with NEC Table 250--95. 97067 16.000 - 12 F-, "-W EQUIPMENT GROUNDING CONDUCTORS: Provide a separate, green -insulated copper grounding conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated. Install the grounding conductor in the same raceway with the related phase and neutral conductors, and connect the grounding conductor to pull boxes or outlet boxes at intervals of 100 feet or less. EQUIPMENT WIRING: Connect complete for operation all items of heating and pool equipment. Outlets of various types have been indicated at equipment locations, but no indications of exact location or scope of the work are shown on the drawings. Refer to the Owner and to the various Contractors for the work under the other Divisions for the scope of connections to equipment furnished by them and for the exact locations of all items. Request of the Owner and the aforementioned suppliers and contractors all rough -in drawings required for proper installation of the electrical work, in ample time to permit preparation of the drawings and thus avoid delays on the job. Where disconnect switches or circuit breakers are not provided integral with control equipment for motors and other electrical appurtenances, provide and install all disconnect switches required by the National Electrical Code and/or indicated. POOL BONDING: Install pool bonding as required by the NEC and as shown on the drawings. The bonding shall be inspected by the architect/engineer before it is covered. END OF SECTION 16.000 C 1 1 1 1 97067 16.000 - 13