Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2022-R0331 - Contract 16592 with Tom's Tree Place 7.26.22
Resolution No. 2022-RO331 Item No. 5.21 July 26, 2022 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 16592 for 141h Street Plaza & East Garden Project as per RFP 22-16592-MA, by and between the City of Lubbock and West Texas Services, Inc. DBA Tom Tree Place, of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on ATTEST: eAO Rebec a Garza, City SecretkJ APPROVED AS TO CONTENT: Erik Rejino, Assistant City Manager APPROVED AS TO FORM: i elli Leisure, Assistant City Attorney July 26, 2022 ccdocs/RES.Public Works Contract 16592- West Texas Services DBA Tom Tree Place July 12, 2022 PROPOSAL SUBMITTAL FORM LUMP SUM PRICE PROPOSAL CONTRACT DATE: 21 Zo7�� PROJECT NUMBER: RFP 22-16592-MA 141h Street Plaza & East Green Project Proposal of @5j L, (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the 14th Street Plaza & East Green Project having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION TOTAL LUMP SUM Base bid consists of the materials and labor for the construction of r-3'9C 1 the above referenced 14' Street Plaza & East Green Project, as $ specified herein. AMOUNTS INCLUDED IN BASE BID The Offeror provides the following additional information that will be made a part of the contract with the City of Lubbock: 1) Overhead and Profit included in the Base Proposal: $o A-,q4*2 1 1 2) General Conditions included in the Base Proposal: $ �r7 an 1 t17 3) Owner Contingency Allowance included in the Base Proposal $ 100,000.00 PROPOSED CONSTRUCTION TIME: 1) Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 1'6b (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: '-Z 1 (to Final Completion) ,(not to exceed 210 consecutive calendar days to Substantial Completion / 240 consecutive calendar days to Final Completion). Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of�6. Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTE . SecretaryLc 3" AJC�L* --.) Offeror acknowledges receipt of the following addenda: Addenda No. 0 Date Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: Printed or Typed Name gs+ Sc CompanyD6 0;G-`-: S + ff `` rr e Address Ll � 0 cic- City"�� County _Fy 1g4ty State G Zip Coder Telephone: Fax: wc, [ Email: 0-1 e-)C.S0--!�+orvn 1 J 1CC-Q -czm FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 210 Consecutive Calendar Days with final completion within 240 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $500 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials BOND CHECK BEST RATING LICENSED IN TEXAS DATEO.q_4 BY:, _ CONTRACT AWARD DATE: July 26, 2022 CITY OF LUBBOCK SPECIFICATIONS FOR 14TH Street Plaza and East Green Project RFP 22-16592-MA CONTRACT 16592 PROJECT NUMBER: 92715.9210.& 92716.9210 Plans & Specifications may be obtained from https:Hci-lubbock-tx.bonfirehub.com/ 0 ub City of bock TEXAS CITY OF LUBBOCK Lubbock, Texas No Text Page Intentionally Left Blank J No Text Notice to Offerors No Text l � Rq of ibbock TEXAS RFP 22-16592- MA City of Lubbock 14th Street Plaza & East Green Project 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock n 13 14 Avenue K, 9th Floor L J Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 3:00 PM on June 21, 2022 or as changed by the issuance of formal addenda to Cl J all planholders, to furnish all labor and materials and perform all work for the construction of the above referenced. 1.3. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. r Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the 1 office listed above. The Zoom meeting information is as follows: u Join Zoom Meeting https://zoom.us/j/92340204229?pwd=eDdPc2NTOSttO3 ZvdlllbGpvbOdkUT09 Meeting ID: 923 4020 4229 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected Jand returned unopened to the offeror. 1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service f that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of J No Text proposals, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. f� 1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS. n 1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made before RFP closing must be initialed by offeror guaranteeing authenticity. 1.8. Proposals are due at 3:00 PM on June 21, 2022 and should be addressed to Marta Alvarez, Director i of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on TBD, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror 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 offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD JCOMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 1.9. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.10. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON- RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.11. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.12. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http:// rp theroroductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the offeror's expense. 1.13. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed .-f that all such factors have been thoroughly investigated and considered in the preparation of the l proposal submitted. J No Text 2. PRE -PROPOSAL MEETING 2.1. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing II 11 addenda as needed for the. clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 11:OOAM, June 06, 2022, via teleconference. The Zoom meeting information is as follows: i 1 Join Zoom Meeting https://zoom.us/j/9742558 8472?pwd=ZWZkb2NCYzQxdOJyeHVCeIRaRWNWUT09 j-j Meeting ID: 974 2558 8472 J Passcode: 1314 j 2.2. All persons attending the meeting will be asked to identify themselves and the prospective offeror J they represent. 2.3. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. t J 3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this t advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, asex, disability, or national origin in consideration for an award. 4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post H Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. r, TY OF L BBOCK, jug arez U DIRE R OF PURCHASING & CONTRACT MANAGEMENT J J No Text Page Intentionally Left Blank No Text General Instructions to Offerors J GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Marta Alvarez, Director City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: malvarez@,mylubbock.us Website: https:Hci-lbbock-tx.bonfirehub.com/ op rtal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 210 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 3. GUARANTEES 3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within Two years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 3.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and No Text firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, it's right pertaining to termination or default. 3.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor, the "Safety Record Questionnaire", and the Contractor's Experience Modification Ratio (EMR). The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Five (5) points of the overall points for this criteria are based on the Experience Modification Ration (EMR) and supporting documentation submitted by the contractor. 4.1.3.1 The lowest EMR of all the proposals becomes the standard by which all the EMRs are evaluated. One at a time, each proposal is evaluated by taking the lowest EMR and dividing it by the EMR of the proposal being evaluated. That fraction is then multiplied by 5 for the EMR score. For example: (Lowest EMR/Current EMR) x 5 = EMR Score portion of this criteria) 4.1.3.2 Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. 4.1.4 For the remaining portion of this criteria, each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the No Text contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed 4.1.5 The "Contractor's Statement of Qualifications" is a minimum. 4.1.5.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.6 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 4.1.7 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. 4.1.8 Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $950,000. 4.3 Proposals shall be made using the forms provided. No Text r j GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at https:Hci-lubbock-tx.bonfirehub.com/ op rtal/. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the ' I request of the offeror, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https:Hci-lubbock-tx.bonfirehub.com/ opop rtal/ i) and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to ? have a request for interpretation considered, the request must be submitted in writing and must be r received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these J specifications. 6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and J examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the { 1 offeror fully understands the work to be included and has provided sufficient sums in its proposal L to complete the work in accordance with these plans and specifications. If offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or lomissions, then it shall be deemed for all purposes that the plans and specifications are sufficient Ll and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. J J No Text i 7. PROPOSAL PREPARATION COSTS 7.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the !� preparation and submission of a proposal. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. r� 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT Z Ll 'J U i LJ L i 8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conforinance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. httmfllubbocktx.govga.us/WEBAPP/ rs/(S(quivirflbtihahinviceP-wbcs)1/SunaortHome.asbx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https:Hci.lubbock.tx.us/pages/public-information-act 9. LICENSES, PERMITS, Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 11.3It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: No Text r ii htlps://www.ethics.state.tx.us/forms/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, 7Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOT)VDocs/LG/htm/LG. 1 76.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 7-112.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: r- f 1) Contract requires an action or vote by the City Council (governing body); OR i 2) Contract value is $1 Million or greater; OR r 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 1 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. You must log in and create an L account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). r 14. PLANS FOR USE BY OFFERORS 14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents jand prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 15. PAYMENT Li 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor j 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. iJ No Text 17. MATERIALS AND WORKMANSHIP 17.1 The intent of these contract documents is that only materials and workmanship of the best quality and 7 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 i 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. 18. PLANS FOR THE CONTRACTOR r 18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and 1 specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then r i distribute copies of plans and specifications to suppliers, subcontractors or others as required for proper � p p p pp �� q p p prosecution of the work contemplated by the Contractor. 19. PROTECTION OF THE WORK 19.1 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 rl construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror showing completed jobs of a similar nature to the one r covered by the intended contract and all work in progress with bond amounts and percentage j completed. (b) A sworn statement of the current financial condition of the offeror. i (c) Equipment schedule. � 1 20. TEXAS STATE SALES TAX 'i 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions -_� of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES i j 21.1 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 1 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. J All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 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 No Text 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. rl 23. EXPLOSIVES f 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24. CONTRACTOR'S REPRESENTATIVE -� 24.1 The successful offeror shall be required to have a responsible local representative available at all times 1 while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time I that the work contemplated by this contract is in progress. 25. INSURANCE l 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26. LABOR AND WORKING HOURS 26.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258, j Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be -� performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary L service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent - effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative �I �J No Text to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS -� 27.1 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 1 shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents j of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 29. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the Citv, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and libly, or typewritten. In case of discrepancy between the unit price and the extended total for a j bid item, the unit price will be taken. A bid that has been opened may not be chanted for the purpose of correcting an error in the bid price. 29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. l J No Text 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 30.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31. QUALIFICATIONS OF OFFERORS 31.1 The offeror 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 offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs No Text with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32. SELECTION 32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 32.2NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 32.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 32.4In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 32.5A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unitprices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34. PROTEST 34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to No Text the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 35. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. No Text TEXAS GOVERNMENT CODE 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) The selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. No Text CONTRACTORCHECKLIST n A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. No Text REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 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. No Text 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. No Text Page Intentionally Left Blank No Text Proposal Submittal Form No Text Page Intentionally Left Blank No Text PROPOSAL SUBMITTAL FORM LUMP SUM PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 22-16592-MA 1411' Street Plaza & East Green Project Proposal of Offeror) (hereinafter called To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the 14th Street Plaza & East Green Project having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION TOTAL LUMP SUM Base bid consists of the materials and labor for the construction of 1 the above referenced 14"' Street Plaza & East Green Project, as $ specified herein. AMOUNTS INCLUDED IN BASE BID The Offeror provides the following additional information that will be made a part of the contract with the City of Lubbock: 6. 1) Overhead and Profit included in the Base Proposal: $� 2) General Conditions included in the Base Proposal: $ 3) Owner Contingency Allowance included in the Base Proposal $ 100,000.00 PROPOSED CONSTRUCTION TIME: 1) Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: (16Cb (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 2 10 (to Final Completion) snot to exceed 210 consecutive calendar days to Substantial Completion / 240 consecutive calendar days to Final Completion). No Text Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of En�6 Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTE T: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm Printed or Typed Name Company [o4- Addres�ss boc1— —, L4�(4)ck City County M( IWID State Zip Code Telephone: O �v Q/—369 `7 Fax: 0(j _' l "i 6 so Email: (2[ e-cs co 1CC—Q _c.zm FEDERAL TAX ID or SOCIAL SECURITY No. /11---) f--DL��_ Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) No Text Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 210 Consecutive Calendar Days with final completion within 240 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $500 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (51/o) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. A Offeror's Initials No Text Page Intentionally Left Blank No Text INSURANCE REQUIREMENTS 1 I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, fiirnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the j contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of 1 $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. u . .... ......... TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and is acceptable ( } is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company Name: WCS4 Signed By: r Print Name and Title: �Y1C ��� SC�(�Q(Q�Ch Ux- {� Date• �Q No Text SureTec KNOW ALL MEN BY THESE PRESENTS, that we WEST TEXAS SERVICES. INC. dba TOM'S TREE PLACE as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto CITY OF LUBBOCK as obligee, hereinafter called the Obligee, in the sum of FIVE Percent (5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for 14T" STREET PLAZA AND EAST GREEN PROJECT RFP 22-16592-MA. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 2155 day of JUNE, 2022. WEST TEXAS SERVICES, INC. dba TOM'S TREE PLACE (Principal) BY: 6"L(L-0- ` '' � j TITLE: aulp c,/ 7/C�- - SureTec Insurance Comoanv BY: OWA D'COWAN, ttorney-in-Fact SureTec Bid Bond Rev 1.1.06 POA# 4221762 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: ThatSureTec insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Howard Cowan, Maria Hill Their true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Twenty Million and 00/100 Dollars ($20,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the actand deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seat to be hereunto affixed and these presents to be signed by their duly authorized officers on the 9th day of February , 2022. SureTec insurance Company `as cat % twUf X 9 No By: Michael C. Keimig, Preside C2 State of Texas.„*. County of Harris: `ptturrrrrri Markel uranceC pang ,�,Q Ap N ��R'9l CMG SEAL ?a ey ��gt•.At g,. Y2 ,11ndey.len ings Vice resident *1110%��` On this 91h day of February , 2022 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of Bald Companies referred to In the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seat at the County of Harris, the day and year first above written. ------------------------ XENIA RIVAS Notary Public State of Texas s"ftr4 Commission # 129117659 Commission Expires 9110124 By: Xetp ' as, No ry Pubtic Myco mission expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY ofwhich the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the —2—ISt day of .11 IN = 9092 S reTec Insu nee Comp y Mar el In ranee Company By: By: M. Br t Beaty, As stant Secretary drew Marquis, Assistan ecretar Any Instrument Issued in excess of the penalty stated above is totally voidand without anyvalidity. 4221762 For verification of the authority of this Power you may call (713)812-0800on any bus Iness day between 8:30 AM and 5:00 PM CST. City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately detennining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES No_ If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO - If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your com an 's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willfiil misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. � o Signature Title WORKERS COMPENSATION EXPERIENCE RATING N«1 Risk Name: WEST TEXAS SERVICES INC DBA TOMS TREE PLACE Risk ID: 420181396 Rating Effective Date: 09/27/2022 Production Date: 04/11/2022 State: TEXAS State Wt Exp Excess Expected Exp Prim Act Exc Losses Ballast Act Inc Losses Act Prim I Losses I Losses Losses Losses Tx .101 26,76A 8,721 21,954 01 24,625 17,391 17,391 (A) (B) (C) Exp Excess (D) Expected (E) Exp Prim (F) Act Exc (G) Ballast (H) Act Inc (1) Act Prim it Losses(D -E) Losses Losses Losses (H-1) 1 Losses I Losses I.101 I 26,7671 48,7211 21,9541 01 24,6251 14,1181 14,118I Primary Losses Stabilizing Value Ratable Excess Totals (I) C ' (1 -A) + G (A)' (F) (J) Actual 14,118 48,715 0 62,833 (E) C (1 - A) + G (A)' (C) (K) Expected 21,954 48,715 2,677 73,346 ARAP FLARAP SARAP MAARAP Exp Mod Factors .86 RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. ® Copyright 1993-2022, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As is' 'As available"'With all defects' and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relafing to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein, This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safely scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end users and NCCI shall not have any liability thereto. Page 1 of 2 CONTRACT ORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; ✓ (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; ✓ (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; ✓ (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; V/ (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 f of coverage of any person providing services on the project; v (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional infonnation requested by the OWNER. In evaluating a frm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. DUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachrrient "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firth shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate tennination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As ben Business Address of Principle Office — r tL � Telephone Numbers Main Number pig-- ( —1 Fax Number g — il `t — gQ Web Site Address LO (,L1 4 Q(VI (`ee WC-e . C,Ot-Y) Form of Business (Check One) Date of Incorporation X A Corporation A Partnership An Individual State of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) rD baAe Ln Secretary's Name boro tom— i'l Treasurer's Name Date of Organization C) Ut5 State whether partnership is general or limited Naive Business Address ldentif�y all individuals not previously narned which exert a significant aniount of husiness control over the Indicators of Organization Size Average Number of Current Full Time Employees Average Estimate of Revenue for the Current Year Y�Ccv C�UU Contractor's Organizational Experience Organization Doing Business As West Texas Services Inc. DBA: Tom's Tree Place Business Address of Regional Office 5104 34th Street Lubbock, TX 79410 Name of Regional Office Manager Shellie Scarborough Telephone Numbers 806-799-3677 Main Number 806-799-3677 Fax Number 806-7993680 Web Site Address www.tomstreeplace.com List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date Patterned Concrete of Lubbock 1987 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Expericiice Years experience in projects similar to the proposed project: As a General Contractor 70 years I As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As West Texas Services Inc. DBA: Tom's Tree Place Proposed Project Orgaiii/ation Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. 2 Experience of Key Persotuic I Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Toby Rowin Project Superintendent Lendle Monden Frank Bennett Project Safety Officer Lendle Monden Frank Bennett Quality Control Manager Toby ROwin If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. rl C atonrs TREE PLACE Toby Rowin, Ladscape Architect Project Manager Shellie Scarborough Lendle Monden Frank Bennett Contract Administrator Project Superintendent Alternate Project Superintendent Safety Manager Alternate Safety Manager Quality Control Manager Alternate Quality Control Manager tors TREE PLACE Tom Mitt Scarborough VP Operations Landscape Crew Mel Halbrooks Robert Moreno Kelly Futrell Farm Manager Crew Leader Crew Leader Landscape Crew Landscape Crew 2021 Organization Chart Alex Scarborough, Landscape Architect President Sheltie Scarborough Scott Scarborough, Landscape Architect Dale Rowin Controller Landscape Sales VP V!hide Mnintenance {'—VP Abigail ones I Toby Rowin Tanner Hensel Cole )ones, Licensed irrigator Communications Landscape Architect I andscape Architect Director of Landscape Kevin Thorne Maintenance Vehicle Maintenance MaintenancP Crews Jerald Clay Vronka Stoker Jack 8ranham Crew Warehouse Manager Market Manager Nursery Manager Nursery Crew Sales Team Crew Nursery Crew Lendle Monden Frank Bennett Director of Handscape Crew Leader Handscape Crew Proposed Project Managers Organization Doing Business As Candidate Name of Individual West Texas Services, Inc. DBA: Tom's Tre Toby ROwin Years of Experience as Project Manager 20 years Years of Experience with this organization 20 years Number of similar projects as Project Manager 200 + Number of similar projects in other positions 200 + Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information listing names indicates ap roval to contacting the names individuals as a reference Name Dan Morgan Name David Mays Title/ Position Project Manager Title/ Position Project Manager Organization Lee Lewis Construction, Inc. Organization Midtex Construction Telephone 806-797-8400 Telephone 432-638-5068 E-mail dmor an leelewis.com E-mail david midtexofmidland.co Protect Centennial Park, Midland Project High Sk Children's Ranch Candidate role on Project Name of Individual Project Manager Candidates role Project Manager on Project N/A Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date MMIUMMOM• • • • Name Name Title/ Position ' Title/ Position 'Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Place Proposed Project Superintendent Business As Name of Individual Years of Experience as Project Superintei Years of Experience with this organizatic Number of similar projects as Superinten Number of similar projects in other positi Current Project Assignments Name of Assignment N/A Reference Contact Information (listing names indicates a Name Dan Morgan Title/ Position Project Manager Organization Lee Lewis Construction Inc. Telephone 806-797-8400 E-mail dmor an leelewis.com Project Centennial Park, Midland Candidate role on I Hardscape Superintendent Name of Individual Years of Experience as Project Superintenden Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment N/A Name John Givens Title/ Position Head Superintendent Organization Lee Lewis Construction Inc Telephone 806-799-8400 E-mail 0 qivensCo)-leelewis.com Project I Multi le Candidate role on Project Hardscape Superintendent G West Texas Services, Inc. DBA: Tom's T Lendle Monden 15 years 15 years 100+ N/A Percent of Time Used for I Estimated Project this Proiect Completion Date oval to contacting the names individuals as a reference Name I David Meadows Title/ Position I Proiect Manaaer E-mail ameaaows -vieeiewis.com Project Centennial Park Midland Candidate role on Hardscape Superintendent Proiect Frank Bennett 21 years 21 years 100+ N/A Percent of Time Used for I Estimated Project this Proiect Completion Date Name Michael HaverarnK Title/ Position Project Manager Organization Sandia Construction Telephone 806-544-1939 E-mail michael sandiaconstructio Project Texas Tech Museum Candidate role on Project Hardscape Superintendent Place .corn Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual West Texas Services, Inc. DBA: Tom's Treel Lendle Monden Years of Experience as Project Safety Officer 15 years Years of Experience with this organization 15 years Number of similar projects as Safety Officer 100+ Number of similar projects in other positions N/A Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date N/A Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference) Name an Morgan Name David Meadows Title/ Position Project Manager Title/ Position Project Manager Organization Lee Lewis Construction Inc. Organization Lee Lewis Construction Telephone 806-797-8400 Telephone 806-548-0445 E-mail mor an leelewis.com E-mail dmeadows leelewis.com Project Qentennial Park Midland Project Centennial Park Midland Candidate role on JHardscape Superintendent Project I Name of Individual Candidate role on ardscape Superintendent I Project Frank Bennett Years of Experience as Project Safety Officer 21 years Years of Experience with this organization 21 years Number of similar projects as Safety Officer 100+ Number of similar projects in other positions N/A Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date N/A ContactReference John Givens o contacting the Name names individuals as a reference) Oichael Haverdink Name Title/ Position Head Superintendent Title/ Position Project Manager Organization Lee Lewis Construction, Inc, Organization 3andia Construction Telephone 806-799-8400 Telephone 06-544-1939 E-mail ivens leelewis.com E-mail ichael sandiaconstructio Project Multiple Project Texas Tech Museum Candidate role on Project Hardscape Superintendent Candidate role on Project ardscape Superintendent Place com Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual West Texas Services, Inc. DBA: Tom's Tree Lendle Monden Years of Experience as Project Safety Officer 15 years Years of Experience with this organization 15 years Number of similar projects as Safety Officer 100+ Number of similar projects in other positions N/A Current Project Assignments Name of Assigmnent Percent of Time Used for this Project Estimated Project Completion Date N/A Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name an Morgan Name David Meadows Title/ Position Project Manager Title/ Position Project Manager Organization Lee Lewis Construction Inc. Organization Lee Lewis Construction Telephone 806-797-8400 Telephone 806-548-0445 E-mail mor an leelewis.com E-mail dmeadows@leelewis.com Project Centennial Park Midland Project r3entennial Park Midland Candidate role on Hardscape Superintendent Alternate Candidate Name of Individual Candidate role on ardscape Superintendent Protect Frank Bennett Years of Experience as Project Safety Officer 21 years Years of Experience with this organization 21 years Number of similar projects as Safety Officer 100+ Number of similar projects in other positions N/A Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date N/A John Givens Name ichael Haverdink Name Title/ Position Head Superintendent Title/ Position Project Manager Organization Lee Lewis Construction,Inc.Organization andia Construction Telephone 806-799-8400 Telephone 06-544-1939 E-mail igivensCaNeelewis.corn E-mail ichael sandiaconstructio Project Multi le Project Texas Tech Museum Candidate role on Project Hardscape Superintendent Candidate role on Project ardscape Superintendent Place com No Text nProposed Project Quality Control Manager P, r J I 0 Organization Doing Business As Primiry Candidate Name of Individual West Texas Services Inc. DBA: Tom's Tre Toby Rowin Years of Experience as Quality Control Manager 20 years Years of Experience with this organization 20 years Number of similar projects as Quality Manager 50 + Number of similar projects in other positions 50 + Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information(listing names indicates ap roval to contacting the names individuals as a reference) Name nqn Morgan Name David Mays Title/ Position Title/ Position ect Manager Organization Le6 Lewis Coristruction, Inc. Organization Midtex Construction Telephone Telephone 432-638-5068 E-mail dmor an leelewis.com I E-mail Project-CentennialI Project Candidate role on Project Name of Individual Manager Project M Candidate role on roject Manager Project Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact• • Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Place Contractor's Project Experience and Resources Organization Doing Business As West Texas Services, Inc. Dba: Tom's Tree Place Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MATE Participation Goal Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own B ill Lease Attachment A Organization What work will the organization complete using its own resources? Hardscape and Landscape What work does the organization propose to subcontract on this roject? Irrigation and Electrical. Supplement own staff with additional labor force from other sources. Contractor's Subcontractors and Vendors Organization Doing Business As West Texas Services Inc. Dba: Tom's Tree Place Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm Metro City Electric Site Li htin and Electrical 10% N WallaceIrrigation Irrigation S stem 10% No Hard As Rock Concrete Hardsca e 20% No Matthews Backhoe Demo 10% No A&A Construction Brick Pavers 10% Yes Provide information on the proposed key personnel, project experience and a description of past relationship and work ex erience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Finn N/A No No Text No Text �.. _ tonfs TREE PLACE Landscape Construction a Landscape Architects 6104-34fh Street Lubbock, Texas 79410 Phone: (806) 799-3677 Fax: (806) 799-3680 Financial Capability Tom's Tree Place has the ability to secure bonding satisfactory to the Owner. We receive bonding from Suretec Insurance Company. Our local bonding agent Is Cowan -Hill Bond agency. Our single bond limit is $3,500,000 and our aggregate limit is $7,000,000. Included with this bid is our bid bond from Suretec Insurance Company. Experience Tom's Tree Place key personnel and subcontractors have the appropriate technical experience to complete this project on time and within budget. Safety Tom's Tree Place takes seriously the safety of our employees. We maintain all required insurance, OSHA reporting and complete necessary training for our employees. Our project superintendents are also the safety officer for the project since they are on the job. We will insure that our subcontractors maintain the required insurance and complete any necessary training. Included with this bid is our Safety Program and Policy Statement, our Certificate of Insurance and our Workers Comp Experience rating. Quality of Work Tom's Tree Place is committed to quality in every area of our expertise. We are involved in all phases of landscape construction. The staff at Tom's Tree Place includes registered landscape architects, horticulturists, arborists, hardscape professionals and irrigators. We have developed all of the expertise SIU4.34T'I. STREET • LUBBOCK TLXA5 79414 2313 806-7799-367i Of= 806-799.394t1 --tonys TREE PLACE Landscape Construction o Landscape Architects 5104-34th Street Lubbock, Texas 79410 Phone: (806) 799-3677 Fax: (806) 799-3680 and equipment needed to complete every facet of a landscape project. Our project superintendents will also be project quality control officers for the project since they are on the job. Included with this bid is our Quality Control Program. Awards: 2014 ASLA Professional Awards Landscape Contractor Conformance to Contract Documents Tom's Tree Place will comply with all contract requirements presented by the City of Lubbock to complete the proposed project. We will schedule the project, select and procure materials and use quality subcontractors to complete the contract as proposed while maintaining clear communication and positive relationships with the City, subcontractors and the community.. I 5144.3011, STRnwr • LUBBOCK TEXAS 77410•Z313 X1fOW3677 0fficc IUM-794.19%) WTS, Inc, DBA Toms Tree Place Largest projects in the last 14 years 2014 TTU Student Housing 1,275,000 2015 TrU Campus Beautification 2,021,000 2016 TTU Urbanosky Park 1,980,000 2016 Snyder ISD 887,000 2017 Faver Gray 2100 Lubbock 1,500,000 2017 Faver Gray Haven lI Lubbock 1,132,000 2017 Kelsey Park 1,400,000 2017 Betenbough Office 1,400,000 2018 Faver Gray 1819 Lubbock 1,600,000 2018 Ft. Stockton ISD 926,000 2019 Westridge Commons Midland 1,100,000 2020 Citizens Tower Lubbock 875,000 2020 Centennial Pak Midland 6,242,000 2020 Buddy Holly Hall 1,999,000 No Text E15-, --Vtorrfs LwQhj TREE PLACE Equipment List: DOT ##1750217 Vehicles Trailers 1971 FORD SPADE 30 TRAILERS 1975 MACK WINCH Tractors and Other 1979 CRANE CARRIER 1980 MACK SPADE CAT 247E 1981 FORD DUMP TRK. CAT257B 1998 MACK SPADE CAT257132 2000 FORD P/U DITCH WITCH 1 2004 CHEV 2500 DITCH WITCH 2 2005 CHEV. DUMP TRUCK DITCH WITCH 3 2005 CHEV. 2500 DITCH WITCH 4 2005 CHEV, 3500 DINGO 1 2005 CHEV. 2500 DINGO li 2008 CHEV 2500 GATOR JOHN DEERE 2008 CHEV 2500 JD 110 2008 FORD F250 JD 270 2008 KENWORTH DUMP JD 310E 2009 CHEV. 3500 JD 31OG 1 2009 CHEV 2500 JD 31OG 2 2009 CHEV 3500 JD 310J 2012 FREIGHTLINER JD 317 2013 FORD F250 JD 325G 2015 FREIGHTLINER DUMP JD 644 2015 FORD F350 JD 27ZT5 EXCAVATOR 2015 CHEV 3500 JD 35D ZTS EXCAVATOR 2015 CHEV 3500 JD EXCAVATOR 2020 CHEV 3500 JD EXCAVATOR 2015 FORD F350 JD EXCAVATOR 2015 FORD F350 2015 FORD F350 Mowers 2016 FORD F350 21" Toro Commercial 5859 2017 FORD F350 21" Toro Commercial 2432 2017 FORD F350 21" Toro Commercial 9123 2018 FORD F350 48" Grandstand 2018 FORD F250 72" Kawasaki Rider 2019 FORD F350 W' Toro Z Master 74090 2018 FREIGHTLINER DUMP 2014JEEP 2016JEEP 2017 JEEP 2019 FORD F350 2020 CHEV. 3500 2020 FORD F350 5104 34a' Street, Lubbock, Texas 79410 806-799-3677 www.tomstreeplace.com L7e:,-Mt0nfs TREE PLACE Equipment List; DOT #1750217 Vehicles Trailers 1971 FORD SPADE 30 TRAILERS 1975 MACK WINCH 1979 CRANE CARRIER Tractors and Other 1980 MACK SPADE CAT 247E 1981 FORD DUMP TRK. CAT257B 1998 MACK SPADE CAT257132 2000 FORD P/U DITCH WITCH 1 2004 CHEV 2500 DITCH WITCH 2 2005 CHEV. DUMP TRUCK DITCH WITCH 3 2005 CHEV. 2500 DITCH WITCH 4 2005 CHEV. 3500 DINGO 1 2005 CHEV. 2500 DINGO II 2008 CHEV 2500 GATOR JOHN DEERE 2008 CHEV 2500 JD 110 2008 FORD F250 JD 270 2008 KENWORTH DUMP JD 310E 2009 CH EV. 3500 JD 31OG 1 2009 CHEV 2500 JD 310G 2 2009 CHEV 3500 JD 310J 2012 FREIGHTLINER JD 317 2013 FORD F250 JD 325G 2015 FREIGHTLINER DUMP JD 644 2015 FORD F350 JD 27ZTS EXCAVATOR 2015 CHEV 3500 JD 35D ZTS EXCAVATOR 2015 CHEV 3500 JD EXCAVATOR 2020 CHEV 3500 JD EXCAVATOR 2015 FORD F350 JD EXCAVATOR 2015 FORD F350 2015 FORD F350 Mowers 2016 FORD F350 21" Toro Commercial 5859 2017 FORD F350 21" Toro Commercial 2432 2017 FORD F350 21" Toro Commercial 9123 2018 FORD F350 48" Grandstand 2018 FORD F250 72" Kawasaki Rider 2019 FORD F350 96" Toro 2 Master 74090 2018 FREIGHTLINER DUMP 2014JEEP 2016JEEP 2017JEEP 2019 FORD F350 2020 CHEV. 3500 2020 FORD F350 5104 34th Street, Lubbock, Texas 79410 806-799-3677 www.tomstreeplace.com No Text No Text DUALITY' CONTROL PROGRAM General: Tom's Tree Place will comply with all contract requirements presented by the City of Lubbock to complete the proposed project. Procedures: To insure that all quality control requirements are met on the project we will utilize several procedures that include: ♦ Preparatory coordination between the contractor and the city- * Inspections 4 e .lob site meetings o Notification of architects and owners when unforeseen problems arise s Daily checks + Material testing + Final acceptance 3104-34TIt. STREET - LUBBOCK TEXAS 79t10.2313 806-799.3677 OFFICE S06-799-3990 FAX j WORKERS COMPENSATION EXPERIENCE RATING NCC! Risk Name: WEST TEXAS SERVICES INC DBA TOMS TREE PLACE Risk ID: 420181396 Rating Effective Date, 09/2712022 Production Date: 04/11/2022 State: TEXAS •& Ex .Excess: E ecteci• %E �R..rim: Act EScc`Lbsst3s < : Ba1[ast' :" ;:"i4cf[ncLosses, ;. :Act:Priiii` =: - L:osses`<`� - L`asses' - _ <L �55 Tx .10126.767 48,721 2 9541 01 24,6251 17.391 17,391 B C :E Excessc D :.Ex meted:, B .i:x ;P.nm' F =ActEzc` ss �ses�`D�r- �iosse - L Lossesi��H>-:I ; - .101 1 26,7671 48,7211 21,9541 01 24,6251 14,1181 14,1181 Prrma '. asses..:...:..:... ... Stabilizin 'Yaiue...,,.•....::.. ^.....Rata��e�Xcess.':;=::>��%:�<�'�"�=r:�T (I) C ' (1 - A) + G (A) * (F) (J)..... Actual 14,118 48,715 0 62,833 (E) C(1 - A) + G (A) * (C) (K) Expected 21,954 48,715 2,677 73,346 ARAP - RAP. ;-SARAN-='=• > M AARA i?.: , ... ... .._ ._ ... � ..._ ..:...:�.:..:.:,...._...FLp ..� ,...._:•.:.. . . Factors 86 RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. >D Copyright 1993.2p22. An dghls reserved. Tnls product is compslsed of mmptfallore and informaUonvfth are the proprietary, and exclusive property of the Nallonal Council on Compensalfon Insurance, Inc. iNCM� No further vse,dtsseminallon, sale, transfer, asslgnrtrent ordisposlgon of lhls product. Ir whole or in part, maybe made without the priorvalitea consent of NCCI. This product Is furnished 'Ae is' 'As avalable' With all dolecus and includesloformation available at Ihotime of publoalon only. NCCI makes noropresentadons or warranlies of anyMnd relaing to the product and hereby expressly disclatms any and all express, statutory, or implied warranties, Inckrd'urg the knplied warrentyar mercre[ltablgty. raness rcr a pardWar pu[posa, aataacyr. wmpbwnass, cunontnoss, or urreUness a the Product or Information contained therein. This product and the Information contalned therein are to be used exclusively for underwrtang, premium calculation and oura other Insnce purposes and may noE ba used for any other purpose Including but not Ibnited to safety scaring for project bidding purposes. All responsibility for the use of and for any and all results derived oroblairced lMough pre use d th¢ product and Information are the end users and NCCI sbal not have awliabt* thereto. Page 1 of 2 1 A4CCMEP CERTIFICATE OF LIABILITY INSURANCE A4CCMEP CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYYj 3/4/2022 THIS_CERTiFICATE IS ISSUED AS -A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTENT) OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: if the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endarsement(s), PRODUCER Aycock & Fowler Insurance Co A Higginbotham Co. 9111 Milwaukee Ave. Lubbock TX 79424 CONTACT NAME: Dawn Taylor PHONE FAx t4L E • 806-798-2700 AIc, r{o}; ii067 L E-MMd y @ 99 _nol?81:ss:. to for hi . inbotham.net INSURER AFFORDING COVERAGE NA1C# INSURER A: Lioyd'S 15792 ENSURED Y4ES17EX 39 West Texas Services, Inc. Torn`s Tree Place Zephyr Tree Farm 5104 34th Street Lubbock TX 79410 INSURER B : Rock Ridae Insurance Company_ 11089 INSURER C : Texas Mutual Insurance Company j 22945 INSURER a: Evanston insurance Comps 35378 INSURERS: 1NSURERF• COVERAGES CERTIFICATE NUMBER: 2030153752 l r� VI\ I•VI./�Lf\. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER1013 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAiD CLAIMS. INSR TYPE OF INSURANCE L §(lA11� POLICY EFF POLICY EXP LT POLICYNUMBER I MMIODIYYYY LRWDDNYYY ! LIMITS A X COMMERCIAL GENERAL LIABILITY SCGIO32321 912712021 9127J2022 EACH OCCURRENCE $1.000.000 CLAIMS -MADE I X :OCCUR i _ PREMISES III" occurrence] _ S 1.OD0.000 MED EXP (Any one person} $15.000 — - - PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGATE LIMITAPPUESPER ! GENERAL AGGREGATE $2.000.000 POLICY (� JECT LOC PRODUCTS- COMPIOP AGG I S 2,000.000 OTHEIi. I i i 5 B AUTOMOBILE LIABILITY ! SW92-SIR-2100071.00 912712021 I I 9127/2022 COMBINEOSINGLE LIMIT BSS.r7r1_. S .000000 X ANY AUTO ALL OS j� AUTOS AUTOS AUTOS ! t 1 BODILY INJURY (Par person) $ BODILY INJURY Par accldW { j S I!i X HIRED AUTOS X NON -OWNED AUTOS PROPERiYDAMAdE! Pero ddonll s Is A X UMBRELLAUAa X OCCUR ISOX1040MI w2712021 1 9W12O22 EACHOCCURRENCE S5coo ODD AGGREGATE I35,000,000 EXCESSLlAB CLAIMS -MADE j4 OEO X I RETENTIONS 8 i 4 0 WORKERS COMPENSATION ANDEMPLOYERS'UABILITY I DODIIU4331 I 9/27/2021 9127rl022 X PER OTH- R YINSTAYUTE ANY PROPRIETORlPARTNERIEXCCU71VE OFFICERIMEMBER EXCLUDED7 N NIA! E L EACH ACCIDENT _ S 1,000,000 E,L. DISEASE• EA EMPLOYE% s 1.oDo,ODO {MendatorylnNH} Dyyes, describeunder ESCRiPTIONOFOPERATIONShelow f EL DISEASE -POLICY LIMIT SI 1.000,000 A ° Prafassionot Llabimy 0 Coniraclor s poeuUon Llahi6lY ! ((( AE202831 j CPLMOL105W3 812712025 9r27/2022 W1612021 3r1612023 Each Claim S1,000,000 Each Pollutlon Otcurr 61000,000 j[I i Each Cialm Dedudible stiiaoo DESCRIPTION OF OPERATIONS 1 LOCATIONS )VEHICLES (ACORO 101, AdOlIleliai Rama:ka Sciladule, may ba attachad U moro spaeo Is raqutred) Pro act: All Projects The above General Liability, Auto Liability and Umbrella policies include a blanket automatic additional insured endorsement that provides additional Insured status to the Certificate holderonly when there is a written contract between the named Insured and the certificate holder that requires such Sla(us. This policy conlalns "primary and non-contributory" wording. The above General Liability, Auto Liability, Umbrella and Workers Compensation policies Include a blanket Waiver of Subrot�stlan endorsement in favor of ilia certificate holders onlyy when there Is a wrflten contract between the named insured and the certificate holder that requires such status. The contractual Debility coverage provided by tiis policies is standard and may not cover all liabilities assumed by Ilia named Insured under its contract with Ilia certificate holder. The above General Liability, Auto Liability, Umbrella and Worker's Com ensalion policies will provide an endorsement provided that 30 day notice of cancellation will be furnished to the certificate holder. The above Umbrella is "follow form% A COPY OF THE ABOVE POLICIES iS AVAILABLE UPON REQUEST FROM THE INSURED. City of Lubbock PO Box 2000 Lubbock TX 79457 ACORD 25 (2014101) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESE14TATIVE VA N v 1IJ*I3-z0 '14 AGUKL) cUKFUHATIVN. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: BW92-STR 2100071-00 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. RIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following; AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: West Texas Services, Inc. Endorsement Effective Date: 9127/2021 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any and all jobslprojects of the insured, where required by written contract, executed prior to a claim. I Information required to complete this Schedule, if not shown above will be shown in the Declarations The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 441013 © Insurance Services Office, Inc., 2011 Page 1 of 1 Contractor's Subcontractors and Vendors I n r� Organization Doing Business As West Texas Services Inc. Dba: Tom's Tree Place Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm Metro City Electric Site Li htinq and Electrical 10% N Wallace Irrigation Irrigation System 10% . No Hard As Rock Concrete Hardsca a 20% N Matthews BackhoeDemo 10% No A&A Construction Brick Pavers 10% Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment ro osed for use on this project. Attach Additional Information if ary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm N/A 10 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I Midland Downtown Park Conservancy Project Name I Centennial Park Midland General Description of Project: Land sca a/Hardsea e/1 rrig ation Project Cost $6,200,000.00 Date Project Completed 01 /2021 Quality Control Key Project Personnel Project Manager Project Superintendent Safety Officer Manager Name Toby Rowin Kelly Futrell/Lendle Monden Kelly Futrell/Lendle Monden Toby Rowin Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Stephanie Martin Christy TenEyck Executive Director Landscape Architect Midland Downtown Park Conservanc TenE ck LA Inc. 432-687-8200 512-813-9999 stephanie@centennialparkmidland.or teneyck@teneyckla.co Construction Manager David Meadows Project Manager Lee Lewis Construction 806-797-8400 dmeadows@leelewis.com Project Owner I LEPPA Project Name Buddy Holly Hall General Description of Project: Landsca a/Hardsca a/Irri ation Project Cost $1,999,301.00 Date Project Completed 01/2021 Quality Control Key Project Personnel Project Manager Project Superintendent Safety Officer Manager Name Tanner Hensel Frank Bennett Frank Bennett Frank Bennett Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Rob Allison Owner's Rep LEPPA 806-747-3200 info@leppa.org Designer Construction Manager Chad Davis Sam Krier Landscape Architect Project Manager PSC Lee Lewis Constructi 806-438-1345 n 806-797-8400 cdavis@team-psc.co skrier@leelewis.com Project Owner I City of Lubbock I Project Name Citizen's Tower General Description of Project: Landsca a/Hardscape/Irri ation Project Cost $877,689.00 1 Date Project Completed 07/2020 Project Manager Project Superintendent Safe Officer Quality Control Key Project Personnel J g J p �' Manager Name Alex Scarborough Frank Bennett Frank Bennett Frank Bennett Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Mana(Ter Jason Hodges Clayton Brake Landscape Architect Project Manager Prairie Workshop Lee Lewis Construction 806-773-1508 806-797-8400 jhodges@prairieworkshop. cbrake@leelewis.com m born �i n —1 u L' J u Attachment B Proiect Information Project Owner 4,h (,t,' f General Description of Project • .� ' Proect Name ��t cA f-�� sC• � --r�� �: is tit. -[��.� n ��r._rs j'!� _ � �'��' -- Budgetflistory Schedule Performance Amount �— % Amount of Bid _ Date Days — Change Orders k`2 (�� ( Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date 111 Owner Enhancements -1 L L A I E Unforeseen Conditions —.-- Design Issues Change Order Authorized Final Completion Date _ Total { S { tom{ [ Actual / Estimated Substantial Completion Date Final Cost I Q'? I Actual / Estimated Final Completion Date 14oltti t 4iatugtr Prelat Sup Safct} Officer r a.ihtl Control ylmiaget Name Percentage of Time Devoted to the Project , •mot j Gar 1 C t t� }, r •i r 1 - t�f l�� 1 yL Proposed for this Project Did Individual Start and Complete the Project? ce S, ('0 S �I If not, who started or completed the project in their place Reason for chance Owner Designer Construction Manager j Name t t11tC1�IUP !i S Qtl (ti�i Ir E I Title/ Position - C ��t`. t�tPel yv-Ji 5 L 1f\i . Orgrnizanon Telephone F-mail - _ (` t > Ik4tC s}-� e 4 r ti(tt �r t) { I J�hS �� r� ('re t t� ne Kfl PiC 1 -f 111L. Lo L X S L . f� l_0! �M vp W Suret, I 1-✓ P U. S.citr Number of Issues Resoh_d_ /� Total Amount involved Y`� Resolved Issues in ►� t /l t `� I A Number of issues (, Total Amount involved in Pending_ _._ _ l� Resolved Issues A r n t `c A 16 H Attachment B Prid"t infartrutinn Project Owner Project Name General Dasr ription cif Projecl Tludgct 1 Tislory Schedule Performance Change Orders Amount % of Bid Amount Notice to Proceed titi Ctl ��� L Contract Substantial Completion Date at Notice to Proceed Date Days Owner Enhancements _+�—qr) Contract Final Completion Date at Notice to Proceed Unforeseen Conditions —^ Change Order Authorized Substantial Completion Date Design Issues J Change Order Authorised Final Completion Date Total O Actual / Estimated Substantial Completion Date C } C. Wv f �12 Final Cost C �,c I j Actual / Estimated Final Completion Date Name Percentage of Time Devoted to the Project u Projcct Maruigtr (ahrlt2.^ tAQfFA1 7 t P(ojcct Sup Sit(ety tt )lTiccr i Quality t ontrnt Nianager It�+tglt _L'S�'tt (t tl!L- 1C'hJ1 v� �� t /L Proposed for this Project Did Individual Start and Complete the Project? ! C � �, _..��' % j 1 hn Tf not, who started or completed the project in their place. Reason for change. Name Title! Position L�ftr t 5 ti 4 > ti Trl Organization Telephone _ E-mail 4 �� !•� _ `) 3��' 1104 �: ��" pfZGL,�� _iF._ _�- _ _ f�,�,� _ - �?s — , 5 'ti >. s _ 9H ,.is ' f ( le -`" (• u c' wv ; t' t Owner Designer i i5t'I _.__....__ Construction Manager I tYLl�-� �l� M 1 +C1 Surety Fk\ Number of Itisncs j� tneti Amount involved in R wlFetl _ ` `� RcsolvicelIssues �i�. Number of Isxtes Pmdin (ntai Amount itnoived in �' ` Resnlved Issues It I r 16 . j r, I j Attachment B Prnlrel fn6irmn rinn Project Owner I AL Project Name General Description of Project Budget S itstory Schedule Performance '' Amount _ �.� f ri_� 1 rl % of Amount_ Bid Date Days _ tacrtitrtrr!`ttrt'l—. d t ; (� mac Contract Substantial Completion Date at Notice to Proceed 1 �J Bid Change Orders Owner Enhancements _� Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Unforeseen Conditions Design Issues i — Change Order Authorized Final Completion Date Total Actual r Estimated Substantial Completion Date Final Cost I Actual / Estimated Final Cmmpletion Date - Prnect Sup Sr,fety Officer s')uality Control MEarrag�r l 1%rotea ylan-wer Name •{t+t?,'t lti.1 nnr Percentage of Time Devoted to the Project ( — Proposed for this Project Did Individual Stara and Complete the Project? If not, who started or completed the project in their place. Reason for Otinge Name Title/Position ur anvau n= Telephone E-mail Owner Designer C ' ,l � 7 ,.. �-_ l(& i ii Cnnt) + el }i�3- ��I �2�QConstruction � _-- r ra - t A ie tr��<__>. >rcuf-, C_ -L_ C_ is~L I ' r - Manager .n2ry 1 Number ai issues !t Resolved 1 /A Total Amount involved i777 Resolved Issues _r Number of Issues PcAin Total Amount involved in t t /� Resolved Issues No Text Page Intentionally Left Blank No Text 11 n NON -COLLUSION AFFIDAVIT ' STATE OF TEXAS n LUBBOCK COUNTY 11 �j Shellie Scarborough being first duly sworn, on his/her oath, says that the L bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any rj firm on the above work or supplies to put in a sham, or any other person or corporation to refrain from a statement J of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over (� any other firm or firms. 1) West Texas Services Inc., DBA: Tom's Tree Place Firm Shellie Scarborough nName (^ n ^ l Signature Corp. Sec/Treas _ Title L 2022 Subscribed and sworn to before me this 21 st day of June Notary Publ' My Commission Expires: O _ 7- c9Q pl L'% Ll =o: .. F.JACK BRANFIAAI =* *' My Notary ID # 5809770 '>f pF 2«+ Expires August 17, 2024 u NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION JI No Text Paize Intentionally Left Blank No Text PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Wallace Irrigation Lubbock ligation ° R 2. Metro City Electric Lubbock Electrical °' 3. Matthews Backhoe Lubbock Demo ° R 4. Hard as Rock Concrete Lubbock Hardscape ° R 5. A&A Construction Arlington Hardscape ° b. ° ° 7. ❑ ❑ 8. ° ° 9. ° ° 10. ❑ ❑ 11. ° ° 12. ° ° 13. ❑ ❑ 14. ❑ ❑ 15. ° ° 16. ° ° THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: West Texas Services, Inc. Dba: Tom's Tree Place (PRINT NAME OF COMPANY) No Text Pate Intentionally Left Blank �; 'i) FINAL LIST OF SUB -CONTRACTORS Company Name Location 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Services Provided SUBMITTED BY: (PRINT NAME OF COMPANY) Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO No Text Page Intentionally Left Blank No Text Payment Bond No Text II BOND NO. 4453790 I STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) �j OF THE TEXAS GOVERNMENT CODE l (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Services, Inc. DBA Tom Tree Place (hereinafter called the Principal(s), as Principal(s), and n SURETEC INSURANCE COMPANY] r I 11 (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Nine Hundred Forty -Four Thousand Five Hundred Dollars ($944,500.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Oblige, dated 26th day of July, 2022, to RFP 22-MA 14th Street Plaza and East Green Project. 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 26TH day of JULY 2022. WEST TEXAS SERVICES, INC. DBA SURETEC INSURANCE COMPANY Surety *By: GJ (Ti le) HOWARD COWAN LJ ATTORNEY -IN -FACT t- 1 j Oli�/1 ��e' ID I GAG C� (Company Name) By: Ae"� (Title) '1 19 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SURETEC INSURANCE COMPANY Surety itle) HOWARD COWAN ATTORNEY -IN -FACT Approved as to form: City of Lubbock City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws -71, showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have j copy of power of attorney for our files. No Text SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: http://www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 8/2019 No Text SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION FORCE MAJEURE RIDER The obligations of the Surety and Principal under the Bond or Bonds to which this Rider is annexed are subject to the following limitations and conditions, to wit: that, it is a condition precedent to their liability hereunder that the contractual obligation (the contract or subcontract, as the case may be, being referred to in this Rider as the "Contract") between the Principal and the Obligee underlying this Bond includes (or shall be considered amended to include) a Force Majeure exclusion holding that the Principal and its Sureties shall not be held Liable under this Bond or under the Contract for any impacts, delays, defaults, or damages related to Principal's work arising from, or related to epidemics, pandemics, medical emergencies, supply line interruptions, or natural disasters impacting the work required by the Contract, regardless of where such events occur, acts of God, terrorism, war, acts of government or administrative suspension, limitation, or shut -down, or the direct or indirect consequences or aftermath of any of the foregoing, and the Contract further provides that the Principal shall be entitled to an extension of the Contract Time and an equitable adjustment of the Contract Price, as a result of any of the exclusions heretofore cited. In the event the provisions for force majeure, time extensions, or equitable adjustment for time and money are more favorable to Principal in the Contract, than in this Rider, the more favorable shall apply. Revised 3-2009 No Text POA# 4221762 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Howard Cowan, Marla Hill Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: i Twenty Million and 00/100 Dollars ($20,000,000.00) 1 This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the actand deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." ,r IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 9th day of February 2022 . 'r) Sure-rec Insurance Company FiAN ```�stt rrzjz Markel suranceC pang SV CF U CF n_ fI, 0FP�2ar.�� 1 By. w; to 5g =�c SEAL a_ By l Michael C. Keimig, Preside ��• ♦.r �• i �'� t Vi 1 '.�Y'•.(cs.� Y� Y tenings, ce President State of Texas County of Harris: On this 9th day of February , 2022 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. ;.ti�AYPL'a,. XENIA RIVAS - °" Notary Public State of Texas By: Commission # 129117659 x as, Nottry Public e0' Commission Expires 9/10/24 My co as, expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 26th day of .11)I Y 1 9099 . S reTeclnsu nceComp y By: M. Br t Beaty, As stant Secre ry Any Instru men t Issued in excess of the penalty stated above is totally void and with out any validity. 4221762 For verification of the authority of this Power you may call (713)812-0800on any business day between 8:30 AM and 5:00 PM CST. By: No Text Performance Bond No Text STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Services, Inc. DBA Tom Tree Place (hereinafter called the Principal(s), as Principal(s), and SURETEC INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Nine Hundred Forty -Four Thousand Five Hundred Dollars ($944,500.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Oblige, dated 261h day of July, 2022, to RFP 22-16592-MA Bid Tab 22-16592-MA 14th Street Plaza and East Green Project 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 26TIlay of JULY , 2022. SURETEC INSURANCE COMPANY Surety IeV161 By: /j ( i ) HOWARD CO ATTORNEY -IN -FACT `-f—D is .—tree, Va6e., (Company Name) r By: Ac� (Prij ited Na (Sign a e (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SURETEC INSURANCE COMPANY Surety *By: i e) HOWARD COWAN ATTORNEY -IN -FACT Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. No Text Page Intentionally Left Blank No Text Certificate of Insurance No Text 9� ' CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: I P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. I E TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGELIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSA TION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less (l than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less Iu= than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (� LJ MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: V The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. dTHE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. No Text r CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS Li OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS J INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR COPIES OF THE ENDORSEMENTS ARE REQUIRED. u J REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 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. REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing l of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: Ll (i) a certificate of coverage, prior to the other person beginning work on the project; and r ) (.. rr 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 r_, the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. The Contractor shall not continence 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 1 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. I No Text ``` K" CERTIFICATE OF LIABILITY INSURANCE DATD/YYYY) 3/4/2 3/4/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN. THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aycock & Fowler Insurance Co A Higginbotham Co. CONTACT PHONE Dawn Taylor__ _ _ Faz LALNe,Exu; 806-798-2700 —� �Ac Nq.806- 9111 Milwaukee Ave. Lubbock TX 79424 EMAIL ---- -- _AopREss dtaylor hi ginbotham.net INSURER(S) AFFORDING COVERAGE I NAIC p INSURER A LIOydS 15792 _ ---- -.-_ INSURED _- WESTTEX-39 West Texas Services, Inc, INsuRER,e _Rock Ridge Insurance Company_ 11089 _ -' .. INSURER-C.: Texas Mutual Insurance Company 22945__ Tom's Tree Place Zephyr Tree Farm 5104 34th Street _ INSURER D: Evanston Insurance Compan I 35378 -- Y___ _ INSURER E : _ Lubbock TX 79410 INSURER F • COVFRAnFS ....■. KCVISIUN NUMrit-R: 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR -� .._ .._ __..._. _...___ _ ;ADDL SUER -- - POLICY EFF POLICY EXP' 1-..,..-"--- " LTR TYPE OF INSURANCE Wyn POLICY NUMBER MMIDD/YYYY MMIANOY i LIMITS A I X COMMERCIAL GENERAL LIABILITY SCGIO32321 91272021 i 9/27/2022' Ij ;EACH OCCURRENCE $1,000,000 CLAIMS -MADE i X OCCUR ! i D M G TO RENTED PREMISES (Ea occurrence). $1,000,000 —"--"'------ ---- ---- MED EXP (Any one person) $ 15,000 _ —"'--"`- PERSONAL & ADV INJURY $1.000,000 AGGREG_ ATE LIMIT APPLIES PER LGEN't. POLICY JECOT- LOC GENERAL AGGREGATE I $ 2,000,000 — PRODUCTS -COMP/Op AG G $ 2.000.000 I OTHER:...--- 8 AUTOMOBILE LIABILITY I j BWM)2-STR-2100071.00 9/27/2021 X AALL OWNED NY AUTO SCHEDULED SCHEDUNED AUTOSNON-OW 927/2022 COMBINED SINGLE LIMIT LEA acCie.2L $1.4pg 000 __... BODILY INJURY (Per person) $ J AUTOS I X X BODILY INJURY (Per accident) $ �� HREDAUTOS AUTOS PROPERTY DAMAGE i Cr aGC l ._.. � ...___ $ A X UMBRELLA LIAR X OCCUR SCX1040021 9/2712021 912712022 LIAR _... C_ LAIMS-MADE, EACH OCCURRENCE $ 5,000 D00 - - ..- ....-.- ,EXCESS ! DED x i AGGREGATE $ 5,000,000 —�— C REI TENTION $ j I I WORKERS COMPENSATION 0001194331 9J2712021 AND EMPLOYERS' LIABILITY $ 9127/2022 X ERA Y / N _, ANY PROPRIETOR/PARTNERIEXECUTIVE ° OFFICER/MEMBER EXCLUDED? [ N I A SEA UTE E L. EACH ACCIDENT I__ (Mandatory In $1,000,000 IF yes, describe under and i E.L. DISEASE - EA EMPLOYEE $1,000 ODD DESCRIPTION OF OPERATIONS below -_ A Professional Liability AE202831 E.L. DISEASE -POLICY LIMIT $ 1,000,000 D ` Contractor's Pollution Liability 927/2021 CPLMOL105863 3/16/2021 9/27/2022 Each Claim $1,000,000 3/16/2023 Each Pollution Occurr $1.000,000 Each Claim Deductible $10,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached If more space Is required) Pro'ect: All Projects The above General Liability, Auto Liability and Umbrella policies include a blanket automatic additional insured endorsement that provides additional insured status to the Certificate holder only when there Is a written contract between the named insured and the certificate holder that requires such Status, This policy contains "primary and non-contributory" wording. The above General Liability, Auto Liability, Umbrella and Workers Compensation include policies a blanket Waiver of Subrogation endorsement in favor of the certificate holders only when there is a written contract between the named insured and the certificate holder that requires such status. The contractual liability coverage provided by the policies is standard and may not cover all liabilities assumed by the named insured under its contract with the certificate holder. The above General Liability, Auto Liability, Umbrella and Worker's Compensation policies will provide an endorsement provided that 30 day notice of cancellation will be furnished to the certificate holder. "follow The above Umbrella is form". A COPY OF THE ABOVE POLICIES IS AVAILABLE UPON REQUEST FROM THE INSURED, CERTIFICATE HOLDER City of Lubbock PO Box 2000 Lubbock TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD No Text POLICY NUMBER: BW92-STR-2100071-00 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: West Texas Services, Inc. Endorsement Effective Date: 9/27/2021 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any and all jobs/projects of the insured, where required by written contract, executed prior to a claim. Information re uired to com lete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the "loss" under a contract with that person or organization. CA 04 4410 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 No Text i --, POLICY NUMBER: SCG1032321 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE: Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any person or organization that is an owner of real All locations where your ongoing operations are property or personal property on which you are performing ongoing operations, or a contractor on whose performed for any additional insured as specified in a written contract. behalf you are performing ongoing operations, but only if coverage as an additional insured is required by a written contract or written agreement that is an "insured contract", and provided that the "bodily injury", "property damage" or "personal & advertising injury" first occurs subsequent to the execution of the contract or agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: I. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. JCG 20 10 0413 With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. © ISO Properties, Inc., 2004 Page 1 of 2 No Text C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement applicable Limits of Declarations. shall not increase the Insurance shown in the CG 20 10 0413 0 Insurance Services Office, Inc., 2012 Page 2 of 2 No Text POLICY NUMBER: SCG1032321 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Sr.uFn" n P Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization that is an owner of real All locations where "your work" was performed for any property or personal property for whom you work or have additional insured as specified in a written contract. worked, or a contractor on whose behalf you work or have worked, but only if coverage as an additional insured extending to "bodily injury" or "property damage" included in the "products — completed operations hazard" is required by a written contract or written agreement that is an "insured contract" and provided that the "bodily injury" or "property damage" first occurs subsequent to the execution of the contract or agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: I. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 © Insurance Services Office, Inc., 2012 Page 1 of No Text POLICY NUMBER: SCG1032321 COMMERCIAL GENERAL LIABILITY CG 20 0104 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 No Text POLICY NUMBER: SCG1032321 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization whom you are required to waive any right of recovery under a written contract executed prior to the occurrence which results in bodily injury or property damage under Coverage A, or the offense which results in personal and advertising injury under coverage B. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 No Text Txasmutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 03 04 B Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 9/27/21 at 12:01 a.m. standard time, forms a part of: Policy no. 0001184331 of Texas Mutual Insurance Company effective on 9/27/21 Issued to: WEST TEXAS SERVICES INC DBA: TOM'S TREE PLACE This is not a bill NCCI Carrier Code: 29939 Authorized representative PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 9127/21 WC 42 03 04 B No Text Patze Intentionally Left Blank No Text Paste Intentionally Left Blank No Text Contract 16592 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 261 day of July , 2022 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and West Texas Services, Inc. DBA Tom Tree Place of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 22-16592-MA 14th Street Plaza and East Green Project and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. West Texas Services, Inc. DBA Tom Tree Place's proposal dated June, 21 , 2022, is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: COMPLETE ADDRESS: 5104 34" Street Lubbock, TX 79410 AxIrEST: Corporate Secretary CITY OF LUBBO AS (OWNER): By: Tr yne Mayor ATTEST: Rebeka Garza, City Secrdta APPROVED AS TO CONTENT: f lk /\7JkA, /pIcilities M ageme t Nagle (Printed) Date APPROVED AS TO FORM: Aellieisure, Assistant City Attorney No Text General Conditions of the Agreement No Text GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit West Texas Services, Inc. DBA Tom's Tree Place who has agreed to perform the work embraced in this contract, or their legal representative. r-1 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Darren Densford, City Architect , so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be 1 authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's } Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. i J No Text CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be fiunished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. No Text 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall fiu7iish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. No Text Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such No Text tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. No Text In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and -the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. No Text 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. No Text A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $5,000,000 Combined Commercial General Liability Requirements: $5M occurrence / $10M aggregate (can be combined with an Excess Liability to meet requirements). B. CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability Heavy Equipment Endorsement: Heavy equipment endorsement is required Commercial General Liability Digging Endorsement: XCU endorsement is required C. Automobile Liability Requirements: $1M/occurrence is needed Builder's Risk Requirements: Builder's Risk Insurance is needed for this project, and at a minimum, the insurance should cover the full insurable value of the improvements. Professional Liability Requirements: $lM occurrence / $2M aggregate Workers Compensation Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license. Pollution Liability Requirements: NOT APPLICABLE Special Insurances Crime Protection Coverage Requirements: NOT APPLICABLE Carrier Cargo Liability Requirements: NOT APPLICABLE Manned Aircraft Liability Requirements: NOT APPLICABLE Unmanned Aircraft Liability Requirements: NOT APPL B. D. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED E. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED F. Umbrella Liability Insurance NOT REQUIRED G. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of No Text Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and No Text (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: No Text (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must he covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; No Text (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 proj ect; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance No Text of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. No Text If the Contractor should neglect, fail or refuse to substantial) complete the g y p 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 $1000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially 1 completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then r� the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may I withhold permanently from Contractor's total compensation, the sum of $1000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth 71 for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. r_ �I 35. TIME AND ORDER OF COMPLETION 36. J It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor No Text shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. No Text i41. 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 Jitotal value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less: (i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights l to enforce the express terms of the contract documents, and all remedies provided therein, as to any and J all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen L (15) calendar days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and l within said time, if the work be found to be substantially completed in accordance with the contract Jdocuments, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the No Text work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of two years 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: Defective work not remedied and/or work not performed, Claims filed or reasonable evidence indicating possible filing of claims, Damage to another contractor, Notification to owner of failure to make payments to Subcontractors or Suppliers, No Text (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the 1 amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE 1 It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor 1 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, 1 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 1 Contractor. J48. 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 incompliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: a The Owner may employ such force of persons and use of () y p y p 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, i 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 �l No Text �I l (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion 1 of the work under substantially the same terms and conditions which are provided in this contract. In case 1 of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contract and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. 1 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, �.J equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. L 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. ,J' 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in L-1 the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list �J �J No Text 51. 52. 53 54 55 and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 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. 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. 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 No Text -1 gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge r or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. it 57. THE CITY RIGHT TO AUDIT I At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to r audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit 1 by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct r j such amounts owing the City from any payments due Contractor. LI 58. NON -ARBITRATION I The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. i Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this r provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person No Text who fails to properly classify an individual as required by Subsection a or shall a to the commission O O pay a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the i date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 j { requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be J signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ei.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 J U Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any J No Text contractinginformation related to the contract that is in the custody r y o possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY r� The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 7 j 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. r j 68. PROFESSIONAL RESPONSIBILITY :J All architectural or engineering services to be performed shall be done with the professional skill and r care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. L j 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. No Text DAVIS BACON WAGE DETERMINATIONS No Text EXHIBIT A "General Decision Number: TX20220280 03/25/2022 a Superseded General Decision Number: TX20210280 State: Texas r-}I Construction Type: Building 1 Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a)(2)-(60). �If the contract is entered 1. Executive Order 14026 linto on or after January 30, 1 generally applies to the 12022, or the contract is I contract. renewed or extended (e.g., an 1. The contractor must pay loption is exercised) on or I all covered workers at lafter January 30, 2022: 1 least $15.00 per hour (or I - the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2022. 1 1If the contract was awarded onl. Executive Order 13658 for between January 1, 2015 andl generally applies to the JJanuary 29, 2022, and the contract. contract is not renewed or The contractor must pay alll lextended on or after January I covered workers at least 130, 2022: 1 $11.25 per hour (or the applicable wage rate listed) on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for 1 performance of work on the contract does not appear on this wage determination, the contractor must still submit a J conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at No Text �l https://www.dol.gov/agencies/whd/govemment-contracts. l r-, Modification Number Publication Date 0 01/07/2022 1 02/25/2022 2 03/25/2022 rBOIL0074-003 01/01/2021 Rates Fringes BOILERMAKER ...................... $ 29.47 24.10 ---------------------------------------------------------------- * CARP0665-001 01/01/2022 Rates Fringes CARPENTER ........................ $ 24.98 7.83 ---------------------------------------------------------------- ELEC0602-008 03/01/2020 r� Rates Fringes l ELECTRICIAN ...................... $ 23.12 - -------------------------------------------------------------- 3%+10.75 1 ENGIO178-005 06/01/2020 (� Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane ............. $ 32.85 13.10 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic } Crane 60 tons and above ..... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under .............. $ 32.35 13.10 ---------------------------------------------------------------- IRON0084-011 06/01 /2021 L� Rates Fringes l _1 IRONWORKER, ORNAMENTAL ........... $ 26.01 ---------------------------------------------------------------- IRON0263-003 06/01/2020 I` Rates Fringes JIRONWORKER, STRUCTURAL ........... $ 25.14 PLUM0404-001 09/01/2020 1 Rates Fringes PLUMBER .......................... $ 26.05 8.81 J SHEE0049-00104/01/2019 7.56 7.43 No Text n l Rates Fringes r SHEET METAL WORKER (HVAC Duct Installation Only) ............... $ 21.73 14.94 ---------------------------------------------------------------- * SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER ....................... $ 20.04 0.00 J CEMENT MASON/CONCRETE FINISHER ... $ 19.60 0.00 INSULATOR - MECHANICAL j (Duct, Pipe & Mechanical System Insulation) ............... $ 19.77 7.13 j IRONWORKER, REINFORCING .......... $ 12.27 ** 0.00 LABORER: Common or General ...... $ 12.35 ** 0.00 r 1 LABORER: Mason Tender - Brick ... $ 11.36 ** 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 10.58 ** 0.00 i LABORER: Pipelayer..............$ 12.49 ** 2.13 j LABORER: Roof Tearoff........... $ 11.28 ** 0.00 r OPERATOR: L Backhoe/Excavator/Trackhoe....... $ 14.25 ** 0.00 OPERATOR: Bobcat/Skid } Steer/Skid Loader ................$ 13.93 ** 0.00 JI OPERATOR: Bulldozer .............$ 18.29 1.31 } OPERATOR: Drill ................. $ 16.22 0.34 �J OPERATOR: Forklift ..............$ 14.83 ** 0.00 OPERATOR: Grader/Blade .......... $ 13.37 ** 0.00 OPERATOR: Loader ................$ 13.55 ** 0.94 OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, A Aggregate, and Concrete) ......... $ 16.03 0.00 l OPERATOR: Roller ................$ 12.70 ** 0.00 j PAINTER (Brush, Roller, and Spray) ...........................$ 14.27 ** 0.00 ROOFER ...........................$ 13.75 ** 0.00 No Text '-1 j SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 21.13 6.53 r� TILE FINISHER ....................$ 11.22 ** 0.00 I TILE SETTER ......................$ 14.00 ** 2.01 TRUCK DRIVER: Dump Track ........ $ 12.39 ** 1.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 I TRUCK DRIVER: Semi -Trailer Truck ............................$ 12.50 ** 0.00 TRUCK DRIVER: Water Truck.......$ 12.00 ** 4.11 T WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15.00) or 13658 ($11.25). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/goverr)ment-contracts. J Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the J No Text cited type(s) of construction in the area covered by the wage J determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or j""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number ? where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 1 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. !1 Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. i 'I LA Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage i determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. No Text �II A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 1 -� WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for _ the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described L 1 in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor } 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. j 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board No Text I U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 j 4.) All decisions by the Administrative Review Board are fmal. END OF GENERAL DECISIO" EXHIBIT B Prevailing Wage Rates Overtime Rate r The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. It EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. J J No Text Page Intentionally Left Blank No Text Specifications No Text u u PROJECT MANUAL CITY OF LUBBOCK 14th Street Plaza and East Green Project Lubbock, TX 1�- [in'of ib o ck May 12022 Parkhill Project # 03561621 TEXAS Parkhill Parkhill.com No Text City of Lubbock 14th Street Plaza /East Green TABLE OF CONTENTS DIVISION 00 — PROCUREMENT AND CONTRACTING REQUIREMENTS 0080 10 Owner Documents DIVISION 01— GENERAL REQUIREMENTS 01 1000 Summary 012000 Price and Payment Procedures 01 3000 Administrative Requirements 013001 Digital Data Licensing Agreement 01 3300 Submittal Procedures 01 40 00 Quality Requirements 01 42 00 References 01 5000 Temporary Facilities and Controls 01 57 13 Temporary Erosion and Sediment Control 01 57 19 Temporary Environmental Controls 01 6000 Product Requirements 017000 Execution and Closeout Requirements DIVISION 02 - EXISTING CONDITIONS 0241 13 Selective Site Demolition DIVISIONS 03 - 09 Not Used DIVISION 10 - SPECIALTIES 1075 16 Ground -Set Flagpoles DIVISIONS 11- 25 Not Used DIVISION 26 - ELECTRICAL 260500 Basic Electrical Methods 2605 13 Building Wire and Cable 2605 19 Equipment Wiring Systems 260526 Grounding and Bonding 260529 Supporting Devices 26 05 33.13 Conduit 26 05 33.16 Boxes 260553 Electrical Identification 262416 Panelboards 262726 Wiring Devices 03561621 03563022 05/22 TABLE OF CONTENTS 05/03/2022 TOC - 1 J No Text City of Lubbock 14th Street Plaza /East Green Project DIVISIONS 27 — 28 Not Used DIVISION 31- EARTHWORK 312300 Excavation and Fill DIVISION 32 - EXTERIOR IMPROVEMENTS 3211 50 Flexible Base Course 32 12 16 Asphalt Paving 3213 13 Concrete Paving 32 13 73 Concrete Paving Joint Sealants 32 14 00 Unit Paving 32 17 23 Pavement Markings 32 17 26 Tactile Warning Surfacing 32 84 00 Planting Irrigation 32 93 00 Plants DIVISIONS 33 — 48 Not Used 03561621 03563022 05/22 TABLE OF CONTENTS 05/03/2022 TOC-2 No Text City of Lubbock 14th Street Plaza /East Green Project DESIGN PROFESSIONAL RESPONSIBILITY The Specification Sections authenticated by my seal and signature are limited to the following: DIVISION 26 — ELECTRICAL 26 05 00 Basic Electrical Methods 2605 13 Building Wire and Cable 2605 19 Equipment Wiring Systems 26 05 26 Grounding and Bonding 26 05 29 Supporting Devices 26 05 33.13 Conduit 26 05 33.16 Boxes 26 05 53 Electrical Identification 26 24 16 Panelboards 26 27 26 Wiring Devices 03561621 03563022 05/22 5� �E of T1z 2 \ ,� S.�Q.............. sit i* a i IS2AA(. N GR1 III AR o DESIGN PROFESSIONAL RESPONSIBILITY 05/03/2022 INA - I No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 00 80 10 — OWNER DOCUMENTS PART 1- GENERAL 1.1 APPLICABLE DOCUMENT A. Owner provided documents are as indicated below and that follows this Section. 1. Notice to Bidders. 2. Bid Bond. 3. Contract. 4. Exhibit C- Bonding Requirements. 5. Performance Bond. 6. Payment Bond. 7. Exhibit D- Building Wage Rate. 8. Exhibit D- Heavy & Highway Wage Rate. 9. Conflict of Interest Reporting Requirements. 10. Conflict of Interest Questionnaire. 11. Affidavit of Eligibility. 12. General Conditions of Bidding. 13. Standard Purchase Terms and Conditions. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used 03561621 03563022 05/22 END OF SECTION OWNER DOCUMENTS 00 80 10 - 1 No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 0110 00 SUMMARY PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work covered by Contract Documents. 2. Contractor use of site and premises. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project information management. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, 14th Street Plaza and East Green Project. B. Location: 14th Street and Avenue L, Lubbock, Texas 79401. C. Without force or effect, Work of Project consists of new plaza space with new brick pavers, concrete paving and sidewalks, lighting, planting, and irrigation. 1.3 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Utility Outages and Shutdown: Coordinate with Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03561621 SUMMARY 01 10 00 - 1 03563022 05/22 No Text 1 J City of Lubbock 14th Street Plaza/East Green Project SECTION 0120 00 - PRICE AND PAYMENT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Contingency allowance. 2. Schedule of Values. 3. Application for Payment. 4. Change Procedures. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project information management. 3. Section 0133 00 "Submittal Procedures" for Schedule of Values. 4. Section 01 60 00 "Product Requirements" for product substitutions. 1.2 CONTINGENCY ALLOWANCE A. Include stipulated sum of $50,000.00 for use upon Owner's instruction. B. Costs Included in Contingency Allowance: Contractor's costs for products, equipment, delivery, installation, labor, insurance, payroll, applicable taxes, and equipment rental; handling at site, including unloading, uncrating, and storage; protection of products from elements and from damage; finishing costs. C. Costs Not Included in Contingency Allowance, but included in Contract Sum/Price: Bonds, insurance, overhead, profit, and other expenses contemplated for stated allowance amounts. D. Funds will be drawn from Contingency Allowance only by Change Order. E. At closeout of Contract, funds remaining in Contingency Allowance will be credited to Owner by Change Order. 1.3 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Utilize Table of Contents of this Project Manual. Identify each line item with number and title of major Specification Section, separating labor and material for each line item. Identify site mobilization, general conditions, testing, bonds, and insurance as separate line items. D. Include in each line item amount of Allowances specified in this Section. E. Include within each line item, a directly proportional amount of Contractor's overhead and profit. F. Revise schedule to list approved Change Orders, with each Application for Payment. 03561621 03563022 05/22 PRICE AND PAYMENT PROCEDURES 01 20 00 - 1 No Text City of Lubbock 14th Street Plaza/East Green 1.4 APPLICATIONS FOR PAYMENT A. Submit notarized application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner -Contractor agreement. D. A complete application for payment includes 1 copy of waiver of liens from each subcontractor, Construction progress schedule, and submittal schedule, all which are required to process the Application for Payment. 1.5 CHANGE PROCEDURES A. Landscape Architect will advise of minor changes in Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by Owner/Contractor Agreement by issuing Landscape Architect's Supplemental Instructions on AIA Form G710. B. Landscape Architect may issue a Construction Change Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications and a change in Contract Time for executing change. Contractor will prepare and submit an estimate within 7 days. C. Contractor may propose a change by submitting request for change to Landscape Architect. Include reason for change and effect on Contract Sum/Price, Contract Time, and subcontractors. Document requested substitutions in accordance with Section 01 60 00 "Product Requirements." D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Landscape Architect. E. Construction Change Directive: Landscape Architect may issue a directive, on AIA Form G713 Construction Change Directive signed by Owner, instructing Contractor to proceed with a change in Work, for subsequent inclusion in a Change Order. Document will describe changes in Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute change. F. Time and Material Change Order: 1. Submit itemized account and supporting data after completion of change, within time limits indicated in Conditions of the Contract. 2. Landscape Architect will determine change allowable in Contract Sum/Price and Contract Time as provided in Contract Documents. 3. Maintain detailed records of Work done on Time and Material basis. 4. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in Work. G. Change Order Forms: AIA G701 Change Order. 