HomeMy WebLinkAboutResolution - 2010-R0044 - Contract 9379 53 Design For Turf Maintenance - 01_28_2010 (3)Resolution No. 2010-R0044
January 28, 2010
Item No. 5.27
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, Contract No. 9379 for parks
turf maintenance per ITB 10-029-DD, by and between the City of Lubbock and 53 Design
of Lubbock, Texas, and related documents. Said Contract is attached hereto and
incorporated in this resolution as if fully set forth herein and shall be included in the
minutes of the City Council.
Passed by the City Council this
28tb day of _ January , 2010.
e-;,�Zt4e
TOM MARTIN, MAYOR
ATTEST:
RJbeccl. Garza, City Secretary
APPROVED AS TO
Scott Snider, Assistant City
Community Development
APPROVED AS TO FORM:
f•
Chad Weaver, Assistant City Attorney
vwxcdocslRES.Contract-53 Design
January 6, 2010
City ofLubbock
PURCHASING AND CONTRACT MANAGEMENT
SUITE 204, MUNICIPAL BUILDING
1625 1371 STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2168 FAX: (806)775-3326
http://purchasing.ci.lubbock.tx.us
ITB- 10-029-DD, Addendum # I
ADDENDUM # 1
ITB-10-029-DD
Parks Turf Maintenance Contract
DATE ISSUED: December 16, 2009
CLOSE DATE: December 22, 2009 @ 3:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid
(ITB). Where any item called for in the ITB documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
1. Bidders attention is directed to the following:
Any reference in the bid documents or on the bid submittal form, regarding
a bid bond is to be DELETED.
2. In GENERAL INSTRUCTIONS TO OFFERORS, paragraph 1, section 1. 1, CHANGE the
second sentence to read as follows:
Sealed bids will be received no later than 3:00 p.m., December 22, 2009 at the
office listed below.
All requests for additional information or clarification must be submitted in writing and directed
to:
Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to ddossAmylubbock.us.
THANK YOU,
CITY OF LUBBOCK
Darlene Doss
Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It
shall be the bidders responsibility to advise the Purchasing Manager if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements
stated in this ITB to a single source. Such notification must be submitted in writing and must be
received by the Purchasing Manager no later than five (5) business days prior to the bid close
date. A review of such notifications will be made.
ITB-10-029-DDadl
City of Lubbock
PURCHASING AND CONTRACT MANAGEMENT
SUITE 204, MUNICIPAL BUILDING
1625 13n' STREET
LUBBOCK, TEXAS 79401
- PH:(806)775-2168 FAX:(806)775-3326
hup://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ITB-10-029-DD, Addendum # 2
ADDENDUM # 2
ITB-10-029-DD
Parks Turf Maintenance Contract
December 16, 2009
December 22, 2009 @ 3:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid
(ITB). Where any item called for in the ITB documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
1. Bidders must submit the*** REVISED*** BID SUBMITTAL FORM, attached.
All requests for additional information or clarification must be submitted in writing and directed
to:
Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to ddoss2mylubbock.us.
THANK YOU,
CITY OF LUBBOCK
V avte V e"
Darlene Doss
Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It
shall be the bidders responsibility to advise the Purchasinc Manacer if anv lanuuaee.
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements
stated in this ITB to a single source. Such notification must be submitted in writing and must be
received by the Purchasing Manager no later than five (5) business days prior to the bid close
date. A review of such notifications will be made.
f...
LITB-10-029-DDad2
INDEX 4
**** REVISED ****BID SUBMITTAL — BID FOR LUMP SUM CONTRACTS
,k
' DATE:
PROJECT NUMBER: ITB-10-029-DD - PARKS TURF MAINTENANCE CONTRACT
Bid of
(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the PARKS TURF MAINTENANCE CONTRACT having
carefully examined the plans, Specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended Work, and being familiar with all of the conditions surrounding the turf
maintenance mowing Specifications including the availability of materials and labor, hereby intends to furnish all labor,
materials, and supplies 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.
GROUP
CLASS A PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
A -REELED BAGGED
1. GATEWAY PLAZA
BROADWAY & AVE Q
NE Comer)
0.50
29
EA
$
$
2. BROADWAY ANNEX
BROADWAY & AVE Q
SW Comer
0.34
29
EA
$
$
3. WALK OF FAME PLAZA
8TH & AVE Q
0.25
29
EA
$
$
(NON -BAGGED) PROPERTIES:
4. UNIVERSITY MEDIANS
UNIVERSITY
MAIN ST TO 19TH
1.0
29
EA
$
$
5. PATTERSON LIBRARY
1836 PARKWAY DR.
4.85
29
EA
$
$
6. GROVES LIBRARY
5520 19TH
1.85
29
EA
$
$
7. SLIDE RD MEDIANS
SLIDE RD. (4TH TO
NORTH LOOP 289)
3.75
29
EA
$
$
8 BROADWAY MEDIANS
BROADWAY & Q
AND BROADWAY LK
025
29
E
MACKENZIE PARK
9. AMPHITHETER
423 EAST BROADWAY
1.95
29
EA
$
$
10. MACKENZIE TERRACE
BROADWAY AND DATE
2.60
29
EA
$
$
11. WALK OF FAME FOUNTAIN
8TH & AVE Q
1.22
29
EA
$
$
1
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP
CLASS B PARKS AND PROPERTIES
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
CLASS B - ROTARY
NON -BAGGED
12. N. MACKENZIE CONNIE
MACK HARDBALL FIELD
(INCLUDING IN BETWEEN
FIELDS)
MUNICIPAL
& PARK RD 18
1.9
25
EA
$
$
13. N. MACKENZIE FAST
PITCH BASEBALL FIELDS
(INCLUDING IN BETWEEN
FIELDS)
MUNICIPAL
& PARK RD 18
4.2
1 25
EA
$
$
14. N. MACKENZIE SOFTBALL
FIELDS 5, 6, & 7, (INCLUDING
IN BETWEEN FIELDS)
MUNICIPAL
& PARK RD 18
5.6
25
EA
$
$
15. HELEN HODGES PARK &
BASEBALL FIELDS
MARSHALL &
UNIVERSITY
13.1
25
EA
$
$
16. BERL HUFFMAN ATHLETIC
COMPLEX
N. LOOP 289
AND LANDMARK
124.0
25
EA
$
$
17. AVE X TRIANGLE
16TH & AVE X
0.3
25
EA
$
$
18. AUDITORIM-COLISUEM
4TH & BOSTON
5.0
25
EA
$
$
19. MLK LITTLE LEAGUE
E 19TH & ASPEN AVE
8.6
25
EA
$
$
20. RODGERS (BAGGING
SWIMMING POOL)
3200 BATES
8.55
25
EA
$
$
21. CIVIC CENTER-MAHON
LIBRARY
9TH & AVE P
15.0
25
EA
$
$
22. AVENUE O MEDIAN
AVE O, 6TH TO IOTH
.5
25
EA
$
$
23. SOUTH PARKING LOT
9TH & AVE K
.25
25
EA
$
$
24. GAZEBO
9TH & AVE K
.25
25
EA
$
$
25. NORTHWEST LITTLE
LEAGUE
903 NORTH UNIVERSITY
AVENUE
5.63
25
EA
$
$
GROUP 1 CLASS A & B
ITEMS 1-25
TOTAL COST:
211.44
$
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP2
CLASS A PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
APPROXIMATE
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
A -REELED BAGGED
1. GARDEN & ARTS TEA
44TH & UNIVERSITY
0.25
29
1 EA
$
$
(NON -BAGGED) PROPERTIES:
2. MILWAUKEE MEDIANS
MILWAUKEE &
BROWNFIELD HIGHWAY
TO SPUR 327
0.50
29
EA
$
$
3. MLK AVENUE MEDIANS
MLK, 2200-2300 BLOCK
0.50
29
EA
$
$
4. INDIANA MEDIANS
INDIANA, (19TH - 34TH)
0.80
29
EA
$
$
S. UNIVERSITY MEDIANS
UNIVERSITY
(19TH TO 34TH)
3.0
29
EA
$
$
6. UNIVERSITY MEDIANS
UNIVERSITY
(34TH TO 50TH)
2.0
29
EA
$
$
7. UNIVERSITY CORNER
19TH & UNIVERSITY
0.50
29
EA
$
$
GROUP 2
CLASS B PARKS AND PROPERTIES
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
APPROXIMATE
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
CLASS B - ROTARY (BAGGED)
8. CLAPP SWIMMING POOL
4502 AVE. U
0,25
25
EA
$
$
CLASS B - ROTARY
NON -BAGGED
9. HAMILTON PARK &
SOFTBALL FIELD
22ND & AVE X
6.6
25
EA
$
$
10, STUBBS PARK &
SOFTBALL FIELDS
36TH & AVE N
8.0
25
EA
$
$
11. HOOD PARK &
SOFTBALL FIELDS
23RD & AVE Q
11.66
25
EA
$
$
12. LEWIS PARK & LITTLE
LEAGUE BASEBALL FIELDS
54TH & AVE J
8A
25
EA
$
$
3
No Text
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP3
CLASS C PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
kEA
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
8. CARLISLE
28TH & AVE X
4,5
17
$
$
9. C1 ATMAN
E. 29TH & JUNIPER
3.0
17
$
$
10. RAWLINGS
40TIl & AVE B
2.5
17
EA
$
$
IL BURNS
23RD AND AVE K
3.0
17
EA
$
$
12. BERRY
36TH & CEDAR
9.1
17
EA
$
$
13. WAGNER
26TH & ELGIN
9.0
17
EA
$
$
14. HINOJOSA
7336 22ND
3.0
17
EA
$
$
15. DURAN, DR. ARMANDO
26TH & KEWANEE
8.37
17
EA
$
$
16. STRONG, JACK & MARY
NELL
81ST & AVE. U
7.75
17
EA
$
$
17. UNDERWOOD
74TH & CEDAR
7.70
17
EA
$
$
18. WHEELOCK
40TH & ELGIN
2.0
17
EA
$
$
19. BROWNFIELD TRIANGLE
SLIDE & BROWNFIELD
0.3
17
EA
$
$
20. RATLIFF
50TH & CHICAGO
6.26
17
EA
$
$
21, HOEL
84TH & CHICAGO
11.33
17
EA
$
$
22. NEUGEBAUER
83RD & GARDENER
3.3
17
EA
$
$
23. CASEY
66TH & AVE W
8.1
17
EA
$
$
24. CROW
91 ST & BELTON
10.17
17
EA
$
$
GROUP 3 CLASS C
ITEMS 1-24
TOTAL COST:
135.53
$
GROUP4
CLASS C PARKS AND PROPERTIES
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
1. N. AVE 0 STRIP
N.AVE. QDR.
& N, AVE. P
0.25
17
EA
$
$
2. GUADALUPE ENTRANCE
1 ST & AVE. J
0.25
17
EA
$
$
3. GUADALUPE
2ND & AVE P
3.66
17
EA
$
$
4. WOODS
ERSKINE & ZENITH
11.7
17
EA
$
$
5. GUADALUPE STRIP
IST & AVE O
4.14
17
EA
$
$
6. CARTER
N. GLOBE & N. LOOP 289
3.3
17
EA
$
$
7. SIMS, GLADYS
MARLBORO & KING
4.96
17
EA
1 $
$
r
r _._ ...„
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP4
CLASS C PARKS AND PROPERTIES
UNIT
ADDRESS
APPROX
ACREAG
E
ANNUAL
MAINT
CYCLES
P I
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
8. REAGAN NAOMI
COLGATE ST. & OLIVE
AVE.
4.48
17
EA
$
$
9. HOLLINS
1ST & VERNON
6.4
17
EA
$
$
I0. DAVIES
N. AVE N & CLEMSON
6.0
17
EA
$
$
H. CANYON RIM
BATES & AVE K
2.9
17
EA
$
$
12. SEDBERRY
E. I OTH & GUAVA
5.0
17
EA
$
$
13. BUTLER
E. 4TH & ZENITH
6.0
17
EA
$
$
14. OVERTON
14TH & AVE U
2.0
17
EA
$
$
15. ROY FURR PIONEER
6TH & AVE T
4.2
17
EA
$
$
16. CARLISLE CEMETERY
7308 19TH
1.1
17
EA
$
$
17. SMITH
15TH & CHICAGO
4.3
17
EA
$
$
18. LOPEZ, RICHARD
AUBURN & CHICAGO
7.91
17
EA
$
$
19. COOKE, ALEX & VERNA
18TH & KIRBY
7.01
17
EA
$
$
20. WHISPERWOOD
4TH & WHISPERWOOD
5.0
17
EA
$
$
21. BUDDY HOLLY REC AREA
N. UNIVERSITY &
CANYON LAKE RD,
5.0
17
EA
$
$
22. FIESTA PLAZA
911 N. UNIVERSITY
12.0
17
EA
$
$
23. MAEDGEN
I ST & BOSTON
4.51
17
EA
$
$
24. DETROIT AVE. STRIP
CLOVIS HWY. TO2ND
PLACE
1.1
17
EA
$
$
25. RCA (DEVELOPED)
15TH & INLER
3.01
17
EA
$
$
26. ANIMAL SHELTER
401 N. ASH
I.0
17
EA
$
$
GROUP 4 - CLASS C
ITEMS 1-26
TOTAL COST:
117.18
$
GROUP 5
CI,ACS C PARKS AND PROPF:RTIF.S-
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT.
CYCLES
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
l . MACKENZIE PARK
301 I-27
248
17
EA
$
$
2. MAE SIMMONS (EXCLUDING
BASE BALLFIELD) & (INCLUDING
SWIMMING POOL)
E. 23RD & OAK
98.3
17
EA
$
$
. 6
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP 5
t` CLASS C PARKS AND PROPERTIES:
UNIT
ANNUAL
EXTENDED
ADDRESS
APPROX.
MAINT.
MAINT.
COST
ACREAGE
CYCLES
CYCLE
A roximate
U/M
UNIT COST
1ST&AVE. K&ALONG
CANYON LAKE RD
3. ATZLAN/ATZLAN CORRIDOR
BENEATH I-27
31.5
17
EA
$
GROUP 5 CLASS C
$
ITEMS 1-3
377.80
TOTAL COST:
CROUP 6
CLASS C PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT.