03561621 PRICE AND PAYMENT PROCEDURES 01 20 00 - 2 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project H. Execution of Change Orders: Landscape Architect will issue Change Orders for signatures of parties as provided in Conditions of the Contract. I. Change Order: Furnish an itemized breakdown, in form acceptable to Landscape Architect of costs and supporting information including but not limited to quantities and material prices. Tier subcontracted Work performed at labor rates, employer payments, and rental rates. Itemize breakdown detail shall be same for subcontractor Work. Provide complete supporting information for profit and overhead or markups used when requested. Consider the following items a part of overhead or Contractor's and subcontractor's mark-up and do not include as separate cost item: Labor for Superintendents, Assistant Superintendents, home office personnel, timekeepers, and maintenance mechanics at any level of contracting; individual pieces of equipment, hand tools or instruments having a new value of $500.00 or less, whether or not consumed by use; on site and main offices; modification to record Contract Documents; nor guarantee period costs. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 03561621 03563022 05/22 END OF SECTION PRICE AND PAYMENT PROCEDURES 012000-3 No Text i City of Lubbock 14th Street Plaza/East Green ect SECTION 0130 00 - ADMINISTRATIVE REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Project Information Management. 2. Coordination. 3. Electronic Drawing file (digital data) request. 4. Submittal schedule. 5. Preconstruction meeting. 6. Request for information. 7. Progress meetings. S. Preinstallation meetings. 9. Cutting and patching. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT INFORMATION MANAGEMENT A. Project Website: 1. Use Newforma Info Exchange; https://projects.team-psc.com/lJserWeb/Login to send and receive Project information. 2. Contact Landscape Architect to setup a user name and password information. 3. If this Project is not listed when logged in, contact Landscape Architect to add this Project to your account. B. Project information includes, but is not limited to, the following: 1. Product Submittals. 2. Requests for Information (RFI). 3. Applications for Payment. 4. Schedules. 5. Construction Change Requests (CCRs). 6. Closeout Documents. 7. Construction Document Files. a. Weather Days. b. Electronic File Requests. C. Correspondence. d. Test Reports. e. Meeting Minutes. f Field Reports. 03561621 03563022 05/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 1 No Text City of Lubbock r] 14th Street Plaza/East Green 1.3 COORDINATION ect A. Coordinate scheduling, submittals, and Work to assure efficient and orderly sequence of installation of construction elements, with provisions for accommodating items installed later. B. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate Work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical Work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within construction. Coordinate locations of fixtures and outlets with finish elements. E. Large Apparatus: Any large apparatus which is to be installed in any space and is too large to permit access through windows, doorways, or shafts shall be provided before enclosing structure is completed. F. Items which require electrical connections shall be coordinated with Division 26 "Electrical" for: 1. Voltage. 2. Phase. 3. Ampacity. 4. Number and size of wires. 5. Wiring diagrams. 6. Starter size, details, and location. 7. Control devices and details. G. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. H. After Owner occupancy of premises, coordinate access to site with Owner for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 ELECTRONIC DRAWING FILE (DIGITAL DATA) REQUEST A. During Procurement Phase: 1. Bidders and Proposers may purchase a Digital Data file. Digital Data file will be provided in software release currently used by Landscape Architect. File will be provided via Landscape Architect's Project website. 2. AutoCAD Drawing files (.dwg) are available for purchase from Architect upon request. Cost of files are indicated below plus applicable tax. a. 1 - 3 Sheets: $100.00 per sheet. b. 4 - 6 Sheets: $400.00 per sheet. C. 7 9 Sheets: $500.00 per sheet. 3. Prior to delivery of file(s), purchaser shall sign a Digital Data Licensing Agreement. Payment for Digital Data file(s) shall occur upon delivery of file to purchaser. 4. Digital Data file(s) shall be used only for preparing Bids and Proposals required by this Project and shall not be used in any other form, in whole or in part. 03561621 03563022 05/22 ADMINISTRATIVE REQUIREMENTS 013000-2 ,I� No Text 7 ` City of Lubbock 14th Street Plaza/East Green Project r� B. Upon Award of Contract: 1. At the pre -construction meeting, Contractor shall bring the executed Digital Data _ Licensing Agreement (AIA C106-2013) at the end of this Section for the release of r } electronic files. Upon Contractor submitting the executed Agreement to the Landscape Architect, the Landscape Architect will provide the Contractor 1 electronic copy of the AutoCAD (.dwg) file(s) and Portable Document Format (.pdf) 7 file(s) at no charge within 5 working days. Files and Formats to be as follows: a. Landscape: Overall master file in AutoCAD format. 1) Overall Site Plan with grading, flatwork, irrigation, and planting plans. r� 2) All details, detail annotation and references are omitted and not part of the AutoCAD file. 2. Conformed Construction Documents: If Conformed Construction Documents are r� required by the Owner/Landscape Architect Agreement, they will be provided in PDF. Conformed Construction Documents are the Drawings and Specifications L 1 modified to include any Addenda issued before execution of the Contract. a. To the extent Conformed Construction Documents are provided to the Contractor, the following provisions shall apply: J 1) The Conformed Construction Documents and related inforination contained therein, are provided for Contractor's convenience only, and -� does not relieve the Contractor from the requirements of the Contract Documents. Specifically, to the extent that any discrepancy or conflict exists between the Issue for Bid documents, including any Addenda issued prior to execution of the Contact or Modifications issued after lthe execution of the Contact on the 1 hand, and the Conformed J Construction Documents on the other; the Issue for Bid documents, Addenda, and Modifications shall control unless otherwise specified in writing by the Architect. L 2) Contractor shall not use such Drawings, documents, or other data, in whole or in part, for any purpose or project other than this Project in the preparation of Shop Drawings and other submittals. 3) Contractor acknowledges that such Drawings, documents, and other L data are subject to change or modification. Contractor shall be responsible for updating any Drawings, documents, or other data obtained prior to use by them for any purpose. - 4) Any Conformed Construction Documents, including any Drawings, Specifications, documents, or other data related thereto are provided "as is" without representation or warranty by Architect, either expressed or implied. 5) Contractor acknowledges that Conformed Construction Documents provided by Architect are as a courtesy to Contractor, at their specific request, and accordingly, CONTRACTOR HEREBY AGREES TO RELEASE, HOLD HARMLESS, DEFEND, AND INDEMNIFY ARCHITECT AND OWNER FROM ANY AND ALL CLAIMS, DEMANDS, OR CAUSES OF ACTION, WHICH CONTRACTOR OR ANY THIRD PARTY MAY HAVE BY REASON OF ANY INJURY OR DAMAGE SUSTAINED BY CONTRACTOR OR 1 THIRD PARTY ARISING OUT OF OR IN ANY WAY RELATED TO THE USE OF SUCH CONFORMED CONSTRUCTION DOCUMENTS. �l 03561621 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 3 03563022 05/22 l No Text City of Lubbock 14th Street Plaza/East Green Project 1.5 SUBMITTAL SCHEDULE A. Prepare submittal schedule in accordance with General Conditions of the Contract for Construction. B. Include in submittal schedule all submittals and samples required by all Sections of this Project Manual and any additional submittals required by the Contractor to construct the Project. C. Submit submittal schedule for Landscape Architect's review within 15 days after date established in Notice to Proceed or with the first Application for Payment, whichever is sooner. Failure to submit submittal schedule with the first Application for Payment will be cause for not processing Application for Payment. 1.6 PRECONSTRUCTION MEETING A. Landscape Architect will schedule a meeting after Notice to Proceed r B. Attendance Required: 1. Owner. 2. Landscape Architect. 3. Contractor. C. Agenda: L ' 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. r 1 3. Submission of list of subcontractors, list of products, Schedule of Values, submittal schedule, and progress schedule. 4. Designation of personnel representing each party in Contract and Landscape Architect. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, Request for Information (RFI), and T -1Contract closeout procedures. J 6. Review Notice to Proceed (NTP) and Substantial Completion Dates. 7. Surface drainage requirements (SWPPP). 8. Scheduling: a. Use of premises by Owner and Contractor. L_ J b. Construction facilities and controls provided by Owner. C. Temporary utilities provided by Owner. d. Survey and building layout. e. Security and housekeeping procedures. f. Construction progress meetings. g. Procedures for testing. h. Procedures for maintaining record documents. L i. Requirements for start-up of equipment. j. Inspection and acceptance of equipment put into service during construction period. 9. Scheduling activities of Construction Material Testing (CMT) lab, Geotechnical Engineer. l D. Record minutes and distribute copies within 3 days after meeting to participants with 2 JI copies to Landscape Architect and those affected by decisions made. 03561621 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 4 03563022 05/22 No Text 7 City of Lubbock 14th Street Plaza/East Green Project l 1.7 REQUEST FOR INFORMATION A. Request for information (RFI) requests from subcontractors or material suppliers will not be considered. All RFI's must be submitted by Contractor. B. RFI's must be submitted on AIA Document G716, or equal approved by Landscape Architect in advance of submitting first RFI. A copy of Document G716 may be obtained from Landscape Architect upon request by Contractor. C. Information indicated on RFI shall be complete before submission. If Landscape Architect determines that request can be answered with information provided, Landscape Architect will assign an RFI tracking number. Requests determined by Landscape Architect not to be an RFI will be returned to Contractor electronically and deleted from Landscape Architect's electronic tracking software without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. D. RFIs may contain more than 1 item when items are related issues. Otherwise, only 1 item shall be addressed on each RFI request. E. Allow 7 days for Landscape Architect's response to each RFI. F. Response to RFI will be issued to Contractor and Owner per Section 01 33 00 "Submittal Procedures." G. Responses from Landscape Architect are not changes unless issued with a change per Section 0120 00 "Price and Payment Procedures." 1.8 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: l . Owner. 2. Job superintendent. 3. Major subcontractors. 4. Landscape Architect. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding Work period. 10. Coordination of projected progress. 11. Maintenance of quality and Work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes, and distribute copies within 3 days to Landscape Architect, participants, and those affected by decisions made. 03561621 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 5 03563022 05/22 I� �1 No Text City of Lubbock 14th Street Plaza/East Green Proiect 1.9 PREINSTALLATION MEETING A. When required in individual Specification Sections, convene a preinstallation meeting at site prior to installing Work. B. Require attendance of parties directly affecting, or affected by, Work. C. Notify Landscape Architect 4 days in advance of meeting date. D. Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related Work. E. Record minutes, and distribute copies within 3 days after meeting to participants, with 3 copies to Landscape Architect. PART 2 - PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual Specification Sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. C. Cord and Plug: Provide minimum 6-foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual Specification Sections. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual Specification Sections. C. Verify that utility services are available, of correct characteristics, and in correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 03561621 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 6 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute Work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For an assembly, refinish entire unit. J. Identify any hazardous substance or condition exposed during Work to Landscape Architect for decision or remedy. 03561621 03563022 05/22 END OF SECTION ADMINISTRATIVE REQUIREMENTS 01 30 00 - 7 f u No Text DRAFT /l0 AIA Document C1 06' -2013 Digital Data Licensing Agreement i ! AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) ADDITIONS AND DELETIONS: BETWEEN the Party transmitting Digital Data ("Transmitting Party"): The author of this document has (Name, address and contact information, including electronic addresses) added information needed for itscompletion. The author may also Parkhill have revised the text of the original 4222 85th Street AIA standard form. An Additions and Lubbock, Texas Deletions Report that notes added 806.473.2200 phoonene information as well as revisions to the 806.473.3500 fax standard form text is available from the author and should be reviewed. A vertical line in the left margin of this and the Party receiving the Digital Data ("Receiving Party"): document indicates where the author (Name, address and contact information, including electronic addresses) has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal �} consequences. Consultation with an JI attorney is encouraged with respect to its completion or modification. (� for the following Project: it �l (Name and location or address) The Transmitting Party and Receiving Party agree as follows. TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 TRANSMISSION OF DIGITAL DATA 3 LICENSE CONDITIONS 4 LICENSING FEE OR OTHER COMPENSATION 5 DIGITAL DATA ARTICLE 1 GENERAL PROVISIONS § 1.1 The purpose of this Agreement is to grant a license from the Transmitting Party to the Receiving Parry for the Receiving Parry's use of Digital Data on the Project, and to set forth the license terms. § 1.2 This Agreement is the entire and integrated agreement between the parties. Except as specifically set forth herein, this Agreement does not create any other contractual relationship between the parties. Init. AIA Document C106" - 2013. Copyright C 2007 and 2013 by The American Institute of Architects. All rights reserved. The "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:12:16 ET on 02/11/2022 under Order No.2114256111 which expires on 11/1812022, is not for resale, is licensed for one-time use only, and may only be used in / accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1635403078) No Text DRAFT § 1.3 For purposes of this Agreement, the term Digital Data is defined to include only those items identified in Article 5 below. § 1.3.1 Confidential Digital Data is defined as Digital Data containing confidential or business proprietary information that the Transmitting Party designates and clearly marks as "confidential." ARTICLE 2 TRANSMISSION OF DIGITAL DATA § 2.1 The Transmitting Parry grants to the Receiving Party a nonexclusive limited license to use the Digital Data identified in Article 5 solely and exclusively to perform services for, or construction of, the Project in accordance with the terms and conditions set forth in this Agreement. § 2.2 The transmission of Digital Data constitutes a warranty by the Transmitting Party to the Receiving Party that the Transmitting Party is the copyright owner of the Digital Data, or otherwise has permission to transmit the Digital Data to the Receiving Party for its use on the Project in accordance with the terms and conditions of this Agreement. t } § 2.3 If the Transmitting Parry transmits Confidential Digital Data, the transmission of such Confidential Digital Data constitutes a warranty to the Receiving Parry that the Transmitting Party is authorized to transmit the Confidential Digital Data. If the Receiving Party receives Confidential Digital Data, the Receiving Party shall keep the Confidential Digital Data strictly confidential and shall not disclose it to any other person or entity except as set forth in Section 2.3.1. § 2.3.1 The Receiving Party may disclose the Confidential Digital Data as required by law or court order, including a I subpoena or other form of compulsory legal process issued by a court or governmental entity. The Receiving Party may also disclose the Confidential Digital Data to its employees, consultants or contractors in order to perform 7) services or work solely and exclusively for the Project, provided those employees, consultants and contractors are i subject to the restrictions on the disclosure and use of Confidential Digital Data as set forth in this Agreement. § 2.4 The Transmitting Party retains its rights in the Digital Data. By transmitting the Digital Data, the Transmitting Party does not grant to the Receiving Party an assignment of those rights; nor does the Transmitting Party convey to the Receiving Party any right in the software used to generate the Digital Data. § 2.5 To the fullest extent permitted by law, the Receiving Party shall indemnify and defend the Transmitting Parry from and against all claims arising from or related to the Receiving Parry's modification to, or unlicensed use of, the l Digital Data. J ARTICLE 3 LICENSE CONDITIONS The parties agree to the following conditions on the limited license granted in Section 2.1: (State below rights or restrictions applicable to the Receiving Party's use of the Digital Data, requirements for data format, transmission method or other conditions on data to be transmitted.) This Digital Data is part of the Transmitting Parry's Instruments of Service and shall not be used by Receiving Party or anyone else receiving this data through or from the Receiving Party for any purpose other than as a convenience in the preparation of bid submittals, shop drawings, coordination drawings, construction phase submittals, and field layout and staking required by the Owner for the exclusive use of the referenced Project. Any use or reuse by the Receiving Party or by others will be at the Receiving Party's sole risk and without liability or legal exposure to Transmitting Parry. The Receiving Party agrees to make no claim and hereby waive, to the fullest extent permitted by law, any claim or cause of action of any nature against Transmitting Parry, its officers, directors, employees, or subconsultants that may arise out of or in connection with Receiving Parry's use of this Digital Data. No representation as to the compatibility of this Digital Data with Receiving Parry's hardware or software is provided. This Digital Data is not a Construction Document. Differences may exist between this Digital Data and corresponding two-dimensional hard -copy Construction Document. The Transmitting Party makes no representation regarding the accuracy or completeness of the Digital Data the Receiving Parry receives. In the event that a conflict arises between the signed/sealed two-dimensional hard -copy Construction Document prepared by Transmitting Party and the Digital Data, the signed/sealed two-dimensional hard -copy Construction Document shall govern. The Receiving Party is Init. AIA Document C106" - 2013. Copyright®2007 and 2013 by The American Institute of Architects. All rights reserved. The "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:12:16 ET on 02/11/2022 under Order No.2114256111 which expires on 11/18/2022, is not for resale, is licensed for one-time use only, and may only be used in t accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1635403078) No Text DRAFT responsible for determining if any conflict exists. By the Receiving Parry's use of this Digital Data, Receiving Party is not relieved of their duty to fully comply with the Contract Documents, including, and without limitation, the need to check, confirm and coordinate all dimensions and details, field measurements, verify field conditions and coordination of work with that of other contractors for the Project. Because information presented in the Digital Data can be modified, unintentionally or otherwise, the Transmitting Party reserves the right to remove all indicia of ownership and/or involvement from each Digital Data. Under no circumstances shall delivery of this Digital Data for use by the Receiving Party be deemed a sale of document ownership by Transmitting Party, and no warranties, either express or implied, of merchantability or fitness for any particular purpose is made. In no event shall the Transmitting Party be liable for any loss of profit or any consequential damages as a result of the Receiving Party's use or reuse of this Digital Data. The Digital Data file does not necessarily contain all the information that is required to produce finished Construction Documents. Because of this, there may be data within the Digital Data that is missing, incomplete or even contradictory to the information provided in the final two dimensional Construction Documents. Professional judgment will need to be used by the Receiving Party, along with reasonable expectations and interpretations in order to use the Digital Data for its intended purpose. Should the Transmitting Party provide revised and updated copies of the Digital Data to the Receiving Party throughout the Project, all terms and conditions of this agreement will be applicable and unchanged for all subsequent transmissions of the Digital Data. ARTICLE 4 LICENSING FEE OR OTHER COMPENSATION The Receiving Party agrees to pay the Transmitting Party the following fee for the Receiving Party's use of the Digital Data: (State the fee, in dollars, or other method by which the Receiving Party will compensate the Transmitting Party for the Receiving Party's use of the Digital Data.) DURING PROCUREMENT PHASE .dwg Files 1-3 Sheets $125.00 per sheet plus applicable tax 4-6 Sheets $500.00 flat fee plus applicable tax 7-9 Sheets $700 flat fee plus applicable tax .rvt Files Revit Models are $300.00 per model plus applicable tax UPON AWARD OF CONTRACT: No service fee will be required for delivery of the electronic file(s). (� ARTICLE 5 DIGITAL DATA uThe Parties agree that the following items constitute the Digital Data subject to the license granted in Section 2.1: (Identify below, in detail, the information created or stored in digital form the parties intend to be subject to this Agreement.) CHOOSE from the selection below if applicable and add/delete as necessary to fit your specific project needs. List the file names or sheet numbers you are releasing. The file names/sheet numbers must match the invoice, applicable.. evit Models (.rvt files) utoCAD (.dwg files) ortable Document Format (.pdf)l Init. AIA Document C106` - 2013. Copyright 02007 and 2013 by The American Institute of Architects. All rights reserved. The "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:12:16 ET on 02/11/2022 under Order No.2114256111 which expires on 11/18/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1635403078) No Text DRAFT This Agreement is entered into as of the day and year first written above and will terminate upon Substantial Completion of the Project, as that term is defined in AIA Document A20ITm-20O7, General Conditions of the Contract for Construction, unless otherwise agreed by the parties and set forth below. { (Indicate when this Agreement will terminate, if other than the date of Substantial Completion.) (� None. PARKHILL TRANSMITTING PARTY (Signature) RECEIVING PARTY (Signature) (Printed name and title) (Printed name and title) e L_ Init. AIA Document C106- - 2013. Copyright 02007 and 2013 by The American Institute of Architects. All rights reserved. The "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are registered trademarks and may not be used without permission. This document was produced by AIA software at 4 09:12:16 ET on 02/11/2022 under Order No.2114256111 which expires on 11/18/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1635403078) No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 0133 00 - SUBMITTAL PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittal procedures. 2. Resubmittal requirements. 3. Construction progress schedules. 4. Shop Drawings. 5. Product data. 6. Samples. 7. Design data. 8. Test reports. 9. Certificates. 10. Manufacturer instructions. 11. Manufacturer field reports. 12. Erection Drawings. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 20 00 "Price and Payment Procedures" for Schedule of Values; Inspecting and Testing Allowances. 3. Section 01 30 00 "Administrative Requirements" for Project information management. 4. Section 01 40 00 "Quality Requirements" for manufacturers' field services and reports; Testing Laboratory Services. 5. Section 01 70 00 "Execution and Closeout Requirements" for Contract warranty, manufacturer's certificates, and closeout submittals. 1.2 SUBMITTAL PROCEDURES A. Submit to Landscape Architect for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Produce copies and distribute in accordance with this Article. C. Use Project website to submit record documents as described in Section 01 70 00 "Execution and Closeout Requirements." D. Transmit each submittal separately with Contractor's standard transmittal letter including Contractor's name, address, and phone number. Each submittal shall contain only 1 Specification Section. E. Sequentially number transmittal forms using Section number or Contractors other sequential numbering system. F. Identify Project, Contractor, subcontractor, or supplier; pertinent Drawing sheet and detail number(s), and Specification Section number appropriate to submittal. G. Apply Contractor's stamp, signed or initialed certifying that review, verification of products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with requirements of Work and Contract Documents. 03561621 SUBMITTAL PROCEDURES 01 33 00 - 1 03563022 05/22 J No Text City of Lubbock 14th Street Plaza/East Green Proiect H. Schedule submittals to expedite Project, and deliver to Landscape Architect. Coordinate submission of related items. I. For each submittal for review, allow 15 days excluding delivery time to and from Contractor. J. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. Information, comments, field verifications, responses, or other notations marked on submittals by Contractor shall be done in blue or green colors only. K. Allow space on submittals for Contractor and Landscape Architect's review stamps. L. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. M. Submittals not requested will not be recognized or processed. N. Format: 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple files for same submittal will not be accepted. 2. Submittals in any other format, including .ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, .PDF pages of Drawings shall be same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Uploaded submittals to Project website. O. Submittal procedures described in this Article applies to construction progress schedule, products list, Shop Drawings, product data, samples (actual samples and digital files of same), design data, test reports, certificates, manufacturer's instructions and field reports, Erection Drawings, and any other type of submittal submitted to Landscape Architect. 1.3 RESUBMITTAL REQUIREMENTS A. Revise and resubmit submittals, as required, and resubmit to meet requirements as specified and as noted on submittal reviews. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical or numeric suffix for each re -submittal. 1.4 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule for Landscape Architect's review within 15 days after date established in Notice to Proceed or with the first Application for Payment, whichever is sooner. B. Revise and resubmit as required. C. Submit revised schedule with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each Section of Work, identifying first Work day of each week. E. Indicate product/material manufacturer's lead-time for delivery to site. Include as a separate line for each product/material. F. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate early and late start, early and late finish, float dates, and duration. 03561621 03563022 05/22 SUBMITTAL PROCEDURES 01 33 00 - 2 No Text City of Lubbock 14th Street Plaza/East Green Project r} G. Indicate estimated percentage of completion for each item of Work at each submission. H. Dates reviewed submittals will be required from Landscape Architect. Indicate decision dates for selection of finishes. Submit separate schedule of submittal dates for following: 1. Shop Drawings. 2. Product data. 3. Samples. 4. Owner furnished products. 5. Products identified under Allowances. I. Determine appropriate lead times to allow for manufacturing and delivery of -, products/material for incorporation into Work. Indicate product/material manufacturer's } lead-time for manufacturing and delivery to site. Include as a separate line for each product/material. Failure to timely submit and process submittals, and ordering of products/materials for delivery to site will not be grounds for approval of substitutions for ~� other products/materials. J. Revisions to Schedules: 1. Indicate progress of each activity to date of submittal, and projected completion date l of each activity. } 2. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 1 3. Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect including effect of changes on schedules of separate contractors. 1.5 SHOP DRAWINGS A. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. B. Printable Image Size: Minimum 8-1/2 x 11 inches and maximum 30 x 42 inches. C. Draw details to a minimum scale of 1/2-inch equal to 1 foot. D. Draw site Plans to same scale indicated on Contract Drawings. E. Draw other Plans to a minimum scale of 1/8-inch equal to 1 foot. F. Construction Documents (electronic or paper format) issued by Landscape Architect cannot be used in any shape, form, or fashion in creation and development of Shop Drawings, except that electronic files containing floor plans or site plans which have been acquired from Landscape Architect may be used as backgrounds for Contractor, subcontractors, sub -subcontractors, and material suppliers in Shop Drawing process. G. In creation and publication of Shop Drawings, under no circumstances shall Design Professional's seal or title block of Drawing be reproduced. Shop Drawings must be original works from Contractor, subcontractors, sub -subcontractors, and material suppliers. 1.6 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B. Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. 03561621 SUBMITTAL PROCEDURES 01 33 00 - 3 03563022 05/22 i No Text i City of Lubbock 14th Street Plaza/East Green Project r� C. Include notation of special coordination requirements for interfacing with adjacent Work and building utilities where applicable. D. After review, distribute in accordance with "Submittal Procedures" Article above and 1 provide copies for Record Documents described in Section 01 70 00 "Execution and Closeout Requirements." 1.7 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of product, with integral parts and attachment devices. Accompany physical sample with color digital image (photo or scanned .PDF) of sample. Coordinate sample submittals for interfacing Work. B. Unless otherwise specified, submit samples of finishes from manufacturers' full range of standard colors, textures, and patterns, for Landscape Architect's selection. C. Where variations in color, pattern, or texture are inherent in material or product, submit multiple samples to indicate approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit number of samples specified in individual Specification Sections; 1 of which will be retained by Landscape Architect. F. Reviewed samples which may remain as part of Work are indicated in individual Specification Sections. G. Samples will not be used for testing purposes unless specifically stated in individual Specification Sections. 1.8 DESIGN DATA A. Submit for Landscape Architect's knowledge as Contract Administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.9 TEST REPORTS A. Submit for Landscape Architect's knowledge as Contract Administrator or for Owner. B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.10 CERTIFICATES A. When specified in individual Specification Sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Landscape Architect. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product, but must be acceptable to Landscape Architect. 03561621 SUBMITTAL PROCEDURES 01 33 00 - 4 03563022 Ll 05/22 No Text City of Lubbock 14th Street Plaza/East Green 1.11 MANUFACTURER'S INSTRUCTIONS A. When specified in individual Specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 1.12 MANUFACTURER'S FIELD REPORTS A. Submit reports for Landscape Architect's benefit as Contract Administrator or for Owner. B. Submit report within 30 days of observation to Landscape Architect for information. C. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.13 ERECTION DRAWINGS A. Submit Drawings for Landscape Architect's benefit as Contract Administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by Landscape Architect or Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03561621 SUBMITTAL PROCEDURES 01 33 00 - 5 03563022 05/22 1 J No Text "I City of Lubbock 14th Street Plaza/East Green Project SECTION 0140 00 - QUALITY REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Quality control and control of installation. 2. Tolerances. 3. References. 4. Mockup requirements. 5. Examination. 6. Preparation. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project information management. 3. Section 01 33 00 "Submittal Procedures" for submission of manufacturers' instructions and certificates. 4. Section 01 60 00 "Product Requirements" for requirements for material and product quality. 1.2 QUALITY CONTROL AND CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Landscape Architect before proceeding. D. Comply with specified standards as a minimum quality for Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform Work by persons qualified to produce workmanship of specified quality. F. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.3 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Landscape Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing in place. 03561621 03563022 05/22 QUALITY REQUIREMENTS 01 40 00 - 1 No Text City of Lubbock 14th Street Plaza/East Green 1.4 REFERENCES A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of Notice to Proceed, except where a specific date is established by Code. C. Obtain copy of standards when required by Specification Section. D. Neither contractual relationship, duties, nor responsibilities of parties in Contract nor those of Landscape Architect shall be altered from Contract Documents by mention or inference otherwise in any reference document. 1.5 MOCKUP REQUIREMENTS A. Tests will be performed under provisions identified in this Section and identified in respective product Specification Sections. B. Assemble and erect specified items, with specified attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mockups shall be comparison standard for quality level for Work. D. Where mockup has been accepted by Landscape Architect and is specified in individual Specification Sections to be removed, remove mockup and clear area. 1.6 TESTING AND INSPECTION SERVICES A. Employ and pay for services of an independent testing agency or laboratory. B. The independent firm will perform inspections, tests, and other services specified in individual Specification Sections and as required by Landscape Architect. C. Testing, inspections and source quality control may occur on or off Project site. Perform off -site testing as required by Landscape Architect or Owner. D. Submit independent testing laboratory firm's reports to Landscape Architect. Reports to include observations and results of tests and will indicate compliance or non-compliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, provide safe access to Project site, and provide assistance by incidental labor as requested. 1. Notify Owner, Landscape Architect and independent firm 48 hours prior to expected time for operations requiring services. F. Employment of independent testing agency or laboratory does not relieve Contractor from performing Work to Contract requirements. G. Re -testing and/or re -inspection required because of non-conformance to specified requirements will be charged to Contractor by deducting re -testing and/or re -inspection charges from Contract Sum/Price. 1.7 MANUFACTURERS' FIELD SERVICES A. When specified in individual Specification Sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, and startup of equipment, test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary. 03561621 03563022 05/22 QUALITY REQUIREMENTS 01 40 00 - 2 No Text City of Lubbock 14th Street Plaza/East Green Proiect PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual Specification Sections. D. Verify utility services are available, of correct characteristics, and in correct locations. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond. END OF SECTION 03561621 QUALITY REQUIREMENTS 01 40 00 - 3 03563022 05/22 No Text i City of Lubbock r-T 14th Street Plaza/East Green r PART 1- GENERAL 1.1 SUMMARY ect SECTION 0142 00 - REFERENCES A. Related Requirements: Other Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Landscape Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Landscape Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Landscape Architect. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project site. H. "Provide": Furnish and install, complete and ready for the intended use. 1. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. 1. For standards referenced by applicable building codes, comply with dates of standards as listed in building codes. I' C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 03561621 REFERENCES 01 42 00 - 1 03563022 05/22 No Text City of Lubbock r-, 14th Street Plaza/East Green Project J 1 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Abbreviations and acronyms not included in this list shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." The information in this list is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. AABC - Associated Air Balance Council; www.aabc.com. 2. AAMA - American Architectural Manufacturers Association; www.aamanet.org. 3. AAPFCO - Association of American Plant Food Control Officials; www.aapfco.org. 4. AASHTO - American Association of State Highway and Transportation Officials; www.transportation.org. 5. AATCC - American Association of Textile Chemists and Colorists; www.aatcc.org. 6. ABMA - American Bearing Manufacturers Association; www.americanbearings.org. 7. ABMA - American Boiler Manufacturers Association; www.abma.com. 8. ACI - American Concrete Institute; (Formerly: ACI International); www.concrete.org. 9. ACPA - American Concrete Pipe Association; www.concrete-pipe.org. 10. AEIC - Association of Edison Illuminating Companies, Inc. (The); www.aeic.org. 11. AF&PA - American Forest & Paper Association; www.afandpa.org. 12. AGA - American Gas Association; www.aga.org. 13. AHAM - Association of Home Appliance Manufacturers; www.aham.org. 14. AHRI - Air -Conditioning, Heating, and Refrigeration Institute (The); www.ahrinet.org. 15. Al - Asphalt Institute; www.asphaltinstitute.org. 16. AIA - American Institute of Architects (The); www.aia.org. 17. AISC - American Institute of Steel Construction; www.aisc.org. 18. AISI - American Iron and Steel Institute; www.steel.org. 19. AITC - American Institute of Timber Construction; www.aitc-glulam.org. 20. AMCA - Air Movement and Control Association International, Inc.; www.amca.org. 21. ANSI - American National Standards Institute; www.ansi.org. 22. AOSA - Association of Official Seed Analysts, Inc.; www.aosaseed.com. 23. APA - APA - The Engineered Wood Association; www.apawood.org. 24. APA - Architectural Precast Association; www.archprecast.org. 25. API - American Petroleum Institute; www.api.org. 26. ARI - Air -Conditioning & Refrigeration Institute; (See AHRI). 27. ARI - American Refrigeration Institute; (See AHRI). 28. ARMA - Asphalt Roofing Manufacturers Association; www.asphaltroofing.org. 29. ASCE - American Society of Civil Engineers; www.asce.org. 30. ASCE/SEI - American Society of Civil Engineers/Structural Engineering Institute; (See ASCE). 03561621 REFERENCES 01 42 00 - 2 03563022 05/22 u No Text City of Lubbock 14th Street Plaza/East Green Proiect 03561621 03563022 05/22 31. ASHRAE - American Society of Heating, Refrigerating and Air -Conditioning Engineers; www.ashrae.org. 32. ASME - ASME International; (American Society of Mechanical Engineers); www.asme.org. 33. ASSE - American Society of Sanitary Engineering; www.asse-plumbing.org. 34. ASSP - American Society of Safety Professionals (The); www.assp.org. 35. ASTM - ASTM International; www.astm.org. 36. ATIS - Alliance for Telecommunications Industry Solutions; www.atis.org. 37. AVIXA - Audiovisual and Integrated Experience Association; (Formerly: Infocomm International); www.soundandcommunications.com. 38. AWEA - American Wind Energy Association; www.awea.org. 39. AWI - Architectural Woodwork Institute; www.awinet.org. 40. AWMAC - Architectural Woodwork Manufacturers Association of Canada; www.awmac.com. 41. AWPA - American Wood Protection Association; www.awpa.com. 42. AWS - American Welding Society; www.aws.org. 43. AWWA - American Water Works Association; www.awwa.org. 44. BHMA - Builders Hardware Manufacturers Association; www.buildershardware.com. 45. BIA - Brick Industry Association (The); www.gobrick.com. 46. BICSI - BICSI, Inc.; www.bicsi.org. 47. BIFMA - BIFMA International; (Business and Institutional Furniture Manufacturer's Association); www.biftna.org. 48. BISSC - Baking Industry Sanitation Standards Committee; www.bisse.org. 49. BWF - Badminton World Federation; (Formerly: International Badminton Federation); www.bicsc.org. 50. CDA - Copper Development Association; www.copper.org. 51. CE - Conformite Europeenne; http://ec.europa.eu/growth/single-market/ce-marking/. 52. CEA - Canadian Electricity Association; www.electricity.ca. 53. CFFA - Chemical Fabrics and Film Association, Inc.; www.chemicalfabricsandfilm.com. 54. CFSEI - Cold -Formed Steel Engineers Institute; www.cfsei.org. 55. CGA - Compressed Gas Association; www.cganet.com. 56. CIMA - Cellulose Insulation Manufacturers Association; www.cellulose.org. 57. CISCA - Ceilings & Interior Systems Construction Association; www.cisca.org. 58. CISPI - Cast Iron Soil Pipe Institute; www.cispi.org. 59. CLFMI - Chain Link Fence Manufacturers Institute; www.chainlinkinfo.org. 60. CPA - Composite Panel Association; www.compositepanel.org. 61. CRI - Carpet and Rug Institute (The); www.carpet-rug.org. 62. CRRC - Cool Roof Rating Council; www.coolroofs.org. 63. CRSI - Concrete Reinforcing Steel Institute; www.crsi.org. 64. CSA - CSA Group; www.csa-group.org. 65. CSI - Construction Specifications Institute (The); www.csiresources.org. 66. CSSB - Cedar Shake & Shingle Bureau; www.cedarbureau.org. 67. CTA - Consumer Technology Association; www.cta.tech. 68. CTI - Cooling Technology Institute; (Formerly: Cooling Tower Institute); www.coolingtechnology.org. 69. CWC - Composite Wood Council; (See CPA). 70. DASMA - Door and Access Systems Manufacturers Association; www.dasma.com. REFERENCES 01 42 00 - 3 r City of Lubbock 14th Street Plaza/East Green Project 71. DHA - Decorative Hardwoods Association; (Formerly: Hardwood Plywood & Veneer Association); www.decorativehardwoods.org. 72. DHI - Door and Hardware Institute; www.dhi.org. 73. ECA - Electronic Components Association; (See ECIA). 74. ECAMA - Electronic Components Assemblies & Materials Association; (See ECIA). 75. ECIA - Electronic Components Industry Association; www.eciaonline.org. 76. EIA - Electronic Industries Alliance; (See TIA). 77. EIMA - EIFS Industry Members Association; www.eima.com. 78. EJMA - Expansion Joint Manufacturers Association, Inc.; www.ejma.org. 79. EOS/ESD Association; (Electrostatic Discharge Association); www.esda.org. 80. ESTA - Entertainment Services and Technology Association; (See PLASA). 81. ETL - Intertek (See Intertek); www.intertek.com. 82. EVO - Efficiency Valuation Organization; www.evo-world.org. 83. FCI - Fluid Controls Institute; www.fluideontrolsinstitute.org. 84. FIBA - Federation Internationale de Basketball; (The International Basketball Federation); www.fiba.com. 85. FIVB - Federation Internationale de Volleyball; (The International Volleyball Federation); www.fivb.org. 86. FM Approvals - FM Approvals LLC; www.fmglobal.com. 87. FM Global - FM Global; (Formerly: FMG - FM Global); www.fmglobal.com. 88. FRSA - Florida Roofing, Sheet Metal Contractors Association, Inc.; www.floridaroof.com. 89. FSA - Fluid Sealing Association; www.fluidsealing.com. 90. FSC - Forest Stewardship Council U.S.; www.fseus.org. 91. GA - Gypsum Association; www.gypsum.org. 92. GANA - Glass Association of North America; (See NGA). 93. GS - Green Seal; www.greenseal.org. 94. HI - Hydraulic Institute; www.pumps.org. 95. HI/GAMA - Hydronics Institute/Gas Appliance Manufacturers Association; (See AHRI). 96. HMMA - Hollow Metal Manufacturers Association; (See NAAMM). 97. HPVA - Hardwood Plywood & Veneer Association; (See DHA). 98. HPW - H. P. White Laboratory, Inc.; www.hpwhite.com. 99. IAPSC - International Association of Professional Security Consultants; www.iapsc.org. 100. IAS - International Accreditation Service; www.iasonline.org. 101. ICBO - International Conference of Building Officials; (See ICC). 102. ICC - International Code Council; www.iccsafe.org. 103. ICEA - Insulated Cable Engineers Association, Inc.; www.icea.net. 104. ICPA - International Cast Polymer Alliance; www.icpa-hq.org. 105. ICRI - International Concrete Repair Institute, Inc.; www.icri.org. 106. IEC - International Electrotechnical Commission; www.iec.ch. 107. IEEE - Institute of Electrical and Electronics Engineers, Inc. (The); www.ieee.org. 108. IES - Illuminating Engineering Society; (Formerly: Illuminating Engineering Society of North America); www.ies.org. 109. IESNA - Illuminating Engineering Society of North America; (See IES). 110. IEST - Institute of Environmental Sciences and Technology; www.iest.org. 111. IGMA - Insulating Glass Manufacturers Alliance; www.igmaonline.org. 03561621 REFERENCES 01 42 00 - 4 03563022 j 05/22 No Text City of Lubbock 14th Street Plaza/East Green Proiect 03561621 03563022 05/22 112. IGSHPA - International Ground Source Heat Pump Association; www.igshpa.org. 113. Il - Infocomm International; (See AVIXA). 114. ILI - Indiana Limestone Institute of America, Inc.; www.iliai.com. 115. Intertek - Intertek Group; (Formerly: ETL SEMCO; Intertek Testing Service NA); www.intertek.com. 116. ISA - International Society of Automation (The); (Formerly: Instrumentation, Systems, and Automation Society); www.isa.org. 117. ISAS - Instrumentation, Systems, and Automation Society (The); (See ISA). 118. ISFA - International Surface Fabricators Association; (Formerly: International Solid Surface Fabricators Association); www.isfanow.org. 119. ISO - International Organization for Standardization; www.iso.org. 120. ISSFA - International Solid Surface Fabricators Association; (See ISFA). 121. ITU - International Telecommunication Union; www.itu.int/home. 122. KCMA - Kitchen Cabinet Manufacturers Association; www.kcma.org. 123. LMA - Laminating Materials Association; (See CPA). 124. LPI - Lightning Protection Institute; www.lightning.org. 125. MBMA - Metal Building Manufacturers Association; www.mbma.com. 126. MCA - Metal Construction Association; www.metalconstruction.org. 127. MFMA - Maple Flooring Manufacturers Association, Inc.; www.maplefloor.org. 128. MFMA - Metal Framing Manufacturers Association, Inc.; www.metalframingmfg.org. 129. MHIA - Material Handling Industry of America; www.mhia.org. 130. MIA - Marble Institute of America; (See NSI). 131. MMPA - Moulding & Millwork Producers Association; www.wmmpa.com. 132. MPI - Master Painters Institute; www.paintinfo.com. 133. MSS - Manufacturers Standardization Society of The Valve and Fittings Industry Inc.; www.mss-hq.org. 134. NAAMM - National Association of Architectural Metal Manufacturers; www.naamm.org. 135. NACE - NACE International; (National Association of Corrosion Engineers International); www.nace.org. 136. NADCA - National Air Duct Cleaners Association; www.nadea.com. 137. NAIMA - North American Insulation Manufacturers Association; www.naima.org. 138. NALP - National Association of Landscape Professionals; www.landscapeprofessionals.org. 139. NBGQA - National Building Granite Quarries Association, Inc.; www.nbgqa.com. 140. NBI - New Buildings Institute; www.newbuildings.org. 141. NCAA - National Collegiate Athletic Association (The); www.ncaa.org. 142. NCMA - National Concrete Masonry Association; www.ncma.org. 143. NEBB - National Environmental Balancing Bureau; www.nebb.org. 144. NECA - National Electrical Contractors Association; www.necanet.org. 145. NeLMA - Northeastern Lumber Manufacturers Association; www.nelma.org. 146. NEMA - National Electrical Manufacturers Association; www.nema.org. 147. NETA - InterNational Electrical Testing Association; www.netaworld.org. 148. NFHS - National Federation of State High School Associations; www.nfha.org. 149. NFPA - National Fire Protection Association; www.nfpa.org. 150. NFPA - NFPA International; (See NFPA). 151. NFRC - National Fenestration Rating Council; www.nfrc.org. REFERENCES 014200-5 J No Text City of Lubbock 14th Street Plaza/East Green 03561621 J 03563022 05/22 152. NGA - National Glass Association (The); (Formerly: Glass Association of North America); www.glass.org. 153. NHLA - National Hardwood Lumber Association; www.nhla.com. 154. NLGA - National Lumber Grades Authority; www.nlga.org. 155. NOFMA - National Oak Flooring Manufacturers Association; (See NWFA). 156. NOMMA - National Ornamental & Miscellaneous Metals Association; www.nomma.org. 157. NRCA - National Roofing Contractors Association; www.nrca.net. 158. NRMCA - National Ready Mixed Concrete Association; www.nnnca.org. 159. NSF - NSF International; www.nsf.org. 160. NSI - National Stone Institute; (Formerly: Marble Institute of America); www.naturalstoneinstitute.org. 161. NSPE - National Society of Professional Engineers; www.nspe.org. 162. NSSGA - National Stone, Sand & Gravel Association; www.nssga.org. 163. NTMA - National Terrazzo & Mosaic Association, Inc. (The); www.ntma.com. 164. NWFA - National Wood Flooring Association; www.nwfa.org. 165. PCI - Precast/Prestressed Concrete Institute; www.pci.org. 166. PDI - Plumbing & Drainage Institute; www.pdionline.org. 167. PLASA - PLASA; (Formerly: ESTA - Entertainment Services and Technology Association); www.plasa.org. 168. RCSC - Research Council on Structural Connections; www.boltcouncil.org. 169. RFCI - Resilient Floor Covering Institute; www.rfci.com. 170. RIS - Redwood Inspection Service; www.redwoodinspection.com. 171. SAE - SAE International; www.sae.org. 172. SCTE - Society of Cable Telecommunications Engineers; www.scte.org. 173. SDI - Steel Deck Institute; www.sdi.org. 174. SDI - Steel Door Institute; www.steeldoor.org. 175. SEFA - Scientific Equipment and Furniture Association (The); www.sefalabs.com. 176. SEI/ASCE - Structural Engineering Institute/American Society of Civil Engineers; (See ASCE). 177. SIA - Security Industry Association; www.siaonline.org. 178. SJI - Steel Joist Institute; www.steeljoist.org. 179. SMA - Screen Manufacturers Association; www.smainfo.org. 180. SMACNA - Sheet Metal and Air Conditioning Contractors' National Association; www.smacna.org. 181. SMPTE - Society of Motion Picture and Television Engineers; www.smpte.org. 182. SPFA - Spray Polyurethane Foam Alliance; www.sprayfoam.org. 183. SPIB - Southern Pine Inspection Bureau; www.spib.org. 184. SPRI - Single Ply Roofing Industry; www.spri.org. 185. SRCC - Solar Rating & Certification Corporation; www.solar-rating.org. 186. SSINA - Specialty Steel Industry of North America; www.ssina.com. 187. SSPC - SSPC: The Society for Protective Coatings; www.sspc.org. 188. STI - Steel Tank Institute; www.steeltank.com. 189. SWI - Steel Window Institute; www.steelwindows.com. 190. SWPA - Submersible Wastewater Pump Association; www.swpa.org. 191. TCA - Tilt -Up Concrete Association; www.tilt-up.org. 192. TCNA - Tile Council of North America, Inc.; www.tileusa.com. 193. TEMA - Tubular Exchanger Manufacturers Association, Inc.; www.tema.org. REFERENCES 01 42 00 - 6 No Text r_1 I City of Lubbock 14th Street Plaza/East Green Project 194. TIA - Telecommunications Industry Association (The); (Formerly: TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance); www.tiaonline.org. 195. TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance; (See TIA). 196. TMS - The Masonry Society; www.masonrysociety.org. 197. TPI - Truss Plate Institute; www.tpinst.org. 198. TPI - Turfgrass Producers International; www.turfgrasssod.org. 199. TRI - Tile Roofing Institute; www.tileroofing.org. 200. UL - Underwriters Laboratories Inc.; www.ul.com. J 201. UNI - Uni-Bell PVC Pipe Association; www.uni-bell.org. 202. USAV - USA Volleyball; www.usavolleyball.org. _ 203. USGBC - U.S. Green Building Council; www.usgbc.org. 204. USITT - United States Institute for Theatre Technology, Inc.; www.usitt.org. J 205. WA - Wallcoverings Association; www.wallcoverings.org. 206. WASTEC - Waste Equipment Technology Association; www.wastec.org. (� 207. WCLIB - West Coast Lumber Inspection Bureau; www.wclib.org. 208. WCMA - Window Covering Manufacturers Association; www.wcmanet.org. 209. WDMA - Window & Door Manufacturers Association; www.wdma.com. -� 210. WI - Woodwork Institute; www.wienet.org. 211. WSRCA - Western States Roofing Contractors Association; www.wsrea.com. C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is believed to be accurate as of the date of the Contract Documents. 1. DIN - Deutsches Institut fur Normung e.V.; www.din.de. 2. IAPMO - International Association of Plumbing and Mechanical Officials; 1 www.iapmo.org. j3. ICC - International Code Council; www.iccsafe.org. 4. ICC-ES - ICC Evaluation Service, LLC; www.icc-es.org. r l D. Federal Government Agencies: Where abbreviations and acronyms are used in JSpecifications or other Contract Documents, they shall mean the recognized name of the L entities in the following list. Information is subject to change and is up to date as of the date of the Contract Documents. l . COE - Army Corps of Engineers; www.usace.army.mil. } 2. CPSC - Consumer Product Safety Commission; www.cpsc.gov. 3. DOC - Department of Commerce; National Institute of Standards and Technology; l 03561621 03563022 05/22 www.nist.gov. 4. DOD - Department of Defense; www.quicksearch.dla.mil. 5. DOE - Department of Energy; www.energy.gov. 6. EPA - Environmental Protection Agency; www.epa.gov. 7. FAA - Federal Aviation Administration; www.faa.gov. 8. FIG - Federal Government Publications; www.gpo.gov/fdsys. 9. GSA - General Services Administration; www.gsa.gov. 10. HUD - Department of Housing and Urban Development; www.hud.gov. 11. LBL - Lawrence Berkeley National Laboratory; Environmental Energy Technologies Division; www.eetd.lbl.gov. 12. OSHA - Occupational Safety & Health Administration; www.osha.gov. 13. SD - Department of State; www.state.gov. REFERENCES 014200-7 No Text n City of Lubbock 14th Street Plaza/East Green Project r 14. TRB - Transportation Research Board; National Cooperative Highway Research Program; The National Academies; www.trb.org. 15. USDA - Department of Agriculture; Agriculture Research Service; U.S. Salinity r� Laboratory; www.ars.usda.gov. '. 16. USDA - Department of Agriculture; Rural Utilities Service; www.usda.gov. 17. USDOJ - Department of Justice; Office of Justice Programs; National Institute of r_l Justice; www.ojp.usdoj.gov. 18. USP - U.S. Pharmacopeial Convention; www.usp.org. 19. USPS - United States Postal Service; www.usps.com. -� E. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. CFR - Code of Federal Regulations; Available from Government Printing Office; 1 www.govinfo.gov. 2. DOD - Department of Defense; Military Specifications and Standards; Available J from DLA Document Services; www.quicksearch.dla.mil. 3. DSCC - Defense Supply Center Columbus; (See FS). 4. FED -STD - Federal Standard; (See FS). -� 5. FS - Federal Specification; Available from DLA Document Services; www.quickscarch.dla.mil. a. Available from Defense Standardization Program; www.dsp.dla.mil. b. Available from General Services Administration; www.gsa.gov. J C. Available from National Institute of Building Sciences/Whole Building J Design Guide; www.wbdg.org. 6. MILSPEC - Military Specification and Standards; (See DOD). 7. USAB - United States Access Board; www.access-board.gov. L) 8. USATBCB - U.S. Architectural & Transportation Barriers Compliance Board; (See USAB). F. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. CBHF; State of California; Department of Consumer Affairs; Bureau of Electronic L and Appliance Repair, Home Furnishings and Thermal Insulation; www.bearhfti.ca.gov. 1 2. CCR; California Code of Regulations; Office of Administrative Law; California �J Title 24 Energy Code; www.calregs.com. 3. CDHS; California Department of Health Services; (See CDPH). 4. CDPH; California Department of Public Health; Indoor Air Quality Program; www.cal-iaq.org. 5. CPUC; California Public Utilities Commission; www.cpuc.ca.gov. 6. SCAQMD; South Coast Air Quality Management District; www.aqmd.gov. l7. TAS; Architectural Barriers Texas Accessibility Standards; `J www.tdlr.texas.gov/ab/abtas.htm. 8. TFS; Texas A&M Forest Service; Sustainable Forestry and Economic Development; 1 www.txforestservice.tamu.edu. 03561621 03563022 05/22 REFERENCES 01 42 00 - 8 No Text r City of Lubbock r� 14th Street Plaza/East Green l PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03561621 REFERENCES 01 42 00 - 9 03563022 05/22 No Text r� City of Lubbock 14th Street Plaza/East Green Project } SECTION 0150 00 - TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Utilities: a. Electricity. b. Lighting. C. Ventilation. d. Communication services. e. Water. f. Sanitary. 2. Construction Facilities: a. Field offices and sheds. b. Vehicular access. C. Parking. d. Progress cleaning. e. Project identification. 3. Temporary Controls: a. Barriers. b. Fencing. C. Water control. d. Dust control. e. Erosion and sediment control. f. Noise control. g. Pest and rodent control. h. Pollution control. i. Protection of Work. 4. Removal of utilities, facilities, and controls. B. Related Requirements: 1. Other Divisions 01 Specification Sections apply to Work of this Section. 2. Section 01 70 00 "Execution and Closeout Requirements" for final cleaning. 1.2 TEMPORARY WATER SERVICE A. Provide, maintain and pay for suitable quality water service. Extend branch piping with outlets located so water is available by hoses with threaded connections. B. Provide separate metering and reimburse Owner for cost of water used. C. Exercise measures to conserve water. D. Provide temporary pipe insulation to prevent freezing. 1.3 EMPLOYEE RESIDENTIAL OCCUPANCY A. Not allowed on Owner's property. 03561621 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 1 03563022 1 05/22 No Text r� City of Lubbock 14th Street Plaza/East Green 1.4 VEHICULAR ACCESS ect A. Construct temporary all-weather access roads from public thoroughfares to serve construction area, of width and load bearing capacity to accommodate unimpeded traffic for construction purposes. B. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. C. Extend and relocate vehicular access as Work progress requires, provide detours as necessary for unimpeded traffic flow. D. Location as approved by Landscape Architect. E. Provide unimpeded access for emergency vehicles. Maintain 20-foot-wide driveways with turning space between and around combustible materials. F. Provide and maintain access to fire hydrants and control valves free of obstructions. G. Provide means of removing mud from vehicle wheels before entering public streets. 1.5 PARKING A. Provide temporary gravel surface parking areas to accommodate construction personnel. B. Locate as approved by Landscape Architect. C. When site space is not adequate, provide additional off -site parking. D. Do not allow heavy or tracked vehicles or construction equipment in parking areas. E. Do not allow vehicle parking on existing pavement. F. Permanent Pavements and Parking Facilities: 1. Avoid traffic loading beyond paving design capacity. Tracked vehicles not allowed. G. Maintenance: 1. Maintain traffic and parking areas in sound condition free of excavated material, construction equipment, products, mud, snow, and ice. 2. Maintain existing and permanent paved areas used for construction; promptly repair breaks, potholes, low areas, standing water, and other deficiencies, to maintain paving and drainage in original, or specified, condition. H. Removal, Repair: 1. Remove temporary materials and construction when permanent paving is usable Substantial Completion. 2. Remove underground work and compacted materials to depth of 2 feet; fill and grade site as specified. 3. Repair permanent facilities damaged by use, to specified condition. I. Mud from Site Vehicles: Provide means of removing mud from vehicle wheels before entering streets. 1.6 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 03561621 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 2 03563022 05/22 No Text r-� City of Lubbock 14th Street Plaza/East Green Project J 1.7 PROJECT IDENTIFICATION A. Project Identification Sign: 1. Size: Provide one 8 feet wide by 4 feet high. 2. Materials: 3/4-inch thick exterior grade plywood and solid wood frame. 3. Background Paint: Exterior quality, 2 coats. 4. Lettering: Exterior paint of quality adequate to withstand weathering, fading, and chipping for duration of construction, contrasting colors as selected with exhibit lettering by professional sign painter. 5. Design: Design indicated in Drawings. 6. Content: a. Project title, as indicated on Contract Documents. b. Owner's name and logo. C. Names and titles of Landscape Architect and Consultants. d. Name of Prime Contractor. 7. Lettering: Series C of Standard Alphabet for Highway Signs, Public Roads Administration, Federal Works Agency. B. Design sign and structure to withstand 90 miles/hr wind velocity. C. Installation: 1. Install Project identification sign within 15 days after date fixed by Notice to Proceed. 2. Erect at location directed by Landscape Architect. 3. Erect supports and framing on secure foundation, rigidly braced and framed to resist wind loadings. 4. Install sign surface plumb and level, with butt joints. Anchor securely. 5. Paint exposed surfaces of sign supports and framing. D. No other signs are allowed without Owner's permission except those required by law. E. Removal: Remove signs, framing, supports, and foundations at completion of Project and restore area. 1.8 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations. B. Provide protection for the following items designated to remain. Replace damaged items condition to original condition. 1. Trees. 2. Lawns. C. Protect site improvements including but not limited to pavements, walkways, and drainage structures from damage. Replace damaged site improvements to original condition. D. Protect non -owned vehicular traffic and stored materials from damage. 1.9 TEMPORARY FENCING A. Construction: Commercial grade chain link fence. B. Provide 6-foot-high fence around construction site and temporary materials storage area; equip with vehicular gates with locks. 03561621 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 3 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green 1.10 WATER CONTROL ect A. Grade site to drain. B. Maintain excavations free of water. C. Provide, operate, and maintain pumping equipment. D. Protect site from puddling and running water. Provide water barriers as required to protect site from soil erosion. 1.11 DUST CONTROL A. Execute Work by methods to minimize raising dust from construction operations. B. Provide positive means to prevent air -borne dust from dispersing into atmosphere. 1.12 EROSION AND SEDIMENT CONTROL A. Plan and execute construction by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. B. Minimize surface area of bare soil exposed at 1 time. C. Provide temporary measures including berms, dikes, and drains, and other devices to prevent water flow that would result in erosion. D. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. E. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 1.13 NOISE CONTROL A. Conduct activities that will produce noise that will or potentially will interfere with Owner's operations and activities at times agreed to by Owner. 1.14 POLLUTION CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction. 1.15 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual Specification Sections. B. Provide temporary and removable protection for installed products. Control activity in immediate Work area to minimize damage. C. Provide protective coverings at openings in walls, roof, and soffits. D. Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. 03561621 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 4 03563022 05/22 ,J No Text City of Lubbock 14th Street Plaza/East Green Project E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.16 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B. Remove risers for underground utilities to a minimum depth of 2 feet and cap. C. Remove buried equipment, facilities, and materials completely to a minimum depth of 2 feet and cap. D. Backfill excavations as specified in other Sections and grade site as indicated. E. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. F. Remove the following at completion of Work: 1. Office. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 03561621 03563022 05/22 END OF SECTION TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 5 No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 0 157 13 - TEMPORARY EROSION AND SEDIMENT CONTROL PART 1- GENERAL 1.1 SUMMARY A. Section includes obtaining permits and furnishing labor, materials, equipment, and incidentals necessary to provide erosion and sediment control during construction including furnishing, installing, and maintaining erosion and sediment control structures and procedures and the proper removal when no longer required. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Submittals shall be per Project requirements and include copies of submitted forms and inspection reports as Project progresses. 1.3 TPDES PERMIT A. Permit Provisions: 1. Prepare a Stormwater Pollution Prevention Plan (SWPPP), including site map, per TPDES Construction General Permit (TXR 150000) for Stormwater Discharge associated with construction activity. 2. Contractor shall be Primary Operator of SWPPP, will install and maintain physical measures detailed in Plan, and provide administrative oversight of Plan. 3. Contractor Shall: a. Prepare and submit a Notice of Intent (NOI) to TCEQ with a copy to Owner. b. Sign and post onsite a completed "Construction Site Notice," and provide copy to operator of any separate municipal storm sewer system per permit requirements. C. Install Best Management Practices (BMPs) noted on SWPPP Site Plan. d. Maintain BMPs during construction. e. Periodically inspect BMPs, monitor Plan, file reports, and other items required by TPDES Construction General Permit. Contractor shall maintain a master copy of SWPPP Plan at job site and insert copies of required periodic inspection reports into master copy of SWPPP. f. Make revisions to BMPs if needed as construction progresses, revise if BMPs shown do not adequately limit sediments leaving site. g. Prepare and submit a Notice of Termination (NOT) to TCEQ and copy Owner. h. Remove BMPs from Project site. 4. General Permit requirements supersede noted items in the event of a conflict. 5. For assistance in completing NOI or NOT, Contractor may access TCEQ website at www.tceq.state.tx.us. B. Temporary Drainage Provisions: 1. Contractor shall provide for drainage of stormwater and water as applied or discharged onsite in performance of Work. Drainage facilities shall be adequate to prevent damage to Work, site, and adjacent property. 03561621 03563022 J 05/22 TEMPORARY EROSION AND SEDIMENT CONTROL 0157 13 - 1 No Text City of Lubbock 14th Street Plaza/East Green Proiect 2. Clean, enlarge, or supplement existing drainage channels and conduits as necessary to carry all increased runoff attributable to Contractor operations. Construct dikes as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner facilities and Work, and direct water to drainage channels or conduits. Ponding provided as necessary to prevent downstream flooding. C. Dust Control: No construction activity shall take place without applying reasonable measures required to prevent particulate matter from becoming airborne, so it remains visible beyond limits of construction. Reasonable measures may include application of water or chemical dust suppressants, paving, frequent road cleaning, and planting vegetative ground cover. Utilize methods and practices of construction to eliminate blowing dust in full observance of state and federal regulations. If dust complaints received by local municipality or Owner, apply reasonable control measures. 1.4 JOB CONDITIONS, CODES, AND ORDINANCES A. Comply with local codes and ordinances. If local codes and ordinances require more stringent or additional erosion and sediment control measures during construction, Contractor shall provide such measures. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 03561621 03563022 j 05/22 END OF SECTION TEMPORARY EROSION AND SEDIMENT CONTROL 01 57 13 - 2 No Text r1 City of Lubbock 14th Street Plaza/East Green Project SECTION 0157 19 - TEMPORARY ENVIRONMENTAL CONTROLS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Environmental protection requirements. 2. Protection of natural resources. 3. Erosion and sediment control measures. 4. Control and disposal of solid and sanitary wastes. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. These publications form a part of this Specification to extent referenced and are referred to in text by basic designation only. 1. 29 CFR 1910-Subpart G - Occupational Health and Environmental Control. 2. Corps of Engineers (COE) COE EP-1165-2-304 - 1976 Flood Plain Regulations for Flood Plain Management. 1.3 DEFINITIONS A. Sediment: Soil and other debris that eroded and was transported by runoff water or wind. B. Solid Waste: Rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, agricultural operations, and community activities. C. Rubbish: Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. D. Debris: Combustible and noncombustible wastes such as ashes and waste materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. E. Chemical Wastes: Salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Wastes: Sewage. G. Wastes Characterized as Domestic Sanitary Sewage: Garbage including refuse and scraps resulting from preparation, cooking, dispensing, and consuming food. H. Oily Waste: Petroleum products and bituminous materials. 1.4 ENVIRONMENTAL PROTECTION REQUIREMENTS A. Provide and maintain, during life of Contract, environmental protection as defined. Contractor shall comply with all requirements as described in Construction General Permit (TXR150000). Plan for and provide environmental protective measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct conditions to develop during construction of permanent or temporary environmental features associated with Project. Comply with federal, state, and local regulations pertaining to environment, including but not limited to water, air, and noise pollution. 03561621 03563022 05/22 TEMPORARY ENVIRONMENTAL CONTROLS 01 57 19 - 1 j I No Text City of Lubbock 14th Street Plaza/East Green Project B. Best Management Practices (BMPs): 1. Waste Materials: Collect and store all waste materials, including construction debris, in a securely -lidded metal dumpster. Do not bury construction material onsite. Transit dumpster shall comply with ordinance 18.52.010 (enclosure and removal of waste materials during construction). Dumpster shall be emptied as necessary or as required by ordinance 9.04 (sold waste management) and trash hauled to licensed landfill. 2. Hazardous Waste. At minimum, these product categories are considered hazardous: paint, acids for cleaning masonry surfaces, cleaning solvents, asphalt products, chemical additives for spill stabilization, curing compounds, and additives. In the event of a spill which may be hazardous, take immediate action, contact the fire department and TCEQ. 3. Sanitary Waste: All shall be collected from construction portable units as necessary or required, chapter 18.08 (building code), by a licensed sanitary waste management contractor. All waste material shall be responsibility of Contractor. 4. Spill Prevention. Use these practices to reduce risk of spills or other accidental exposures of materials to stormwater runoff: a. Good Housekeeping: 1) Store only enough products required to do job. 2) Neatly and orderly store materials onsite. 3) Keep products in original container. 4) Do not mix substances with 1 another, unless otherwise recommended by manufacturer. 5) Use entire contents of product before disposing container. 6) Follow manufacturer recommendations for proper use and disposal. b. Hazardous product practices used to reduce risks: 1) Keep products in original container if possible. 2) Retain original labels, product information, and material safety data sheets (MSDS). 3) Dispose surplus product per manufacturer-, local-, and/or state -recommended methods. C. Petroleum Products: Monitor all onsite vehicles for leaks and receive regular preventive maintenance to reduce chance of spills. Store petroleum in tightly -sealed containers, clearly labeled. Apply any asphalt substances used onsite per manufacturer recommendation. 5. Spill Control Practices: a. Clearly post manufacturer -recommended methods for spill cleanup and site personnel made aware of procedures. b. Keep materials and equipment necessary for spill cleanup in material storage area onsite. C. Clean all spills immediately after discovery. d. Spill area shall be well ventilated and appropriate clothing worn. e. Report any spill to appropriate governmental agency. f. Take measures to prevent a spill from reoccurring. 6. Maintenance and Inspection Procedures: Inspect all pollution prevention measures at least once a month. Following a storm event of 0.5 inches or more, inspect BMPs and pollution control procedures for adequacy. Keep a record of result of site inspections onsite. 03561621 03563022 J 05/22 TEMPORARY ENVIRONMENTAL CONTROLS 01 57 19 - 2 1 I No Text City of Lubbock 14th Street Plaza/East Green Project 7. Construct disposal areas, stockpiles, and haul roads to minimize and control sediment that may enter receiving waters or streambeds. Construct construction staging areas and vehicle maintenance areas to minimize runoff of pollutants. C. Stormwater Pollution Prevention Plan (SWPPP): 1. Understand Erosion Control relating to Texas Pollutant Discharge Elimination System (TPDES). 2. Install erosion control measures as follows: a. Install silt fencing all existing inlets before start of construction. b. Place temporary swales and desilting basins where necessary to convey stormwater runoff. C. Daily sweep paved street adjacent to site entrance to remove any excess mud, dirt, or rock tracked from site. d. Ensure all erosion control methods are inspected monthly or after every erodible rainfall (1/2-inch or more). Make any necessary repairs or cleanup to maintain effectiveness of erosion control at that time. e. Measures are recommendations only. Ensure requirements of TPDES are met. D. Perform a preconstruction survey of Project site with Landscape Architect; assess existing environmental conditions in and adjacent to site. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PROTECTION OF NATURAL RESOURCES A. Preserve natural resources within Project boundaries and outside limits of permanent Work. Restore to equivalent or improved condition upon completion of Work. Confine construction activities to within limits of Work indicated or specified. B. Land Resources: Except in areas cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without Landscape Architect permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by Landscape Architect. Where use of attached ropes, cables, or guys is authorized, Contractor is responsible for any resultant damage. 1. Protect existing trees to remain and may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30+ percent of root systems destroyed. 2. Replacement: Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Landscape Architect approval before replacement. 3. Temporary Construction: Remove traces of temporary construction facilities (haul roads, Work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, etc.). Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. 03561621 TEMPORARY ENVIRONMENTAL CONTROLS 01 57 19 - 3 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project C. Water Resources/Oily Wastes: Prevent oily or other hazardous substances from entering ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain contents of tanks in event of leakage or spillage. D. Fish and Wildlife Resources: Do not disturb fish and wildlife, alter water flows, or otherwise significantly disturb native habitat adjacent to Project and critical to survival of fish and wildlife, except as indicated or specified. 3.2 HISTORICAL AND ARCHAEOLOGICAL RESOURCES A. Carefully protect in -place and report immediately to Landscape Architect historical and archaeological items or human skeletal remains discovered in course of Work. Stop Work in immediate area of discovery until directed by Landscape Architect to resume. If historical and archaeological resources such as artifacts (stone tools), features (stone walls), deposits (seashells and charcoal stained soil), human bones, and other cultural remains encountered, stop that portion of Work and notify Landscape Architect immediately. Within 36 hours, Owner will determine if a change pursuant to Contract should be issued or direct Contractor to proceed without change. No adjustment in Contract price or completion time allowed for delays that do not exceed 36 hours from the time Contractor is notified to stop Work. Owner retains ownership and control over historical and archaeological resources. 3.3 EROSION AND SEDIMENT CONTROL MEASURES A. Burn -off of ground cover not permitted. B. Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils: Immediately finish earthwork brought to a final grade, as indicated or specified. Immediately protect side and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils: Mechanically retard and control rate of runoff from construction site including construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.4 CONTROL AND DISPOSE SOLID AND SANITARY WASTES A. Pick up solid wastes and place in containers regularly emptied. Do not prepare, cook, or dispose food on Project site. Prevent contamination of site of other areas when handling and disposing wastes. On completion, leave areas clean. Control and dispose waste. 1. Dispose Rubbish and Debris per requirements specified in area as directed by Owner. Rubbish may be disposed in current landfill if all rules for disposal are followed. 2. Place garbage in approved containers and move to a pickup point or disposal area, where directed. 03561621 03563022 05/22 TEMPORARY ENVIRONMENTAL CONTROLS 01 57 19 - 4 1 J No Text City of Lubbock 14th Street Plaza/East Green Project 3.5 DUST CONTROL A. Control dust along all haul roads and in Project area. Minimize dust at all times, including nonworking periods. Sprinkle or treat with dust suppressants, site soil, haul roads, and other areas disturbed by operations. 03561621 03563022 05/22 END OF SECTION TEMPORARY ENVIRONMENTAL CONTROLS 01 57 19 - 5 No Text City of Lubbock 14th Street Plaza/East Green Proiect SECTION 0160 00 - PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Products. 2. Product delivery, storage, and handling. 3. Product options. 4. Substitutions. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project information management. 3. Section 01 40 00 "Quality Requirements" for product quality monitoring. Testing Laboratory Services. 4. Section 0142 00 "References." 1.2 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of Work. When allowed by Contract Documents, products may include used and/or existing materials or components. B. Hazardous Materials: Products or material containing hazardous materials or substances, including but not limited to asbestos or polychlorinated biphenylshall (PCB), shall not be included in Work. C. Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents. D. Provide interchangeable components of same manufacturer, for similar components. E. Materials required to match existing work and not otherwise specified, shall be equal to existing work in quality, color, and finish. Workmanship and installation shall be comparable to adjacent existing work. Landscape Architect shall be authority in determination of acceptable Work. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery: 1. Deliver materials, products, and equipment to site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accord with construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in construction process. 03561621 03563022 05/22 PRODUCT REQUIREMENTS 01 60 00 - 1 J No Text City of Lubbock 14th Street Plaza/East Green Proiect B. Storage: 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. 2. Store sensitive products in weathertight, climate -controlled enclosures. 3. For exterior storage of fabricated products, place on supports, above ground, sloped to drain water. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of products. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 8. Materials, products, and equipment may be stored off site in a bonded and insured warehouse approved by Landscape Architect and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of Landscape Architect. C. Handling: Handle materials, products, and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.4 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting Specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with this Section. 1.5 SUBSTITUTIONS A. Instructions to Proposers specify time restrictions for submitting requests for Substitutions during proposal period to requirements specified in this Section. B. Substitutions (after proposal period) may be considered when a product becomes unavailable through no fault of Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that Proposer: 1. Has investigated proposed product and determined that it meets or exceeds quality level of specified product. 2. Will provide same warranty for Substitution as for specified product. 3. Will coordinate installation and make changes to other Work which may be required for Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. E. Substitutions will not be considered when they are indicated or implied on Shop Drawing or product data submittals, without separate written request, or when acceptance will require revision to Contract Documents. 03561621 03563022 05/22 PRODUCT REQUIREMENTS 01 60 00 - 2 No Text City of Lubbock 14th Street Plaza/East Green Proiect F. Substitution Submittal Procedure: 1. Submit request for Substitution for consideration. Limit each request to 1 proposed Substitution. 2. Requests shall include name of material or equipment to be substituted and a description of proposed substitution including Drawings, performance and test data, and other information necessary for an evaluation. 3. Submit item -by -item (line -by-line) comparison of each item listed in Specification compiled and submitted comparing specified material/product with proposed substitution and specifically noting all differences between the compared products and/or systems. 4. Submit statement setting forth changes in other material, equipment or other portions of Work including changes in Work of other contracts that incorporation of proposed substitution would require shall be included. 5. Submit Shop Drawings, product data, and certified test results for proposed product equivalence. 6. Landscape Architect will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03561621 PRODUCT REQUIREMENTS 01 60 00 - 3 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Proiect SECTION 0170 00 - EXECUTION AND CLOSEOUT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Closeout procedures. 2. Final cleaning. 3. Starting of systems. 4. Protecting installed construction. 5. Hazardous materials affidavits. 6. Project record documents. 7. Operation and maintenance data. 8. Manual for equipment and systems. 9. Spare parts and maintenance products. 10. Product warranties and product bonds. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project information management. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Landscape Architect's review. B. Provide submittals to Landscape Architect required by authority having jurisdiction. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. D. Closeout documents will be submitted electronically in OCR (Optical Character Recognition)/PDF format. E. At Owner's request, Contractor shall provide a hard copy of Closeout Documents in 3-ring binders. F. Owner will occupy all of building as specified in Section 01 10 00 "Summary." 1.3 FINAL CLEANING A. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains, and foreign substances; polish transparent and glossy surfaces. B. Clean equipment and fixtures to sanitary condition with cleaning materials appropriate to surface and material being cleaned. C. Replace filters of operating equipment. D. Clean debris from roofs, gutters, downspouts, and drainage systems. E. Clean site; sweep paved areas, rake clean landscaped surfaces. F. Remove waste and surplus materials, rubbish, and construction facilities from site. 03561621 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 1 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 1.4 STARTING OF SYSTEMS A. Coordinate schedule for startup of various equipment and systems. B. Notify Landscape Architect 7 days prior to startup of each item. C. Verify each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute startup under supervision of applicable manufacturer's representative in accordance with manufacturers' instructions. G. When specified in individual Specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to startup, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01 33 00 "Submittal Procedures" that equipment or system has been properly installed and is functioning correctly. 1.5 PROTECTING INSTALLED CONSTRUCTION A. Protect installed Work and provide special protection where specified in individual Specification Sections. B. Provide temporary and removable protection for installed products. Control activity in immediate Work area to prevent damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.6 HAZARDOUS MATERIALS AFFIDAVITS A. Provide notarized affidavits declaring that hazardous materials were not incorporated into or delivered to site. B. Hazardous materials include asbestos, lead polychlorinated biphenyl (PCB), prohibited termite eradication chemicals or any substance of any proportion determined or suspected by an agency of federal or state government to create a health hazard. C. Provide table of contents listing affidavits in alphabetical order. D. Prepare cover page with printed title "AFFIDAVITS OF NON -INCORPORATED HAZARDOUS MATERIALS", Title of Project, Project Address, Owner's Name, Address and Phone, and Date of Construction Completion. E. Provide 1 complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format. F. Submit prior to Application for Final Payment. 03561621 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 2 03563022 05/22 No Text r� City of Lubbock } 14th Street Plaza/East Green Project 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site 1 set of record documents; record actual revisions to Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Complete set of MSDS sheets for materials. 7. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress, not less than weekly. E. Specifications: Legibly mark and record at each product Section description of products installed, including following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda, Change Orders, RFI responses, and other modifications. For Addenda, Change Orders, and RFI responses, cut out and tape to pages in appropriate location, referencing source of change. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by Addenda, Change Order, RFI responses, and other modifications. For Addenda, Change Orders, and RFI responses, cut out and tape to pages in appropriate location, referencing source of change. 7. Submit in OCR (Optical Character Recognition)/PDF format. 8. Submit MSDS on products used in construction of Project. 9. Submit MSDS electronically in 8-1/2- x 11-inch format text pages. 10. Prepare cover page with printed title "MATERIAL SAFETY DATA SHEETS (MSDS)", Title of Project, Project Address, Owner's Name, Address and Phone, and Date of Construction Completion. 11. Internally subdivide contents with page dividers, organized into CSI format shown in Project Manual. 12. Prepare a table of contents, listing each of Division headings and listing each material/product under each heading by manufacturer and material/product name. 13. Submit complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format. 14. Submit information with Application for Final Payment and include MSDS for materials/products delivered or installed in Project. 03561621 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 3 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Proiect 15. Failure to submit updated electronic MSDS documents will cause Application for Final Payment to be held by Landscape Architect (not submitted to Owner for processing) until such time updated electronic MSDS documents are received and reviewed for compliance by Landscape Architect. G. Submit documents to Landscape Architect with claim for final Application for Payment. 1.8 OPERATION AND MAINTENANCE DATA A. Submit data electronically in 8-1/2- x 11-inch text pages, OCR (Optical Character Recognition)/PDF format. B. Prepare cover page with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of Project. C. Internally subdivide contents with page dividers, logically organized as described below: 1. Drawings: Provide in OCR (Optical Character Recognition)/PDF format. 