CYCLES
(Approximate)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
1. CLAPP,
(EXCLUDING HODGES
BASEBALL FIELD & SWIMMING
POOL)
46TII & AVE U
102.95
17
EA
$
$
2. LEFTWICH
60TH & ELGIN
4623
17
EA
$
$
3. ELMORE
66TIi & QUAKER
43.13
17
EA
$
$
4. ANDREWS
76TH & MEMPHIS
35.5
17
EA
$
$
5. JENNINGS
73RD& WAYNE
34.58
17
EA
$
$
6. DUPREE
58TH & TOLEDO
32.56
17
EA
$
$
7. MILLER
MEMPHIS & S. LOOP 289
31.43
17
EA
$
$
8. HIGINBOTHAM
19TH & VICKSBURG
23.42
17
EA
$
$
9. McCULLOUGH
88TH & FLINT
23.33
17
EA
$
$
10. LONG
56TH & ABERDEEN
2 L 10
17
EA
$
$
11, GUY
87TH & MEMPHIS
20.3
17
EA
$
$
12. STEVENS
75TH & SLIDE
16.66
17
EA
$
$
13. HUNEKE
82ND & NASHVILLE
15.54
17
EA
$
$
14. MAHON
29TH & CHICAGO
15.10
17
EA
$
$
15. KASTMAN
JOLIET & LOOP 289
14.45
17
EA
$
$
16. TENNIS CENTER
66TH & GARY
13.4
17
EA
$
$
GROUP 6 CLASS C
ITEMS 1-16
TOTAL COST:
489.68
$
7
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP?
CLASS D PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT.
CYCLES
(Approximate)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
1. CANYON LAKES] &2, EXCEPT
BUDDY HOLLY REC. AREA
CANYON LAKE RD. & N.
LOOP 289
200
9
EA
$
$
2. CANYON LAKE 3
N. AVE. U & ERSKINE TO
N. AVE. Q ON WEST SIDE
128.6
9
EA
$
$
3. CANYON LAKE
UNDEVELOPED (40 ACRES) WEST
OF WINDMILL CENTER.
E. BROAKWAY &
CANYON LAKE RD.
40.0
9
EA
$
$
4. CANYON LAKE 6
MLK BLVD &
CANYON LAKE RD.
223.7
9
EA
$
$
5. CANYON LAKE
UNDEVELOPED
N. AVE. P TO 1-27
120.0
9
EA
$
$
6. SOUTH MACKENZIE
(SLUDG E PIT)
BROADWAY & E. CANYON
LAKE RD.ENTRANCE,
ON NORTH.
& EAST SIDE OF
CANYON LAKE RD.
10.82
9
EA
$
$
7. ASH AVE. STRIP
E. 23RD & ASH
2.0
9
EA
$
$
8. RADIO CONTROL AIRPORT
( UNDEVELOPED AREA)
15TH & INLER
6.99
9
EA
$
$
9. AVE. L MEDIAN
34TH TO 38TH
1.8
9
EA
$
$
10. CLOVIS TRIANGLE
UNIVERSITY & CLOVIS
0.2
9
EA
$
$
it, CANYON LAKE
UNDEVELOPED
(ANDREWS BUILDING)
E. BROADWAY TO E.
19TH, WEST OF LAKE
35.0
9
EA
$
$
12. CANYON LAKE
UNDEVELOPED AND SIMMONS
WEST OF PLAYGROUND (FARM
E. 19TH TO E. 24TH ST.
WEST OF LAKE
44.68
9
EA
$
$
13. BUTLER ANNEX
4TH & ZENITH
1.75
9
EA
$
$
14. VAR DO & CYPRESS
VARDO & CYPRESS
0.1
9
EA
$
$
15. 78 & ASH
78TH & ASH
13.0
9
EA
$
$
16. SOUTHEAST DR.
E. 20 TO CORONADO ST.
1.94
9
EA
$
$
17. PRAIRIE DOG TOWN
N. MACKENZIE &
MEADOWBROOK GOLF
6.8
9
EA
$
$
18. RIBBLE ANNEX
58TH & TEMPLE
3.2
9
EA
$
$
19. MOSE HOOD ANNEX
24TH & AVE Q
1.2
9
EA
$
$
20. TREE NURSERY
WEST OF 2502 UTICA,
IN ALLEY
14.5
9
EA
$
$
8
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP?
CLASS D PARKS AND PROPF.RTIF.S:
UNIT
ADDRESS
APPROX.
ANNUAL
U/M
MAINT.
EXTENDED
ACREAGE
MAINT.
CYCLE
COST
CYCLES
UNIT COST
(Approximate)
21. WEST WIND
IST & FRANKFORD
11.0
9
EA
$
$
22. HORIZON WEST
COLGATE &
FRANKFORD
4.8
9
EA
$
$
23. UNDEVELOPED LAND
MUNICIPAL DR. & ELM
10.0
9
EA
$
$
24. McALLISTER, EXCLUDING
BASEBALL FIELDS
MILWAUKEE &
BROWNFIELD HWY.
259.6
9
EA
$
$
25. HINOJOSA, UNDEVELOPED
AREA
7336 22ND
6.0
9
EA
$
$
26. MUNICIPAL DR & ASH
CORNER
MUNICIPAL DR. & ASH
4.0
9
EA
$
$
27. CLOVIS RD. TRIANGLES
CLOVIS, ON AVE. R & S
0.2
9
EA
$
$
28. I-27 ANNEX
14TH & B
1.57
9
EA
$
$
29. CANYON LAKE UNDEVELOPED
PARKWAY DR. TO EAST
BROADWAY
116.7
9
EA
$
$
30. LP&L PARKING LOT
MUNICIPAL DR. &
MACKENZIE B.B.
1.32
9
EA
$
$
31. REAGAN ANNEX
COLGATE & OLIVE
5.0
9
EA
$
$
32. TENNIS CENTER ANNEX
66TH & ELGIN
5.72
9
EA
$
$
33. LUBBOCK YOUTH SPORTS
COMPLEX (UNDEVELOPED)
6204125TH
115.43
9
EA
$
$
GROUP 7 CLASS D
ITEMS 1-33
TOTAL COST:
1397.29
$
GROUP8
CLASS B - BROADWAY STREETSCAPES
UNIT
ADDRESS
APPROX
ANNUAL
U/M1I
MAINT.
EXTENDED
AREA
MAINT
CYCLE
COST
CYCLES
UNIT COST
APPROXIMATE
1. BROADWAY STREETSCAPE
UNIVERSITY &
(NON -BAGGED)
BROADWAY TO
BROADWAY & MLK
BLVD.
2.7 MILES
25
EA
$
$
GROUP 8 CLASS B
2.7 MILES
S
ITEM 1
TOTAL COST:
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP8
CI,ASS C -S.W. I.nnP TIIRNARn11NDS
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
2. UNIVERSITY / SOUTHEAST
S. LOOP 289 &
UNIVERSITY
1.85
17
EA
3. UNIVERSITY / SOUTHWEST
S. LOOP 289 &
UNIVERSITY
0.64
17
EA
4. UNIVERSITY/NORTHWEST
S. LOOP 289 &
UNIVERSITY
1.53
17
EA
$
5. UNIVERSITY/NORTHEAST
S. LOOP 289 &
UNIVERSITY
1.32
17
EA
6. INDIANA / SOUTHEAST
S. LOOP 289 &
INDIANA
1.42
17
EA
7. INDIANA / NORTHWEST
S. LOOP 289 &
INDIANA
1.54
17
EA
8. INDIANA/ SOUTHWEST
S. LOOP 289 &
INDIANA
1.22
17
EA
9. INDIANA/ NORTHEAST
S. LOOP 289 &
INDIANA
1.28
17
EA
10. QUAKER/SOUTHEAST
S. LOOP 289 &
QUAKER
1.92
17
EA
11. QUAKER / NORTEAST
S. LOOP 289 &
QUAKER
1.41
17
EA
12. QUAKER / NORTHWEST
S. LOOP 289 &
QUAKER
1.76
17
EA
13.QUAKER/ SOUTHWEST
S. LOOP 289 &
QUAKER
1.0
17
EA
14. SLIDE/SOUTHEAST
QUADRANT
S. LOOP 289 &
SLIDE
2.04
17
EA
15. SLIDE/NORTHWEST
QUADRANT
S. LOOP 289 &
SLIDE
2.75
17
EA
16. SLIDE/SOUTHWEST
QUADRANT
S. LOOP 289 &
QUAKER
.93
17
EA
17. SLIDE/NORTHEAST
QUADRANT
S. LOOP 289 &
SLIDE
0.78
17
EA
$
GROUP 8 CLASS C S.W. LOOP
TURNAROUND
ITEMS 2-17
TOTAL COST:
23.39
10
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP8
CLASS E RIGHT OF WAY PROPERTY
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT
CYCLES
APPROXIMATE
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
18. 4TH & AVE. H (S.E.CORNER)
4TH & AVE. H
0.3 MI
8
EA
19. 19TH RIGHT-OF-WAY
AVE, C TO AVE F
.2 MI
8
EA
20. 19TH ST RIGHT-OF-WAY
AVE. X TO UNIVERSITY
.13 MI
8
EA
21. 19TH ST RIGHT-OF-WAY
UNIVERSITY TO INDIANA
1.0 MI
8
EA
22, 19TH ST, RIGHT-OF-WAY
INDIANA TO PEORIA
0.7 MI
8
EA
23. 19TH ST RIGHT-OF-WAY
FRANKFORD TO W. LOOP
289
0.22 MI
8
EA
24. 34TH ST RIGHT-OF-WAY
HICKORY TO GLOBE
.11 MI
8
EA
25. 34TH ST RIGHT-OF-WAY
AVE G. TO 1-27
1.0 MI
8
EA
$
26. 34TH ST RIGHT-OF-WAY
1-27 TO AVE. J
.90 MI
8
EA
$
2T 34TH ST RIGHT-OF-WAY
AVE. X TO UNIVERSITY
0.13 MI
8
EA
28. 34TH ST RIGHT-OF-WAY
UNIVERSITY TO AKRON
.12 MI
8
EA
$
29. 34TH ST RIGHT-OF-WAY
VICKSBURG TO SLIDE
.37 MI
8
EA
$
$
30. 34TH ST RIGHT-OF-WAY
FRANKFORD TO HYDEN
0-48 MI
8
EA
31. 29TH DR. RIGHT-OF-WAY
34TH TO MARSHA SHARP
FREEWAY
0.22 MI
8
EA
$
32. 50TH ST RIGHT-OF-WAY
AVE C TO 1-27
.35 MI
8
EA
33. 50TH ST RIGHT-OF-WAY
1-27 TO AVE Q
0.59 MI
8
EA
34. 50TH ST RIGHT-OF-WAY
AVE W TO UNIVERSITY
0-25 MI
8
EA
$
35. 50TH ST RIGHT-OF-WAY
UNIVERSITY TO INDIANA
1.0 MI
8
EA
$
36. 50TH ST RIGHT-OF-WAY
INDIANA TO QUAKER
1.0 MI
8
EA
37. 50TH ST RIGHT-OF-WAY
WAYNE TO SLIDE
INCLUDING 3 MEDIANS @
INTERSECTION
.25 MI
8
EA
38. N. MLK RIGHT-OF-WAY
REGIS TO MUNICIPAL
DRIVE HARDSURFACE &
LANDSCAPE MEDIANS
2.04 MI
8
EA
39. MLK RIGHT-OF-WAY
E. 2ND TO E. 4TH
0.28 MI
8
EA
$
$
40. MLK RIGHT-OF-WAY
E. 19TH THROUGH 37TH
1.3 MI
8
EA
41, E. 26TH ST OVERPASS SLOPES
& ADJACENT GROUNDS
E. 24TH TO E. 26TH
0.3 MI
8
EA
GRP. 8 CLASS E
ITEMS 18-41
TOTAL COST:
11
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUPS
CLASS E RIGHT OF WAY PROPERTY
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
42. AVE A RIGHT-OF-WAY
UNDERPASS BETWEEN
13TH & 16TH ST.
0.19 MI
8
EA
43. AVE A RIGHT-OF-WAY
51 ST TO 60TH
0.63 MI
8
EA
44. AVE H UNDERPASS
4TH TO 7TH
0.20 MI
8
EA
45. TEXAS AVE UNDERPASS
4TH TO 7TH
0.22 MI
8
EA
46. AVE L RIGHT-OF-WAY
4TH TO 8TH
0.28 MI
8
EA
47. AVE O RIGHT-OF-WAY
4TH TO 6TH
0.15 MI
8
EA
48. CLOVIS & AVE Q MEDIAN
AVE Q & CLOVIS RD.
0.02 MI
8
EA
49. CLOVIS & INDIANA MEDIAN
INDIANA & CLOVIS RD.
S.E.CORNER MEDIAN
.01 MI
8
EA
$
50. UNIVERSITY RIGHT-OF-WAY
N. LOOP 289 TO ERSKINE
1.0 MI
8
EA
51. UNIVERSITY RIGHT-OF-WAY
CLOVIS TO DARTMOUTH
0.07 MI
8
EA
52. UNIVERSITY RIGHT-OF-WAY
MAC DAVIS TO 9TH
.19 MI
8
EA
53. UNIVERSITY RIGHT-OF-WAY
17TH TO 19TH
.14 MI
8
EA
54. UNIVERSITY RIGHT-OF-WAY
19TH TO20TH
.09 MI
8
EA
55. UNIVERSITY RIGHT-OF-WAY
38TH TO 44TH
.38 MI
8
EA
Is
56. UNIVERSITY RIGHT-OF-WAY
46TH TO 50TH
.25 MI
8
EA
57. UNIVERSITY RIGHT-OF-WAY
50TH TO S. LOOP
1.34 MI
8
EA
$
58. SLIDE ROAD RIGHT-OF-WAY
60TH TO S. LOOP
.31 MI
8
EA
59. ERSKINE AVE
FRANKFORD TO
MILWAUKEE
1.0 MI
8
EA
19.71 MI
GRP. 8 CLASS E
ITEMS 18-41
TOTAL COST:
GROUP 8 CLASS B, C & E
ITEMS 42-59
TOTAL COST:
12
INDEX 4
**** REVISED ****BID SUBMITTAL — BID FOR LUMP SUM CONTRACTS
Bidder hereby agrees to commence the Work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to complete the mowing Cycles as per the turf maintenance Specifications and
other contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the Work and has carefully examined the
plans, Specifications and contract documents pertaining to the Work covered by this bid, and he further agrees to
commence Work on or before the date specified in the written Notice to Proceed, and to substantially complete the Work
on which he has bid; as provided in the contract documents.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. Date
Addenda No. Date
Addenda No. Date
Addenda No. Date
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: -
Fax: -
M/WBE Firm: Woman Black American I Native American
Hispanic American Asian Pacific American I Other (Specify)
14
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE:
PARKS TURF MAINTENANCE CONTRACT
ADDRESS: LUBBOCK, TEXAS
ITB NUMBER: 10-029-DD
PROJECT NUMBER: 5221.8313
CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT DEPARTMENT
INDEX
1. TABLE OF CONTENTS
2. NOTICE TO BIDDERS
3. GENERAL INSTRUCTIONS TO BIDDERS
4. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
5. STATUTORY BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. SPECIFICATIONS
10. TURF MAINTENANCE GROUPS
11. PROPOSED EQUIPMENT FOR CONTRACT TURF MAINTENANCE
12. PAYMENT REQUEST FOR TURF MAINTENANCE
13. WRITTEN HAZARDOUS COMMUNICATION PROGRAM
! INDEX 1
TABLE OF CONTENTS
i
5
INDEX 2 NOTICE TO BIDDERS.................................................................I
INDEX 3 GENERAL INSTRUCTIONS TO BIDDERS........................................I
BidDelivery, Time & Date...............................................................................................I
PreBid Meeting.....................................................................................................I
r Agenda & Modifications............................................................................................I
Examination of Documents and Requirements.......................................................................2
BidPreparation Costs....................................................................................................2
Trade Secrets, Confidential Information and The Texas Public Information Act.......................................2
Licenses, Permits, Taxes................................................................................................................3
Utilization of Local Business Resources...............................................................................................3
Conflictof Interest........................................................................................................................3
ContractDocuments......................................................................................................................3
PlansFor Use By Bidders................................................................................................................3
Bidder Inquiries and Clarification of Requirements..................................................................................3
Time and Order For Completion.......................................................................................................4
Payment....................................................................................................................................4
Affidavitsof,Bills Paid..................................................................................................................4
Materialsand Workmanship............................................................................................................4
Guarantees.................................................................................................................................4
PlansFor The Contractor...............................................................................................................4
ProtectionOf The Work.................................................................................................................4
TexasState Sales Tax....................................................................................................................5
Protection Of Subsurface Lines and Structures.......................................................................................5
Barricades and Safety Measures........................................................................................................5
Contractor's Representative.............................................................................................................5
Insurance...................................................................................................................................5
Laborand Working Hours...............................................................................................................6
Provisions Concerning Escalation Clauses............................................................................................6
PreparationFor Bid.......................................................................................................................6
Bound Copy of Contract Documents....................................................................................................7
Qualificationsof Bidders.................................................................................................................7
BidAward..................................................................................................................................8
INDEX 4 BID SUBMITTAL — BID FOR LUMP SUM CONTRACTS.....................2
BidSubmittal...............................................................................................................................2
INDEX 5 CERTIFICATE OF INSURANCE..............................................
.......
Certificateof Insurance....................................................................................................................1
INDEX 6 CONTRACT..............................................................................1
Contract................................................................................................................................. 1
INDEX 7 GENERAL CONDITIONS OF THE AGREEMENT ............................I
INDEX 1
TABLE OF CONTENTS
Definitions..............................................................................................................................
I
Owner....................................................................................................................................2
Contractor................................................................................................................................2
Owner's Representative................................................................................................................2
ContractDocuments....................................................................................................................2
Interpretationof Phrases................................................................................................................2-
Subcontractor............................................................................................................................2
WrittenNotice...........................................................................................................................3
Contractor's Responsibilities..........................................................................................................3
CitizenContact..........................................................................................................................3
SubstantiallyComplete.................................................................................................................3
Clean-up.................................................................................................................................4
MowingSchedules.....................................................................................................................4
Litter......................................................................................................................................4
RightOf Entry ...........................................................................................................................4
Identification and Character...........................................................................................................4
......................................................................
Owner's Representative's And Agent(s) Authority and Duty 5
Superintendence & Inspection.........................................................................................................5
Contractor's Duty and Superintendence.............................................................................................5
Contractor's Understanding............................................................................................................5
,
Labor, Equipment, and Materials.....................................................................................................6
Propertyand Boundary .................................................................................................................6
Termination of Contract................................................................................................................7
Defects& Their Remedies............................................................................................................7
Changesand Alterations................................................................................................................7
Extrawork...............................................................................................................................7
UnauthorizedWork....................................................................................................................8
Discrepancies & Omissions............................................................................................................8
Right of Owner To modify Methods & Equipment................................................................................ 9
Protection Against Accident To Employees & The Public & General Indemnity ..............................................9
Contractor's Insurance..................................................................................................................9
ProofOf Coverage.....................................................................................................................13
DisabledEmployees..................................................................................................................15
b
Protection Against Claims of Subcontractors, Laborers, Material men, & Furnishers of Machinery,
Equipment& Supplies................................................................................................................15
Protection Against Royalties or Patent Invention.................................................................................16
Laws and Ordinances..................................................................................................................16
Advertising..............................................................................................................................16
t I
Subcontracting..........................................................................................................................17
Time For Substantial Completion....................................................................................................17
Time& Order Of Completion........................................................................................................17
TimeOf Performance..................................................................................................................17
f ;'
Hindranceand Delays..................................................................................................................18
'.
Quantities & Measurements............................................................................................................18
Protection Of Adjoining Property ......................................................................................................18
PriceFor Work...........................................................................................................................19
Payments..................................................................................................................................19
PaymentWithheld.......................................................................................................................19
Contractor Default Owner's Right To Suspend Work & Annual Contract.....................................................20
FinalInspection.........................................................................................................................20
SpecialEvents...........................................................................................................................21
Claimor Disputed Work...............................................................................................................21
Non -Compliance and/or Abandonment by Contractor.............................................................................22
Limitation on Contractor's Remedy..................................................................................................23
Maintaining Work Schedules.........................................................................................................23
;r
SpecialConditions......................................................................................................................23 1_
Loss or Expense Due To Unusual Or Unanticipated Circumstances............................................................23
INDEX 1
TABLE OF CONTENTS
IndependentContractor................................................................................................................23
NoWaiver of Right Or Estoppel......................................................................................................24
Hazardous Substances and Asbestos.................................................................................................24
.. Non-Appropriation.....................................................................................................................24
Suspension By Court Order Against City
...........................................................................................25
ContractTerm...........................................................................................................................25
NoticeTo Proceed......................................................................................................................25
Weather...................................................................................................................................25
SpecificationChange...................................................................................................................25
ChangedCondition.....................................................................................................................26
ForceMajeure...........................................................................................................................26
Severability..............................................................................................................................26
Presumption Against Scrivener.......................................................................................................27
INDEX 8 SPECIFICATIONS......................................................................28
Maintenancestandards......................................................................................................................................................28
INDEX 9 TURF MAINTENANCE GROUPS.................................................40
t Group 1 ............40
.......................................................................................................................
Group2....................................................................................................................................41
Group3....................................................................................................................................43
Group4....................................................................................................................................44
Group5....................................................................................................................................45
Group6....................................................................................................................................46
Group7....................................................................................................................................47
• _; Group 8....................................................................................................................................49
Group9....................................................................................................................................53
INDEX 10 PROPOSED EQUIPMENT FOR CONTRACT TURF MAINTENANCE..55
Proposed Equipment For Contract Turf Maintenance...............................................................................55
j� INDEX 11 PAYMENT REQUEST FOR TURF MAINTENANCE .........................56
l'
Payment Request For Turf Maintenance...............................................................................................56
INDEX 12 WRITTEN HAZARDOUS COMMUNICATION PROGRAM.................1
Written Hazardous Communication Program...........................................................................................1
INDEX 2
NOTICE TO BIDDERS
ITB-10-029-DD
Sealed bids addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 o'clock
p.m. on December 22, 2009, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and
materials and perform all Work for the following described project:
Bids are due at 3:00 o'clock p.m. on December 22, 2009, and the City of Lubbock City Council will consider the
bids on January 28, 2009, at City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably
convenient, subject to the right to reject any or all bids and waive any formalities.
It shall be each bidders sole responsibility to inspect the site of the Work and to inform himself regarding all local
conditions under which the Work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid
conference on December 15, 2009 at 9:00 o'clock A.M., in the Parks Department Conference Room at 1010-9"h
Street, Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which
document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of
Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and
payment by the Contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings
and bid openings are available to all persons regardless of disability. If you would like bid information made available in
a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-
2018 at least 48 hours in advance of the meeting.
lei me] we :: 0Zy C4
MARTA ALVAREZ
PURCHASING MANAGER
i
r
i_
INDEX 3
GENERAL INSTRUCTIONS TO BIDDERS
1 BID DELIVERY TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish the Parks Turf
i Maintenance Contract per the attached Specifications and contract documents. Sealed bids will be
received no later than 3:00 p.m., December 22, 2009 at the office listed below. Any bid received after
the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting
documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner:
"ITB 10-029-DD, PARKS TURF MAINTENANCE CONTRACT" and the bid opening date and time.
Bidders must also include their company name and address on the outside of the envelope or container.
Bids must be addressed to:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain that bids are delivered to the Purchasing & Contract
Management Department. Mailing of a bid does not ensure that the bid will be delivered on time or
delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery
service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid
meetinp, will be held at 9:00 a.m., December 15, 2009 at the Parks Conference Room 10104" Street,
Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the
prospective bidder they represent.
1 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
3 ADDENDA & MODIFICATIONS
' 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
g r=
the Internet at http:/!��vw.Bidsync.coin. We strongly suggest that you check for any addenda a
minimum of forty-eight hours in advance of the response deadline. BUSINESSES WTTHOUT
- INTERNET ACCESS may use computers available at most public libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the Specifications or other documents may
request an interpretation thereof from the Purchasing & Contract Management Department. At the
request of the bidder, or in the event the Purchasing & Contract Management Department deems the
interpretation to be substantive, the interpretation will be made by written addendum issued by the
Purchasing & Contract Management Department. Such addenda issued by the Purchasing & Contract
Management Department will be available over the Internet at http:Hwww.Bidsync.com and will become
part of the proposal package having the same binding effect as provisions of the original ITB. NO
VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request
for interpretation considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing & Contract Management Department no later than five (5) days before the bid
closing date.
1
4
Cel
INDEX 3
GENERAL INSTRUCTIONS TO BIDDERS
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing & Contract Management Department in writing or in this
ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after
receipt of this ITB with any individuals, employees, or representatives of the City and any information
that may have been read in any news media or seen or heard in any communication facility regarding this
bid should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these Specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, Specifications, or contract documents,
shall be given to the Purchasing Manager and a clarification obtained before the bids are received,
and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it
shall be deemed that the bidder fully understands the Work to be included and has provided
sufficient sums in its bid to complete the Work in accordance with these plans and Specifications.
If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions,
then it shall be deemed for all purposes that the plans and Specifications are sufficient and
adequate for completion of the project. It is further agreed that any request for clarification must
be submitted no later than five (5) calendar days prior to the opening of bids.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or
a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
LICENSES PERMITS TAXES
INDEX 3
GENERAL INSTRUCTIONS TO BIDDERS
The price or prices for the Work shall include full compensation for all taxes, permits, etc. that the bidder is or
may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement
with any employee, official or Agent of the City of Lubbock.
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not
g . offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of
special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any
other exercise of discretion concerning this bid.
10 CONTRACT DOCUMENTS
I 10.1 All Work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
} for this project and shall be responsible for the satisfactory completion of all Work contemplated by said
contract documents.
11 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice
to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be
the bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any
combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single
source. Such notification must be submitted in writing and must be received by the City of Lubbock
Purchasing & Contract Management Office no later than five (5) calendar days before the bid closing
date. A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO
BID (ITB) MUST BE :SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
i DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Darlene Doss, Buyer
..` City of Lubbock
1625 131h Street
ti Lubbock, Texas 79401
Fax: (806) 775-2164
Email: ddossC,-mylubbock.us
BIDSYNC: httpi,%:www.bidSynC.Cntn
INDEX 3
GENERAL INSTRUCTIONS TO BIDDERS
13 TIME AND ORDER FOR COMPLETION
13.1 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.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the project contemplated by the
contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the Specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials and workmanship of high quality and for protecting
them adequately until incorporated into the project. The presence or absence of a representative of the City on the
site will not relieve the Contractor of full responsibility of complying with this provision. The Specifications for
materials and methods set forth in the contract documents provide minimum standards of quality, which the
Owner believes necessary to procure a satisfactory project.
17 GUARANTEES
The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and
are not specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its
annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The Contractor will be furnished one set of Specifications, and related contract documents for his use during the
contract period. Specifications for use during the contract period will only be furnished directly to the Contractor.
The Contractor shall then distribute copies of plans and Specifications to subcontractors or others, as required for
proper prosecution of the Work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and any and all parts of the Work whether
the Contractor has been paid, partially paid, or not paid for such Work, until the date the City issues its certificate
of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract
has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all Work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
I
INDEX 3
GENERAL INSTRUCTIONS TO BIDDERS
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the Work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
b . It shall be the Contractor's responsibility to prosecute the Work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the project contemplated by
these contract documents. The City of Lubbock agrees that it will furnish Contractor information indicating the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the Work contemplated by this contract shall be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's sole expense.
22 BARRICADES AND SAFETY MEASURES
The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
t" shall take such other precautionary measures for the protection of persons, property and the Work as may be
necessary. The Contractor will be held responsible for all damage to the Work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and
lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project.
23 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available for communication at
all times while the Work is in progress under this contract. The successful bidder shall be required to furnish the
name, address and telephone number where such local representative(s) may be reached during the time that the
Work contemplated by this contract is in progress.
1 24 INSURANCE
24.1 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 coverage's shall be
submitted before contract execution.
24.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL
INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT
NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL
BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF
5
25
26
27
INDEX 3
GENERAL INSTRUCTIONS TO BIDDERS
OF COVERAGE INSURANCE DOCUMENTS INCLUDING
COVERAGE FOR EACH SUBCONTRACTOR.
WORKERS COMPENSATION F
LABOR AND WORKING HOURS
25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Work under this contract requiring an inspector will not be performed on weekends or holidays unless the
following conditions exist:
25.1.1 The project is essential to the City of Lubbock's ability to provide the necessary service to its
citizens.
25.1.2 Delays are due to factors outside the control of the Contractor. The Contractor is approaching the
penalty provisions of the contract and Contractor can show he has made a diligent effort to
complete the contract within the allotted time.
25.2 When contract Work requiring an inspector after regular business hours, on weekends or holidays, the �91
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday prior to mowing. The Contractor must obtain written permission from the Owner's
Representative to do such Work. The final decision on whether to allow Work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
25.3 In any event, if a condition should occur or arise at the site of this project or from the Work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence Work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
PREPARATION FOR BID
27.1 h bidder
The bidd shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the Work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly I
and legibly, or typewritten. In case of discrepancy between the price written in words and the price
written in figures, the price written in words shall govern.
27.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized Agent. If
a bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized Agent. Powers of attorney authorizing
Agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
27.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
27.3.1 Bidder's name
L_
r,
INDEX 3
GENERAL INSTRUCTIONS TO BIDDERS
27.3.2 Bid for (description of the project).
27.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
27.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL
FORM PRIOR TO BID OPENING.