2. Contents: Prepare Table of Contents for each file (if multiple files), with each product or system description identified, in 3 parts as follows: a. Part 1: Directory, listing names, addresses, and telephone numbers of Landscape Architect, Contractor, subcontractors, and major equipment suppliers. b. Part 2: Operation and maintenance instructions, arranged by system and subdivided by Specification Section. For each category, identify names, addresses, and telephone numbers of subcontractors and suppliers. Identify: 1) Significant design criteria. 2) List of equipment. 3) Parts list for each component. 4) Operating instructions. 5) Maintenance instructions for equipment and systems. C. Part 3: Project documents and certificates, including: 1) Shop drawings and product data. 2) Air and water balance reports. 3) Certificates. 4) Scanned copies of warranties and bonds in OCR (Optical Character Recognition)/PDF format. D. Submit 1 complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format. E. Submit documents with Application for Final Payment. 1.9 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit in OCR (Optical Character Recognition)/PDF format of preliminary draft or proposed formats and outlines of contents before start of Work. Landscape Architect will review draft and return with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit electronic documents within 10 days after acceptance. C. Submit electronic copy of completed volume(s) 15 days prior to final inspection. Draft copy to be reviewed and returned after final inspection, with Landscape Architect comments. Revise content of electronic document set as required prior to final submission. D. Submit electronic documents in OCR (Optical Character Recognition)/PDF format of revised final volumes in final form within days after final inspection. 03561621 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 4 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Proiect E. Each Item of Equipment and Each System: Include description of unit or system, and component parts. Identify function, normal operating characteristics, and limiting conditions. Include performance curves, with engineering data and tests, and complete nomenclature and model number of replaceable parts. F. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; by label machine. G. Include color coded wiring diagrams as installed. H. Operating Procedures: Include startup, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shutdown, and emergency instructions. Include summer, winter, and special operating instructions. I. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. J. Include servicing and lubrication schedule, and list of lubricants required. K. Include manufacturer's printed operation and maintenance instructions. L. Include sequence of operation by controls manufacturer. M. Include original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. N. Include control diagrams by controls manufacturer as installed. O. Include Contractor's coordination drawings, with color coded piping diagrams as installed. P. Include charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. Q. Include list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. R. Include test and balancing reports as specified in Section 0140 00 "Quality Requirements." S. Additional Requirements: As specified in individual product Specification Sections. T. Include listing in Table of Contents for design data, with dividers. 1.10 SPARE PARTS AND MAINTENANCE PRODUCTS A. Furnish spare parts, maintenance, and extra products in quantities specified in individual Specification Sections. B. Deliver to and place in location as directed by Owner; obtain receipt prior to final payment. C. Submit receipts signed by Owner or letter stating Contractor has delivered extra products to Owner. 1.11 PRODUCT WARRANTIES AND PRODUCT BONDS A. Obtain warranties and bonds executed by responsible subcontractors, suppliers, and manufacturers, within 10 days after completion of applicable item of Work. B. Execute and assemble transferable warranty documents and bonds from subcontractors, suppliers, and manufacturers. C. Verify documents are in proper form, contain full information, and are notarized. D. Co -execute submittals when required. E. Include Table of Contents. F. Submit 1 complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format for review. G. Submit prior to Application for Final Payment. 03561621 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 5 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green H. Time of Submittals: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing date of acceptance as beginning of warranty or bond period. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03561621 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 6 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 02 4113 - SELECTIVE SITE DEMOLITION PART 1-GENERAL 1.1 SUMMARY A. Section includes preparing Project area for construction operations by demolition, removal, and salvage or disposal of all obstructions within limits of Project construction area. Such obstructions are expected to include but not necessarily limited to foundations, asphalt paving, concrete slabs, concrete curb and gutter, existing light poles with concrete footings and associated electrical conduit and wiring, existing water meter boxes, vaults, and valve boxes with associated conduit and appurtenances, existing fence with concrete footings, and all rubbish and debris, whether above or below ground, except live utility facilities. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 ITEMS TO REMAIN IN PLACE A. Take necessary precautions to avoid damage to existing items to remain in place, to be reused, or to remain the property of the Owner. Repair or replace damaged items as approved by the Landscape Architect. Coordinate the Work of this Section with all other Work indicated. Construct and maintain shoring, bracing, and supports as required. Ensure that structural elements are not overloaded. Increase structural supports or add new supports as may be required as a result of any cutting, removal, deconstruction, or demolition of Work. Provide new supports and reinforcement for existing construction weakened by demolition, deconstruction, or removal Work. Repairs, reinforcement, or structural replacement require approval by Landscape Architect prior to performing such Work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 GENERAL A. Where applicable, all lines separating pavement to remove from that to remain in place, shall be cut neatly, in a straight line, or separated at an existing expansion or construction joint. Make cuts by sawing or other methods approved by Owner's Representative which will produce a satisfactory edge. In no case shall line be cut with a motor grader blade. B. Remove all existing materials to remove and dispose under this item and dispose in appropriate disposal areas off Owner property. Accomplish removal operations to minimize disturbance of existing underlying courses and adjacent pavement structures or improvements to remain in place. Rework, recompact, and regrade any underlying courses disturbed during removal operations to Landscape Architect satisfaction. Repair any damage to adjacent pavement structures or improvements to remain in place to Landscape Architect satisfaction. C. Unless otherwise indicated on Plans, remove all obstructions to 2 feet below lower elevations of excavation or to bottom of structure, whichever is lower. 03561621 SELECTIVE SITE DEMOLITION 0241 13 - 1 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project D. Backfill any voids created from removing obstructions within construction area with acceptable material. Compact per requirements of subgrade preparation of Contract Documents. E. Complete Work specified herein so prepared construction area is free of holes, ditches, and other abrupt changes in elevations and irregularities to contour. F. Protect personnel from possible airborne contaminants, including but not limited to, asbestos fibers, dried fecal matter, and metal dust. G. If material containing asbestos is encountered, an Asbestos Hazard Abatement Plan must be prepared. END OF SECTION 03561621 SELECTIVE SITE DEMOLITION 0241 13 - 2 03563022 05/22 No Text City of Lubbock 14' Street Plaza/East Green Project SECTION 10 75 16 - GROUND -SET FLAGPOLES PART 1- GENERAL 1.1 SUMMARY A. Section includes ground -set flagpoles made from aluminum. B. Related Requirements: Division 01 Specification Sections apply to Work of this Section. 1.2 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide flagpole assemblies, including anchorages and supports, capable of withstanding the effects of wind loads, determined according to NAAMM FP 1001, "Guide Specifications for Design of Metal Flagpoles." 1. Base flagpole design on polyester flags of maximum standard size suitable for use with flagpole or flag size indicated, whichever is more stringent. 2. Basic Wind Speed: 3-second gust speed at 33 feet above ground. 1.3 SUBMITTALS A. Product Data: For each type of flagpole required. B. Shop Drawings: Include elevations and details showing general arrangement, jointing, fittings and accessories, grounding, and anchoring and supporting systems. 1. Include details of foundation system for ground -set flagpoles. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain flagpole as a complete unit, including fittings, accessories, bases, and anchorage devices, from a single manufacturer. 1. Obtain flagpoles through one source from a single manufacturer. 1.5 DELIVERY, STORAGE, AND HANDLING A. Spiral wrap flagpoles with heavy paper and enclose in a hard fiber tube or other protective container. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to: 1. American Flagpole; a Kearney -National Inc. Company. 2. Concord Industries, Inc. 3. Eder Flag Manufacturing Company, Inc. 03561621 GROUND -SET FLAGPOLES 10 75 16 - 1 03563022 05/22 No Text City of Lubbock 14" Street Plaza/East Green Project 4. Ewing International. 5. PLP Composite Technologies, Inc. 6. Pole -Tech Company Inc. 7. Substitutions: In accordance with Division 01. 2.2 FLAGPOLES A. Flagpole Construction, General: Construct flagpoles in one piece if possible. If more than one piece is necessary, comply with the following: 1. Fabricate shop and field joints without using fasteners, screw collars, or lead calking. 2. For tapered flagpoles, provide flush hairline joints using self -aligning, snug -fitting, internal sleeves. B. Exposed Height: 35 feet. C. Aluminum Flagpoles: Provide cone -tapered flagpoles fabricated from seamless extruded tubing complying with ASTM B 241/Alloy 6063, with a minimum wall thickness of 0.188 inch. Heat treat after fabrication to comply with ASTM B 597, Temper T6. 1. Flagpoles: Provide poles with an 8-inch butt diameter, with a 0.188-inch wall thickness. The finish shall be satin aluminum finish. Pole shall have a gold anodized ball top, a key based cleat box, and a heavy-duty spur aluminum collar. D. Foundation Tube: Galvanized corrugated -steel foundation tube, 0.064-inch minimum nominal wall thickness. Provide with 3/16-inch steel bottom plate and support plate; 3/4-inch-diameter, steel ground spike; and steel centering wedges all welded together. Galvanize steel parts, including foundation tube, after assembly. Provide loose hardwood wedges at top of foundation tube for plumbing pole. 2.3 FITTINGS A. External Halyard: Ball -bearing, nonfouling, revolving truck assembly of cast metal with continuous 5/16-inch-diameter, braided polypropylene halyard and 9-inch cast -metal cleats with fasteners. Finish exposed metal surfaces to match flagpole. 1. Provide 1 halyard and 1 cleat at each flagpole. 2. Provide cast -metal cleat covers, finished to match flagpole, secured with cylinder locks. B. Halyard Flag Snaps: Provide 4 stainless -steel swivel snap hooks per halyard. 1. Provide with neoprene or vinyl covers. 2.4 MISCELLANEOUS MATERIALS A. Concrete: Comply with requirements in Section 03 30 00 "Cast -in -Place Concrete" for normal -weight, air -entrained, ready -mix concrete with a minimum 28-day compressive strength of 3,000 psi. B. Sand: ASTM C 33, fine aggregate. C. Elastomeric Joint Sealant: Joint sealant complying with requirements in Section 07 92 00 "Joint Sealants" for Use NT (nontraffic) and for Use M, G, A, and, as applicable to joint substrates indicated, O joint substrates. 03561621 GROUND -SET FLAGPOLES 10 75 16 - 2 l 03563022 05/22 I J No Text City of Lubbock 14' Street Plaza/East Green Proiect 2.5 FINISHES A. Metal Finishes, General: Comply with NAAMM "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Aluminum: Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. 1. Light Bronze Anodized: Provide fine, directional, light bronze finish (AA-M32); buff complying with AA-M20; and seal aluminum surfaces with clear, hard -coat wax. PART 3 - EXECUTION 3.1 PREPARATION A. Foundation Excavation: Excavate to neat clean lines in undisturbed soil. Remove loose soil and foreign matter from excavation and moisten earth before placing concrete. B. Provide forms where required due to unstable soil conditions and for perimeter of flagpole base at grade. Secure and brace forms and foundation tube, in position, to prevent displacement during concreting. C. Place concrete immediately after mixing. Compact concrete in place by using vibrators. Moist -cure exposed concrete for not less than 7 days or use nonstaining curing compound. D. Trowel exposed concrete surfaces to a smooth, dense finish, free of trowel marks, and uniform in texture and appearance. Provide positive slope for water runoff to perimeter of concrete base. 3.2 FLAGPOLE INSTALLATION A. Install flagpoles where shown, according to Shop Drawings and manufacturer's written instructions. B. Foundation -Tube Installation: Install flagpole in foundation tube, seated on bottom plate between steel centering wedges. Plumb flagpole and install hardwood wedges to secure flagpole in place. Place and compact sand in foundation tube and remove hardwood wedges. Seal top of foundation tube with a 2-inch layer of elastomeric joint sealant and cover with flashing collar. END OF SECTION 03561621 GROUND -SET FLAGPOLES 1075 16 - 3 03563022 05/22 No Text City of Lubbock 14th Street Plaza /East Green Project SECTION 26 05 00 - BASIC ELECTRICAL METHODS PART 1- GENERAL 1.1 SUMMARY A. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment, and workmanship shall conform to the applicable provisions of the following: 1. National Electrical Code (NEC). 2. National Electrical Safety Code (NESC). 3. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the Work required. B. All temperature control wiring and associated conduit and boxes shall be provided under other Sections of the Specifications. All power and control wiring, not identified under Divisions 22 and 23, shall be provided under Division 26. C. The Work covered by Division 26 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all Electrical Work required in the Contract Drawings. D. In the event that additional or special construction is required, Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. E. Contractor shall familiarize himself with the existing conditions of the site and advise Landscape Architect of any discrepancy or conflict prior to Bidding. F. Contractor shall be responsible for all permits, fees, and licenses required for the Project. All cost of such permits or fees shall be included in the Bid. G. All equipment and material shall be installed in accordance with the applicable manufacturer's recommendations and standards. H. Install sleeves, sealant pans, and roof penetrations as required for the installation of the Electrical Work. All such Work is subject to the approval of Landscape Architect. 1. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment, and labor that will be furnished as a part of this Contract. J. Any fees or charges associated with delivering permanent power for the Project shall be included in Contractor's Bid. 1.3 SUBMITTALS A. The intent of this Section is to give general submittal information; refer to specific submittal information in subsequent Mechanical Sections. B. Within 10 days after award of the Contract, and before orders are placed, Contractor shall submit specific information on list of equipment and principal materials specified. Contractor shall indicate and/or provide names of manufacturers, catalog and model numbers, cut sheets, and such other supplementary information as necessary for evaluation. Minimum of 6 copies, or as directed by Landscape Architect, of each shall be submitted and shall include 03561621 03563022 05/22 BASIC ELECTRICAL METHODS 26 05 00 - 1 No Text City of Lubbock 14th Street Plaza /East Green Project all items mentioned by model number and/or manufacturer's name in the Specifications or in schedules on the Drawings. C. Requirements for Each Submittal: 1. Bear a dated stamp or specific written indication that Contractor has reviewed and approved all submittal prior to submission to Landscape Architect. 2. Have all information deleted by Contractor that pertains to the means and methods of construction or to fabrication, assembly, installation, or erection (approval by Landscape Architect shall not extend to these areas unless specifically noted by Landscape Architect). 3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces of equipment that may occur on the same page. 4. Be clearly marked as to which available options are being submitted that are associated with a piece of equipment. 5. Be complete with respect to quantities, dimensions, specific performance, materials, and similar data to enable the Landscape Architect to review the proposed equipment. Omission by Contractor of any of the above requirements or submittals will subject submittal to automatic rejection without review. Any submittals received by Landscape Architect that were not requested shall be returned without review of any kind. PART2-PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the Drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the Electrical Drawings, Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection, and installation as required to accommodate the equipment supplied, without additional charge to Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective Section of this Specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products ofmanufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the Project site. D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6 inches wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 03561621 BASIC ELECTRICAL METHODS 26 05 00 - 2 03563022 05/22 l No Text City of Lubbock 14th Street Plaza /East Green Project 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. E. Backfill Material: 1. Material 4 inches below and 12 inches above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 2. Material more than 12 inches above pipes and conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection, and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such Work and shall proceed in an orderly manner so as not to impede the progress of the Project. Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed, or relocated, and report any unsatisfactory conditions before starting Work. Commencement of Work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workers. Surfaces requiring coatings will be completed prior to installation of any Electrical Work on these surfaces. B. The Electrical Drawings are diagrammatic. The installation requirements shall be carefully coordinated with structural, architectural, and mechanical conditions and shall be adjusted to f avoid conflict. C. All Work shall be concealed in walls, ceilings, or chases unless specifically noted to be exposed or otherwise approved. D. The locations of electrical equipment are approximate and are not intended to convey the exact Ll J details and mounting of location of outlets, equipment, and other items. Exact locations are to be field determined by actual measurements. E. The location height and projection of fixtures illuminating signs or special features shall be approved by Landscape Architect prior to installation. -� F. Contractor shall coordinate the location of all exterior fixtures with Architectural Drawings and Specifications. G. Consult the Architectural Drawings to determine wall finishes and locations of wall -mounted equipment, countertop splashes, and similar items to avoid conflict with electrical equipment. At locations where surface or pendant mounted light fixtures are noted, provide for all necessary framing channels, pendants, chains, canopies, and other hardware as required for a complete and operable system. H. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. I. Excavation for Pipe and Conduit: LA 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher _ than top of pipe or conduit, unless otherwise indicated. �l 03561621 BASIC ELECTRICAL METHODS 26 05 00 - 3 03563022 05/22 No Text City of Lubbock 14th Street Plaza /East Green Project L_J 03561621 03563022 05/22 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6 inches in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. b. For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. 5. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 7. Protection: a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. b. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1) Scarify or remove and replace soil material to depth as directed by Landscape Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished -surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1) Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 8. Disposal of Surplus and Waste Materials: a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property unless otherwise directed by Owner. b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. BASIC ELECTRICAL METHODS 26 05 00 - 4 l No Text City of Lubbock 14th Street Plaza /East Green Project It shall be the responsibility of Division 26 Contractor to provide for all disconnecting and motor control devices for all equipment. Contractor shall coordinate to determine voltage, phase, and configurations. Any changes necessary to coordinate these items between Divisions 22 and 23 and Division 26 shall be considered part of this Contract. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services, and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances, and devices shall be operated under load conditions. B. After the interior wiring system installation is complete, conduct operating tests for approval. When requested, test all the wire, cable, devices, and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these Specifications. C. After motor operation has been verified make voltage readings at all panelboards and starters. Based on these readings, make final adjustments of primary taps on all transformers in the building as directed, or coordinate with the utility proper building voltage. D. Perform such other tests as required by other Sections of these Specifications or as requested to prove acceptability. E. Furnish all instruments and labor for testing. F. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available. 3.3 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual Specification Sections. B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on the Drawings is intended to establish a standard of quality of the product. It is the responsibility of Contractor to review all items he intends to submit. If equipment other than that indicated on Drawings is proposed by Contractor, the information will be reviewed at the time of the submission of the submittal. 03561621 03563022 05/22 END OF SECTION BASIC ELECTRICAL METHODS 260500-5 No Text City of Lubbock 14th Street Plaza /East Green Project SECTION 26 05 13 - BUILDING WIRE AND CABLE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Building wire and cable. 2. Wiring connectors and connections. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 0140 00 "Quality Requirements" for requirements for references and standards. 3. Section 26 05 53 "Electrical Identification." 1.2 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR REVIEW A. Refer to Section 01 33 00 "Submittal Procedures" for procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.4 SUBMITTALS FOR INFORMATION A. Refer to Section 01 33 00 "Submittal Procedures" for procedures for submittals. B. Test Reports: Indicate procedures and values obtained. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations ofuse stipulated by product testing agency specified under Regulatory Requirements. 1.5 SUBMITTALS AT PROJECT CLOSEOUT A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for procedures for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience. 03561621 BUILDING WIRE AND CABLE 2605 13 - 1 03563022 05/22 No Text I City of Lubbock 14th Street Plaza /East Green Project 1.7 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by UL as suitable for the purpose specified and indicated. 1.8 FIELD SAMPLES A. Provide under provisions of Section 01 40 00 "Quality Requirements." r1 1.9 PROJECT CONDITIONS A. Refer to Section 0130 00 "Administrative Requirements." B. Verify that field measurements are as indicated. C. Conductor sizes are based on copper. rl D. Wire and cable routing indicated is approximate unless dimensioned. 1.10 COORDINATION A. Coordinate Work under provisions of Section 01 30 00 "Administrative Requirements." r� B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2 - PRODUCTS 2.1 BUILDING WIRE A. Manufacturers: 1. American Cable. 2. Houston Wire and Cable. 3. Southwire. 4. Substitutions: Refer to Section 01 60 00 "Product Requirements." B. Description: Single conductor insulated wire. C. Conductor: Copper. D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, Type indicated herein. F. MC Cable: Shall not be utilized on this Project. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. Buchanan. 2. Burndy. 3. Ilsco. 4. Substitutions: Refer to Section 0160 00 "Product Requirements." B. Solderless Pressure Connectors: 1. Buchanan. 2. Burndy. 3. Ilsco. 4. Substitutions: Refer to Section 0160 00 "Product Requirements." 03561621 BUILDING WIRE AND CABLE 2605 13 - 2 1 03563022 05/22 No Text City of Lubbock 14th Street Plaza /East Green Project C. Spring Wire Connectors: 1. Ideal. 2. Substitutions: Refer to Section 01 60 00 "Product Requirements." D. Compression Connectors: 1. Buchanan. 2. Burndy. 3. Ilsco. 4. Substitutions: Refer to Section 01 60 00 "Product Requirements." PART 3 - EXECUTION 3.1 EXAMINATION A. Refer to Section 01 30 00 "Administrative Requirements" for verification of existing conditions before starting Work. B. Verify that interior of building has been protected from weather. C. Verify that Mechanical Work likely to damage wire and cable has been completed. D. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. Concealed Dry Interior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. B. Exposed Dry Interior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. C. Above Accessible Ceilings: Use only building wire, Type THHN/THWN insulation, in raceway. D. Wet or Damp Interior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. E. Exterior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. F. Use wiring methods indicated. 3.4 INSTALLATION A. Refer to Section 01 40 00 "Quality Requirements" for manufacturer's instructions. B. Route wire and cable as required to meet Project Conditions. C. Install cable in accordance with the NECA "Standard of Installation." D. Use solid conductor for feeders and branch circuits 10 AWG and smaller. E. Use stranded conductors for control circuits. F. Use conductor not smaller than 12 AWG for power and lighting circuits with the exception of pre -manufactured fixture whips, listed for such use and not exceeding 6 feet in length. G. Use conductor not smaller than 14 AWG for control circuits. H. Use 10 AWG conductors for 20 ampere, 120-volt branch circuits longer than 100 feet and as indicated on the Drawings. I. Install all conductors in conduit. J. Pull all conductors into raceway at same time. 03561621 BUILDING WIRE AND CABLE 2605 13 - 3 03563022 05/22 �J No Text City of Lubbock 14th Street Plaza /East Green Project K. Use suitable wire pulling lubricant for building wire 4 AWG and larger. L. Protect exposed cable from damage. M. All cables shall be neatly supported. N. Use suitable cable fittings and connectors. O. Neatly train and lace wiring inside boxes, equipment, and panelboards. P. Clean conductor surfaces before installing lugs and connectors. Q. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. R. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. S. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. T. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. U. Identify and color code wire and cable under provisions of Section 26 05 53 'Electrical Identification." Identify each conductor with its circuit number or other designation indicated. V. The number of conductors in each conduit run shall be limited to the requirements as indicated on the Drawings and indicated in Article 310 of the National Electrical Code. 3.5 FIELD QUALITY CONTROL A. Refer to Section 01 40 00 "Quality Requirements" for field inspection, testing, and adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.1. 03561621 03563022 05/22 END OF SECTION BUILDING WIRE AND CABLE 2605 13 - 4 No Text City of Lubbock 14th Street Plaza /Bast Green Project SECTION 26 0519 - EQUIPMENT WIRING SYSTEMS PART 1-GENERAL 1.1 SUMMARY A. Section includes electrical connections to equipment specified under other Sections. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 00 "Basic Electrical Methods." 1.2 REFERENCES A. NEMA WD 1 - General Purpose Wiring Devices. B. NEMA WD 6 - Wiring Device Configurations. C. ANSI/NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Submit under provisions of Section 01 33 00 "Submittal Procedures." B. Product Data: Provide wiring device manufacturer's catalog information showing dimensions, configurations, and construction. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. 1.4 REGULATORY REQUIREMENTS 1 A. Conform to requirements of ANSI/NFPA 70. } B. Furnish products listed and classified by UL as suitable for purpose specified and shown. 1.5 COORDINATION r� J A. Coordinate Work under provisions of Section 01 30 00 "Administrative Requirements." B. Obtain and review Shop Drawings, product data, and manufacturer's instructions for equipment furnished under other Sections. C. Determine connection locations and requirements. L_ D. Sequence rough -in of electrical connections to coordinate with installation schedule for equipment. E. Sequence electrical connections to coordinate with startup schedule for equipment. PART2-PRODUCTS 2.1 CORDS AND CAPS A. Attachment Plug Construction: Conform to NEMA WD 1. B. Configuration: NEMA WD 6; match receptacle configuration at outlet provided for equipment. 03561621 I 03563022 J 05/22 EQUIPMENT WIRING SYSTEMS 260519-1 No Text City of Lubbock 14th Street Plaza Bast Green Project C. Cord Construction: ANSI/NFPA 70, multiconductor flexible cord with identified equipment grounding conductor, suitable for use in damp locations. D. Size: Suitable for connected load of equipment, length of cord, and rating of branch circuit overcurrent protection. E. Division 26 Contractor shall be responsible for providing matching cord/receptacle for all equipment not furnished with such equipment. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify conditions under provisions of Section 01 30 00 "Administrative Requirements." B. Verify that equipment is ready for electrical connection, wiring, and energization. 3.2 ELECTRICAL CONNECTIONS A. Make electrical connections in accordance with equipment manufacturer's instructions. B. Make conduit connections to equipment using flexible conduit. Use liquidtight flexible conduit with watertight connectors in damp or wet locations. C. Make wiring connections using wire and cable with insulation suitable for temperatures encountered in heat producing equipment. D. Provide receptacle outlet where connection with attachment plug is indicated. Provide cord and cap where field -supplied attachment plug is indicated. E. Provide suitable strain -relief clamps and fittings for cord connections at outlet boxes and equipment connection boxes. F. Install disconnect switches, controllers, control stations, and control devices as indicated. G. Modify equipment control wiring with terminal block jumpers as indicated. H. Provide interconnecting conduit and wiring between devices and equipment where indicated. I. Check and modify phase connections as required for proper motor rotation. J. Provide power to equipment only after equipment supplier verifies acceptance to receive and approves. K. Contractor shall coordinate with all equipment to verify exact power and control wiring as required to properly serve equipment. 03561621 03563022 05/22 END OF SECTION EQUIPMENT WIRING SYSTEMS 260519-2 No Text City of Lubbock 14th Street Plaza Bast Green Project SECTION 26 05 26 - GROUNDING AND BONDING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Grounding electrodes and conductors. 2. Equipment grounding conductors. 3. Bonding. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 0140 00 "Quality Requirements" for requirements for references and standards. 1.2 REFERENCES A. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). B. NFPA 70 - National Electrical Code. 1.3 GROUNDING SYSTEM DESCRIPTION A. Grounding and bonding in accordance with NEC 2014, Article 250. B. Metal underground water pipe. C. Metal frame of the building. D. Rod electrodes. 1.4 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. 1.5 SUBMITTALS FOR REVIEW A. Refer to Section 01 33 00 "Submittal Procedures" for submittal procedures. B. Product Data: Provide for grounding electrodes and connections. 1.6 SUBMITTALS FOR CLOSEOUT A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for procedures for submittals. B. Project Record Documents: Record actual locations of components and grounding electrodes. C. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience, and with service facilities within 100 miles of Project. 03561621 GROUNDING AND BONDING 26 05 26 - 1 03563022 05/22 i LJ No Text City of Lubbock 14th Street Plaza /East Green Proiect 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by UL as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 3/4-inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Description: In lieu of exothermic connections, high compression type as manufactured by Burndy using the 12-ton Hy -Ground series. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the Drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Refer to Section 01 30 00 "Administrative Requirements" for verification of existing conditions prior to beginning Work. B. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Refer to Section 01 40 00 "Quality Requirements" for manufacturer's instructions. B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet. C. Provide bonding to meet Regulatory Requirements. D. Bond together metal siding not attached to grounded structure; bond to ground. E. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. 03561621 GROUNDING AND BONDING 26 05 26 - 2 03563022 05/22 No Text City of Lubbock 14th Street Plaza /East Green Project F. Grounding Electrode System: The new grounding electrode system shall consist of the common bonding of building steel, underground steel water piping and supplemental ground rods, concrete re -enforcing bar, as detailed on the Drawings and as required by the NEC 2014, Article 250. G. Provide proper bonding of the electrical system's grounded conductor (neutral) and the -� grounding electrode system sized in accordance with NEC Article 250. This bonding shall occur at all locations where there are separately derived systems. 3.3 FIELD QUALITY CONTROL JA. Refer to Section 0140 00 "Quality Requirements" for field inspection, testing, and adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 03561621 GROUNDING AND BONDING 26 05 26 - 3 I 03563022 J 05/22 No Text I� City of Lubbock 14th Street Plaza /East Green Project SECTION 26 05 29 - SUPPORTING DEVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Conduit and equipment supports. 2. Anchors and fasteners. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. r� 1.2 REFERENCES i, A. NECA - National Electrical Contractors Association. -� B. ANSI/NFPA 70 - National Electrical Code. 1.3 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. PART 2-PRODUCTS 2.1 PRODUCT REQUIREMENTS l -) A. Materials and Finishes: Provide adequate corrosion resistance. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of } equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. } 4. Sheet Metal: Use sheet metal screws. l 5. Wood Elements: Use wood screws. 6. Roof Support/Jacks: Advanced supports products # SS1000A or approved equal. PART 3 - EXECUTION I 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation." J C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Landscape Architect before drilling or cutting structural members. 03561621 SUPPORTING DEVICES 26 05 29 - 1 J 03563022 05/22 J No Text City of Lubbock 14th Street Plaza/East Green Project E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of 4 anchors. G. In wet and damp locations use steel channel supports to stand cabinets and panelboards 1 inch off wall. H. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 03561621 SUPPORTING DEVICES 26 05 29 - 2 03563022 05/22 No Text City of Lubbock 14th Street Plaza /East Green PART 1-GENERAL 1.1 SUMMARY ect SECTION 26 05 33.13 - CONDUIT A. Section Includes: 1. Metal conduit. 2. Flexible metal conduit. 3. Liquidtight flexible metal conduit. 4. Electrical metallic tubing. 5. Fittings and conduit bodies. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 26 "Grounding and Bonding." 3. Section 26 05 29 "Supporting Devices." 4. Section 26 05 33.16 'Boxes." 5. Section 26 05 53 "Electrical Identification." 1.2 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.3 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.4 SUBMITTALS A. Submit under provisions of Section 01 33 00 "Submittal Procedures." B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal conduit, nonmetallic conduit, fittings, and conduit bodies. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01 70 00 "Execution and Closeout Requirements." B. Accurately record actual routing of conduits. 1.6. REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. 03561621 CONDUIT 26 05 33.13 - 1 03563022 05/22 No Text City of Lubbock 14th Street Plaza /East Green Project 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to site under provisions of Section 01 60 00 "Product Requirements." B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.8 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART2-PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4-inch unless otherwise specified. B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit. C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations. D. Below Slab: Non-metallic PVC conduit is acceptable within limitations specified. E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non-metallic PVC conduit within limitations specified. F. MC Cable: Shall not be utilized on this Project. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied. 2. Wheatland. 3. Substitutions: Under provisions of Section 01 60 00 "Product Requirements." B. Rigid Steel Conduit: ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB l; all steel fittings. 2.3 FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Allied Tube. 2. Electri-Flex. 3. Greenfield. 4. Substitutions: Under provisions of Section 01 60 00 "Product Requirements." B. Description: Interlocked steel construction. Aluminum is not permitted. 03561621 CONDUIT 26 05 33.13 - 2 03563022 05/22 No Text City of Lubbock 14th Street Plaza /East Green Project C. Fittings: ANSI/NEMA FB 1 with fittings approved for steel flex. D. Applications: Use for final connections to motorized equipment, connections to recessed lighting fixtures located in accessible ceilings, and connections to dry type transformers. Utilization of 3/8-inch in lieu of the minimum 1/2-inch is acceptable under the limitations of the National Electrical Code. 2.4 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Electri-flex. 2. Ultratite. 3. Substitutions: Under provisions of Section 01 60 00 "Product Requirements." B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSI/NEMA FB 1. D. Applications: Use for final connections to motorized equipment in exterior locations and areas subjected to moisture (kitchen). 2.5 ELECTRICAL METALLIC TUBING (EMT) A. Manufacturers: 1. Allied. 2. Substitutions: Under provisions of Section 01 60 00 "Product Requirements." B. Description: ANSI C80.3; galvanized tubing. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel, compression. D. Applications: Do not use below grade or in exterior locations. Use only in interior locations. 2.6 PVC COATED METAL CONDUIT A. Manufacturers: 1. Levy. 2. Robroy Industries. 3. Substitutions: Under provisions of Section 01 60 00 "Product Requirements." B. Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20 mil thick. C. General: Protective layer may be factory applied or galvanized rigid steel conduit may be applied with 2 layers of corrosion resistant tape. D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to match conduit. 2.7 NON-METALLIC PVC CONDUIT A. Manufacturers: 1. Allied. 2. Carlon. 3. Substitutions: Under provisions of Section 01 60 00 "Product Requirements." B. Description: NEMA TC2; Schedule 40 PVC. Flame retardant type resistant to bending and cracking. C. Fittings and conduit bodies: NEMA TC3. D. Vertical risers and ells installed below grade shall be rigid steel with wrapping. E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. 03561621 03563022 1 05/22 CONDUIT 260533.13-3 No Text City of Lubbock 14th Street Plaza /East Green Project G. Refer to Part 3. Do not use PVC conduit for conduits passing vertically through the slab. PART 3 - EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Fasten conduit supports to building structure and surfaces under provisions of Section 26 05 29 "Supporting Devices." G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. H. Do not attach conduit to ceiling support wires. I. Arrange conduit to maintain headroom and present neat appearance. J. Route exposed conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings parallel and perpendicular to walls. L. Maintain adequate clearance between conduit and piping. M. Maintain 12-inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. N. Cut conduit square using saw or pipecutter; de -burr cut ends. O. Bring conduit to shoulder of fittings; fasten securely. P. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. Q. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2-inch size. R. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses control and expansion joints. T. Provide suitable pull string in each empty conduit except sleeves and nipples. U. Use suitable caps to protect installed conduit against entrance of dirt and moisture. V. Ground and bond conduit under provisions of Section 26 05 26 "Grounding and Bonding." W. Identify conduit under provisions of Section 26 05 53 "Electrical Identification." X. Ducts shall be cleaned with a flexible mandrel assembly. Y. All conduits passing vertically through slabs or through earth on grade shall be PVC -coated, rigid steel. Rigid steel conduits shall be applied with protective coatings as indicated herein. All transitions from PVC to rigid steel shall occur below the slab. Z. Underground branch circuit extensions to parking lot lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance PVC conduit shall be concrete encased in accordance with the Drawings unless otherwise approved by Landscape Architect. AA. Minimum cover for underground conduits shall be 24inches unless otherwise noted. BB. All conduit shall be routed concealed as much as possible including conduit serving roof -mounted equipment. Roof penetrations for conduits shall adhere to the requirements and details as indicated on the Architectural Drawings. 03561621 CONDUIT 26 05 33.13 - 4 03563022 05/22 No Text City of Lubbock 14th Street Plaza /East Green Project 3.2 INTERFACE WITH OTHER PRODUCTS A. Install conduit to preserve fire resistance rating of partitions and other elements. B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. Coordinate location with roofing installation. 03561621 03563022 05/22 END OF SECTION CONDUIT 26 05 33.13 - 5 No Text City of Lubbock 14th Street Plaza /East Green Project SECTION 26 05 33.16 - BOXES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Wall and ceiling outlet boxes. 2. Pull and junction boxes. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 27 26 "Wiring Devices" for wall plates in finished areas. 1.2 REFERENCES A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR CLOSEOUT A. Refer to Section 0170 00 "Execution and Closeout Requirements" for submittals for Project closeout. B. Record actual locations and mounting heights of outlet, pull, and junction boxes on Project record documents. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide products listed and classified by UL as suitable for the purpose specified and indicated. PART2-PRODUCTS 2.1 OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. B. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; include half -inch male fixture studs where required. C. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. D. Wall Plates for Finished Areas: As specified in Section 26 27 26 "Wiring Devices." 03516121 BOXES 26 05 33.16 - 1 03563022 05/22 No Text City of Lubbock r� 14th Street Plaza /East Green Project 2.2 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box. C. Material: Galvanized cast iron. D. Cover: Furnish with ground flange, neoprene gasket, and stainless -steel cover screws. E. Fiberglass boxes are allowed in landscaping areas. Equipment shall be pedestrian rated. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify all locations of outlets areas prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." 1 B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, j equipment connections and compliance with regulatory requirements. C. Set wall mounted boxes at elevations to accommodate mounting heights specified in Section for outlet device. D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. E. Orient boxes to accommodate wiring devices oriented as specified in Section 26 27 26 "Wiring l Devices." L F. Maintain headroom and present neat mechanical appearance. G. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. r H. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire. I. Install boxes to preserve fire resistance rating of partitions and other elements. J. Coordinate mounting heights and locations of outlets mounted above counters, benches, and l backsplashes with Architectural Drawings and other trades. Ll K. Locate outlet boxes to allow luminaires positioned as shown on reflected ceiling plan. L. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. M. Use flush mounting outlet box in finished areas. L j N. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. O. Do not install flush mounting box back-to-back in walls; provide minimum 6 inches separation. Provide minimum 24 inches separation in acoustic rated walls. P. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. Q. Use stamped steel bridges to fasten flush mounting outlet box between studs. L J R. Install flush mounting box without damaging wall insulation or reducing its effectiveness. S. Use adjustable steel channel fasteners for hung ceiling outlet box. T. Do not fasten boxes to ceiling support wires. U. Support boxes independently of conduit. V. Use gang box where more than 1 device is mounted together. Do not use sectional box. W. Use gang box with plaster ring for single device outlets. LJ 03516121 BOXES 26 05 33.16 - 2 03563022 L� 05/22 No Text City of Lubbock 14th Street Plaza Bast Green Project X. Use cast outlet box in exterior locations exposed to the weather and wet locations and at all locations serving kitchen equipment. Y. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast metal box in other locations. Z. Coordinate with other trades for box rough -in, such that control devices are grouped (i.e., thermostats, wall switches, volume controls, etc.). 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box for equipment connected under Section 26 05 19 "Equipment Wiring Systems." 3.4 ADJUSTING A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for adjusting installed Work. B. Adjust flush -mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused box openings. 3.5 CLEANING A. Refer to Section 01 70 00 "Execution and Closeout Requirements" for cleaning installed Work. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. 3.6 REPAIR A. Repair any areas or surfaces damaged during conduit installation. B. Paint (resurface) to original condition. END OF SECTION 03516121 03563022 L 05/22 260533.16-3 'I ,J No Text City of Lubbock 14th Street Plaza Bast Green Project SECTION 26 05 53 - ELECTRICAL IDENTIFICATION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Nameplates and labels. 2. Wire and cable markers. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2 - PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates and Labels: Engraved 3-layer laminated plastic, white letters on black background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Communication cabinets and computer cabinets. 3. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4-inch letters for identifying individual equipment and loads. 2. Use 1/4-inch letters for identifying grouped equipment and loads. 3. Use 3/8-inch letters for identifying main disconnect equipment. 4. Use 1/4-inch letters for identifying receptacle and light switches. 2.2 WIRE/CONDUITBOX MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. C. Legend: 1 Power and Lighting Circuits: Branch circuit or feeder number indicated on Drawings. D. Boxes: 1. Label each junction box in accessible locations to indicate the type of system (i.e.; security; power circuit - 1, 3, 5; etc.) 2. Boxes serving fire alarm system shall have box covers painted red. 3. Provide label in each light switch and receptacle back box. 03561621 ELECTRICAL IDENTIFICATION 26 05 53 - 1 03563022 05/22 No Text City of Lubbock 14th Street Plaza /East Green Project E. Panelboards and Switchboards: 1. Provide phenolic label with maximum available fault current at main switchboard. Utilize number as indicated in panel schedule. 2. Provide warning labels with arc -flash hazard warning for all electrical equipment as indicated in Article 110.16 of NEC. PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install 1 tape per trench at 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. (see Specification Section 26 05 00 'Basic Electrical Methods"). D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color Coding for Phase Identification: 120/208 Volts Phase 277/480 Volts Black A Brown Red B Orange Blue C Yellow White Neutral Gray Green Ground Green F. Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. 03561621 03563022 05/22 END OF SECTION ELECTRICAL IDENTIFICATION 26 05 53 - 2 I No Text City of Lubbock 14th Street Plaza /East Green Project SECTION 26 24 16 - PANELBOARDS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Distribution and Branch Circuit Panelboards. 2. Mini -Power Zone. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 29 "Supporting Devices." 3. Section 26 05 53 "Electrical Identification" for engraved nameplates. 1.2 REFERENCES A. NECA (National Electrical Contractors Association) "Standard of Installation." B. NEMA AB 1 - Molded Case Circuit Breakers. C. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. D. NEMA KS 1 - Enclosed Switches. E. NEMA PB 1 - Panelboards. F. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. G. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Submit under provisions of General Conditions. 1. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations ofuse stipulated by Product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. C. Switchboard and panelboard manufacturer shall provide short circuit calculations per NEC requirements. Equipment shall be rated per calculations. 1.4 PROJECT RECORD DOCUMENTS l A. Submit under provisions of General Conditions. Record actual locations of products; indicate L J actual branch circuit arrangement. 1.5 OPERATION AND MAINTENANCE DATA A. Submit under provisions of General Conditions. Maintenance Data: Include spare parts data listing; and recommended maintenance procedures and intervals. LJ LJ 03561621 PANELBOARDS 26 24 16 - 1 j 03563022 L� 05/22 No Text City of Lubbock 14th Street Plaza /East Green Project 1.6 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years' experience. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements ofNFPA 70. Furnish products listed and classified by UL as suitable for purpose specified and indicated. 1.9 FIELD MEASUREMENTS A. Verify that field measurements are as indicated. 1.10 MAINTENANCE MATERIALS A. Provide maintenance materials under provisions of General Conditions. Provide two of each panelboard key if required. PART 2 - PRODUCTS 2.1 PANELBOARDS A. Manufacturers: 1. Eaton. 2. G.E. 3. Siemens. 4. Square-D. B. Description: NEMA PB-1, circuit breaker type. C. Panelboard Bus: Copper with ratings as indicated. Provide a copper ground bus in each panelboard. D. Minimum integrated short circuit rating: Fully rated devices with minimum levels as indicated. Series rated systems will not be allowed. Minimum calculated values are labeled on each panelboard and are indicated as "AIC." E. Molded Case Circuit Breakers: NEMA AB 1, bolt -on, circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as type HACR for air-conditioning equipment loads and type SWD for switching applications. F. Enclosure: NEMA 3R. G. Cabinet Front: Surface or recessed type as indicated on the Drawings, fastened with concealed trim clamps, hinged door with flush lock, metal directory frame, and finished in manufacturer's standard gray enamel. 03561621 03563022 J 05/22 PANELBOARDS 26 24 16 - 2 J No Text City of Lubbock 14th Street Plaza /East Green Project 2.2 MINI -POWER ZONE A. Manufacturers: 1. Cutler Hammer. 2. G.E. 3. Siemens. 4. Square D. B. Provide a complete integrated package 3-phase transformer and circuit breaker distribution panel combined into one wall mounted substation. Enclosure shall be rated for NEMA 3R and shall be standard steel. Provide copper windings for transformer and QO branch breakers. PART 3 - EXECUTION 3.1 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1. Install panelboards plumb. Provide supports in accordance with Drawings and Section 26 05 29 "Supporting Devices." Height: 6 feet maximum to top of panelboard. Provide filler plates for unused spaces in panelboards. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. Spare slots shall be labeled as such in erasable pencil on directory. Provide engraved plastic nameplates under the provisions of Section 26 05 53 "Electrical Identification." B. Provide two empty 1-inch conduits from each recessed panelboard to an accessible location above and label as "spare." C. Ground each panelboard in accordance with Section 26 05 26 "Grounding and Bonding." D. Provide a 4-inch concrete housekeeping pad for switchboard. 3.2 FIELD QUALITY CONTROL A. Field inspection and test for grounds on each circuit after installation is completed. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. 03561621 03563022 05/22 END OF SECTION PANELBOARDS 262416-3 No Text City of Lubbock 14th Street Plaza /East Green Project SECTION 26 27 26 - WIRING DEVICES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Wall switches. 2. Receptacles. 3. Device plates and decorative box covers. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 33.16 "Boxes." 1.2 REFERENCES A. NECA - Standard of Installation. B. NEMA WD 1 - General Requirements for Wiring Devices. C. NEMA WD 6 - Wiring Device - Dimensional Requirements. D. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR REVIEW A. Refer to Section 01 33 00 "Submittal Procedures." B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Manufacturers with similar catalog numbers will not be considered as a basis for an equivalent product. 1.4 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide products listed and classified by UL as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 WALL SWITCHES A. Manufacturers: 1. Hubbell PRO 1221-W. 2. Substitutions: Refer to Section 01 60 00 "Product Requirements." 03561621 03563022 05/22 WIRING DEVICES 26 27 26 - 1 No Text City of Lubbock 14th Street Plaza /East Green Project B. Description: NEMA WD 1, 20 amp, Heavy -Duty, AC only general -use snap switch. C. Body and Handle: Nylon white handle. D. Utilize equivalent series of manufacturer's numbers above for 3-way, 4-way, and 2-pole applications. 2.2 RECEPTACLES A. Manufacturers: 1. Hubbell PRO 5352-W. 2. Substitutions: Refer to Section 01 60 00 "Product Requirements." Equivalent. B. Description: NEMA WD 1, Heavy-duty general use receptacle, with triple wipe contacts and grounding contacts integral with backstrap (no rivets). C. Device Body: White plastic. D. Configuration: NEMA WD 6, type as specified and indicated. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. Hubbell GF5352-W or equivalent. G. Tamper Resistant: Convenience receptacles indicated with "TR" are to be provided with integral tamper resistant Hubbell 5352WTR or equivalent. 2.3 WALL PLATES A. Decorative Cover Plate: Stainless steel. B. Weatherproof Cover Plate: Gasketed cast metal with gasketed device cover on exterior devices. C. Surface Mounted Plates: Galvanized steel plates. PART 3 - EXECUTION 3.1 EXAMINATION A. Refer to Section 01 30 00 "Administrative Requirements" for verification of existing conditions prior to beginning Work. B. Verify that outlet boxes are installed at proper height. C. Verify that wall openings are neatly cut and will be completely covered by wall plates. D. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. E. Verify installation location of all boxes to be installed in millwork with Landscape Architect. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 3.3 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install switches with OFF position down. D. Do not share neutral conductor on load side of dimmers. 03561621 WIRING DEVICES 26 27 26 - 2 1 03563022 J 05/22 No Text City of Lubbock 14th Street Plaza /East Green Project E. Install receptacles with grounding pole on top. F. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. G. Install decorative plates on switch, receptacle, and blank outlets in finished areas. H. Connect wiring devices by wrapping conductor around screw terminal. I. Use jumbo size plates for outlets installed in masonry walls. J. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. K. Install blank cover plate to match other wall plates on all unused boxes. 3.4 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 26 05 33.16 'Boxes" to obtain mounting heights specified and indicated on Drawings. B. Install all wall switches, thermostats, and fire alarm pull stations at 48 inches above finished floor. C. Install convenience receptacle 18 inches above finished floor. D. Install convenience receptacle 6 inches above backsplash of counter unless otherwise directed by Landscape Architect. E. Install telephone jack 18 inches above finished floor. F. Install telephone for jack wall telephone to position top of telephone at 48 inches above finished floor. 3.5 FIELD QUALITY CONTROL A. Refer to Section 01 40 00 "Quality Requirements" for field inspection, testing, adjusting, and balancing. B. Inspect each wiring device for defects. C. Operate each wall switch with circuit energized and verify proper operation. D. Verify that each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. 3.6 ADJUSTING A. Refer to Section 01 70 00 'Execution and Closeout Requirements" for adjusting installed Work. B. Adjust devices and wall plates to be flush and level. 3.7 CLEANING A. Refer to Section 01 70 00 'Execution and Closeout Requirements" for cleaning installed Work. B. Clean exposed surfaces to remove splatters and restore finish. 03561621 03563022 05/22 END OF SECTION WIRING DEVICES 262726-3 } ;J No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 3123 00 - EXCAVATION AND FILL PART 1- PRODUCTS 1.1 SUMMARY A. Section Includes: 1. All excavation, filling, and grading in connection with paved streets and parking lots and unpaved landscaped areas. Refer to the structural Sections for building pad. Excavation, filling, and grading shall conform to the lines and grades as shown on the Plans. Contractor shall furnish all materials, equipment, tools, labor, superintendence, and incidentals necessary to complete the Work in accordance with the Drawings and as specified herein. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Backfill: Soil material or controlled low -strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. C. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Engineer. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavation more than 10 feet in width and more than 30 feet in length. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Landscape Architect, shall be without additional compensation. D. Embankment/Fill: Soil materials used to raise existing grades. E. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 3/4 cu. yd. or more in volume that exceed a standard penetration resistance of 100 blows/2 inches when tested by a geotechnical testing agency, according to ASTM D 1586. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill immediately below subbase, drainage fill, drainage course, or topsoil materials. 03561621 03563022 05/22 EXCAVATION AND FILL 31 23 00 - 1 No Text r-� City of Lubbock 14th Street Plaza/East Green Project 1.3 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during earth moving operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. B. Do not commence earth moving operations until temporary erosion- and sedimentation -control measures, specified in Section 01 57 13 "Temporary Erosion and Sediment Controls," are in place. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: On -site material free of gravel, debris, waste, frozen materials, vegetation, and other deleterious matter or a select non -expansive material meeting the following general requirements: Maximum Aggregate Size: 3.0 inches Percent retained on No. 4 Sieve: 25 percent to 50 percent Percent retained on No. 40 Sieve: 50 percent to 85 percent Plasticity Index: 15 maximum C. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D2940; except with 100 percent passing a 1-inch sieve and not more than 8 percent passing a No. 200 sieve. E. Sand: ASTM C33; fine aggregate. PART 3 - EXECUTION 3.1 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 03561621 03563022 05/22 EXCAVATION AND FILL 31 23 00 - 2 No Text i City of Lubbock 14th Street Plaza/East Green Project 3.2 EXCAVATION A. General: 1. Excavation will consist of removing all material from areas where subgrade or fmished grade is below existing ground. Excess excavated material not required, or otherwise unsuitable according to the geotechnical report, for making necessary fills for items in this Project shall be disposed of by the Contractor, as directed by the Landscape Architect, in approved waste areas. No additional compensation will be made for hauling or disposing of waste material or excess excavation. B. Existing Pavement, Curbs, Gutters, Sidewalks, etc.: 1. All existing pavement, concrete curbs, trees, grass, or other organic materials which are removed as excavation shall be classified as waste material and shall not be incorporated in fills unless specific direction to do so is given by Landscape Architect. Where sidewalks are removed, care shall be taken to avoid damage to that portion of the walk not requiring removal. Waste material shall be disposed of as provided herein. C. Finishing: 1. All excavation shall be to the lines and grades as shown on the Plans. Any excavation below such grade, and the consequential filling to the established grade, shall be done at the expense of Contractor. Excavation beyond the ends of intersection stubs, between the curb and property line, or other transition areas, shall be finished neatly to the lines and grades shown on the Plans or established by Landscape Architect. D. Damage to Existing Pavement, Curbs, Utilities, etc.: 1. Care shall be taken in all excavation work to avoid damage to existing pavement, curbs, utilities, and other such installations. Should the installations mentioned above be damaged by Contractor's forces or equipment, they shall be replaced or repaired, as directed, at the expense of Contractor. E. Unclassified Excavation: 1. All material excavated as part of this Project shall be classified as Unclassified Excavation. 3.3 EMBANKMENT / TOPSOIL A. Embankment: 1. Embankment shall be constructed to the lines and grades as shown on the Plans or as directed by Landscape Architect, in approximately horizontal layers. Only suitable material, approved by Landscape Architect, shall be placed as embankment. Contractor shall obtain borrow source if necessary to complete embankment areas. Material shall meet ASTM D 2487 soil classification groups SP and SM, free of rock or gravel larger than 1-inch in any dimension, debris, waste, or vegetation. The material shall have a PI less than 15. The existing surface on which fill is to be placed shall be scarified to a depth of approximately 3 inches prior to the placement of any fill material, in order to bond the fill to the existing surface. Any unsuitable subgrade materials, below the finished subgrade excavation, shall be removed and replaced with suitable materials. No separate payment for removing and replacing such materials will be made and shall be incidental to subgrade preparation. B. Topsoil: 1. All topsoil imported for planting beds shall be typical in texture of the soils in the Project area. The soil shall be free ofnutgrass and other noxious weeds, grasses, sticks, roots, sterilants, chemicals or stones, and shall be consistent in texture characteristic of a red sandy -loam. Blow sand or caliche shall not be permitted. No rocks larger than 03561621 EXCAVATION AND FILL 31 23 00 - 3 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 2 inches in diameter shall be permitted. The topsoil, its source, and method of installation shall be approved by Landscape Architect. 2. A minimum depth of 4 inches shall be required at all areas shown on the Plans. C. Quality Control: 1. 1 field density test shall be required for each 500 sq. yd. of prepared subgrade. 3.4 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before 1 compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that 1 exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. j 3.5 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and re -compact top 12 inches of existing subgrade and each layer of backfill or fill soil material at 98 percent. 2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 95 percent. 3. Under turf or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 85 percent. 4. For utility trenches, compact each layer of initial and final backfill soil material at 85 percent. 3.6 SUBGRADE FINISHING A. The subgrade shall be finished accurately to the lines, grades, and cross -sections as shown on the Plans or as established in the field. Subgrade in cut areas shall be brought to grade by blading or hand grading. The surface shall be compacted with an approved pneumatic roller followed by an approved 3-wheel roller until it presents a uniform compacted appearance. Subgrade in fill areas shall be compacted with an approved pneumatic roller. The final rolling of the last layer deposited shall be followed by blading and rolling with the 3-wheel roller as described above. B. Warped sections, valley gutters, and other irregularities in section as shown on the Plans or established in the field, shall be accurately formed in the subgrade during the finishing operation. Subgrade shall be checked by "teeing" from gutter to gutter on cross-section and valley gutters and by means of a straightedge, longitudinally. A satisfactory straightedge shall be furnished by Contractor if required. Variations of more than 1/2-inch from true grade or 03561621 EXCAVATION AND FILL 31 23 00 - 4 03563022 05/22 i I No Text City of Lubbock 14th Street Plaza/East Green Project from true cross -sections shall be corrected by loosening, adding, or removing material, reshaping, and recompacting the area affected. "Blue tops" set to finished subgrade elevations shall be set in areas where the elevations cannot be checked as stated above. 3.7 ROLLING EQUIPMENT A. Pneumatic Rollers: 1. Pneumatic rollers shall consist of not less than 9 pneumatic -tired wheels, running on 2 axles in such a manner that the rear group of tires will not follow in the tracks of the forward group and shall be mounted in a rigid frame and provided with a loading platform or body suitable for ballast loading. The front axle shall rotate around a king pin so located that the roller may be turned within a minimum circle. The roller, under working conditions, shall have an effective rolling width of approximately 60 inches and shall give a minimum compression of 325 psi of width of tire tread. The roller shall be drawn by either a suitable pneumatic -tired tractor or shall be of the self-propelled type. B. 3-Wheel Roller: 1. This roller shall be a 3-wheel self-propelled type, weighing not less than 10 tons and shall provide a compression on the rear wheels of not less than 325 lbs./lin. in. of width. The rear wheels shall be flat, shall have a diameter of not less than 48 inches and shall have a width of not less than 20 inches. 3.8 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.9 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property. END OF SECTION 03561621 EXCAVATION AND FILL 31 23 00 - 5 03563022 J 05/22 f LJ No Text r1 City of Lubbock 14th Street Plaza/East Green Project SECTION 32 1150 - FLEXIBLE BASE COURSE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavating, crushing, hauling, and spreading base material. Wetting, compacting, and shaping it to form a flexible base course for paving to the lines, grades, and typical cross-section shown on the Plans, and specified herein. Contractor shall furnish all materials, equipment, tools, labor, superintendence, and incidentals necessary to complete the Work. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY CONTROL A. The following list will be a guideline for the number of tests required for a sequence of construction. Landscape Architect shall direct the required tests and reserves the right to adjust, modify or waive the required test. 1. Base Material: Retest of gradation, liquid limits, and plasticity index for each 10,000 ydZ of base material laid. 2. Triaxial Test: A minimum of 1 test shall be required for each Project. 3. Compaction Test: One field density test will be required for each 500 ydZ of caliche base material laid. PART 2 - PRODUCTS 2.1 CALICHE BASE A. Contractor furnishes materials from a source approved by Landscape Architect for use in constructing the base course. Contractor is responsible for locating the source of caliche, securing approval of source, and making arrangements with Owner of the property, on which the pit is located, for use of material. Pits shall be stripped of all unacceptable material and stripping shall be disposed of in a manner agreeable to Owner of the property on which pit is located. Pits shall be opened so as to immediately expose vertical faces of all of the various strata of acceptable material. Unless otherwise directed, material shall be secured in successive vertical cuts extending through all exposed strata. Any incidental costs, including securing, stripping, or crushing base material, shall be paid for by Contractor. B. All acceptable material shall be screened, and the oversized material crushed and returned to the screened material in such a manner that a uniform material is produced. Processed caliche base material, when properly slaked and tested by TxDOT standard laboratory methods, shall meet the following requirements: Passing 1-3/4-inch sieve ................ 100 percent Retained on 7/8-inch sieve........... 10 to 35 percent Retained on 3/8-inch sieve........... 30 to 50 percent Retained on No. 4 sieve ............. 45 to 65 percent Retained on No. 40 sieve ............ 70 to 85 percent The triaxial classification (minimum) ............. 3.0 03561621 FLEXIBLE BASE COURSE 32 11 50 - 1 i 03563022 Li 05/22 No Text T-� City of Lubbock 14th Street Plaza/East Green Project C. Material passing the No. 40 sieve, including the blended filler, shall be known as soil binder and have a liquid limit of not more than 35, with a plasticity index of not more than 10 when tested in accordance with Test Method TEX-101-E. D. Recycled material such as Recycled Asphalt Pavement (RAP) shall not be permitted unless specifically shown otherwise on the Plans. PART 3 - EXECUTION 3.1 HAULING AND PLACING A. Prior to placing any base material, the subgrade shall be shaped, wetted, rolled, and compacted to the cross -sections and grades specified in accordance with Section 3123 00 "Excavation and Fill." B. Flexible base shall be placed in uniform courses with compacted thicknesses to be no more than 8 inches or less than 3 inches compacted if compaction can be achieved. The material shall be delivered in approved vehicles of uniform capacity, and it shall be the responsibility of Contractor to supply the amount of material required to construct the base course to the thickness shown on the Plans. Spreading and shaping shall be done in manner which will thoroughly mix the material and prevent segregation. Sprinkling during this process will be required if necessary to prevent segregation. When shaping is completed, the material shall be uniformly well graded and of the proper thickness. Material deposited upon the subgrade shall be spread and shaped the same day. In the event inclement weather or other unforeseen circumstances renders impractical the spreading of the material during the day in which it is deposited, the material shall be scarified, mixed, and spread as directed by Landscape Architect. All areas and nests of segregated coarse or fine materials shall be corrected and removed or replaced with well graded material. If additional or corrective binder is required, it shall be furnished and applied in the amount directed by Landscape Architect. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, or other approved method. 3.2 COMPACTING AND FINISHING A. After the material has been properly spread, it shall be sprinkled, rolled, and bladed until thoroughly compacted. During the process of compaction, water shall be applied in such a manner as to maintain optimum moisture in the material and the base course shall be bladed sufficiently to ensure a uniform distribution of base materials and smooth uniform surface, true to section and grades established, after final compaction. Compaction shall be accomplished by rolling with pneumatic and steel wheeled rollers as approved by Landscape Architect. In areas not accessible to the roller, the base material shall be compacted with mechanical tampers or other approved methods to secure uniform compaction over the entire paved area. Throughout the entire operation, the shape of the base course shall be maintained by blading. Blading and rolling shall continue until the course is thoroughly compacted and the surface is smooth and in conformity with the typical sections shown on the Plans and to the lines and grades established. The material shall be compacted to 98 percent of maximum density, at optimum moisture, as determined by the ASTM D698. 03561621 03563022 05/22 FLEXIBLE BASE COURSE 32 11 50 - 2 J No Text City of Lubbock 14th Street Plaza/East Green Project C. All irregularities, depressions or weak spots which develop during compaction shall be corrected immediately by scarifying the areas affected, adding or removing material as required, reshaping and recompacting by sprinkling and rolling. Immediately prior to placing of surfacing, the base shall be checked for grade and cross section, and any deviation in excess of 1/4-inch from grade or true cross section shall be corrected. 'Blue tops" set to finished base elevations shall be set by Contractor, in order to check the base for proper grade and elevation. If the base course is opened to traffic before application of the surfacing, the base shall be satisfactorily maintained by wetting, blading, and rolling until the wearing surface is placed thereon. END OF SECTION 03561621 FLEXIBLE BASE COURSE 32 11 50 - 3 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 32 12 16 - ASPHALT PAVING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Hot -mix asphalt paving. 2. Hot -mix asphalt patching. 3. Asphalt surface treatments. 4. Pavement -marking paint. 5. Cold milling of existing hot -mix asphalt pavement. B. Related Requirements: 1. Division 01 Specification Sections apply to the Work of this Section. 2. Section 3123 00 "Excavation and Fill." 3. Section 32 11 50 "Flexible Base Course." 4. Section 32 13 13 "Concrete Paving." 1.2 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D8 for definitions of terms. 1.3 REFERENCES A. AASHTO T 102 - Spot Test of Asphaltic Materials. B. AASHTO T 245 - Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus. C. AASHTO M 248 - Standard Specification for Ready -Mixed White and Yellow Traffic Paints. D. Al MS-2 - Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types. E. AIMS-22 - Construction of Hot Mix Asphalt Pavements. F. ASTM C29 - Unit Weight and Voids in Aggregate. G. ASTM C88 - Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. H. ASTM C117 - Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing. I. ASTM C127 - Specific Gravity and Absorption of Coarse Aggregate. J. ASTM C128 - Specific Gravity and Absorption of Fine Aggregate. K. ASTM C131 - Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. L. ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates. M. ASTM C 188 - Density of Hydraulic Cement. N. ASTM D70 - Specific Gravity of Semi -Solid Bituminous Materials. O. ASTM D75 - Sampling Aggregates. P. ASTM D242 - Mineral Filler for Bituminous Paving Mixtures. Q. ASTM D546 - Sieve Analysis of Mineral Filler for Road and Paving Materials. R. ASTM D692 - Coarse Aggregate for Bituminous Paving Mixtures. S. ASTM D854 - Specific Gravity of Soils. T. ASTM D946 - Penetration -Graded Asphalt Cement for Use in Pavement Construction. U. ASTM D979 - Sampling Bituminous Paving Mixtures. 03561621 ASPHALT PAVING 32 12 16 - 1 03563022 05/22 No Text 11 City of Lubbock 14th Street Plaza/East Green Project V. ASTM D995 - Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures. W. ASTM D 1073 - Fine Aggregate for Bituminous Paving Mixtures. X. ASTM D1075 - Effect of Water on Cohesion of Compacted Bituminous Mixtures. Y. ASTM D1188 - Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens. Z. ASTM D1559 - Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus. AA. ASTM D2027 - Standard Specification for Cutback Asphalt (Medium -Curing Type). BB. ASTM D2041 - Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures. CC. ASTM D2172 - Quantitative Extraction of Bitumen from Bituminous Paving Mixtures. DD. ASTM D2726 - Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures. EE. ASTM D2950 - Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods. FF. ASTM D3381 - Viscosity -Graded Asphalt Cement for Use in Pavement Construction. GG. ASTM D3405 - Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements. HH. ASTM D3549 - Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens. II. TEX-126-E - Molding, Testing and Evaluating Bituminous Black Base Materials. JJ. TEX-204-F - Design of Bituminous Mixtures. KK. TEX-224-F - Determining Flakiness Index. LL. TxDOT Item 300 - Asphalt, Oils and Emulsions. MM. TxDOT Item 301 - Asphalt Antistripping Agents. NN. TxDOT Item 340 - Specification for Hot Mix Asphaltic Concrete Pavement. 00. TxDOT Item 345 - Specification for Asphaltic Stabilized Base (Plant Mix). 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include technical data and tested physical and performance properties. B. Job -Mix Designs: Submit a job -mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained in Chapter III, Marshall Method of Mix Design, of AI MS-2. Formulas shall indicate physical properties of the mixes as shown by tests made by a commercial laboratory approved by the Engineer, using materials identical to those to be provided on this Project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by the Contractor and approved by the Engineer. Provide a new job -mix formula for each source change. C. Qualification Data: Submit qualifications for product manufacturers. D. Material Test Reports: 1. Specific gravity test of asphalt. 2. Coarse aggregate tests. 3. Weight of slag test. 4. Percent of crushed pieces in gravel. 5. Fine aggregate tests. 03561621 03563022 05/22 ASPHALT PAVING 321216-2 No Text City of Lubbock 14th Street Plaza/East Green Project 6. Specific gravity of mineral filler. 7. Bituminous mixture tests. 8. Aggregates tests. 9. Bituminous mix tests. 10. Pavement courses. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D3666 for testing indicated, as documented according to ASTM E548. B. Asphalt -Paving Publication: TxDOT Item 340 - Hot Mix Asphalt Pavement. C. Required Data: Job -mix formula shall show the following: 1. Source and proportions, percent by weight, of each ingredient of the mixture; 2. Correct gradation, the percentages passing each size sieve listed in the Specifications for the mixture to be used, for the aggregate and mineral filler from each separate source and from each different size to be used in the mixture and for the composite mixture; 3. Amount of material passing the No. 200 sieve determined by dry sieving; 4. Number of blows of hammer compaction per side of molded specimen; 5. Temperature viscosity relationship of the asphalt cement; 6. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; 7. Asphalt absorption by the aggregate; 8. Effective asphalt content as percent by weight of total mix; 9. Temperature of the mixture immediately upon completion of mixing; 10. Asphalt viscosity grade and/or penetration range; and 11. Curves for the asphalt stabilized base and hot mix asphalt paving courses. 1.6 DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered to the site for damage and store with a minimum of handling. Store aggregates in such a manner as to prevent segregation, contamination, or intermixing of the different aggregate sizes. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1. Prime and Tack Coats: Minimum surface temperature of 60 degrees F. 2. Asphalt Surface Course: Minimum surface temperature of 60 degrees F at time of placement. B. Pavement -Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 degrees F for oil -based materials, 50 degrees F for water -based materials, and not exceeding 95 degrees F. 1.8 MIXING PLANT A. Provide mixing plant capable of meeting the needs of the Project. B. At no time shall the plant hinder the progress of the Project. 03561621 03563022 05/22 ASPHALT PAVING 321216-3 No Text i J City of Lubbock 14th Street Plaza/East Green Project PART 2 - PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate: Coarse aggregate shall conform to ASTM D692. a. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, durable fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 85 percent crushed faces for Type "D" HMAC when tested in accordance with TEX-460-A. Part 1 - Determination or Crushed Face Count. b. Coarse aggregate shall have a maximum loss of 20 percent when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater than 40 percent by weight. C. Coarse aggregate may be enhanced with crushed concrete (CL A min). 2. Fine Aggregate: Fine aggregate shall conform to ASTM D1073. a. The fine aggregate shall be that part of the material passing the No. 40 sieve and shall consist of sand and/or screenings. The plasticity index of that part of the sand passing the No. 40 sieve shall not exceed 6. The plasticity index of the screenings shall not exceed 9. b. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. 3. Mineral Filler: Mineral filler shall conform to ASTM D242 and consist of thoroughly dry-stone dust, portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Percent Passing on No. 30 Sieve 95-100 Percent Passing on No. 80 Sieve 75 minimum Percent Passing on No. 200 Sieve 55 minimum B. RAP: 1. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100 percent of the particles pass the 2-inch sieve. 2. RAP from either Contractor, or other sources, including RAP generated during the Project, is permitted only when shown on the Plans. Owner -owned RAP, if allowed for use, will be available at the location shown on the Plans. When RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on the Plans. 3. When RAP is allowed by Plan note, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the Plans. For all other mixtures, use no more than 20 percent RAP unless otherwise shown on the Plans. 03561621 ASPHALT PAVING 32 12 16 - 4 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 4. Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. Determine the plasticity index using Tex-106-E if the decantation value exceeds 5 percent. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 5. Do not intermingle Contractor -owned RAP stockpiles with other RAP stockpiles. Remove unused Contractor -owned RAP material from the Project site upon completion of the Project. Return unused Owner -owned RAP to the designated stockpile location. C. Asphalt: 1. Asphalt shall be performance grade 64-28 S or L, AASHTO Performance Graded Binder Specification (MP1) or AC 10 with latex. 2. The Contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. 3. The optimum asphalt content shall be determined by the Marshall Stability method. 4. The percent asphalt content in HMAC surface shall be optimum as indicated by Marshall Stability +0.25 percent. 5. The asphalt content of the paving mixture shall not be below optimum or vary from the specified design asphalt content by more than + 0.3 percent dry weight, based on total mixture. D. Prime Coat: The surface shall be primed using an application of 0.20 to 0.30 gallons per square yard of MC asphalt conforming to ASTM D2027 - MC 30. E. Tack Coat: The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-250, slow rate cure SS-1 emulsified asphalt, or medium rate cure MS-1 emulsified asphalt or PG grade asphalt as used in the HMAC Surface Course. F. Joint Sealant: ASTM D3405 or AASHTO M 301, hot -applied, single -component, polymer -modified bituminous sealant. G. Emulsified Asphalt Sealer: All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of an MS-2, or 20/80 SS-1, liquid anionic asphalt, and distilled water. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. H. Mix Design: 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in Al MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and complying with the following requirements: a. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course: a. Asphalt Stabilized Base (ASB) shall consist of a compacted mixture of graded gravel aggregate and asphalt cement mixed hot in a mixing plant in accordance with TxDOT Standard Specifications, 2004, Item 340 Dense -Graded Hot -Mix Asphalt (Method). 03561621 ASPHALT PAVING 32 12 16 - 5 03563022 J 05/22 i No Text City of Lubbock 14th Street Plaza/East Green Project b. The Contractor shall provide a current mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Sieve Size 1-1/2-inch 3/4-inch 1/2-inch #4 #40 Percent Retained by Weight 1 0 8-30 30-55 50-70 70-90 C. Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: 1) Liquid Limit shall not exceed 45. 2) Plasticity Index shall not exceed 15. 3) Linear Shrinkage shall not exceed 5. d. The mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. e. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. The percent asphaltic material shall be determined in accordance with Test Method Tex.-126-E or Test Method Tex.-204-F and procedures outlined in TxDOT Bulletin C-14. In no case shall the asphalt content be less than 4 percent or more than 9 percent by weight. Asphalt for the mixture shall meet the requirements of TxDOT Item 300 - Asphalt, Oils, and Emulsions. The grade of asphalt and source must be approved by the Engineer prior to use. Surface Course: a. Hot mix asphalt concrete surface shall consist of a compacted mixture of coarse aggregate, fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant in accordance with these Specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 DGR HMA (M). b. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat or elongated slivers of stone for any aggregate shall not exceed 25 percent when tested in accordance with Test Method Tex 224-F. C. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TxDOT Item 301 - Asphalt Antistripping Agents and shall be added at the manufacturer's recommended dosage and temperature range. 03561621 ASPHALT PAVING 32 12 16 - 6 03563022 05/22 J No Text City of Lubbock 14th Street Plaza/East Green Project d. The Contractor shall provide a current HMAC mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: 03561621 03563022 05/22 Aggregate for Surface Course (Type C Percent passing 7/8-inch 100 Percent passing 3/4-inch 95-100 Percent passing 3/8-inch 70-85 Percent passing No.4 43-63 Percent passing No.8 32-44 Percent passing No.30 14-28 Percent passing No.50 7-21 Percent passing No.200 2-7 VMA Design min. 12 percent Aggregate for Surface Course (Type D Percent passing 1/2-inch 98 - 100 Percent passing 3/8-inch 85 - 100 Percent passing No. 4 50 - 70 Percent passing No. 8 35 - 46 Percent passing No. 30 15 - 29 Percent passing No. 50 7 - 20 Percent passing No. 200 2-7 VMA Design min. 14 percent e. Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: 1) Liquid Limit shall not exceed 45. 2) Plasticity Index shall not exceed 15. 3) Linear Shrinkage shall not exceed 5. f. The mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. g. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The percent asphalt in the mixture shall be determined to meet the Marshall Stability criteria as follows: No. Blows each end of specimen) 75 Stability (lb.) 1500 Flow (units of 0.01 inch) 8 min 16 max Percent Air Voids 2 min 5 max Molding temperature for Marshall criteria shall be 275°F ASPHALT PAVING 32 12 16 - 7 No Text City of Lubbock 14th Street Plaza/East Green Project PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application: Immediately following the surface preparation, apply the prime coat by means of the bituminous distributor. Apply the bituminous material at a pressure range of 25 to 75 pounds per square inch within the temperature limits specified herein, and at the rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated with slight puddling on the surface. Unless the distributor is equipped to obtain satisfactory results at the junction of previous and subsequent applications, spread building paper on the surface of the applied material for a sufficient distance back from the ends of each application, so that flow from the sprays may be started and stopped on the paper, and so that all sprayers will operate at full force on the surface to be treated. Immediately after the application, remove the building paper and apply bituminous material to spots missed by the distributor. B. Curing: Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than 48 hours, or longer as may be necessary, to attain penetration into the foundation course and evaporation of the volatiles from the bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. C. Temperature: Maintain application temperature between 68 degrees F and 149 degrees F. D. Protection: Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. 3.3 TACK COAT A. Application: Apply the tack coat when the surface to be treated is dry. Immediately following the preparation of the surface for treatment, apply the bituminous material by means of the bituminous distributor, within the limits of temperature specified herein and at a rate of not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Treat lightly coated areas and spots missed by the distributor with the bituminous material. Following the application of bituminous material, allow the surface to cure without being disturbed for period of time necessary to permit setting of the tack coat. Apply the bituminous tack coat only as far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect the treated surface from damage until the succeeding course of pavement is placed. 03561621 ASPHALT PAVING 32 12 16 - 8 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project B. Temperature: Maintain application temperature between 122 degrees F and 185 degrees F. C. Material Test: Perform spot test for asphalt in accordance with AASHTO T102 on each shipment. D. Traffic Controls: Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 3.4 ASPHALT STABILIZED BASE COURSE (ASB) A. ASB shall not be placed when air temperature as reported by the National Weather Service is below 45 degrees F and falling. B. ASB shall be placed at a temperature between 255 degrees F and 285 degrees F during the months of June, July, and August. During other months, ASB shall be placed at a temperature between 275 degrees F and 325 degrees F. C. Any ASB material that is above, or below the specified temperature range may be rejected. No payment will be made for any rejected material. D. ASB shall be placed and compacted in 3-inch lifts, unless otherwise directed by the Engineer. The material shall be placed in such a manner that when properly compacted, the finished course is smooth, of uniform density, and in conformance with required cross -sections and grades. 3.5 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, a minimum of 6 inches. 3. Offset transverse joints, in successive courses, a minimum of 24 inches. 4. Construct transverse joints as described in AI MS-22, "Construction of Hot Mix Asphalt Pavements." 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of specified course density. 3.6 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or vibratory -plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 degrees F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course has been uniformly compacted to the following density: 1. 95 percent to 98 percent of Marshall density with 2 percent to 5 percent air voids. 03561621 ASPHALT PAVING 32 12 16 - 9 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Proiect D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot -mix asphalt is still warm. E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.7 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: f1/2-inch. 2. Surface Course: Plus 1/4-inch, no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4-inch. 2. Surface Course: 1/8-inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4-inch. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall perform field tests and inspections and prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested Work complies with or deviates from specified requirements. B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional Work with specified requirements. C. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined according to ASTM D3549. D. Surface Smoothness: Finished surface of each hot -mix asphalt course will be tested for compliance with smoothness tolerances. E. In -Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to ASTM D979 or AASHTO T 168. 1. Reference maximum theoretical density will be determined by averaging results from 4 samples of hot -mix asphalt -paving mixture delivered daily to site, prepared according to ASTM D2041, and compacted according to job -mix Specifications. 2. In -place density of compacted pavement will be determined by testing core samples according to ASTM D 118 8 or ASTM D2726. a. One core sample will be taken for every 2,000 sq. yd. or less of installed pavement. 03561621 ASPHALT PAVING 3212 16 - 10 03563022 �j 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project F. Remove and replace or install additional hot -mix asphalt where test results or measurements indicate that it does not comply with specified requirements. G. Owner may elect to take confirmation tests at Owner's expense. Contractor shall cooperate with Owner's testing agency. Failing tests taken at Owner's direction shall be charged to the Contractor. Failing test charges shall include pro-rata technician charges, actual failing test charge, pro-rata mileage charge, and other pro -rated charges. 3.9 DISPOSAL A. Dispose of excess materials in accordance with requirements of the contract documents. 1. Do not allow excavated materials to accumulate on -site. 03561621 03563022 05/22 END OF SECTION ASPHALT PAVING 32 12 16 - 11 No Text r- City of Lubbock 14th Street Plaza/East Green Project SECTION 3213 13 - CONCRETE PAVING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete driveways. 2. Concrete curb and gutter. 3. Sidewalks, flatwork, and other miscellaneous concrete. 4. This Section applies wherever Contractor has elected, or is required, to remove and replace concrete pavement and driveway as part of the construction. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 3123 00 "Excavation and Fill." 3. Section 32 1150 "Flexible Base Course." 4. Section 32 13 73 "Concrete Paving." 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.3 SUBMITTALS A. Submit product data in accordance with Section 0133 00 "Submittal Procedures." B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. E. Shop Drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. 03561621 03563022 05/22 CONCRETE PAVING 32 13 13-1 No Text i City of Lubbock 14th Street Plaza/East Green Project rl 1 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from 1 source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.5 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2 - PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 feet in length. B. Form -Release Agent: Commercially formulated form -release agent with a maximum of 350 g/1 volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1-inch in diameter in the concrete surface. 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A185, fabricated from as -drawn steel wire into flat sheets, shall be 6 inches x 6 inches — 10-gauge welded wire fabric, or as shown on Plans. B. Reinforcement Bars: ASTM A615, Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A615, Grade 60. Cut bars true to length with ends square and free of burrs. 03561621 CONCRETE PAVING 32 13 13 - 2 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 1 D. Tie Bars: ASTM A615, Grade 60, deformed. E. Hook Bolts: ASTM A307, Grade A, internally and externally threaded. Design hook -bolt r l joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and 1 fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 1 2. Space reinforcing supports at 5 feet 0 inches maximum in any direction. I 2.3 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Landscape Architect and Owner. B. Fiber reinforcement shall be 100 percent virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C1116, Type III. C. Specific Gravity: 0.91. D. Tensile Strength: 70,000 psi to 100,000 psi. E. Length: 2 inches. 2.4 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C150, Type I, II, or III or ASTM G176 IA, IIA, or IIIA for air entrained. C. Aggregate: ASTM C33, uniformly graded, from a single source, as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C or D concrete shall be crushed limestone. 4. Aggregate shall be graded from fine to coarse and shall conform to ASTM C136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8-inch 0 1-3/4-inch 0 No.4 0-5 1-1/2-inch 0-5 No.16 20-55 3/4-inch 30-65 No.30 45-75 3/8-inch 70-90 No. 50 70-90 No. 4 95-100 No. 100 98-100 03561621 CONCRETE PAVING 32 13 13 - 3 03563022 l 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 5. Maximum amounts of organic impurities shall conform to ASTM C40 and ASTM C87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C123. Maximum amounts of friable particles shall conform to ASTM C142. 6. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Landscape Architect. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. 7. Coarse aggregate shall have a maximum loss of 18 percent when subjected to 5 cycles of the magnesium sulfate soundness test (ASTM C88). 8. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C131 or ASTM C535. 9. Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or natural sand. Crushing shall result in a product in which the coarse aggregate shall have at least 95 percent by weight of particles with 1 or more fractured faces and 75 percent by weight of particles with 2 or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated particle is 1 having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1. D. Water: ASTM C94. 2.5 ADMIXTURES A. The use of any material added to the concrete mix shall be approved by Owner's Representative. B. General: Admixtures certified by manufacturer to contain no more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. C. Air -Entraining Admixture: ASTM C260. Certified by manufacturer to be compatible with other required admixtures. D. Water -Reducing Admixture: ASTM C494, Type A. E. High -Range, Water -Reducing Admixture: ASTM C494, Type F or Type G. F. Water -Reducing and Accelerating Admixture: ASTM C494, Type E. G. Water -Reducing and Retarding Admixture: ASTM C494, Type D. 2.6 COVER MATERIAL FOR CURING A. Curing materials shall conform to 1 of the following Specifications: 1. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2 (all resin base). 2. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. 3. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171. 4. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 03561621 CONCRETE PAVING 3213 13 - 4 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 2.7 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D1751, asphalt -saturated cellulosic fiber. B. Texture Surface for Ramps: 1. Meet requirements of the Texas Accessibility Standards. 2. Color as selected by Owner. 3. Surface should be non-skid. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company or approved equal. C. Bonding Agent: Polyvinyl acetate or acrylic base. D. Sand Cushion: Clean manufactured or natural sand with plasticity index of 8 or less. E. Epoxy Adhesive: ASTM C881, 2-component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.8 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. D. Classification: 1. The following classes of concrete shall be used: Class A - Curb and Gutter, sidewalks, curb ramps, medians, and miscellaneous slabs. Class C - Concrete Pavement, Fillets and Driveways. E. Mix Design: 1. At least 15 days prior to beginning any concrete pavement construction Contractor shall submit the following to the Landscape Architect for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18 percent). b. A mix design based on water -cement ratio. C. Results of compression tests in conformance with ASTM C39 and/or flexural tests in conformance with ASTM C78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 2. The Landscape Architect will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. 03561621 CONCRETE PAVING 32 13 13 - 5 1 03563022 J 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project Mix designs for various classes of concrete shall conform to the following: Class Minimum Sacks Cement per CY Maximum Gal. Water per Sack Maximum Slump Inches A 5.0 6.5 4±1 C 6.0 6.0 3f 1 F. Strength Requirements: 1. The various classes of concrete shall conform to the following strengths in psi as determined by the average of 2 test cylinders or beams. COMPRESSIVE FLEXURAL Class 3-Da 7-Da 28-Da A - 2,500 4,000 - C - 2,500 4,000 600 28-day) G. Properties: 1. Air Entrainment: 5 percent f 1-1/2 percent ASTM C260. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 lb./cu. yd. (where applicable). 2.9 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C94. B. Ready -Mixed Concrete: Comply with requirements and with ASTM C94 and ASTM C1116 when synthetic fibers are involved. 1. When air temperature is between 85 degrees F and 90 degrees F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees F, reduce mixing and delivery time to 60 minutes. C. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C94. Mix concrete materials in appropriate drum -type batch machine mixer. 1. For mixers of 1 cu. yd. or smaller capacity, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. 2. For mixers of capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd. 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. 2.10 DIAMOND SHAPED LOAD PLATE FOR EXPANSION JOINTS A. Acceptable Product: PNA Diamond Dowel System or approved equal. B. Material: 1. Diamond Shaped Load Plate: 1/4-inch and 3/8-inch saw cut from hot rolled steel plate meeting ASTM A 36. 3/4-inch saw cut from cold rolled steel plate for acceptable tolerances meeting ASTM 108-03, grade 1018. 03561621 CONCRETE PAVING 32 13 13 - 6 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 2. Pocket Former: High density plastic with internal collapsible fins and spacer that hold diamond shaped load plate in correct position and cerates a void to its vertical faces. This void, in addition to its tapered shape, shall allow for differential movement and shall prevent horizontal stress accumulation at joint, thus reducing likelihood of random cracking. 3. Dimensions of Plate: 1/4-inch by 4-1/2 inches by 4-1/2 inches. 3/8-inch by 4-1/2 inches by 4-1/2 inches. 3/4-inch by 4-1/2 inches by 4-1/2 inches. PART 3 - EXECUTION 3.1 PREPARATION A. Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. B. Remove loose material from compacted subbase surface immediately before placing concrete. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of Work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least 1 full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. 03561621 CONCRETE PAVING 3213 13 - 7 } 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than 1/2-hour unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend j oint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2-inch or more than 1-inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Driveways and Pavements: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. a. Refer to Plans for joint dimensions. E. Sidewalks: 1. Control Joints: Saw -cut 1/8-inch control joints after curing to depth shown on Plans. Joints shall be clean, straight lines as shown on Plans. Concrete surface shall be cleaned of all debris after installation. 2. Expansion Joints: a. Install at formed construction joints. b. Mark center point for spacing of each Diamond Dowel pocket former on top of wood form along entire length. Set forms along construction joints. Place Diamond Dowel System up to within 6 inches of joint intersection per industry guidelines. Installation template will ensure that the minimum requirement of 2-1/4 inches of coverage of concrete over the dowel is maintained. C. Use installation template. Insert correct tube, if needed, based on slab depth. Use orange template with 1/4-inch. Use yellow template with 3/8-inch. Use green template with 3/4-inch. d. Insert Diamond Dowel pocket former into installation template. e. Line up mark on top of wood form with center of template. f. Nail Diamond Dowel pocket former and remove installation template. Repeat at specified spacing along entire length of form. 03561621 CONCRETE PAVING 32 13 13 - 8 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project g. Place and finish first slab. Use internal vibration to consolidate concrete around diamond shaped load plate pocket former per industry guidelines. h. Strip forms and bend nails flush with joint face. i. Insert Diamond Dowel load plate into slot created by pocket former. Center corner of plate in middle of label and push straight through label into pocket former. Do not hammer or use excessive force to inset diamond shaped load plate. Insert diamond shaped load plate within 2 weeks of concrete placement. j. Place and finish second slab. Use internal vibration to consolidate concrete around Diamond Dowel plater per industry guidelines. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Place concrete in 2 operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer or use bonding agent if approved by Landscape Architect. H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. I. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. J. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to, or is expected to fall below, 40 degrees F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 degrees F and not more than 80 degrees F at point of placement. 03561621 CONCRETE PAVING 32 13 13 - 9 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. K. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.6 CONCRETE FINISHING A. General: Wetting of concrete surfaces during screeding, initial floating or finishing operations is prohibited. B. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared, and the concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. 1. Light to Medium Broom Finish: For concrete sidewalks. 2. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways, provide a medium -to -coarse finish by dragging float -finished concrete surface 1/16- to 1/8- inch deep with a stiff -bristled broom, perpendicular to line of traffic. 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb./sq. ft. x H before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 03561621 CONCRETE PAVING 3213 13 - 10 i 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C172, except modified for slump to comply with ASTM C94. 2. Slump: ASTM C143; One test at point of placement for each compressive -strength test, but not less than 1 test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C231, pressure method; One test for each compressive -strength test, but not less than 1 test for each day's pour of each type of air -entrained concrete. 4. Concrete Temperature: ASTM C1064; One test hourly when air temperature is 40 degrees F and below and when 80 degrees F and above, and 1 test for each set of compressive -strength specimens. 5. Compression Test Specimens: ASTM C31; One set of 4 standard cylinders for each compressive -strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. 6. Compressive -Strength Tests: ASTM C39; One set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus 1 set for each additional 50 cu. yd. One specimen shall be tested at 7 days and 2 specimens at 28 days; One specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than 5 compressive -strength tests for a given class of concrete, testing shall be conducted from at least 5 randomly selected batches or from each batch if fewer than 5 are used. C. Test results shall be reported in writing to Landscape Architect and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Landscape Architect but will not be used as the sole basis for approval or rejection. 03561621 CONCRETE PAVING 3213 13 - 11 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Proiect E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Landscape Architect. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42, or by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete: 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for the day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by Owner shall be made at no cost to Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, Owner may, at his discretion, reject the Work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests: a. 3 representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F to 80 degrees F, and relative humidity less than 60 percent) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90 percent of the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 03561621 CONCRETE PAVING 3213 13 - 12 1 03563022 05/22 No Text T� City of Lubbock 14th Street Plaza/East Green Project 3.9 REPAIRS OF DEFECTIVE PAVEMENT SLABS A. General: Broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as specified hereinafter at no cost to Owner. B. Broken Slabs: Pavement slabs containing multiple cracks through more than 1/4 of the depth of the slab separating the slab into 3 or more parts and pavement slabs with 1 or more cracks through more than 1/4 of the depth of the pavement extending diagonally across more than 1/3 of the slab either transversely or longitudinally shall be entirely removed and replaced. Pavement slabs containing a single diagonal crack intersecting the transverse and longitudinal joints within 1/3 of the width and length of the slab from the corner shall be repaired by removing and replacing the smaller portion of the slab. Repairs of broken slabs shall be made in conformance with Paragraph 5. Grooving and Repairing Cracks in Pavement Slabs: Random cracks penetrating more than 1/4 of the depth of the pavement shall be grooved, the crack filled with epoxy -resin and the groove filled with epoxy -resin grout. The top of the crack shall be grooved to a minimum depth of 3/4-inch and to a width not less than 3/8-inch nor more than 5/8-inch by means of an approved grooving machine. The grooving machine shall be of the vertical rotary -cutting type and shall be capable of following closely the path of the crack and of widening the top of the crack to the required section without spalling or otherwise damaging the concrete. Random cracks that are tight and that penetrate less than 1/4 of the depth of the pavement shall be filled with epoxy -resin. When necessary, the depth of crack penetration shall be determined by inspection of cores not less than 4 inches in diameter drilled by Contractor at his expense at locations directed. The core holes shall be refilled with portland-cement concrete bonded to the pavement with epoxy -resin grout. In addition, when a longitudinal crack is continuous across 1 or more slabs and penetrates more than 1/4 the depth of pavement, core holes not less than 6 inches in diameter shall be drilled through the full depth of slab at both ends of the crack. In the operation to drill cores at the longitudinal -crack ends the core bits shall be so positioned that the core removed will include not more than 3 inches of the crack. Sandblasting and high-pressure air jets shall be used to remove any fines near the apparent ends of the crack to permit accurate determination of ends of the crack. All fines, dust, and other loose material on the wall of the cored holes shall be removed by scrubbing with a stiff -bristle brush, followed by washing and dewatering of the core hole. These core holes shall be refilled with epoxy -resin concrete. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied and brushed into the vertical wall of the core hole. Placement of the epoxy -resin concrete shall be delayed until the prime coat becomes stringy, or approaches dry to touch. The epoxy -resin concrete shall be placed in layers not over 6 inches thick. The time interval between placement of additional layers shall be such that temperature of the epoxy -resin concrete does not exceed 140 degrees F at any time during hardening. 3.10 NONWORKING (UNCRACKED) CONTRACTION JOINTS A. When a transverse random crack terminates in or crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin mortar or grout and the crack shall be routed and sealed. When a transverse random crack approximately parallels the planned contraction joint and is within a distance of 25 percent of the slab length from a contraction joint, the crack shall be routed and sealed, and the joint shall be filled with epoxy -resin grout or mortar. When a transverse random crack is more than 25 percent of a 03561621 03563022 05/22 CONCRETE PAVING 3213 13 - 13 I No Text City of Lubbock 14th Street Plaza/East Green Project slab length from the nearest contraction joint, both the joint and the crack shall be sealed. Joints to be filled with epoxy -resin mortar or grout shall be thoroughly cleaned. Cleaning and sealing of cracks and joints shall be as specified in Section 32 13 73 "Concrete Paving" of these Specifications. 3.11 SPALLING ALONG JOINTS AND CRACKS A. Spalls shall be repaired by making a saw cut at least 1 inch outside the spalled area and to a minimum depth of 2 inches. When the spalled area abuts a joint, the saw cut shall be made to a depth of 2 inches or 1/6 the slab thickness, whichever is greater. The concrete between the saw cut and the joint or primary crack shall be removed to a minimum depth of 2 inches below the original concrete surface, and to such additional depth where necessary to expose a surface of sound, unweathered concrete that is uncontaminated by oils, grease, deicing salts or solutions, or other substances that would inhibit the performance of the epoxy -resin bonding material. Removal of the concrete volume between the saw cut and the joint or primary crack shall be accomplished using a hydraulic impact hammer, or other methods approved by Owner's Representative. Contractor shall exercise care in removing the required concrete such that no damage is inflicted on the adjoining concrete slab. Damage of adjoining concrete shall be repaired by Contractor at his expense to the satisfaction of Owner's Representative. B. The concrete void to be patched shall be thoroughly cleaned with compressed air, sandblasting, or other approved methods to remove all loose material. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied to the dry, cleaned surface of all sides of the cavity, except the joint or primary crack face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Placement of portland-cement concrete or epoxy -resin concrete or mortar shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy concrete shall then be placed in the cavity in layers not exceeding 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy -resin concrete does not exceed 140 degrees F at any time during hardening. Mechanical plate, screed, float vibrators, or hand tampers shall be used to consolidate the concrete or mortar. Excess mortar or concrete on the adjacent surfaces of the hardened concrete shall be removed before it hardens. After the finishing operations and while the epoxy -resin concrete or mortar is still tacky, a thin coating of portland cement shall be uniformly spread on the surface of the repaired area and lightly brushed into the surface. If the spalled area to be patched abuts a working joint or a working crack which penetrates the full depth of a slab, an insert or other bond -breaking medium shall be used to maintain working joints or cracks during the repair work. Surface embedment of a flexible polyethylene or other suitable type hose shall be used for forming a groove along the working crack to be filled with appropriate type of joint -sealing material. The hose shall be removed carefully before the concrete hardens sufficiently to form a high bond. The groove shall be thoroughly cleaned and filled with a sealer as specified in Section 32 13 73 "Concrete Paving" of these Specifications. 03561621 CONCRETE PAVING 3213 13 - 14 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 3.12 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS A. Defective pavement areas shall be removed and replaced as specified herein with pavements of the thickness and quality required by these Specifications. The defective pavement shall be carefully removed in such manner that the adjacent pavement will not be damaged and the existing reinforcement at the joints will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be made transversely across the slab in the required location, and the concrete shall be removed to provide an essentially vertical face in the remaining portion of the slab. Prior to placement of the fresh concrete, the face of the slab shall be cleaned of debris and loose concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be approximately 1/16-inch and shall be applied by scrubbing a thin coat of grout into the surface with a stiff -bristle brush followed by a second application. Strips of polyethylene sheeting shall be placed on the vertical faces of adjacent slabs at the juncture with the slab to be patched as a bond -breaking medium. Placement of the fresh portland-cement concrete shall be accomplished while the epoxy -resin is still tacky and in such manner that the grout coating will not be removed. Longitudinal and transverse joints of the replaced slab or portion thereof shall be constructed as indicated. The joints shall be sealed as specified in Section 32 13 73 "Concrete Paving" of these Specifications. The replaced pavements will be paid for at the contract price, but no payment will be made for the defective pavements removed nor for the cost of removing the defective pavements. 3.13 TOLERANCE IN SLAB THICKNESS A. The thickness of the slab shall be determined by average caliper measurement of cores tested in accordance with ASTM C174. Owner's Representative may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched across the forms or in the plastic concrete behind the concrete placing operation. B. Areas found deficient in thickness shall be removed and replaced with concrete of the thickness shown on the Plans at Contractor's expense. If cores are used to determine the concrete thickness, the core holes shall be filled with non -shrink grout by Contractor at Contractor's expense. END OF SECTION 03561621 CONCRETE PAVING 32 13 13- 15 03563022 05/22 ,hI LJ No Text r] City of Lubbock 14th Street Plaza/East Green Proiect rl L_J SECTION 32 13 73 - CONCRETE PAVING JOINT SEALANTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Expansion and contraction joints within portland cement concrete pavement. 2. Joints between portland cement concrete and asphalt pavement. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. ASTM C1193 - Use of Joint Sealants. B. ASTM D5249 - Backer Material for Use with Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints. C. ASTM D 1751 - Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). D. ASTM D3405 - Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements. E. ASTM D3406 - Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements. F. ASTM C920 - Elastomeric Joint Sealants. 1.3 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint - sealant samples in 1/2-inch-wide joints formed between two 6-inch-long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. D. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating the following: 1. Materials forming joint substrates and joint -sealant backer materials have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint -sealant installations with a record of successful in-service performance. 03561621 1 03563022 05/22 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 1 'A No Text n City of Lubbock 14th Street Plaza/East Green Proiect B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C1021 to conduct the testing indicated, as documented according to ASTM E548. 2. Test joint sealants for compliance with requirements indicated by referencing standard Specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. 3. When blowing dust conditions exist. B. Joint -Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than that allowed by joint sealant manufacturer for application indicated. C. Joint -Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field experience. 03561621 03563022 j 05/22 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 2 I I u No Text City of Lubbock 14th Street Plaza/East Green B. Bituminous pre -molded expansion joint shall conform to ASTM D 1751. C. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL" or "Gardox." 1. Hot poured sealant for joints between portland cement concrete and bituminous concrete shall conform to ASTM D3405. 2. Hot poured sealant for all other joints in portland cement concrete pavement shall conform to ASTM D3406. 3. Cold poured joint sealant shall conform to ASTM C920. D. Mix material in accordance with manufacturer recommendations. 2.2 JOINT -SEALANT BACKER MATERIALS A. General: Provide joint -sealant backer materials that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold- and Hot -Applied Sealants: ASTM D5249, Type 1, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D5249, Type 2, of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D5249, Type 3, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint sealant substrate tests and field tests. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. �I Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto �J adjoining surfaces. i i 03561621 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 3 03563022 { 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original Work. 03561621 03563022 05/22 END OF SECTION CONCRETE PAVING JOINT SEALANTS 321373-4 No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 32 14 00 - UNIT PAVING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mortarless brick pavers set on flexible base (coarse sand) and concrete setting beds. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 ACTION SUBMITTALS A. Product Data: For materials other than water. B. Samples: For each type of unit paver indicated. 1.3 INFORMATION SUBMITTALS A. Material Certificates: For unit pavers. Include statements of material properties indicating compliance with requirements, including compliance with standards. Provide for each type and size of unit. 1.4 FIELD CONDITIONS A. Cold -Weather Protection: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen subgrade or setting beds. Remove and replace unit paver work damaged by frost or freezing. l PART 2 - PRODUCTS LJ 2.1 BRICK PAVERS ' 1 A. Brick Pavers: March existing brick in size/color. ASTM C 902, Class SX, Type II, L Application PX. Provide brick without frogs or cores in surfaces exposed to view in the completed Work. r 1. Manufacturer: a. Kansas Brick & Tile Co. 767 N US Hwy 281 Hoisington, Kansas 67544 620.653.2157 u www.kansasbrick.com b. Size: 4-inch x 8-inch (Contractor to verify). C. Blend/Style: Black Diamond. d. Note: See Plans for location of pavers. Install pattern to match existing adjacent plaza. u 03561621 UNIT PAVING 32 13 13 - 1 l 03563022 05/22 i J City of Lubbock 14th Street Plaza/East Green Project 2.2 AGGREGATE SETTING -BED MATERIAL A. Crushed Stone Aggregate: No. 57 crushed stone. B. Sand for Leveling Course: Sound, sharp, washed, natural sand or crushed stone complying with gradation requirements in ASTM C 33/C 33M for fine aggregate. C. Sand for Joints: Fine, sharp, washed, natural sand or crushed stone with 100 percent passing No.16 sieve and no more than 10 percent passing No.200 sieve. 2.3 CONCRETE SETTING BED A. Reinforced concrete base, 4,000 psi, as shown and detailed on the Plans. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. B. Cut unit pavers with motor -driven masonry saw equipment to provide clean, sharp, unchipped edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hammer cutting is not acceptable. C. Joint Pattern: As indicated. D. Tolerances: Do not exceed 1/16-inch unit -to -unit offset from flush (lippage) or 1/8-inch in 24 inches and 1/4-inch in 10 feet from level, or indicated slope, for finished surface paving. 3.2 AGGREGATE SETTING -BED APPLICATIONS A. Compact soil subgrade uniformly to at least 95 percent of ASTM D 698 laboratory density. B. Place aggregate base, compact by tamping with plate vibrator, and screed to depth indicated. C. Place leveling course and screed to a thickness of 1 to 1-1/2 inches taking care that moisture content remains constant, and density is loose and uniform until pavers are set and compacted. D. Treat leveling course with herbicide to inhibit growth of grass and weeds. E. Set pavers with a minimum joint width of 1/16-inch and a maximum of 1/8-inch, being careful not to disturb leveling base. If pavers have spacer bars, place pavers hand tight against spacer bars. Use string lines to keep straight lines. Fill gaps between units that exceed 3/8-inch with pieces cut to fit from full-size unit pavers. F. Vibrate pavers into leveling course with a low -amplitude plate vibrator capable of 3,500- to 5,000-lbf compaction force at 80 to 90 Hz. Use vibrator with neoprene mat on face of plate or other means as needed to prevent cracking and chipping of pavers. Perform at least three passes across paving with vibrator. G. Spread dry sand and fill joints immediately after vibrating pavers into leveling course. Vibrate pavers and add sand until joints are completely filled, then remove excess sand. Leave a slight surplus of sand on the surface for joint filling. END OF SECTION 03561621 03563022 05/22 UNIT PAVING 32 13 13 - 2 No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 32 17 23 - PAVEMENT MARKINGS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. This item shall consist of the painting of markings and stripes on the surface of pavements applied in accordance with these Specifications and at the locations shown on the Plans, or as directed by the Landscape Architect. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. PART 2 - PRODUCTS 2.1 MATERIALS A. Paint shall meet the current local authority having Jurisdiction Specifications for pavement markings and shall meet the requirements of the following Specifications: 1. Federal Test Method Standard No. 141, Methods 4121, 4184, 4281, 6121. 2. Fed. Spec. TT-P-85b. 3. Fed. Spec. TT-P-115A. 4. Fed. Spec. TT-14-16, Methods 408.1, 409.1, 409.2. 5. ASTM D771-5S. 6. Color shall be white. PART 3 - EXECUTION 3.1 CONSTRUCTION METHODS A. Weather Limitations: The painting shall be performed only when the surface is dry, when the atmospheric temperature is above 45 degrees F, and when the weather is not foggy or windy. L: B. Equipment: 1. All equipment for the Work shall be approved by the Landscape Architect and shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. 2. The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the �1 required coverage and shall be designed so as to apply markings of uniform cross lsections l and clear-cut edges without running or spattering. 03561621 PAVEMENT MARKINGS 32 17 23 - 1 03563022 05/22 f} �l No Text 7 l City of Lubbock �14th Street Plaza/East Green Project I C. Preparation of Surface: 1. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials. 2. Paint shall not be applied to portland cement concrete pavement until the concrete in the areas to be painted is clean of curing material. Sandblasting or high-pressure water shall be used to remove curing material from concrete surfaces. r D. Layout of Markings: On those sections of pavement where no previously applied markings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint application. E. Application: 1. Markings shall be applied at the locations and to the dimensions and spacing shown on the Plans. Paint shall not be applied until the layout and condition of the surface have ? been approved by the Landscape Architect. 1 2. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate of 100 - 110 ft2/gal. The addition of thinner will not be permitted. A period of 15 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. 3. Paint shall be applied in 2 coats. Apply 2nd coat within time allowance as per manufacturer recommendations. r 4. The edges of the markings shall not vary from a straight line more than 1/2-inch in l 50 feet, and the dimensions shall be within a tolerance of f 5 percent. If indicated on the Plans, glass spheres shall be distributed to the surface of the marked areas immediately -1 after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass spheres. The spheres shall be applied at the rate of 10 lbs./gal. of paint. 5. Contractor shall furnish certified test reports for the materials shipped to the Project. The reports shall not be interpreted as a basis for final acceptance. Contractor shall notify the Landscape Architect upon arrival of a shipment of paint to the job site. All emptied containers shall be returned to the paint storage area for checking by the Landscape Architect. The containers shall not be removed from the site or destroyed until authorized by the Landscape Architect. F. Protection: After application of the paint all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. END OF SECTION 03561621 PAVEMENT MARKINGS 32 17 23 - 2 j 03563022 J 05/22 l No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 3217 26 - TACTILE WARNING SURFACING PART 1- GENERAL 1.1 SUMMARY A. Section includes cast -in -place detectable warning plates. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples for each type of exposed finish requiring color selection. PART 2 - PRODUCTS 2.1 TACTILE WARNING SURFACING, GENERAL A. Accessibility Requirements: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines for Buildings and Facilities for tactile warning surfaces. 1. For tactile warning surfaces composed of multiple units, provide units that when installed provide consistent side -to -side and end -to -end dome spacing that complies with requirements. 2.2 DETECTABLE WARNING PLATES A. Cast -in -Place Detectable Warning Plates: Accessible truncated -dome detectable warning plates configured for setting flush in new concrete walkway surfaces, with slip -resistant surface treatment on domes and field of plate. 1. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by the following: a. Durabak Detectable Warning System. 2. Material: Polymer composite. 3. Color: Match color as installed on corners around existing parking garage. 4. Shapes and Sizes: a. As shown on Drawings. 5. Dome Spacing and Configuration: Manufacturer's standard compliant spacing, in manufacturer's standard pattern. 6. Mounting: a. Permanently embedded detectable warning plate wet -set into freshly poured concrete. 03561621 CONCRETE PAVING 32 13 13 - 1 j 03563022 J 05/22 No Text r] City of Lubbock 14th Street Plaza/East Green Project 2.3 ACCESSORIES A. Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of tactile warning surfaces, noncorrosive and compatible with each material joined, and complying with the following: 1. Furnish Type 304 lug fasteners for exterior use. PART 3 - EXECUTION 3.1 INSTALLATION OF TACTILE WARNING SURFACING A. General: Prepare substrate and install tactile warning surfacing according to manufacturer's written instructions unless otherwise indicated. B. Place tactile warning surfacing units in dimensions and orientation indicated. Comply with location requirements of AASHTO MP 12. C. Cast -in -Place Detectable Warning Plates: Set each detectable warning plate accurately and firmly in place and completely seat plate back and embedments in wet concrete by tamping or vibrating. Set surface of plate flush with surrounding concrete and adjacent plates. Remove concrete from plate surfaces and clean using methods recommended in writing by manufacturer. D. Remove and replace tactile warning surfacing that is broken or damaged or does not comply with requirements in this Section. Remove in complete sections from joint to joint unless otherwise approved by Landscape Architect. Replace using tactile warning surfacing installation methods acceptable to Landscape Architect. E. Protect tactile warning surfacing from damage and maintain free of stains, discoloration, dirt, and other foreign material. END OF SECTION 03561621 CONCRETE PAVING 32 13 13 - 2 03563022 05/22 J No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 32 84 00 - PLANTING IRRIGATION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The Work consists of installing a complete underground irrigation system as shown on the Drawings and as specified hereafter. Contractor performing this Work shall furnish all labor, equipment, materials, and permits necessary for the completion of the system, except those specified to be furnished by others. 2. Unless otherwise specified or indicated on the Drawings, construction of the irrigation system shall include the furnishing, installing, and testing of all pipe, fittings, valves, heads, controllers, wires, air release and vacuum valves, backflow prevention devices, inlet and discharge piping, automatic drain valves, manual drain valves, valve boxes, water meters, and all other components pertinent to the Plans and Specifications of this system. 