28 BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Certificate Of Insurance
(e) Contract Agreement
(f) General Conditions
(g) Specifications
(h) Turf Maintenance Groups
(i) Proposed Equipment For Contract Turf Maintenance
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
(k) Payment Request For Turf Maintenance
(1) Written Hazardous Communication Program
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.
29 QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, equipment and financial resources to provide the service
specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in
order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable
investigations deemed necessary and proper to determine the ability of the bidder to perform the Work, and the
bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's
bid may be deemed not to meet Specifications or the bid may be rejected if the evidence submitted by, or
investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the
obligations of the contract and to complete the Work described therein. Evaluation of the bidder's qualifications
shall include:
(a) The ability, capacity, skill, equipment and financial resources to perform the Work or provide the service
required.
(b) The ability of the bidder to perform the Work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
- (e) The safety record of the Contractor and proposed Sub -Contractors.
Before contract award, the recommended Contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his Work efforts and equipment needs with
City of Lubbock Specifications in mind. Demonstration of experience shall include a complete list of ALL similar
4 7
f
INDEX 3
GENERAL INSTRUCTIONS TO BIDDERS
municipal and similar non -municipal current and completed projects for the past three (3) 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.
30 BID AWARD
30.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole k1;;'
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid.
30.2 All bids are evaluated for compliance with Specifications before the bid price is considered. Response to
Specifications is primary in determining the best low bid. Failure to comply with the Specifications may
result in disqualification of the bid.
30.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
30.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
30.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of Work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
30.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
INDEX 4
"**# REVISED *"*"BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
DATE: � G 2-
PROJECT NUMBER: ITB-1"29-DD - PARKS TURF MAINTENANCE CONTRACT
Bid of ed (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the PARKS TURF MAINTENANCE CONTRACT having
carefully examined the plans, Specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended Work, and being familiar with all of the conditions surrounding the turf
maintenance mowing Specifications including the availability of materials and labor, hereby intends to furnish all labor,
materials, and supplies 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.
GROUP
CLASS A PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
ArtRoxnxAre
UIM
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
A-REELED(BAGGED)
1. GATEWAY PLAZA
BROADWAY & AVE Q
Corner
0.50
29
EA
$
$
2. BROADWAY ANNEX
BROADWAY & AVE Q
SW Cornet
0.34
29
EA
$
$
3. WALK OF FAME PLAZA
8TH & AVE Q
025
29
EA
$
$
ON -BAGGED PROPERTIES:
4. UNIVERSITY MEDIANS
UNIVERSITY
ST TO 1
1.0
29
EA
$
$
S. PATTERSON LIBRARY
1836 PARKWAY DR
4.85
29
EA
S
S
6. GROVES LIBRARY
552019TH
1.85
29
EA
7. SLIDE RD MEDIANS
SLIDE RD. (4TH TO
NORTH LOOP 289)
3.75
29
EA
$
$
BROADWAY & Q
MACKENZIE PARK
9. AMPHITHETER
423 EAST BROADWAY
1.95
29
EA
$
$
10. MACKENZIE TERRACE
BROADWAY AND DATE
2.60
29
EA
$
$
1 I. WALK OF FAME FOUNTAIN
8TH & AVE Q
1.22
29
EA
$
S
1
INDEX 4
REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP
CLASS B PARKS AND PROPERTIES
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
wPPROXmwrE
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
CLASS B - ROTARY
ON -BAGGED
12. N. MACKEN23E CONNIE
MACK HARDBALL FIELD
(INCLUDING IN BETWEEN
FIELDS)
MUNICIPAL
& PARK RD 18
1.9
25
EA
S
S
13. N. MACKENZIE FAST
PITCH BASEBALL FIELDS
(INCLUDING IN BETWEEN
FIE
MUNICIPAL
& PARK RD 18
4.2
25
EA
$
S
14. N. MACKENZIE SOFTBALL
FIELDS 5, 6, & 7, (INCLUDING
IN BETWEEN FIELDS)
MUNICIPAL
& PARK RD 18
5.6
25
EA
S
$
15. HELEN HODGES PARK &
BASEBALL FIELDS
MARSHALL &
UNIVERSITY
13.1
25
EA
$
$
16. BERL HUFFMAN ATHLETIC
COMPLEX
M LOOP 289
AND LANDMARK
124.0
25
EA
S
S
17. AVE X TRIANGLE
16TH & AVE X
0.3
25
EA
S
$
18. AUDITORIM-COLISUEM
4TH & BOSTON
5.0
25
EA
S
$
19. MLK LITTLE LEAGUE
E 19TH & ASPEN AVE
8.6
25
EA
$
$
20. RODGERS (BAGGING
SWIMMING POOL)
3200 BATES
8.55
25
EA
$
$
21. CIVIC CENTER-MAHON
LIBRARY
9TH & AVE P
15.0
25
EA
S
S
22. AVENUE O MEDIAN
AVE O 6TH TO 10TH
.5
25
EA
$
$
23. SOUTH PARKING LOT
9TH & AVE K
.25
25
EA
S
S
24. GAZEBO
9TH & AVE K
.25
25
EA
S
S
25. NORTHWEST LITTLE
LEAGUE
903 NORTH UNIVERSITY
AVENUE
5,63
25
EA
S
S
GROUP 1 CLASS A & B
ITEMS 1-25
TOTAL COST:
211.44
S
2
INDEX 4
REVISED "***BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP 2
CLASS A PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
ARROXODU
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
A-REELED(BAGGED)
I . GARDEN & ARTS TEA
44TH & UNIVERSITY
0.25
29
1 EA
$
$
NON -BAGGED PROPERTIES:
2. MILWAUKEE MEDIANS
MILWAUKEE &
BROWNFIELD HIGHWAY
TO SPUR 327
0.50
29
EA
S
S
3. MLK AVENUE MEDIANS
WK, 2200-2300 BLOCK
0.50
29
EA
S
$
4. INDIANA MEDIANS
INDIANA l9TH-34TH
0.80
29
EA
$
S
5. UNIVERSITY MEDIANS
UNIVERSITY
19TH TO 34
3.0
29
EA
$
$
6. UNIVERSITY MEDIANS
UNIVERSITY
34TH TO 50
2.0
29
EA
S
S
7. UNIVERSITY CORNER
19TH & UNIVERSITY
0.50
29
EA
$
$
GROUP 2
CLASS B PARKS AND PROPERTIES
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
OXE"TE
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
CLASS B - ROTARY (BAGGED)
8. CLAPP SWIMMING POOL
4502 AVE. U
0.25
25
EA
S
S
CLASS B-ROTARY
ON -BAGGED
9. HAMILTON PARK &
SOFTBALL FIELD
22ND & AVE X
6.6
25
EA
S
S
10. STUBBS PARK &
SOFTBALL FIELDS
36TH & AVE N
8.0
25
EA
$
S
11. HOOD PARK &
SOFTBALL FIELDS
23RD & AVE Q
11.66
25
EA
$
$
12. LEWIS PARK & LITTLE
LEAGUE BASEBALL FIELDS
54TH & AVE J
8.4
25
EA
S
$
3
No Text
INDEX 4
REVISED ""*BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP2
CLASS B PARKS AND PROPERTIES
UNIT
ADDRESS
APMOX
ACREAGE
ANNUAL
MAINT
CYCLES
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
13. MCALLISTER B.B.
56TH & FRANKFORD
5.4
25
EA
$
$
14, CAVAZOS BASEBALL
FIELDS
BROWNFIELD &
SPUR 327
7.0
25
EA
S
S
15. MLK LITTLE LEAGUE
FIELD
24TH & MLK
2.0
25
EA
$
S
16. TECH TERRACE
23RD & FLINT
1&0
25
EA
$
$
17. TRINITY BASEBALL
40TH & UNIVERSITY
2.65
25
EA
$
$
18 RIBBLE
62ND & TEMPLE
18.02
25
EA
$
S
19 DAVIS
40TH & NASHVILLE
82
25
EA
$
S
20. MAXEY (BAGGING
SW A IING POOL)
30TH AND NASHVILLE
70.99
25
EA
S
S
21. YOUTH SPORTS
COMPLEX BASEBALL FIELDS
(DEVELOPED)
6204125TH
41.75
25
EA
$
GROUP 2 CLASS A & B
ITEMS 1-21
TOTAL COST:
21637
25
EA
S
GROUP q
CLASS C PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAWF
CYCLES
AMOXWA7E
U/M
MAW.
CYCLE
UNTr COST
EXTENDED
COST
I QUINCY MEDIANS
92ND & QUINCY
(82ND--%TH)
93RD & Pontiac to 96TH
5.62
17
EA
S
�^
S l!!
2. REMINGTON
74TH & ALBANY
14.%
17
EA
S 3q
S
3. 69TH & SLIDE
69TH & SLIDE
1.93
17
EA
S
S
4. McCRUMMEN
19TH & AVE T
220
17
EA
S
S
5. CHATMAN HILL ENTRANCE
23RD & AVE A
0.25
17
EA
S
S1,40
6. LUSK
E. 25TH & OAK
7.69
17
EA
S
S
7. WASHINGTON
E. 22ND & CEDAR
3.5
17
EA
S
S 2-
4
INDEX 4
REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP4
CLASS C PARKS AND PROPERTIES!
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
Ulm
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
8, CARLISLE
28TH & AVE X
4.5
17
EA
S
S
9. CHATMAN
E. 29TH & JUNIPER
3.0
17
EA
S `%
$
10. RAWLINGS
40TH & AVE B
2.5
17
EA
S
S
11. BURNS
23RD AND AVE K
3.0
17
EA
$
S
12. BERRY
36TH & CEDAR
9.1
17
EA
$
S Z
13. WAGNER
26TH & ELGIN
9.0
17
EA
$
$ 5 2
14. MNOJOSA
7336 22ND
3.0
17
EA
S
S
15. DURAN DR. ARMANDO
26TH & KEWANEE
8.37
17
EA
$ 0
$
16. STRONG, JACK & MARY
NELL
81 ST & AVE. U
7.75
17
EA
S
$
17. UNDERWOOD
74TH & CEDAR
T70
17
EA
S
S
18. WHEELOCK
40TH & ELGIN
2.0
17
EA
S
$ 2
19. BROWNFIELD TRIANGLE
SLIDE & BROWNFIELD
0.3
17
EA
S
$
20. RATLIFF
50TH & CHICAGO
6.26
I7
EA
S Z
$
21. HOEL
84TH & CHICAGO
11.33
17
EA
$
$
22. NEUGEBAUER
83RD & GARDENER
3.3
17
EA
$ Ile
$ U
23. CASEY
66TH & AVE W
8.1
17
EA
S
$
24. CROW
91 ST & BELTON
10.17
17
EA
S
$
GROUP y CLASS C
ITEMS 1-24
TOTAL COST:
1
135.S3
$ v
GROUPS
CLASS C PARKS AND PROPERTIES
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
AMAOXI MATE
Ulm
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
1. N. AVE 0 STRIP
N. AVE. Q DK
& N. AVE. P
0.25
17
EA
d
2. GUADALUPE ENTRANCE
1ST & AVE. J
0.25
17
EA
S
S 74
3. GUADALUPE
2ND & AVE P
3.66
17
EA
$
$
4. WOODS
ERSKINE & ZENITH
I L7
17
EA
S L
10 Col
5. GUADALUPE STRIP
1ST & AVE O
4.14
17
EA
$
S
6. CARTER
N. GLOBE & N. LOOP 289
3.3
17
EA
$
$
7. SIMS, GLADYS
MARLBORO & KING 1
4.96
17
EA
$
S
5
INDEX 4
REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUPS
VI.Aqv% r PARKS ANT) PROPFRTTFS
UNIT
ADDRESS
APPROX
ACREAG
E
ANNUAL
MAINT
CYCLES
(APPROXIM
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
8, REAGAMNAOMI
COLGATE ST. & OLIVE
AVE.
4.48
17
EA
9. HOLLINS
I ST & VERNON
6.4
17
EA
$
$
10. DAVIES
N. AVE N & CLEMSON
6.0
17
EA
$
H. CANYON RIM
BATES & AVE K
2.9
17
EA
$
12. SEDBERRY
E. I M & GUAVA
5,0
17
EA
$
$ --7
13. BUTLER __..a......._.........._.........
E. 4TH & ZENITH
................. .
6.0
........... ......
17
EA
14. OVEKTON
14 I'l I& AVE U
2.0
17
EA
15. ROY PURR PIONEER
6TH & AVE T
42
17
EA
$$ 7, �(�
s
16. CARLISLE CEMETERY
7308 19TH
11
17
EA
$
$
17. SMITH
15TIl & CHICAGO
43
17
EA
I
18. LOPEZ, RICHARD
AUBURN & CHICAGO
7,91
17
EA
$
19, COOKE, ALEX & VERNA
18TH & KIRBY
7.01
17
EA
$ Z
$ Ll -LiV
20. %TUSPERWOOD
4TH & WHISPERWOOD
5.0
17
EA
$
$
21, BUDDY HOLLY REC AREA
N. UNIVERSITY &
CANYON LAKE RD.
5.0
17
EA
$
22. FIESTA PLAZA
911 N. UNIVERSITY
12.0
17
EA
$ 2
A -1 'L q17)
23, MAEDGEN
I ST & BOSTON
4.51
17
EA
$
$
24. DETROIT AVE. STRIP
HWY. TO 2ND
CLOVIS PLACE
Ll
17
EA
S qo
$ (o C%)
25. RCA (DEVELOPED)
15TH & INLER
3.01
17
EA
$ QE2
$ 19ALe
26. ANIMAL SHELTER
401 N. ASH
Lo
17
EA
$ go
$ o
GROUPS- CLASS C
ITEMS 1-26
TOTAL COST:
117.18
s
GROUPS
VI.Al.P.q V PARKS ANTI PROPERTIP-q-
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT.
CYCLES
(ApproxiglMl
tbM
MAfN'r.
CYCLE
UNIT COST
EXTENDED
COST
1, MACKENZIE PARK
3011-27
248
17
EA
jS
2. MAE SIMMONS (EXCLUDING
BASE RALLFTELD) & (INCLUDING
SWIMMING POOL)
E. 23RD & OAK
99.3
17
EA
$
6
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP5
CLASS C PARKS AND PROPERTIES:
UNIT
ANNUAL
EXTENDED
ADDRESS
APPROX.
MAINT.
MAINT.
COST
ACREAGE
CYCLES
CYCLE
z to
U/M
UNIT COST
IST & AVE. K & ALONG
CANYON LAKE RD
3. ATZLAN/ATZLAN CORRIDOR
BENEATH 1-27
31.5
17
EA
S
$
GROUP 5 CLASS C
S
ITEMS 1-3
377.80
TOTAL COST:
GROUP6
CLASS C PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT.