3. Contractor shall perform all trenching, excavating, boring, backfilling, compacting, concrete pouring, electrical Work, welding, and any other Work necessary for the completion of the Project. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SITE INVESTIGATION A. Contractor shall examine related work and surfaces before starting the Work of this Section. Contractor shall report to Landscape Architect or his authorized representative, in writing, conditions which will prevent the proper execution of irrigation installation. B. Deviations from Plans and Specifications shall be executed only with the express permission of Landscape Architect and at no cost to Owner. If obvious inadequacies or inappropriate design are found on the Drawings, they shall be promptly brought to the attention of Landscape Architect in writing before proceeding with installation of the system. 1.3 CODES, RULES, AND SAFETY ORDERS A. All Work and materials shall be in full accordance with the latest local rules and regulations of safety. 1.4 PROTECTION A. Contractor shall furnish and maintain all warning signs, shoring, barricades, red lanterns, etc., as required by the Safety Orders of the Division of Industrial Safety and local ordinances. 1.5 DEFINITIONS A. Lateral Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. 03561621 PLANTING IRRIGATION 32 84 00 - 1 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. C. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile-butadiene-styrene plastic. 2. FRP: Fiberglass -reinforced plastic. 3. PA: Polyamide (nylon) plastic. 4. PE: Polyethylene plastic. 5. PP: Polypropylene plastic. 6. PTFE: Polytetrafluoroethylene plastic. 7. PVC: Polyvinyl chloride plastic. 8. TFE: Tetrafluoroethylene plastic. 1.6 PERFORMANCE REQUIREMENTS A. Maintain 100 percent water -coverage irrigation system for exterior plants indicated. B. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent water coverage of planting areas indicated. C. Minimum Working Pressures: The following are minimum pressure requirements for piping, valves, and specialties, unless otherwise indicated: 1. Irrigation Main Piping: 200 prig. 2. Lateral Piping: 200 psig. 1.7 SUBMITTALS A. Prepare and make 5 sets of submittals providing manufacturer's sheets" on the following components: 1. Manual and automatic valves. 2. Drip Emitters. 3. 24-volt wire. 4. Piping. 5. Joint materials. 6. Irrigation heads and nozzles. 7. Filters and screens. 8. Valve boxes and extensions. 9. Wire splicing materials. 10. PVC fittings. 11. Drip tubing. 12. Pressure regulators. 13. Dripline. B. Provide irrigation system record Drawings: 1. Legibly mark Drawings to record actual construction. 2. Indicate horizontal and vertical locations, referenced 03561621 03563022 05/22 Specifications and "cut to permanent surface improvements. 3. Identify field changes of dimension and detail any changes made by Change Order. PLANTING IRRIGATION 328400-2 No Text City of Lubbock 14th Street Plaza/East Green Project C. Contractor shall provide 1 controller chart showing the area covered by a controller for each automatic valve. The chart shall be a reduced Drawing of the actual "Record Drawing" system. The size of the chart shall be the maximum size that the controller door will allow. If controller sequence is not legible when the Drawing is reduced, Drawing shall be enlarged to a size that is readable. D. Chart shall be a blackline print with a different color used to show area of coverage for each system. When completed and approved, the chart shall be hermetically sealed between 2 pieces of plastic, each piece being a minimum 20 mils thick. Charts shall be completed and approved prior to final inspection and acceptance of the irrigation system. E. Field quality -control test reports. 1.8 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with Sections on general conditions, quality control, and standard landscape practices. C. Installer's Qualifications: Minimum of 5 years' experience installing irrigation systems of comparable size, and current Irrigator's License. Submit a copy of Irrigator's License to Landscape Architect. D. Materials, equipment, and methods of installation shall comply with the following codes and standards: 1. Manufacturer's instructions. 2. National Fire Protection Association (NFPA): National Electrical Code. 3. ASTM International (ASTM). 4. National Sanitation Foundation (NSF). 5. The Irrigation Association (IA). 6. Texas Commission on Environmental Quality (TCEQ). E. Excavation, Backfilling, and Compaction Operations: Contractor shall meet state and local requirements. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver irrigation system components in manufacturer's original, undamaged, and unopened containers with labels intact and legible. B. Deliver plastic piping in bundles, packaged to provide adequate protection of pipe ends, both threaded or plain. C. Store and handle materials to prevent damage and deterioration. D. Provide secure, locked storage for valves, sprinklers heads, and similar components that cannot be immediately replaced, to prevent installation delays. E. Contractor to provide and honor all manufacturer warranties on all irrigation products. F. Deliver piping with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture. G. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. 03561621 03563022 05/22 PLANTING IRRIGATION 32 84 00 - 3 �I No Text City of Lubbock 14th Street Plaza/East Green Project 1.10 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated: 1. Notify Landscape Architect and Owner no fewer than 5 days in advance of proposed interruption of water service. 2. Do not proceed with interruption of water service without Owner's written permission. B. Known underground and surface utility lines are indicated within the Drawing set. If utilities are not shown on Plans, that does not mean there are no utilities in the construction limits. C. Protect existing trees, plants, lawns, and other features designated to remain as part of the final landscape work. D. Promptly repair damage to adjacent facilities caused by irrigation system work. Cost of repairs at Contractor's expense. E. Promptly notify Landscape Architect of unexpected subsurface conditions. F. Irrigation system layout is diagrammatic. Exact location of piping, sprinkler heads, valves and other components shall be established by Contractor in the field at the time of installation. 1. Cut through concrete and masonry with core drills. Jackhammers are not permitted. 2. Materials and finishes for patching shall match existing surface materials and finish. Exercise special care to provide watertight patching at openings in exterior walls. 3. Methods and materials used for cutting and patching shall be acceptable to Landscape Architect. 1.11 COORDINATION A. Contractor shall coordinate and cooperate with other contractors on -site to ensure rapid and efficient completion of all contracted Work. 1.12 EXTRA MATERIALS A. Furnish extra materials, described below, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Sprinkler units: 5 of each head type used. 1.13 WARRANTY A. Irrigation system shall be guaranteed against defects in materials and workmanship for 1 year after Final Acceptance. Work covered under the guarantee period will include, but not be limited to, emergency repairs. Repair settling backfilling trenches, and repair replacement of any malfunctioning equipment. B. Correct all defects and resulting damages within 24 hours after Owner's notification. If no response to the notification is made within the 24-hour period, Owner may proceed with repairs and charge the expense incurred with the Work to Contractor. Owner may make emergency repairs as necessary without voiding the guarantee. C. Furnish all materials, labor, and equipment for correction at no expense to Owner. 03561621 03563022 05/22 PLANTING IRRIGATION 32 84 00 - 4 No Text �j City of Lubbock 14th Street Plaza/East Green Project PART 2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified, or approved equal. 2.2 PIPES, TUBES, AND FITTINGS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, fitting, and joining materials. B. PVC, Pressure -Rated Pipe: ASTM D2241, PVC 1120 compound, SDR21: 1. PVC Socket Fittings, Schedule 80: ASTM D 2467. C. PVC Pipe: ASTM D 1785, PVC 1120 compound, Schedule 40: 1. PVC Socket Fittings, Schedule 40: ASTM D 2466. D. PVC Pipe: ASTM D 1785, PVC 1120 compound, Schedule 80: 1. PVC Socket Fittings, Schedule 80: ASTM D 2467. 2. PVC Threaded Fittings: ASTM D 2464. 2.3 SWING JOINTS A. The swing joints shall be used as a height -adjustable connector between lateral lines and sprinklers or quick coupler valves. 1. The swing joint shall be molded from rigid PVC, Type 1 cell classification 12454-13, conforming to ASTM D 1784, with a pressure rating of 315 psi at 73 degrees F when tested in accordance with ASTM D3139. All NPT threads, sockets, and spigots shall be Schedule 80 per ASTM D2464 and D2467. 2. All components shall be factory pre -assembled in lengths of 12 inches and 18 inches. 3. All rotating joints shall be modified stub ACME threads. 4. All rotating joints shall have EPDM rubber O-rings for positive sealing and thread protection. 2.4 JOINING MATERIALS A. Solvent Cement: ASTM F 656 primer and ASTM D 2564 solvent cement in color other than orange. Solder: ASTM B 32, Alloys Sn95 and E. B. Gaskets and Fasteners for Metal and Metal -to -Plastic Flanged Joints. ASME B 16.21, nonmetallic, asbestos -free, flat 1/8-inch thickness gaskets and ASME B18.2.1, carbon steel bolts, nuts, and washer. C. Gaskets for Plastic Flanged Joints: Materials recommended by plastic pipe and fittings manufacturer. 2.5 VALVES AND VALVE BOXES A. Valve Box and Cover: 18-inch-deep x 25-1/4-inch-diameter plastic box with locking cast iron cover. B. Gravel: The bottom of each valve box shall be filled with clean gravel as specified. Gravel shall be washed clean and graded such that none are less than 3/8-inch and none larger than 3/4-inch. Gravel sizes shall be equally proportioned and thoroughly mixed. 03561621 03563022 05/22 PLANTING IRRIGATION 328400-5 r F-1 City of Lubbock 14th Street Plaza/East Green Project 2.6 CONTROL -VALVE BOXES A. Plastic Control -Valve Boxes: Box and cover, and box extensions with open bottom; designed for installing flush with grade. Include size as required for valves and service. 1. Shape: Rectangular. 2. Sidewall Material: PE. Injection molded of structural foam polyethylene. 3. Cover Material: PE. a. Lettering: IRRIGATION. 4. Manufacturers: a. Carson Industries LLC. b. NDS. C. Armor. d. Rainbird. B. Drainage Backfill: 4 inches depth cleaned gravel or crushed stone, graded from 3/4-inch minimum to 2 inches maximum. 2.7 SPRINKLERS, VALVES, CONTROLLERS A. As shown on the Plans. PART 3 - EXECUTION 3.1 POINT OF CONNECTION A. All water main line locations shown on the Drawings are schematic. It shall be Contractor's responsibility to pothole and field check to determine actual locations as incidental requisite to the construction contract. B. The proposed controller location indicted on the Plans is approximate. It shall be Contractor's responsibility to connect proposed valves to the proposed controller. C. Where connections to existing stub -outs are required, Contractor shall make necessary adjustments, should stubs not be located exactly as shown, at no additional cost to Owner. 3.2 PREPARATION A. Examine final grades and installation conditions. Do not start irrigation system work until unsatisfactory conditions are corrected. B. Contractor will be responsible for gaining access under all paving by boring under the paving. Sleeves should be coordinated before all Work begins. 3.3 EARTHWORK A. Excavating and Trenching: 1. All excavation shall be considered unclassified excavation and include all materials encountered. 2. Install piping and wiring in sleeves under sidewalks, roadways, parking lots, and railroads. 03561621 03563022 05/22 PLANTING IRRIGATION 32 84 00 - 6 I Ll No Text City of Lubbock 14th Street Plaza/East Green Project 3. Contractor shall be responsible for locating all cables, conduits, piping, and any other utilities or structures that may be encountered either above or below ground. All necessary precautions must be taken by Contractor to prevent any damage to these existing utilities and improvements. In the event that such damage should occur from his operations, Contractor shall repair or replace damaged utilities to their original condition at no additional expense to Owner. 4. Excavation and trenching for pipelines shall be a true and straight line with the trench banks as nearly vertical as practical. The width of the trenches shall not be greater than necessary to permit proper joining, tamping, backfilling, bedding, or any other installation procedures that may be necessary. Trench widths shall also be wide enough so that there will be a minimum horizontal and vertical separation of 4 inches between pipes in the same trench. 5. In areas where trees are present, trench lines will be adjusted on the site to eliminate any damage to tree roots. In areas where avoidance of tree roots is not possible, trenches shall be hand dug. Roots greater than or equal to 1-inch in diameter shall not be cut. 6. Trench depths shall be sufficient to provide the specified pipe cover as described elsewhere in these Specifications or as noted on the Drawings. In rocky areas, the trenching depth shall be 6 inches below normal trench depth to allow for pipe bedding as described in other portions of these Specifications. 7. Provide minimum cover over top of underground piping according to the following: a. Irrigation Main Piping: Minimum depth of 18 inches below finished grade, or not less than 6 inches below average local frost depth, whichever is deeper. b. Lateral Piping: 12 inches. C. Sleeves: 18 inches. 8. If Contractor encounters rock or other unfavorable trenching conditions, no additional compensation will be paid. When material from the excavation or trenching is unsuitable for use as backfill, additional backfill material suitable for this purpose shall be brought in at the expenses of Contractor. It shall also be Contractor's responsibility to remove and dispose of all unsuitable materials removed from the trench that cannot be used in the backfill operation. B. Backfilling: 1. Upon completion of a particular section of the irrigation system, and after sufficient time has elapsed for the curing of solvent weld joints, partial backfilling shall begin, leaving all joints, risers, and connections exposed for visual inspection during the hydrostatic testing. Only upon successful completion of the hydrostatic test shall the backfill operation be completed for any 1 particular section. 2. All backfill material shall be subject to approval by Landscape Architect. Backfill material shall be free from rock, large stones, brush, sod, frozen material, or other unsuitable substances that may damage pipe during the backfilling operations. 3. In the event that the material from the excavation or trenching is found to be unsuitable for use in backfill by Owner's Representative, it shall be removed from the site and properly disposed of by Contractor and at his own expense. Contractor shall then, at no additional cost to the Owner, arrange for, purchase, and furnish suitable backfill material consisting of earth, loam, sandy clay, sand, or other approved materials free of large clods of earth or sharp stones and capable of attaining the same relative density of the surrounding ground. 03561621 PLANTING IRRIGATION 32 84 00 - 7 I 03563022 L� 05/22 LJ No Text City of Lubbock 14th Street Plaza/East Green Project 4. In rocky areas, the trench depth shall be 6 inches below the normal trench depth to allow for 6 inches of suitable backfill as padding for the pipe. In like manner, there shall be at least 6 inches of padding on all sides of the pipe as a padding against the rock wall of the trench. 5. Install warning tape directly above pressure piping, 12 inches below finished grades, except 6 inches below subgrade under pavement and slabs. 6. Backfill shall be placed in horizontal layers not exceeding 6 inches in depth and shall be thoroughly tamped, or water compacted to near original density or so that no settling will result. Backfill shall be placed to the original ground level. If settlement of trenches occurs within 1-year from date of completion, it shall be Contractor's responsibility to refill trenches and re -seed or sod the repaired areas. 7. After all piping, risers, valves, thrust blocks, etc., have been installed and partially backfilled as specified in other parts of these Specifications, the control valve shall be opened, and a full head of water used to flush out the system. After the system is thoroughly flushed, risers shall be capped off and the system pressure tested in accordance with the testing Section of these Specifications. At the conclusion of the pressure test, the heads shall be installed and the backfill operation completed. 3.4 PIPING APPLICATIONS A. Install components having pressure rating equal to or greater than system operating pressure. B. Piping in control -valve boxes and aboveground may be joined with flanges instead of joints indicated. 1. NPS 5 (DN 125) and Larger: Schedule 40, PVC pipe and socket fittings; and solvent -cemented joints. C. Underground Irrigation Main Piping: 1. Schedule 40, PVC pipe and socket fittings, and solvent -cemented joints. D. Lateral Piping: 1. Class 200, PVC pipe and socket fittings; and solvent -cemented joints. E. Underground Branches and Offsets at Sprinklers and Devices: 1. Class 200, PVC pipe; threaded PVC fittings; and threaded joints. F. Risers to Aboveground Sprinklers and Specialties: 1. Class 200, PVC pipe and socket fittings; and solvent -cemented joints. G. Sleeves: 1. Class 200, PVC pipe and socket fittings; and solvent -cemented joints. H. Transition Fittings: Use transition fittings for plastic -to -metal pipe connections according to the following: 1. Couplings: a. Underground Piping NPS 1-1/2 (DN 40) and Smaller: Manufactured fitting or coupling. b. Underground Piping NPS 2 (DN 50) and Larger: AWWA transition coupling. 2. Fittings: a. Underground Piping: Union with plastic end of same material as plastic piping. 3.5 VALVE APPLICATIONS A. Where specific types are not indicated, the following requirements apply. 1. Buried Valves 2 inches and Smaller: Full port brass ball valve. 2. Buried Valves 2 inches and Larger: PVC ball valves. 03561621 PLANTING IRRIGATION 32 84 00 - 8 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 3.6 PIPING INSTALLATION A. Install plastic pipe in accordance with manufacturer's installation instructions. Provide for thermal expansion and contraction. B. Saw cut plastic pipe. Use a square -in -saw vice to ensure a square cut. Remove burrs and shavings at ends prior to installation. C. Make plastic to plastic joints with solvent weld joints. Use only solvent recommended by the pipe manufacturer. Install plastic pipe fittings in accordance with pipe manufacturer's instructions. Contractor shall make arrangements with pipe manufacturer for all necessary field assistance. D. Make plastic to metal joints with plastic male adapters. E. Location and Arrangement: Drawings indicate location and arrangement of piping systems. Install piping as indicated unless deviations are approved on Coordination Drawings. F. The minimum horizontal and vertical clearance between lines in the same trench shall be 4 inches. G. Pipe shall not be laid when the temperature is 32 degrees F or below. 3.7 JOINT CONSTRUCTION A. Make solvent weld joints in accordance with manufacturer's recommendations. 1. Pressure Main IPS Weld -on 711 (grey heavy-duty) for all Pressure Main and PVC pipe over 2 inches. 2. Lateral: IPS Weld -on 710 for all PVC pipe up to 2 inches. 3. Primer: IPS Weld -on, Purple P-68 or P-70. 4. Cleaner: IPS Weld -on. 5. Allow joints to set at least 24 hours before pressure is applied to the system. 6. Maintain pipe interiors free of dirt and debris. Close open ends of pipe by acceptable methods when pipe installation is not in progress. 3.8 VALVE INSTALLATION A. Underground Manual Valves: Install in valve box with top flush with grade. 1. Install valve boxes on a minimum 4-inch depth base of pea gravel with landscape fabric beneath. Valve boxes shall be large enough to house the entire valve assembly and allow for maintenance. 2. Provide valve box extension, if necessary, to ensure that entire valve assembly is enclosed in valve box and top of box or extension is flush with adjacent grade. B. Automatic Control Valve: Install in valve box with top flush with grade. 1. Install valve boxes on a minimum 4-inch depth base of pea gravel with landscape fabric beneath. Valve boxes shall be large enough to house the entire valve assembly and allow for maintenance. 2. Provide valve box extension, if necessary, to ensure that entire valve assembly is enclosed in valve box and top of box or extension is flush with adjacent grade. 3. Automatic control valves shall be of the type and size as indicated on the Drawings. Installation shall be according to these Specifications, the Drawings, and the manufacturer's Specifications. 03561621 03563022 05/22 PLANTING IRRIGATION 32 84 00 - 9 J No Text City of Lubbock 14th Street Plaza/East Green Project J 4. Valve wire splices shall be waterproofed. 5. Contractor shall provide a 36-inch wire expansion coil to facilitate raising splices to ground level without cutting wires. 6. Seal threaded connections on pressure and non -pressure side of control valves with Teflon tape only. 3.9 SPRINKLER INSTALLATION A. Flush circuit piping with full head of water and install sprinklers after hydrostatic test is completed. B. Install sprinklers at manufacturer's recommended heights. C. Locate part -circle sprinklers to maintain a minimum distance of 4 inches from walls and 2 inches from other boundaries, unless otherwise indicated. D. Heads shall be installed in the vertical position and backfilled and compacted to near original density. E. Heads shall be of the type and make specified and shall be installed as shown on the Drawings. F. Head spacing shall not exceed the spacing shown and shall be in the location and configuration as shown on the Drawings. Contractor shall verify turf area dimension while staking head location. Heads shall be spaced to achieve uniform coverage. G. After all piping and risers are in place and connected and before installation of the heads, all control valves for a given section shall be fully opened and a full head of water shall be used to flush out the system. H. Install popup spray heads with polyethylene "cut off' nipples. I. Install popup impact or gear driven sprinklers with an adjustable swing joint riser of at least 3 standard 90-degree elbows. Fabricate double swing joints risers of Schedule 80 PVC nipples and Schedule 40 PVC elbows. 3.10 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. C. Valve wire splices shall be waterproofed using 3M Scotchlok Connectors, and Contractor shall provide a 36-inch wire expansion coil to facilitate raising splices to ground level without cutting wires. 3.11 LABELING AND IDENTIFYING A. Equipment Nameplates and Signs: Install engraved plastic -laminate equipment nameplates L and signs on each automatic controller. 1. Text: In addition to identifying unit, distinguish between multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and Lf warn of hazards and improper operations. 03561621 PLANTING IRRIGATION 32 84 00 - 10 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 3.12 FIELD QUALITY CONTROL A. Inspection: The following inspections shall be the minimum required inspections during the course of construction. Additional inspections shall be made at any time at the discretion of Owner or Landscape Architect. It shall be the responsibility of Contractor to notify Owner's Representative, in writing, 48 hours in advance of each required inspection. The sequence of required inspections shall not be changed from the sequence listed below. Contractor shall not proceed with Work of the next sequence without written approval of the Work of the previous sequence. Contractor shall attach a copy of the written inspection approvals to all applications for payment. 1. Inspect head placement, coverage, and operating pressure prior to planting. 2. Inspect at end of maintenance period. B. Testing: 1. Upon completion of the irrigation system's mainline, the entire mainline shall be tested for a 1-hour period at 100 psi, unless otherwise noted. Prior to testing, the mainline shall be partially backfilled, leaving all joints and connections exposed for visual inspection. All dirt shall be flushed from the system and the line filled with water to remove air. The mainline shall be brought to static pressure. A pressure gauge and temporary valve shall be installed at the end of the mainline to permit air pressure to be applied to the main. A pressure of 100 psi must be retained for a 1-hour period. Any leaks resulting in the 1-hour pressure test shall be repaired and the system retested until the system passes the test. 2. Upon completion of the lateral piping sections, each lateral system shall be pressure tested. On systems using flex nipples, or swing joints, the lateral system shall be tested prior to installation of the flex nipples or swing joints. Prior to testing, the lateral lines shall be partially backfilled, leaving all joints and connections exposed for visual inspection. All air and dirt shall be flushed from the system and all open fittings shall be capped. The testing procedure shall be the same as used for the main line. If, after 1-hour, 100 psi pressure has been retained, the heads shall be installed and the backfill operation completed. Any leaks resulting from the hydrostatic test shall be repaired and the system retested until the system passes the test. 3. Contractor shall be responsible for payment of construction observations for retesting of any lines or system components that fail initial pressure or performance test. Costs shall include the time of the observer at the observer's standard rate, travel time, and travel expenses. 3.13 STARTUP SERVICE A. Verify that controllers are installed and connected according to the Contract Documents. B. Verify that electrical wiring installation complies with manufacturer's submittal and installation requirements in Division 26 Sections. C. Complete startup checks according to manufacturer's written instructions. 3.14 ADJUSTING A. Contractor shall adjust all valves for the proper operating pressure and adjust all heads for uniform coverage and even flow. 03561621 PLANTING IRRIGATION 32 84 00 - 11 03563022 05/22 No Text rl City of Lubbock 14th Street Plaza/East Green Project n JB. Contractor shall wire the controller (valve/station) as directed by Landscape Architect. The valve number shall be indicated on the controller panel for each station. C. Contractor shall program controller to provide optimum system performance. D. Adjust sprinklers so they will be flush with finish grade. 3.15 CLEANING A. Contractor shall continuously keep a neat and orderly area in which he is installing the system. Disposal of rubbish and waste material resulting from the installation shall be continual. Upon completion of the system, Contractor shall remove from Owner's property, at his own expense, all temporary structures, rubbish waste material, tools, and equipment resulting from or used in the installation of the system. B. Contractor shall repair damage resulting from irrigation system installation. C. Flush dirt and debris from piping before installing sprinklers and other devices. 3.16 FINAL ACCEPTANCE A. When Contractor is satisfied that the system is operating properly, that it is balanced and adjusted, and that all Work and clean-up is completed, he shall issue Notice of Completion to Owner's Representative, requesting a final inspection. Owner's Representative will respond to the Notice of Completion by Contractor and shall appear with Owner for an inspection of the Project. At that time, Contractor shall demonstrate the operation of each system in its entirety. In judging the Work, no allowance for deviation from the original Drawings and Specifications will be made unless prior approval has been obtained. B. Any inconsistency to the Specifications or the Drawings shall be noted by Owner's Representative and a written copy of required corrections shall be given to Contractor. 3.17 DEMONSTRATION A. After the system has been tested and accepted, Contractor shall instruct Owner's Representative in the operation and maintenance of the system. B. Contractor shall provide Owner with 2 keys for the following: 1. Manual gate valves. 2. Manual drain valves. 3. Valve boxes. 4. Valve markers. 5. Controllers. 6. Any locking assembly in need of key access. C. Contractor shall provide Owner with 2 copies of a Maintenance Manual bound in a 3-ring binder. The maintenance manual shall include copies of the approval submittals, controller operations manuals, and manufacturer's warranties on all irrigation products. 3.18 SYSTEM MAINTENANCE AND GUARANTEE A. Maintenance of the irrigation system shall begin immediately following the installation of the system and shall continue until the entire Project is accepted. Maintenance shall include repair of defects or damages, adjustments and fine tuning of the system, and repairs of damages resulting from vandalism, erosion, weather, and the like. 03561621 PLANTING IRRIGATION 32 84 00 - 12 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Proiect B. For a period of 1 year from Final Acceptance of the system, Contractor shall promptly furnish and install, without cost to Owner, any and all parts or materials which prove defective in material or workmanship. Damage due to irrigation system line breaks shall be repaired and brought to original condition by Contractor at no expense to Owner. C. In the fall, at Owner's request, Contractor shall drain the system and otherwise prepare the system for winter. In the spring, at Owner's request, Contractor will reactivate the system, repair any defects or damage, and adjust the system. As these services are performed, Contractor shall instruct Owner. D. For a period of 1 year from Final Acceptance of the system, Contractor shall repair any settlement of trenches by one of the following methods as directed by Owner's Representative. 1. Bring to grade by top -dressing (raking topsoil into the planting bed). 2. Bring to grade with topsoil. 3. Remove existing plant material, fill depression with topsoil, and replace with new plant material to match original plantings. 4. Repair by any of the above methods shall result in a smooth, level area. Maintenance of repaired areas shall be the responsibility of Owner. END OF SECTION 03561621 PLANTING IRRIGATION 32 84 00 - 13 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project SECTION 32 93 00 - PLANTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Plants. 2. Planting Soils. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. C. Finish Grade: Elevation of finished surface of planting soil. D. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. E. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. F. Pests: Living organisms that occur where they are not desired, or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. G. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in -place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. H. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. I. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. J. Subsoil: All soil beneath the topsoil layer of the soil, profiled and typified by the lack of organic matter and soil organisms. K. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as urban environments, the surface soil can be subsoil. 1.3 SUBMITTALS A. Product Data: For each type of product indicated, including soils. B. Samples of mineral mulch. C. Product certificates. D. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. 03561621 1 03563022 J 05/22 PLANTS 32 93 00 - 1 J No Text City of Lubbock 14th Street Plaza/East Green Project 1.4 QUALITY ASSURANCE A. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when Work is in progress. 1. Pesticide Applicator: State licensed, commercial. B. Soil Analysis: For each unamended soil type, furnish soil analysis and a written report by a qualified soil -testing laboratory. 1. Report suitability of tested soil for plant growth. a. State recommendations for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. b. Report presence of problem salts, minerals, or heavy metals; if present, provide additional recommendations for corrective action. C. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. D. Preinstallation Conference: Conduct conference at Project site. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver bare -root stock plants freshly dug. Immediately after digging up bare -root stock, pack root system in wet straw, hay, or other suitable material to keep root system moist until planting. B. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. C. Handle planting stock by root ball. D. Deliver plants after preparations for planting have been completed and install immediately. If planting is delayed more than 6 hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. 1.6 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner, or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. 2. Warranty Periods from Date of Substantial Completion: a. Trees, Shrubs, Vines, and Ornamental Grasses: 12 months. b. Ground Covers, Biennials, Perennials, and Other Plants: 12 months. 03561621 03563022 05/22 PLANTS 32 93 00 - 2 No Text City of Lubbock 14th Street Plaza/East Green Project 1.7 MAINTENANCE SERVICE 1 A. Initial Maintenance Service: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period for Trees and Shrubs: 3 months from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PLANT MATERIAL A. General: Furnish nursery -grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant Schedule or Plant Legend shown on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1. Root flare shall be visible before planting. C. Annuals and Biennials: Provide healthy, disease -free plants of species and variety shown or listed, with well -established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. Provide only plants that are acclimated to outdoor conditions before delivery. 2.2 ORGANIC SOIL AMENDMENTS A. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 3/4-inch sieve; soluble salt content of 5 to 10 dS/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil, or toxic materials. 2. Manure: Well -rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, debris, and material harmful to plant growth. 2.3 PLANTING SOILS A. Planting Soil: Existing, native surface topsoil formed under natural conditions with the duff layer retained during excavation process. Verify suitability of soil to produce viable planting soil. Clean soil of roots, plants, sod, stones, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. Mix soil with the following soil amendments and fertilizers in the following quantities to produce planting soil: 1. Loose Compost per acre 4 tons. 03561621 PLANTS 32 93 00 - 3 03563022 05/22 No Text City of Lubbock 14th Street Plaza/East Green Project 2. Weight of Sulfur per acre 201bs. 3. Weight of zinc per acre 1.51bs. 4. Weight of Boron per acre 0.5 lbs. 5. Weight of 11-52-0 monoammoniun phosphate (MAP) per acre 200 lb. 2.4 MULCHES A. Inorganic Mulch: As shown on the Drawings. PART 3 - EXECUTION 3.1 PLANTING AREA ESTABLISHMENT A. Loosen subgrade of planting areas to a minimum depth of 6 inches. Remove stones larger than 1-inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply superphosphate fertilizer directly to subgrade before loosening. B. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. 3.2 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits with sides sloping inward at a 45- degree angle. Excavations with vertical sides are not acceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. 1. Excavate approximately 3 times as wide as ball diameter. 2. Excavate at least 12 inches wider than root spread and deep enough to accommodate vertical roots for bare -root stock. 3. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. B. Subsoil and topsoil removed from excavations may be used as planting soil. 3.3 TREE AND SHRUB PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. B. Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. C. Set stock plumb and in center of planting pit or trench with root flare 1-inch above adjacent finish grades. 1. Use planting soil for backfill. 2. Balled and Burlapped: After placing some backfill around root ball to stabilize plant, carefully cut and remove burlap, rope, and wire baskets from tops of root balls and from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. 3. Container -Grown: Carefully remove root ball from container without damaging root ball or plant. 03561621 03563022 05/22 PLANTS 32 93 00 - 4 No Text City of Lubbock 14th Street Plaza/East Green Project 4. Fabric Bag -Grown Stock: Carefully remove root ball from fabric bag without damaging root ball or plant. Do not use planting stock if root ball is cracked or broken before or during planting operation. 5. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately 1/2 filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 6. Place planting tablets in each planting pit when pit is approximately 1/2 filled; in amounts recommended in soil reports from soil -testing laboratory. Place tablets beside the root ball about 1-inch from root tips; do not place tablets in bottom of the hole. r l 7. Continue backfilling process. Water again after placing and tamping final layer of soil. D. When planting on slopes, set the plant so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above the surrounding soil. Apply enough soil to cover the downhill side of the root ball. 3.4 TREE AND SHRUB PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by A/E, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. r 3.5 PLANTING AREA MULCHING A. Mulch backfilled surfaces of planting areas and other areas indicated. 1. Inorganic Mulch: Screening material shall be blend #20 from R.E. Janes Gravel; Slaton, Texas. 3.6 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. B. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. C. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use practices to minimize the use of pesticides and reduce hazards. D. Apply pesticides and other chemical products and biological control agents in accordance with authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. E. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. 03561621 1 03563022 05/22 END OF SECTION PLANTS 32 93 00 - 5 I� No Text City of Lubbock 14th Street Plaza & East Green Project 1208 14th Street Lubbock, Texas Sheet Index General Landseape� Electrical Lubbock, Tx 10428 Parkhill 422286`- 806.47 .2200 PROJECT CODE INFORMATION F� Parkhill �-Z WW WW WO� F-(D _� rW fL'Z168-ct Cary of Wbbock h&M L Lubbock. Texea Cover Sheet & Index G-001 ' y MUNICIPNLCOURT CITIZENS rORFR 77 W z °�w I -- _��� � .— —ce IaM STREET III — .1 • .� ., # r\ } 7 —. W ` J N �¢ W % � III - --__ _ --__ ❑ i i I e I II II � P Tu t Ilu EXISTI�NG�PGEKING r7, g I I I, III lull , t II L111 - JIII d .I _ - Iluulo ifIk 9FREEf-: �•,-I- — — 15TH STREET rigsII Al EXISTING CONDITIONS w ®® Parkhill 4 E of tG'1P Qw J 0 as �-z ww ww WO� i- LD V N r w Cary of Wbbock ',&M L wbb-, Taxes Existing Conditions L-100 151H bl'KE� D OHE HE E..1 E A M - 7-7 Al EROSION CONTROL LNORTM LEGEND —T� EROSION NOTES Q, —N I- AND 08TA N —GE UN— � TPDES GE— �`INIT A TM A 11 --ANGE— PE= 3 T SECTION — Al C o' N To 5E --ED III CoNT"" � M 0—Y IWES . U, _E AT Ell 11 A ..... T ALL E IR-1— E..— _0 @�_!t SAND DETAIL �1 1=1— 1E I 1-- —1111 INWIIE N —II T .. T"E 111SE — AIIEE . OF 4"To —11 1E NI N ML= DA— COU_ FL IIE 1—T --I — -- Exrtswvia PLAN 'NN" . DII, oE - A I I IIN 4' --- ------- PROFILE B4 STABILIZED CONSTRUCTION ENTRANCE & EXIT (TYPE 1) — —Ic - EX—D __EEp_T- _E —NELY wxwxNl ' -IHI-- IT1 I"(= `I`N==�I— I N[ T H) SECTION E_S A4 116T ENCE DETAIL Parkhill fA !.168 _ck Cary of Wbbock 141, & Ave L Lubbock. Texea Erosion Control Plan L-1 01 m NORTH DEMOLITION NOTES LU— MUS—EM-MM'SUMEN THE MUNICIPAL —M-1 REFERENCE NOTES SCHEDULE o . o ..w<u<,�o.a—1AI.ao P aoa x.a EpaoEa�ox<.aro.EwE�.n. no.ee AA S =.:PE owH N1.AL E..�.v..��.�.. sOia [A—G.wma.o. N. F� s F — W WV I i��i f UPo � �, , _S s s T—W7 M N W o J W 3 Z W SNo o EV E9 1 � o-- o ; ONLY 1 DEMOLITION PLAN -14TH ST PLAZA EXISTING BUILDING ------------------------------------------------------- 5 s s s W W W W W EXISTING PARKING GARAGE EXISTING PARKING GARAGE I Fl� Parkhill o ~ U a0 as 1-- Z W W W W W O� H LD r W '1 vI atyot Lubbock Cary of Wbbock h&M L Lubbock. Texea Demolition Plan L-102 co V1 ezeld IS 44K uolle;ouuy a;IS r+wam m Fua II!43laed ®®� VZV'ld 133N1S HIN - NOI1V10NNV 31IS �V ,�„,a rya e3,a��axn�x�3a,x,"xoa�,x � • � � .naxrvo,3�rv�won,sa�.,,oe�3asaa�,xwas�,en�ow3n rva � a e . . R 07-,wl= 11-- - --- aaanonarvnuwasaa»s sx:as:z3waaassxewso. a,naaxss a �3 s3 0,�s� a . III .rs.aod ww.3o:3o.s3.o,3imxrvarvoao3rvo,m,wo3,.: z AWN xaix:�woone,noomxoa,�i.00a �.3eoN a®�,o°ero :is< AM _ _ _ /VAN VZVld 1S H114 - S310N )ON ���© Hw o _-- g HWoN A Am N I AM I i KEY NOTES - EAST GREEN PLAZA R- 7 D ID olLLol RE T R T . ANNOTATION - PARKING GARAGE EAST GREEN M Lm� NORTH Parkhill fA !.168-ck Cary of Wbbock -h &M L Texea Site Annotation East Green L-1 04 �WV wv 1111111111 ONLY SITE LAYOUT - 14TH STREET PLAZA N WV �NORTH /, GENERAL AND SURVEY NOTES N WV ® "o w ® 0- LEGEND Lx 1 �'' 1 °000 00000®o Al SI TE GRADING - 14TH STREET PLAZANORTH ®® GENERAL AND SURVEY NOTES LEGEND C1 SITE LAYOUT - EAST GREEN Al SI TE GRADING -EAST GREEN =� NORTH Parkhill Q w N � ao J � as �-z ww ww WO� H LD 2 ~ Cl) r W 1 vI atyotLubbock Cary of Wbbock h&M L Lubbock. Texea Site Grading & Layout East Green L-106 IRRIGATION GENERAL NOTES IN DESIGN PRESSURE=60 PSI VERIFY PRESSURE PRIOR TO INSTALLATION �Wv ® -,m W ® 0- 1 1 1 1 1 1 1 1 1 1 ■ it 4k I * IRRIGATION SCHEDULE WATERING SCHEDULE P. Al SI TE IRRIGATION - 14TH STREET PLAZA ®®® Parkhill 1 vI atyot Lubbock Cary of Wbbock h&M L Lubbock. Texea Site Irrigation Plan 14th St Plaza L-107 IRRIGATION GENERAL NOTES E-Fa.-----� o--.-o-�P9--e-..-o.o. IRRIGATION SCHEDULE w--mwun O -vn--ixucoim-s- --.-- O H— TME--a-m 6® w ILL -E -w--oar. *-. --«-,o-w.a--. <...--�-- ® ono -our Po�--.--.---E--E-a-Eow-.�-----w..��- DESIGN PRESSURE ;4olC.1=EINE VERIFY PRESSURE PRIOR TO INSTALLATION o I I ° -4= I I I I I I I I I I I I I I `I I I I 11� 1 WATERING SCHEDULE Al SI TE IRRIGATION - EAST GREEN ®� L-� NORTH Parkhill Q w N � ao J � as �-z ww ww WO� I— Vr rn rn rw f'Lubbotck Cary of Wbbock Orb B M'L Lubbock,Texe- Site Irrigation Plan East Green L-108 PLANT SCHEDULE 14TH STREET tea. � LEn aE<M wMvoN wME aaEa�� Ei�vr �� Ea ❑� iM �eE � oEE.x o.zo.p E..�wEs�saox. �,� o.�oE� awsar .Ew.�w .�..oxrE��wnoN rEE< -oo Fo N WV W — hr { N WV mi E wv � 4dJ W ® ® wv ? 1111111111I' .......... ...... __. v . . . . . . . . . . . . . . . . ii 0000e�00000 o---- ;ONLY Il a u u C Al SITE PLANTING - 14TH STREET PLAZANORTH ®® PLANTING GENERAL NOTES B6 MREE PLANTING rsEPNGEo PIT— A6 MHRUB PLANTING O WI uaaJO ;sea 6ui;ueld OIIS II!43POd HIHON o (� N3321O 1Stl3 - ONIlNtlld 311S �t1 Illlll y N N N - IV7 yy x °IM I 10El e e e e e e e e e e e e e El oN ,— n3N wNoww000m rv.,on 3 o n 13 ONIINtlld 3321N 9e 3.o<ni�N�no.b-.33x.wx.w.nrin.o..m,aw},n o3.oa ,.�E .H.o:o.nanon.:on � �:on Q 30 Sow T°"E wo,iwra3o,w3a:3x n =aH � Nio � a un,,,w on�noo ,.o� wo�,mor wo�w.awswo �� Nn.no ONI-LNVld GnH2 S 8 oN� EW �iiEE .3 �o.w N3 o a3n,3a — ,— n3 ow.w 3 wN�wwo tlmo — p.s w,an Io,N no.�...N�, S31ON lVa3N303ONIlNVId a» 1.,.9 N,•a:= .rv.,N:�rv,�.w:�:ao,.o = w � 03�,�o�narww�,n H VZ'dld 1SV3 31n(13HOS 1NV9d neon �ono,N�w wno..,n (D o Gm. IL— �LVE I MASTER VALVE ��URB AND UTTER RAMP/ HANDRAIL MOUNT DETAIL Cl .— ID -�N�.- — E E� — (D —RT °a�axoswwooxrsu*o...aaa .« oxEoxe„�E�E .. §P �.,o... ..�... (D (D �:OP-UP SP�RAY.. �aOTORHEAD.. IRREGULAR DRIP AREA GARAGE -HANDRAIL E5 PARKINGRA RAIL _ENTW,� ET1L1111T1= E /77—L.._ .LT �ANCHOR N8—` —E- 111* — 11T 111 I-T1 T, _T Z T� xs @_&ONCRETEBAND VY NAIADSI.U�NDATI.N = 4 1.1 —ND @CONCRETE RETAINING WALL 1 —1— T. I E 2- �E (E�! �I�K-ADIA�CENTSIDEWALK. CONCRETE BANDING -ADJACENT BRICK CONCRETE BANDI A-- m a.wEDewxa P-N 11 ..EW X AT ,1 Dx DE II —EDAT DOWLED EXP. JOINT 'raars ox �sioev eE T cAoovo T. surwwxwiEwwLwwrzcoxcxEiE aPANSION'ZINT" —1— U...DE I— CONTROLJOINT . . s — . - a — 1, &!,?,�WALK JOINTS SIDEWALK PLAN AND SECTION (A 2) . L�CONCRETE PAVEMENT SECTION (A4 ASPHALT REPAIR P—ING -RIINI 11—E wamF�x*111 E$==�$= 5 T. _ T D5 R.ENTENNIAL BELL MOUNT L--------- —.E &2 G_AtER�AGF/ RETAINING WALL/ SIDEWALK DETAIL RAMP NOTES: .T T. .—D 1:1x (a111) A—. --.E =111E 11 � 11DE— 11D -D— 11T TI —EE1 muxEouixE L,A�L�A A NIA� ". ' Np U - .DE uDiW A— __T -C-A- I —1E —1— .1 E I I T' TT--.ATT.P.1 E,-A— ACCESSIBLE RAMP 5 6 PT VALLEY GUTTER —N� 136 LIMESTONE BLOCK BENCH ..K "T' cawwxcaux Parkhill _ f!.168 ck Cary of Wbbock 141h 8 Ave L Lubbock. Texea Site Details L-501 . . ........seams ELECTRICAL SITE PLAN 1— PANELBOAM SCHEDULE KEY NOTES - RISER DIAGRAM 1 GENERALNOTES A -E� TQ - LIGHT -RE -E-E ETHE 6EL- - ".Ul"A6 f.0F.0%.$HZN.j -N-T KEY NOTES I N- &- - - - - L-T- I -.lT-T---T--T 2 2r UEA U.L, VNE.DP-.RoATE.U� TA3 'R. I lo E N T-Ar _E 1 11-AlE AR-T E� _E 4 =` I E A -1 IR, 11 IREE I-E F- 6 -R-TE L-T- 0FE-NG 4W -EL PGHk PEDESTRIAN POLE BASE DETAIL -BB- (D EXISTING PANEL PGHA (D_PARTIAL ELECTRICAL RISER DIAGRAM NEW MINIPOWER ZONE PANEL PZ