CYCLES
(APpoibm*e)
Ulm
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
L CLAPP,
EXCLUDING HODGES
BASEBALL FIELD & SWIMMING
POOL
46TH & AVE U
102.95
17
EA
S
$
2. LEFFWICH
60TH & ELGIN
46.23
17
EA
$
$
3. ELMORE
66TH & QUAKER
43.13
17
EA
S
S
4. ANDREWS
76TH & MEMPHIS
35.5
17
EA
S
$
5. JENNINGS
73RD & WAYNE
34.58
17
EA
$
DUPREE
58TH & TOLEDO
32.56
17
EA
S
$
7. MILLER
MEMPHIS & S.1AOP 289
31.43
17
EA
S
$
8. HIGINBOTHAM
19TH & VICKSBURG
23.42
17
EA
IS
S
9. McCULLOUGH
98TH & FLINT
23.33
17
EA
S
$
10. LONG
56TH & ABERDEEN
21.10
17
EA
$
$
It, GUY
87TH & MEMPHIS
20.3
17
EA
S
$
12. STEVENS
75TH & SLIDE
16.66
17
EA
$
$
13. HUNEKE
82ND & NASHVILLE
15.54
17
EA
S
$
14. MAHON
29TH & CHiCAGO
15.10
17
EA
S
S
15. KASTMAN
JOLIET & LOOP 289
14.45
17
EA
$
$
16. TENNIS CENTER
66TH & GARY
13.4
17
EA
$
$
GROUP 6 CLASS C
ITEMS 1-16
TOTALCOST:
489.68
$
7
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP 7
ri.ARC n PARKS ANn PROPF.RTiFq!
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT.
CYCLES
(AlProxi-aft)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
i. CANYON LAKES 1&2, EXCEPT
BUDDY HOLLY REC. AREA
CANYON LAKE RD. & N.
LOOP 299
200
9
EA
IS
$
2. CANYON LAKE 3
N. AVE. U & ERSKINE TO
N. AVE. Q ON WEST SIDE
128.6
9
EA
S
$
3. CANYON LAKE
UNDEVELOPED (40 ACRES) WEST
OF WINDMILL CENTER
E. BROAKWAY &
CANYON LAKE RD.
40.0
9
EA
$
4. CANYON LAKE 6
MLK BLVD &
CANYON LAKE RD.
223.7
9
EA
S
S
5. CANYON LAKE
UNDEVELOPED
M AVE. PTO 1-27
120.0
9
EA
$
6. SOUTH MACKENZIE
SLUDG E PIT
BROADWAY & E. CANYON
LAKE RD.ENTRANCE,
ON NORTH.
& EAST SIDE OF
CANYON LAKE RM
10.82
9
EA
$
7. ASH AVE. STRIP
E. 23RD & ASH
2.0
9
EA
$
8. RADIO CONTROL AIRPORT
UNDEVELOPED AREA)
15TH & INLER
6.99
9
EA
s
$
9. AVE. L MEDIAN
34TH TO 39TH
1.8
9
EA
S
$
10. CLOVIS TRIANGLE
UNIVERSITY & CLOVIS
0.2
9
EA
SS
11. CANYON LAKE
UNDEVELOPED
ANDREWS BUILDING)
E. BROADWAY TO E.
19M WEST OF LAKE
35.0
9
EA
IS
S
12. CANYON LAKE
UNDEVELOPED AND SIMMONS
WEST OF PLAYGROUND (FARM
E. I9TH TOE. 24TH ST.
WEST OF LAKE
44A9
9
EA
$
13. BUTLER ANNEX
4TH & ZENITH
1.75
9
EA
$
14. VAR DO & CYPRESS
VARDO & CYPRESS
0.1
9
EA
S
$
15. 78 & ASH
78TH & ASH
13.0
9
EA
$
$
16. SOUTHEAST DR.
E. 20 TO CORONADO ST.
L94
9
EA IS
IT PRAIRIE DOG TOWN
N. MACKENZIE &
MEADOWBROOK GOLF
6.8
9
FA
$
$
18, RIBBLE ANNEX
58TH & TEMPLE
3.2
9
EA
$
19. MOSE HOOD ANNEX
24TH & AVE Q
1.2
9
EA IS
is
20. TREE NURSERY
WEST OF 2502 UTICA,
IN ALLEY
14.5
9
EA
S
8
INDEX 4
REVISED ""**BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP7
CI.ACC n PARKC A111n PRnPF.RTIFC:
UNIT
ADDRESS
APPROX.
ANNUAL
U1M
MAINT.
EXTENDED
ACREAGE
MAINT.
CYCLE
COST
CYCLES
UNIT COST
(AlfmI )
I. WEST WIND
1ST&FRANKFORD
11.0
9
EA
S
S
22. HORIZON WEST
COLGATE &
FRANKFORD
4.9
9
EA
S
23, UNDEVELOPED LAND
MUNICIPAL DR. & ELM
10.0
9
EA
S
24. McALLISTER, EXCLUDING
BASEBALL FIELDS
MILWAUKEE &
BROWNFIELD HWY.
259.E
9
EA
S
25. HINOJOSA, UNDEVELOPED
AREA
7336 22ND
6.0
9
EA
$
26. MUNICIPAL DR & ASH
CORNER
MUNICIPAL DR. & ASH
4A
9
EA
6
$
7. CLOVIS RD. TRIANGLES
CLOVIS ON AVE. R & S
0.2
9
EA
8. 1-27 ANNEX
14TH & B
L57
9
EA
$
29. CANYON LAKE UNDEVELOPED
PARKWAY DR TO EAST
BROADWAY
116.7
9
EA JS
$
30. LP&L PARKING LOT
MUNICIPAL DR &
MACKENZIE B.B.
1.32
9
EA
S
$
31. REAGAN ANNEX
COLGATE & OLIVE
5.0
9
EA
$
$
32. TENNIS CENTER ANNEX
66TH & ELGIN
5.72
9
EA
$
33. LUBBOCK YOUTH SPORTS
COMPLEX(UNDEVELOPED)
6204125TH
115.43
9
EA
$
GROUP 7 CLASS D
ITEMS 1-33
TOTAL COST:
1397.29
S
GROUPS
CLASS B - BROADWAY STREETSCAPES
UNIT
ADDRESS
ATPROR
ANNUAL
tm
MAIHT.
EXTENDED
AR1LA
MAINT
CYCLE
COST
CYCLES
UNIT COST
APPROXIMA
1. BROADWAY STREETSCAPE
UNIVERSITY &
(NON -BAGGED)
BROADWAY TO
BROADWAY & MLK
i
BLVD.
2.7 MILES
25
EA
S
S ��
GROUP s CLASS B
L7 MILES
$
ITEM 1
f.�n
co
TOTAL COST:
{ iJ
9
INDEX 4
**** REVISED ****BID SUBMITTAL — BID FOR LUMP SUM CONTRACTS
GROUPS
CLASS C - S.W. LOOP TURNAROUNDS
r��9�11%a;f.J.� �iJy:4 �.
■ J+•I ;-- M�
��1C•=��.MMM
�
•::.,.; • r1.1-:�1i■
•�� , a;
��-�•
fig -•
�'
IN
■
r
,
r •NORTHWESTu
,, . , . .
r
SOUTHWEST
SLIDESLIDE/
17. ELOOP
IWADRANT
,
,
GROUP 8 •L. LOOP
ITE-17
TOTALTURNAROUND
,.
IN
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP8
CLASS E RIGHT OF WAY PROPERTY
IT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT
CYCLES
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
18. 4TH & AVE. H S.E.CORNER
4TH & AVE. H
0.3 MI
8
EA
19. 19TH RIGHT-OF-WAY
AVE C TO AVE F
.2 MI
8
(�
20. 19TH ST RIGHT-OF-WAY
AVE. X TO UNIVERSITY
.13 MI
8
UEA-�7
21. 19TH ST RIGHT-OF-WAY
UNIVERSITY TO INDIANA
1.0 MI
8
Q
22.191H ST RIGHT-OF-WAY
INDIANA TO PEORIA
0.7 MI
8
EA
23. 19TH ST RIGHT-O&WAY
FRANKFORD TO W. LOOP
289
0.22 MI
8
EA
4. 34TH ST RIGHT-OF-WAY
HICKORY TO GLOBE
.11 MI
8
EA
5. 34TH ST RIGHT-OF-WAY
AVE G. TO 1-27
l.0 MI
8
EA
2 G
26. 34TH ST RIGHT-OF-WAY
I-27 TO AVE.1
.90 MI
8
EA
7. 34TH ST RIGHT-O&WAY
AVE. X TO UNIVERSITY
0.13 MI
8
EA
c)
28. 34TH ST RIGHT-O&WAY
UNIVERSITY TO AKRON
12 MI
8
EA
Z()
9. 34TH ST RIGHT-OF-WAY
VICKSBURG TO SLIDE
.37 MI
8
EA
30. 34TH ST RIGHT-O&WAY
FRANKFORD TO HYDEN
0.48 MI
8
EA
31. 29TH DR. RIGHT-OF-WAY
34TH TO MARSHA SHARP
FREEWAY
0.22 MI
8
oo
33. 59M ST RIGHT-O&WAY
I-27 TO AVE
0.59 MI
8
dEA
ciq
34. 50TH ST RIGHT-O&WAY
AVE W TO UNIVERSITY
0..25 MI
8
50
35. 50TH ST RIGHT-OF-WAY
UNIVERSITY TO INDIANA
1.0 MI
S
Q
36. 50TH ST RIGHT-OF-WAY
INDIANA TO QUAKER
1.0 Na
8
EA
1oo
37. 50TH ST RIGHT-OF-WAY
WAYNE TO SLIDE
INCLUDING 3 MEDIANS @
INTERSECTION
.25 MI
8
EA
Lloo
38. N. MLK RIGHT-OF-WAY
REGIS TO MUNICIPAL
DRIVE HARDSURFACE &
LANDSCAPE MEDIANS
2.04 MI
8
EA
(�
39. MLK RIGHT-OF-WAY
E. 2ND TO E. 4TH
0.28 MI
8
Ho
40. MLK RIGHT-O&WAY
E. 19TH THROUGH 37TH
1.3 MI
8
4EA
('}
t. E. 26TH ST OVERPASS SLOPES
& ADJACENT GROUNDS
R 24TH TO E. 26TH
0.3 MI
8
/
`7 Uc)
GRP. 8 CLASS E
ITEMS 18-41
TOTAL COST:
-7
(�I
II
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUP8
CLASS E RIGHT OF WAY PROPERTY
UNIT
ADDRESS
APPROX.
ANNUAL
U/M
MAINf.
EXTENDED
ACREAGE
MAUf
CYCLE
COST
CYCLES
UNIT COST
(APPROXIMATE)
42, AVE A RIGHT-OF-WAY
UNDERPASS BETWEEN
13TH & 16TH ST.
0.19 Na
8
EA
0
43. AVE A RIGHT-OF-WAY
51ST TO 60TH
0.63 MI
8
EA
44. AVE H UNDERPASS
4TH TO 7TH
0.20 MI
8
EA
45. TEXAS AVE UNDERPASS
4TH TO 7TH
0.22 MI
8
EA
46. AVE L RIGHT-OF-WAY
4TH TO 8TH
0.28 MI
8
EA
7. AVE O RIGHT-OF-WAY
4TH TO 6TH
0.15 MI
8
EA
48. CLOVIS & AVE Q MEDIAN
AVE 0 & CLOVIS RD.
0.02 MI
8
EA
9. CLOVIS & INDIANA MEDIAN
INDMNA & CLOVIS RD.
S.E.CORNER MEDIAN
.01 MI
8
EA
Q
50. UNIVERSITY RIGHT-OF-WAY
N. LOOP 289 TO ERSKINE
1.0 MI
8
EA
51. UNIVERSITY RIGHT-O&WAY
CLOVIS TO DARTMOUTH
0.07 MI
8
EA
e
52. UNIVERSITY RIGHT-OF-WAY
MAC DAVIS TO 9TH
.19 MI
8
EA
TY 53. UNIVERSIRIGHT-OF-WAY
17TH TO 19M
.14 MI
8
EA
54. UNIVERSITY RIGHT-O&WAY
19TH TO 20TH
.09 MI
8
EA
55. UNIVERSITY RIGHT-OF-WAY
38TH TO 44TH
.38 MI
8
EA
56. UNIVERSITY RIGHT OF -WAY
46TH TO SOTH
25 MI
8
EA
O
D
57. UNIVERSITY RIGHT-OF-WAY
50TH TO S. LOOP
1.34 MI
8
EA
s
58. SLIDE ROAD RIGHT-OF-WAY
60TH TO S. LOOP
.31 MI
8
EA
59. ERSKINE AVE
FRANKFORD TO
MILWAUKEE
1.0 MI
8
EA
-7
G
�t(!
19.71 MI
GRP. 8 CLASS E
ITEMS 18-41
TOTAL COST:
n \
C vU/
GROUP 8 CLASS % C & E
ITEMS 42-59
TOTAL COST:
�1 t
12
N
INDEX 4
REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
GROUPS
CLASS B - CEMETERY
UNIT
ADDRESS
AMOX
ANNUAL
Ulm
MAINr.
EXTENDED
ACRFAGE
MA1NT
CYCLE
COST
CYCLES
UNIT COST
Aren�
BASE BID
$
$
CITY OF LUBBOCK CEMETERY
2011 EAST 31 ST
STREET
160
25
EA
ADDITIVE OPTION
2011 EAST 31ST
25
EA
$
$
CITY OF LUBBOCK CEMETERY
STREET
GROUP 9- CLASS B
160
$
TOTAL COST:
GROUP 1, TOTAL COST ($
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown to words shall govern.)
GROUP 2, TOTAL COST ($ )
(Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.)
GROUPIA, TOTAL COST el esa n Jolf ,6
(Amount shall be shown In both w ao numerals. In case of discrepancy, the amount shown in words shall govern.)
GROUPS, TOTAL COST S CvV A4Anj_s �A 5u1a� +'�L `��$ ����
(Amount shall be shown in both words and rmerals. 1n case ofdIiiri4mncy, the amount shown in wadds shall govern.)
GROUP 5, TOTAL COST ($ )
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall goveru.)
GROUP 6, TOTAL COST ($
(Amount shag be shown in both words and name alL In case of discrepancy, the amount shown In words shag govern.)
GROUP 7, TOTAL COST ($
(Amount shag be shown to both words and numerak In case of discrepancy, the amount shown in words shag govern.)
GROUP 8, TOTAL COST C1N2�1nc�,a wP ,a-5�x {'�n►7�,c1 wo�u d ���k�l ($ 11( 'Z�o
(Amount shall be shown in both words sad numerals. In ase of discrepancy, the amount sbown in wordtjkall govern.)
GROUP 9, BASE ONLY, TOTAL COST ($ )
(Amount shag be shown in both words and numerals. In case of d1screpaucy, the amount shown In words shag govern.)
GROUP 9, ADDITIVE OPTION ONLY, TOTAL COST
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shag govern.)
13
INDEX 4
**** REVISED ****BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
Bidder hereby agrees to commence the Work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to complete the mowing Cycles as per the turf maintenance Specifications and
other contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the Work and has carefully examined the
plans, Specifications and contract documents pertaining to the Work covered by this bid, and he further agrees to
commence Work on or before the date specified in the written Notice to Proceed, and to substantially complete the Work
on which he has bid; as provided in the contract documents.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting on error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. Date /2 6 � 4
Addenda No. —T� Date
Addenda No. Date
Addenda No. Date
Date: /21�I,loq
Authori" Signat>�
J xrecA %knsv4
(Printed or Typed Name)
e5!
Company
0
Address
by ca 1�
city, County
`79 41(e/
State Zip Code
Telephone: - A'l -0:321 1
Fax: — - Zci(o —1-),7<o
M/WBE Firm: Woman I I Black American Native American
Hispanic American Asian Pacific American Other(Specif
14
INDEX 4
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me
with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to,
within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate
to the City meeting all of the requirements defined in this bid/proposal.
ontrac (Signature) Contractor (Print)
CONTRACTOR'S FIRM NAME:
(Print or Type )
CONTRACTOR'S FIRM ADDRESS:
Name of Agent/Broker: —) `N\-C-GtCm✓
Address of Agent/Broker: LJ 1
City/State/Zip:
Agent/Broker Telephone Number:
Dater ZZ
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the
contract to another Contractor. If you have any questions concerning these requirements, please contact the
Purchasing Manager for the City of Lubbock at (806) 775-2165.
ITB-10-029-DD - PARKS TURF MAINTENANCE CONTRACT
17
INDEX 4
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
SAFETY RECORD QUESTIONNAIRE
(Must Be Submitted With Bid Submittal)
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code,
and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the
past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army
Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection
Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of
local governments responsible for enforcing environmental protection or worker safety related laws or regulations,
and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of
enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal
complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final
judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm,
corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO -
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
is
1 INDEX 4
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm,
corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of
any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO_X—y
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO ' _
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated,
with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
Title
19
INDEX 4
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
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.
Signature of Company
Date
Printed name of company official signing above:
20
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from
- the Owner's Representative or Agent(s). The Owner's permission to sublet any contract shall not be construed as
l making the Owner a party of such subcontract. No subcontractor shall release the Contractor of its surety or its
liability and obligation to fulfill all transactions made under the contract.
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.
9. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, 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 and both workmanship and materials shall be of a good quality. All equipment shall meet all
applicable Federal, State and Local laws and regulations. The Contractors equipment is at all times during the
term of this Contract subject to inspection and approval of the Owner's Representative or Agent(s). At a
minimum, the types of equipment utilized shall conform to the type(s) approved for each maintenance class.
Mowers shall be of proper size and configuration to provide quality cut, safe operation, and prevent damage to
turf and facilities. Reel and rotary mowers shall be full flotation and rotary and trim mowers shall have anti -
scalping features. All manufacturers' safety features must be operational, in good repair and in proper positions
during operation. All equipment shall be professional grounds maintenance quality and in good condition
throughout the course of the contract. If the Owner's Representative or Agent(s) deems the equipment faulty or if
the equipment is damaging the turf in anyway, the Contractor shall immediately cease the use of said equipment
and remove the equipment from the premises. The Contractor shall be responsible for grounds maintenance
progress to continue as per the mowing schedules outlined in the attached Specifications.
Respective bidders shall submit attached Contractor's Equipment Schedule, Index #10 for their proposed
equipment. All Work shall be done and all materials furnished in strict conformity with the contract documents.
10. CITIZEN CONTACT
While the Contractor is authorized to perform Work on the Owner's property, Contractor does not have exclusive
use of the property, and must respect the activities of park patrons present during the Work on the Owner's
property. The Contractor shall take all precautions necessary to ensure that adjacent property owners are not
' disturbed by any Work performed by the Contractor. Should a Contractor's worker be contacted by a citizen
visiting the property the worker is maintaining, assistance shall be given to the citizen to the extent the assistance
is related to the Work being performed. The Owner shall provide a list of the Owner's representatives and phone
numbers for various City functions. The Contractor shall provide employees with this information and ensure that
this information is available at each job site. Employees of the Contractor shall at all times be dressed in attire
that clearly identifies that employee's name and the employee's affiliation with the Contractor. Employees of the
Contractor should refer any citizen inquiries to the Owner representative(s).
a_ 11. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the Work contemplated by the contract documents has been
performed in sufficient portion so that use or occupancy or the area is in a condition to serve its intended purpose,
but to such an extent that minor miscellaneous Work may be still required.
4sr
$pt
i
INDEX 7 r
GENERAL CONDITIONS OF THE AGREEMENT
12. CLEAN-UP
As specified in the Maintenance Standards Specifications, all Work shall be cleaned up and waste materials
removed from the site. No equipment shall be left at neighborhood parks or any of the Owner's owned property
site and all material removed from the job shall be at the Contractor's expense. If equipment, materials, or waste
are not removed from the site, written notification from the Agent shall be delivered to the Contractor. The
Contractor shall have twenty four (24) hours to remove the equipment, materials, or waste in question. If the
equipment, materials, or waste in question is not removed in the twenty four (24) hour period, the Owner shall
remove said equipment, material, or waste, and the Contractor shall be charged for the expense. Payment to the
City for said expenses shall be deducted from the Contractor's payment. If such conditions continue, the contract
may be terminated due to breach of contract.
13. MOWING SCHEDULES
Except as specifically provided herein, the Contractor shall be responsible for scheduling all Work and shall
accomplish this Work in a manner acceptable to the Owner's Representative or Agent(s). The Owner's
Representative or Agent(s) will check the Contractor's schedule(s) of all mowing Work done by the Contractor
but this check does not relieve the Contractor of the responsibility of correctly scheduling all Work in accordance
with the Specifications.
14. LITTER
The Owner will be responsible for litter control for Groups 1 through 7 during regular business hours. The
Contractor will be responsible for litter and debris if Work is required after regular business hours, on holidays, or
on weekends. Litter and debris control for Group 8 Broadway Streetscapes, Southwest Loop Turns & Right -of -
Way shall be performed by the Contractor. The Contractor understands and acknowledges that litter or debris
may accumulate prior to mowing with no fault to either party. The Contractor shall not mow over trash or
debris. The Contractor shall instruct mower operators to inspect sites carefully for and to avoid creating,
dangerous or unsightly conditions and dispose of debris in park dumpsters.
15. RIGHT OF ENTRY
The Owner's Representative or Agent(s) shall 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. The Owner's Representative or Agent(s) shall make onsite inspections to check the quality or
quantity of the Work. The Owner's Representative or Agent(s) will not be responsible for the working 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.
16. IDENTIFICATION AND CHARACTER
Contractor's vehicles shall be marked with the Contractor's company name, on both sides and in lettering that is a
minimum of two inches tall and of an easily read typeface. In lieu of lettering, Contractors may submit easily
recognizable Company Logos for approval by the Parks Department. All employees of the Contractor shall have
a name badge and company logo for identification; either clip -on or incorporated with a uniform. This
identification shall be worn at all times that the employee is at the job site. The Contractor shall provide uniforms
of a different color than the Owner's employee uniforms. Uniforms may not be torn or ragged and shall present a
professional appearance. Additionally, the Contractor will at all times require employees to remain fully dressed
and will not allow employees to wear unbuttoned clothing while on the Owner's property. Contractor's
employees shall not display any print or logo on their vehicles or clothing that purports them as employees of J
Owner, nor shall Contractor's employees in any way hold themselves out to be employees of the Owner.
4
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
17. OWNER'S REPRESENTATIVE'S AND AGENT(S) AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative or Agent(s) has the authority to review all Work included herein. The Owner's Representative or
Agent(s) 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 or Agent(s) shall, determine the amounts and quantities of
the mowing Units which are to be paid for under the contract documents, and shall determine all questions in
relation to said Work and the completion of Work thereof, and shall, 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 (10) 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.
18. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint
Agent(s) as the said Owner's Representative may deem proper to inspect the Work done under this Agreement,
and to see that said Work is done in accordance with the Specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the Agent(s) for the proper inspection and examination of the work.
The Contractor shall regard and obey the directions and instructions of any Agent(s) 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 Agent(s), the Contractor may
within ten (10) 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.
19. 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 Designated Superintendent/Foreman and any necessary
assistants, all satisfactory to Owner's Representative or Agent(s). The Designated Superintendent/Foreman shall
represent the Contractor in its absence and all directions given to the Designated Superintendent/Foreman 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.
Neither the Owner, nor its Representatives or Agent(s) shall 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.
20. 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
5. Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
21
22
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
terms or obligations herein contained. Subject to the rights of Owner as set forth in Item #25-Changes and
Alterations hereof, all modifications and/or amendments to the contract documents, shall be in writing, and F
executed by Owner's Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the Work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
Work, shall be sustained and borne by the Contractor at its own cost and expense.
LABOR EQUIPMENT, MATERIALS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
Work required under this contract, to do the Work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the Work, are, in Owner's Representative's or agent(s) sole
opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner, Owner's Representative, or
agent(s) such man or men shall be discharged from the Work and shall not again be employed on the Work.
Should the Contractor continue to employ such individual(s) to continue Work under this contract, the Owner
reserves the right to withhold payment and/or nullify the contract.
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.
PROPERTY AND BOUNDARY
Parks & Owner Facilities; When the property to be maintained is bound by a street, the scope of maintenance will
extend into roadway a minimum of six (6) inches from lip of street gutter, if the boundary is an alley, maintenance
will consist of a minimum of '/2 (one-half) of alley, each maintained on schedule with the remainder of the site.
When the area is bound by anything other than a street or alley, the physical property line will serve as the project
boundary.
Right-of-way sites; curbed areas with adjacent sidewalks shall be maintained through the sidewalk street -ward to
back of curb and ending six (6) inches beyond the lip of gutter. In areas where the linear sidewalk or right-of-way
landmarks are interrupted or divided up, the maintenance areas shall remain consistent and uniform from these
boundaries street -ward to the curb. Median and traffic islands shall be maintained in their entirety including
maintenance street -ward to either side from a point six (6) inches beyond the lip of gutter or to the edge of
roadway on non -curbed medians or traffic islands. Non -curbed streets shall be maintained from the roadway to
the centerline of the drainage channel. Maintenance at intersections shall include a visibility triangle ten feet wide
by thirty feet from either side of the mid -point of the curb's radius.
Aerial maps of the parks and parks properties are available for viewing highlighting the boundaries. Copies can
be obtained by request at the pre -bid meeting or by contacting the Parks Department at 775-2687. Contractor
should allow a +/- 10% variance in determining overall size. Contractors are encouraged to view these maps as
well as conduct a personal site visit.
"DISCLAIMER -CITY OF LUBBOCK: These maps were created using data obtained from various i
sources, and created exclusively for the internal use of the City of Lubbock. Portions of the information
may be incorrect or not current. Any person or entity who relies on any information obtained from these
maps does so at their own risk. Neither the City of Lubbock, Texas, nor any agency, officer, or employee of
the City of Lubbock, Texas, warrants the accuracy, reliability, or timeliness of such information.
THIS PUBLICATION IS PROVIDED "AS IS" WITHOUT WARRANTY OF ANY KIND, EITHER
EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO THE IMPLIED WARRANTIES OF i.
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
MERCHANTABILITY, FITNESSFOR A PARTICULAR PURPOSE, OR NON -INFRINGEMENT. THE
CITY OF LUBBOCK SHALL NOT BE LIABLE FOR ANY DIRECT, INDIRECT, SPECIAL,
INCIDENTAL, OR CONSEQUENTIAL DAMAGES RELATED TO THE USE OF THIS
PUBLICATION, EVEN IF THE CITY OF LUBBOCK IS ADVISED OF SUCH DAMAGE."
23. TERMINATION OF CONTRACT
This contract shall remain in effect until the expiration date, performance of services ordered, or termination of
either party with a thirty (30) day written notice by either party prior to any cancellation. Such written notice
must state the reason for cancellation. The City of Lubbock reserves the right to award the canceled contract to
the next lowest and best bidder as it deems to be in the best interest of the city.
24. 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
A remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
25. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit for
_- the Work herein contemplated, or any part thereof, either before, during, or after the beginning of the mowing
Cycles, without affecting the validity of this contract.
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 Work 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.
26. EXTRA WORK
The term "Extra Work" as used in this contract shall be understood to mean and include all Work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the Work as shown on the plans and Specifications or contract documents and not
covered by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all Extra Work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such Extra Work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said Extra Work shall be determined by the following
methods:
Method (A) - By agreed Unit Prices; or
Method (B) - By agreed lump sum; or
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
Method (C) - If neither Method (A) or Method (B) be agreed upon before the Extra Work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the Extra Work, plus fifteen (15%) percent; or (2) the amount that would have
been charged by a reasonable and prudent Contractor as a reasonable and necessary cost
for performance of the Extra Work.
In the event said Extra Work be performed and paid for under Method (C)(1), then the provisions of this
paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and
equipment, for the time actually employed or used on such Extra Work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such Extra Work, including Social
Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers'
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's
Representative. The Owner's Representative may also specify in writing, before the Work commences, the
method of doing the Work and the type and kind of machinery and equipment to be used; otherwise, these matters
shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and
equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment
and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms
and prices for the use of machinery and equipment shall be incorporated in the written Extra Work order. The
fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for
its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense
not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
No claim for Extra Work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve Extra Work for which Contractor should
receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such
Extra Work, make written request to the Owner's Representative for a written order authorizing such Extra Work.
Should a difference of opinion arise as to what does or does not constitute Extra Work or as to the payment
therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the
Work after making written request for written order and shall keep adequate and accurate account of the actual
field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before
the commencement of any Extra Work, any claim for payment due to alleged Extra Work shall be deemed
waived.
27. UNAUTHORIZED WORK
All Work and/or materials which do not conform to the contract and Specifications, and Work done contrary to
written instructions of the Owner's Representative or Agent(s) shall be done at the expense of the Contractor. _
The Contractor may be ordered to remove or remedy such Work at its own expense. If Contractor damages
adjacent property, the Contractor shall remedy such property at its own expense.
28. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all Work described in the bid, the
Specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the Work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, Specifications, or contract documents, shall be given to the Owners' Representative and a _
clarification obtained before the bids are received, and if no such notice is received by the Owner's
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the Work to be included and has provided sufficient sums in its bid to complete the Work in accordance
with these plans and Specifications. If Contractor does not notify Owner's Representative before bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and Specifications
are sufficient and adequate for completion of the project. It is further agreed that any request for
clarification must be submitted no later than five (5) calendar days prior to the opening of bids.
29. 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, Owner's Representative, or Agent(s) may
order the Contractor verbally or 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 verbally or 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.
30. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the Work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or un-liquidated, 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.
31. 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.
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
31.10 The Contractor shall provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor
Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the
Duration of the Project.
31.11 The Contractor must provide a Certificate of Coverage to the governmental entity prior to being awarded
the contract.
31.12 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 anew Certificate of
Coverage with the governmental entity showing that coverage has been extended.
31.13 The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
31.13.1 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
31.13.2 no later than seven days after receipt by the Contractor, anew 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.
31.14 The Contractor shall retain all required certificates of coverage for the Duration of the Project and for one
year thereafter.
31.15 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.
31.16 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.
31.17 The Contractor shall contractually require each person with whom it contracts to provide services on the
project, to:
31.17.1 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;
31.17.2 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;
31.17.3 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;
31.17.4 obtain from each other person with whom it contracts, and provide to the Contractor:
12
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
31.17.4a a Certificate of Coverage, prior to the other person beginning Work on
the project; and
31.174b 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;
31.17.5 retain all required certificates of coverage on file for the Duration of the Project and for one
year thereafter;
31.17.6 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
31.17.7 contractually require each person with whom it contracts to perform as required by paragraphs
31.17.1 — 31.17.7, with the certificates of coverage to be provided to the person for whom they
are providing services.
31.18 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.
31.19 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.
32.0 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 there under on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability there under on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid Specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
Specifications. No substitute of nor amendment thereto will be acceptable.
13
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
8 If policy limits are aid new policy must be secured for new coverage to complete project.
() p Y paid, p Y g P P j
(9) A Contractor shall:
(a)
provide coverage for its employees providing services on a project, for the Duration of
the Project based on proper reporting of classification codes and payroll amounts and
filling of any coverage agreements;
(b)
provide a Certificate of Coverage showing workers' compensation coverage to the City
prior to beginning Work on the project;
(c)
provide the City, 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 City:
(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;
-i
(e)
retain all required certificates of coverage on file for the Duration of the Project and for
one year thereafter;
(f)
notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30-point bold type
and text in at least 19-point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 8001372-7713 or 5121804-4000
(Lig2.//www.twcc.state.Mus/twcccontacts.html) 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:
14
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the Duration of the Project;
(ii) provide a Certificate of Coverage to the Contractor prior to that person beginning
Work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a Certificate of Coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the Duration of the Project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions."
(iv) provide the Contractor, prior to the end of the coverage period, a new Certificate
of Coverage showing extension of coverage, if the coverage period shown on the
current Certificate of Coverage ends during the Duration of the Project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a Certificate of Coverage, prior to the other person beginning Work on
the project; and
(2) prior to the end of the coverage period, a new Certificate of Coverage
showing extension of the coverage period, if the coverage period shown
on the current Certificate of Coverage ends during the Duration of the
Project;
(vi) retain all required certificates of coverage on file for the Duration of the Project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the Certificate of Coverage to be provided
to the person for whom they are providing services.
t
33. 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.
15
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
34. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES I_,'
Without limiting, in any way, manner or form, the indemnity provided by Contractor in Item #30 - Protection
Against Accident to Employee and Public and General Indemnity, the Contractor agrees that it will indemnify and
save the Owner and all of its officers, elected officials, agents, representatives 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 of this contract and the
project which is the subject matter of this contract. When Owner so desires, the Contractor shall fumish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
35. 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 Item #30- Protection
Against Accident to Employee and Public and General Indemnity hereof, the Contractor shall defend all suits or
claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its
officers, elected officials, agents, representatives 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, elected officials, agents, representatives and employees harmless from any loss on account thereof.
Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or
this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of
such infringement to the Owner's Representative prior to bidding.
36. 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 Item #30- Protection Against Accident to Employee and Public
and General Indemnity hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers,
elected officials, agents, representatives and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and Specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
Work. In the absence of timely written notification to Owner's Representative of such variance or variances t'
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 i-<
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 Vi
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 k
though embodied herein.
Prior to any application of chemicals, the Contractor shall request, in writing, for approval from the Owner's
Representative or Agent(s). If permission is granted, all applications shall be performed through a Licensed f
Applicator, licensed by the Texas Structural Pest Control Board or Texas Department of Agriculture. Before
16
;a
#- INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
applications commence, the Contractor shall furnish the Owner's Representative or Agent(s) a list of proposed
areas to be treated and chemicals to be used.
37. ADVERTISING
Contractor shall not advertise or publish, without City's prior consent, the fact that the City has entered into this
contract, except to the extent necessary to comply with proper request for information from an authorized
representative or the Federal, State or Local Government.
38. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfilhnent 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.
39. TIME FOR SUBSTANTIAL COMPLETION
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of Work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the Work embraced in
this contract shall be commenced as provided in the contract documents.
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 time will be negotiable and agreed upon by and between the Contractor and the Owner.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER
THAT TIME IS OF THE ESSENCE OF THIS CONTRACT.
4 A O O COMPLETION
0. TIME AND ORDER F OMPLE
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its Work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of scheduling; provided, however, that the order and time of prosecution
shall be such that the Work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and Specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other Work done, either by contract or by its own force, the Owner's Representative
may direct the time and manner of scheduling Work done under this contract so that conflicts will be avoided and
the mowing of the various Works being done for the Owner shall be harmonized. All required unit work which
includes mowing, edging, trim mowing, string trimming, and sweeping shall be 100% complete before
commencing to another mowing site.
The Contractor shall submit mowing schedules as requested by the Owner's Representative or Agent(s) five (5)
working days prior to the start of every month. A copy shall be mailed, faxed or e-mailed to the Owner's
Representative, Agent(s), and any Park Maintenance department dependent upon the mowing schedules. Mowing
properties shall be mowed in the order they are listed on the monthly schedule with dates at which the Contractor
will start the Units of Work and estimated dates of completion of the Units of Work unless prior notice is given
before the start of the working day (6:00 AM).
17
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
41. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of Item #39 — Time for Substantial Completion
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. Work on weekends and holidays
and shall be at the discretion of the Contractor. Should the Contractor find it necessary to Work during this time,
written notice of his intention to do so shall be given to the Owner's Representative and Agent(s) at least twenty-
four (24) hours prior to doing so. The City reserves the right to deny such Work that interferes with heavy park
usage or special events. All Work is schedule driven; therefore, the Contractor's Work force and equipment needs
shall vary throughout the contract's time period. The normal Work schedule shall fall within the time frame of
Monday through Friday 6:00 a.m. to 5:00 p.m.
A failure by Owner's Representative to affirmatively grant the extension no later than twenty-four (24) hours of
written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written
notification of such delay and request for extension, as provided herein, any request for extension by Contractor
shall be deemed waived.
42. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the Work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
Work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the Work embraced in this contract except
where the Work is stopped by order of the Owner, Owner's Representative or Agent(s) 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.
43. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a Unit Price basis, then Owner and Contractor agree that this contract, including the
Specifications, plans and other contract documents are intended to show clearly all Work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of Work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the Work and for comparing
their bids offered for the Work. In the event the amount of Work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of Work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the Unit Price method,
payment shall be for the actual amount of Work done and materials furnished on the project.
44. 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
18 T-
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
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 Item #30 —Protection
Against Accidents to Employees and the Public and General Indemnity hereof, the Contractor agrees to
indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all
claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out
of the performance of this contract. The Contractor shall use every precaution necessary to prevent damage to
trees, shrubs, above and below ground structures, utilities and any other form of property. Should damage occur,
it is the Contractor's responsibility to report the damage to the Owner's Representative or Agent(s) as soon as
possible but not exceeding twenty-four (24) hours from the time damage occurred. If damage occurs as a result of
Contractor's actions, the Contractor shall be held responsible to repair or replace the damaged property at its own
expense. Time required to repair damaged property shall be expedient and to the approval of the Owner's
Representative or Agent(s). If the damage is not repaired in the agreed upon time period, the City may after forty-
eight (48) hours notice from the Owner's Representative, proceed to repair the damage. The Contractor shall be
held financially responsible for the repair Work and the cost shall be deducted from the Contractor's payment.
45. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all Work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
Specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid Work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached Specifications, plans, contract documents and requirements of
Owner's Representative.
46. 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, who have not theretofore been timely filed as provided in this contract. The Contractor
shall receive compensation provided for in the contract on a per Cycle basis for each Unit site. In the case of the
Grounds Maintenance Contract, payment shall be determined by services rendered. Payment shall be made at the
end of each month for services rendered for each completed Unit within a maintenance group. Payment shall be
determined by the form included in this package as Index #10 and approved by the Owner's Representative or
Agent(s).
47. PAYMENT WITHHELD
In addition to express provisions elsewhere contained in the contract, the Owner or Owner's Representative may
withhold from any payment otherwise due the Contractor such amount as determined necessary to protect the
Owner's interest, or, if it so elects, may withhold or retain all or a portion of any progress payment or refund
payment on account of
47.1 Unsatisfactory progress of the Work not caused by condition beyond the Contractor's control;
f_.
47.2 Defective Work not corrected;
47.3 Contractor's failures to carry out instructions or orders of the City or his (its) representatives;
19
48
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
47.4 A reasonable doubt that the contract can be completed for the balance then unpaid;
47.5 Execution of Work not in accordance with the contract documents;
47.6 Claim filed by or against the Contractor or reasonable evidence indicating probable filing of
claims;
47.7 Failure of the Contractor to make payments to subcontractor for material or labor;
47.8 Damage to another Contractor;
47.9 Unsafe working conditions allowed persisting by the Contractor;
47.10 Failure of the Contractor to provide work schedules as required by the City;
47.11 Use of subcontractors without City's approval.
When the above grounds are removed, payment shall be made for amounts withheld because of them, and City I,
shall never be liable for interest on any delayed or late payment. _
CONTRACTOR DEFAULT OWNER'S RIGHT TO SUSPEND WORK AND ANNUAL CONTRACT
The Work or any portion of the Work under contract shall be suspended immediately on written order of the
Owner declaring the Contractor to be in default. The contract may be annulled by the Owner for any good cause
or causes, among others of which special reference is made to the following:
48.1 Failure of the Contractor to start Work within ten (10) days from date specified in the written
Work order issued by the City to begin the Work;
48.2 Substantial evidences that the progress of the Work being made by the Contractor is insufficient
to complete the Work within the specified working time;
48.3 Failure of the Contractor to provide sufficient and proper equipment, materials or construction
forces or properly executing the Work;
48.4 Substantial evidence that the Contractor has abandoned the Work or discontinuance of the
performance of the Work or any part thereof and failure to resume performance within a
reasonable time after notice to do so;
48.5 Substantial evidences that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work;
48.6 Deliberate failure on the part of the Contractor to observe any requirements of these
Specifications or to comply with any orders given by the City as provided for in these
Specifications;
48.7 Failure of the Contractor to promptly make good any defects in the Work, the correction of which
has been directed in writing by the City;
48.8 Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating
fraud on the City in the construction of Work under contract;
f
20
a_
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
48.9 Repeated violations of safe working procedures;
When the Work is suspended for any of the causes itemized above, or for any other cause or causes, the
1- Contractor shall discontinue the Work or such part thereof as the City designates.
49. FINAL INSPECTION
Final Inspection of the site shall take place by the Owner's Representative or Agent(s) as soon as possible after
the completion of the Unit(s). If the project (s) is completed in Cycles, the project (s) shall be inspected after each
Unit(s) by the Agent(s). The Contractor shall be allowed to be present at the examination. If the inspection
reveals any defective Work, the Owner's Representative or Agent(s) may require the Call Back Work to be
remedied before final acceptance is granted. All said remedies shall be at the expense of the Contractor.
50. SPECIAL EVENTS
The Contractor shall schedule Work to enhance public use and restrict conflict with scheduled events. Special
event schedules will be submitted to the Contractor by the Owner's Representative or his Agent(s) to arrange for
mowing schedule adjustments as may be required. The Owner's Representative or his Agent(s) will attempt to
notify the Contractor forty-eight hours prior to an event that requires mowing schedule adjustments. Sites for
funeral services at the City of Lubbock Cemetery may be verified each morning at 8:00 AM at the Cemetery
Office.
1 _ : 51. CLAIM OR DISPUTED WORK
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within seven (7) 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 seven (7) calendar days of receipt of notice of dispute by Owner's Representative,
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the
acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and
constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's
Representative, by Contractor.
If the Contractor is of the opinion that (a) the Work necessary or required to accomplish the result intended by this
contract; or (b) any Work ordered to be done as contract Work by the City is Extra Work or additional Work and
not contract Work; or (c) any determination or order of the Owner violates the terns and provisions of this
contract, the Contractor shall promptly, either before proceeding with such Work or complying with such order or
determination, notify the Owner in writing of his (its) contentions with respect thereto and request a final
determination thereof. If the Owner determines that the Work in question is Extra Work and not contract Work, or
the determination or order complained of required performance by the Contractor beyond that required by the
contract or violates the terms and provisions for the contract, thereupon the Owner shall cause either (a) the
issuance of a written order covering the Extra Work as provided for in paragraph 1 of Item #26-Extra Work hereof,
or (b) the determination or order complained of be rescinded or so modified so as to not require performance
beyond that required by the terms and provisions of the contract. Such determination of the Owner shall be given
in writing to the Contractor.
If the Owner determines that the Work in question is contract Work and not, Extra Work, or that the
determination or order complained of does not require performance by the Contractor beyond that required by the
21
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
contract or violate the terms and provisions of the contract, he shall direct the Contractor to proceed, and the
Contractor must promptly comply. In order to reserve his (its) right to claim compensation for such Work,
resulting from such compliance, the Contractor must, within seven (7) calendar days after receiving the Owner's
determination and direction, notify the Owner in writing that the Work is being performed, or that the
determination and direction is being complied with, under protest.
If the Contractor fails to so appeal to the Owner for a determination or, having so appealed, should the Contractor
thus fail to notify the Owner in writing of his (its) protest, the Contractor shall be deemed to have waived any
claim for extra compensation or damages therefore. No oral appeals or oral protests, no matter to whom made
shall be deemed even substantial compliance with the provisions of this item.
In addition to the foregoing requirement, the Contractor shall, upon notice from the Owner, produce for
examination and audit at the Contractor' office, by the representatives of the Owner, all his (its) books and
records showing all of his (its) acts and transactions in connection with contractual performance as well as
relating to or arising by reason of the matter in dispute. At such examination a duly authorized representative of
the Contractor may be present.
Unless the aforesaid requirements and conditions shall have been complied with the Contract, the Owner shall be
released from all claims arising under, relating to or by reason of this contract, except for the sums to be due
under the payment provision or this contract. It is further stipulated and agreed that no conduct on the part of the
Owner or any agent or employee of the Owner shall even be construed as a waiver of the requirements of this
section, which such requirements constitute an absolute condition precedent to any approval or any claim for extra
compensation, notwithstanding any other provisions of the contract documents; and in any action against the
Owner to recover any sum in excess of the contract amount the Contractor must allege and prove strict
compliance with the provisions of this section.
In connection with the examination provided for herein, the Owner, upon demand therefore, shall also produce for
inspection by the Contractor such records as the Owner may have with respect to such disputed Work or Work
performed under protest pursuant to order of the Owner, except those records and reports which may have been
prepared for the purpose of determining the accuracy and validity of the Contractor's claim.
52. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume Work within seven (7) 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 the Contractor should fail to commence compliance with the notice hereinbefore provided within ten
(10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project
as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may
exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not
limited to, providing for completion of the Work in either of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the Work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense sc charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
22
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the Work, may let the contract for the completion
of the Work under substantially the same terms and conditions which are provided in this contract. In
case of any increase in cost to the Owner under the new contract as compared to what would have been
the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the Work under this contract, the Contractor or his Surety
shall be credited there with.
In the event the Owner's Representative elects to complete the Work, as described above, when the Work shall
have been finally completed, the Contractor shall be so notified and certification of completion as provided in
Item #46-Payments 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, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property.
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
a exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in Item #39-Time for Substantial Completion, hereinabove set forth.
1 53. 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.
54. MAINTAINING WORK SCHEDULES
It will be the Contractor's responsibility to perform litter control when the mowing schedule is deviated due to
problems not weather related or when Work is requested after regular business hours, holidays, or on weekends.
23
:EMENT
he Contractor shall have ten (10)
the Work.
ractor shall recognize this and have a
-r. Should weather conditions alter
s) and other appropriate Park
d at the beginning of the next Work day.
;ather conditions prevent such quality,
llows. If the Owner's Representative or
igh quality Work, they may notify the
representative or Agent (s) shall not in
Time or provide for extra compensation.
ns, thereby increasing or decreasing
eats. All changes shall be in writing.
more than 125 percent of the contract
iegotiate for revised consideration on the
less than 75 percent of the contract
iegotiate for revised consideration on the
enacted by the City of Lubbock, could
to properties that are the subject of this
eed for services contemplated under this
vner shall promptly notify Contractor of
y any revised maintenance schedules and
shall constitute the Contractor's consent,
price as required by TEXAS LOCAL
in the contract or Specifications which
;covered during the investigation of the
the Contractor, immediate written
tractor shall afford the Owner the
ractor shall not delay Work pending a
ntractor to give prompt written notice
disturbed, shall be deemed a waiver by
:ged condition.
lion by reason of increased expense to
-quires Work not covered in the contract,
INDEX 7
L CONDITIONS OF THE AGREEMENT
a contained herein as part of the contract documents and said special conditions
anditions contained in this contract, then in such event the special conditions
1 1USUAL OR UNANTICIPATED CIRCUMSTANCES
�t
all loss, expense or damage to the Contractor arising out of the nature of the
e tion of the elements, or from any unforeseen circumstance or from unusual
tat illy occurring, man made or otherwise, which may be encountered in the
ustained and borne by the Contractor at his own cost and expense.
K
independent Contractor with full, complete and exclusive power and authority
}1 own employees and to determine the method of the performance of the Work
Owner, Owner's Representative or Agent(s) shall have the right to observe
or's performance and to carry out the other prerogatives which are expressly
w -r, Owner's Representative or Agent(s) hereunder, is not intended to and shall
* * status of the Contractor as an independent Contractor with respect to either the
Agent(s) or to the Contractor's own employees or to any other person, firm, or
TOPPEL
snt ereof, shall not be precluded at any time, either before or after final
Jork and final payment therefore from:
of -t amount, Classifications, quality and character of the Work done and t
ontractor or any other person under this contract, or from showing at any time '
.rn, decision, approval, order, letter, payment or certification is untrue and
y 1 de in any particular, or that the Work or the materials or any parts thereof, do r
"U' antact requirements; and
th( 'ontractor of any overpayments made to him, or such damages as the City may
act 's failure to perform each and every part of this contract in strict accordance
fD ASBESTOS
III a called), as defined in the Comprehensive Environmental Response,
c1 �2 U.S.C.S. §9601(14)) and the regulations promulgated there under, as same
hydrocarbons or other petroleum products or byproducts and/or asbestos, in
in any way, manner or form, in the construction of, or incorporation into, the
, tced, or located, by any party, on the Project site, or any other property of the
— f the Owner's Representative. If Contractor believes that the utilization of a
or other petroleum products or byproducts and/or asbestos is necessary in the
the it is necessary to place and/or otherwise locate upon the site of the Project or
A irdous Substance, hydrocarbons or other petroleum products or byproducts
24
tt J
l�
�_ f
INDEX 7
GENERAL CONDITIONS OF THE AGREEMENT
# a change order may be executed for additional compensation which shall be agreed upon by all parties involved.
Additional time may be granted if the Owner deems additional time is necessary to accomplish the job. No
change order or combination of change orders shall exceed twenty-five percent (25%) of the total contract.
67. FORCE MAJEURE
In the event either Owner or Contractor is rendered unable in whole or in part by force majeure to carry out any
covenant, agreement, obligation or undertaking to be kept or performed by such parry under this agreement, other
than to make payment of amounts due for Work completed, such covenant, agreement, obligation or undertaking,
F
insofar as the same is affected by such force majeure, will be suspended. The term "force majeure" as employed
in this section includes acts of God, strikes, lockouts, or other industrial disturbances, acts of a public enemy, war,
blockades, riots, epidemics, earthquakes, explosions, accidents, or repairs to machinery or pipes, the delays of
carriers, or inability by reason of governmental regulation to obtain materials, acts of public authorities including
but not limited to the effectuation of a Drought Contingency Plan by the City of Lubbock, or other causes,
whether or not of the same kind as specifically enumerated, not within the control of the party claiming
suspension and which by the exercise of due diligence or the payment of money such party is unable to overcome.
68. SEVERABILITY
If for any reason any provision hereof shall be inoperative, the validity and effect of all other provisions shall not
be affected thereby.
69. PRESUMPTION AGAINST SCRIVENER
Incase of a dispute as to interpretation of this agreement, each parry waives the presumption that this agreement
is presumed to be read in favor of the party that did not prepare it.
27
INDEX 8
SPECIFICATIONS
MAINTENANCE STANDARDS
1.0 Class A Maintenance Standards
1.1 General: Successful Contractor must commence Work within ten (10) days receipt of Notice To Proceed.
The decision to end or suspend temporarily the maintenance season shall be made by the Owner's
Representative Agent. The Contractor shall be notified of the Owner's decision by letter.
1.1.1 The areas to be serviced for each site include all right of ways adjoining the site and to the
centerline of all alleys adjoining the site, and extending street -ward including the curb and ending
six (6) inches beyond lip of gutter. Contractor is responsible for safe and careful operation of
mowing equipment around plant material and structures to prevent damage and to prevent clippings
from contaminating shrub or color beds, hard surfaces, streets, playgrounds and handicap ramps. If
conditions are not conducive to blowing, sweeping and picking up of maintenance debris shall be
required for these areas.
1.1.2 Contractor shall provide a maintenance schedule to the Parks Department within ten (10) days from
Notice To Proceed and will notify the Owner's Representative or Agent(s) of any changes in the s
schedule prior to the schedule change.
1.2 Mowing: Mowing commencement and conclusion shall be at the discretion of the Owner's Representative or
Agent(s). Mowing frequency and height shall be determined by turf growth and occur up to once per
calendar week, evenly spaced between Cycles. Clippings shall be bagged and recycled and all hard surfaces
shall be cleaned after each service. Mowing equipment shall be a reel mower for Gateway Plaza, Walk of
Fame Plaza, Broadway Annex and the Garden & Arts Tea Terrace. The remaining Class A Parks shall be
non -bagged and mowed with a rotary/recycler mower. All equipment must be of appropriate size for each
site and approved by the Owner's Representative or Agent(s). All required unit work which includes
mowing, edging, trim mowing, string trimming, and sweeping shall be 100% complete before commencing
to another mowing site. Alternate mowing patterns are required every cycle to avoid turf damage.
1.2.1 TENTATIVE MOWING FREQUENCIES:
January
0
July 4
February
0
August 5
March
1
September 4
April
4
October 2
May
4
November 1
June
4
December 0
1.3 Edging: All sidewalks and curbs shall be edged to a depth of one inch and shall be performed concurrently
with mowing operations. String trimmers or curb dressers may not be used for edging. Six (6) to eight (8)
inch wide optional chemical edging only on chain link fence lines with turf on either side of the fence is
permitted on Class A Parks.
1.3.1 Street curb and drainage channel edging shall be accomplished concurrently with mowing
operations and all debris from this activity shall be removed the same day that the task is performed. Curb
dressers may be used for this task
1.4 Trimming: All string trimming must be done to achieve a height uniform with the mowing height.
Maintenance of drains and exposed playa lake shorelines due to evaporation or receding of the lake shall be
the Contractor's responsibility. Trimming must be performed around trees, plant beds, buildings,
playground equipment, signs, fences, and any other plants or structures. All play surfaces, hard surfaces,
sidewalks streets street medians parking areas parking lots and drainage channels must be kept free of
,P g ,P g g P s
grass, weeds and debris. This task must be completed the same day the mowing is performed.
28 f
5j
INDEX 8
SPECIFICATIONS
2.0 Class B Maintenance Standards
2.1 General: Successful Contractor must commence Work within ten (10) days receipt of Notice To Proceed.
The decision to end or suspend temporarily the maintenance season shall be made by the Owner's
` Representative or Agent(s). The Contractor shall be notified of the Owner's decision by letter.
2.1.1 The areas to be serviced for each site include all right of ways adjoining the site and to the
centerline of all alleys adjoining the site, and extending street -ward including the curb and ending
six (6) inches beyond lip of gutter. Contractor is responsible for safe and careful operation of
mowing equipment around plant material and structures to prevent damage and to prevent clippings
from contaminating shrub or color beds, hard surfaces, streets, playgrounds and handicap ramps. If
conditions are not conducive to blowing, sweeping and picking up of maintenance debris shall be
required for theses areas
2.1.2 Contractor shall provide a maintenance schedule to the Parks Department within ten (10) days from
Notice To Proceed and will notify the Owner's Representative or Agent(s) of any changes in the
schedule prior to the schedule change.
2.2 Mowing: Mowing commencement and conclusion shall be at the discretion of the Owner's Representative or
Agent(s). Mowing frequency and height shall be determined by turf growth and occur up to once per calendar
week or every seven (7) days, evenly spaced between Cycles. Clippings shall not be bagged, and all hard
surfaces shall be cleaned after each service. The mowers shall leave no clumps or windrows of grass.
Mowing equipment shall be reel mowers or turf type full flotation rotary mowers equipped with all turf tires
and shall be approved by the Owner's Representative or Agent(s). Some specialty sites such as athletic fields,
athletic facilities, and municipal facilities shall be mowed on specific times and days and of the week as
determined by the Owner's Representative or Agent(s). All required unit work which includes mowing,
edging, trim mowing, string trimming, and sweeping shall be 100% complete before commencing to another
mowing site. Alternate mowing patterns are required every cycle to avoid turf damage.
2.2.1 TENTATIVE MOWING FREQUENCIES:
January
0
July 4
February
0
August 5
March
1
September 4
April
2
October 1
May
4
November 0
June
4
December 0
2.3 Edging: All sidewalks, curbed plant material beds, and game courts shall be edged to a depth of one inch
and all non curbed plant beds shall be edged to a depth necessary to achieve appropriate results. All edging
shall be performed concurrently with mowing at each site. String trimmers or curb dressers may not be
used for edging. Six (6) to eight (8) inch wide optional chemical edging only on chain link fence lines with
turf on either side of the fence is permitted on Class B Parks. All jogging tracks shall be edged concurrently
with mowing operations.
2.3.1 Street curb and drainage channel edging shall be accomplished weekly and all debris from this
activity shall be removed the same day that the task is performed. Curb dressers may be used for
this task.
29
INDEX 8
SPECIFICATIONS
2.4 Trimming: All string trimming must be done to achieve a height uniform with the mowing height.
Maintenance of drains and exposed playa lake shorelines due to evaporation or receding of the lake shall be
the Contractor's responsibility. Trimming must be performed around trees, plant beds, buildings,
playground equipment, signs, fences, and any other plants or structures. All play surfaces, sidewalks, hard
surfaces, streets, street medians, playground sidewalks, parking areas, parking lots and drainage channels
must be kept free of grass, weeds and debris. This task must be completed the same day the mowing is
performed.
3.0 Class C Maintenance Standards
3.1 General: Successful Contractor must commence Work within ten (10) days receipt of Notice To Proceed.
The decision to end or suspend temporarily the maintenance season shall be made by the Owner's
Representative or Agent(s). The Contractor shall be notified of the Owner's decision by letter.
3.1.1 The areas to be serviced for each site include all right of ways adjoining the site and to the
centerline of all alleys adjoining the site, and extending street -ward including the curb and ending
six (6) inches beyond lip of gutter. Contractor is responsible for safe and careful operation of
mowing equipment around plant material and structures to prevent damage and to prevent clippings
from contaminating shrub or color beds, hard surfaces, streets, playgrounds and handicap ramps. If
conditions are not conducive to blowing, sweeping and picking up of maintenance debris shall be
required for these areas
3.1.2 Contractor shall provide a maintenance schedule to the Parks Department within ten (10) days from
Notice To Proceed and will notify the Owner's Representative or Agent(s) of any changes in the
schedule prior to the schedule change.
3.2 Mowing: Mowing commencement and conclusion shall be at the discretion of the Owner's Representative
or Agent(s). Mowing frequency and height shall be determined by turf growth and occur up to once every
ten- (10) days evenly spaced between Cycles. Clippings shall not be bagged and all hard surfaces shall be
cleaned after each service. The mowers shall leave no clumps or windrows of grass. Mowing equipment
shall be determined by site conditions and equipped with all turf tires and shall be approved by the Owner's
Representative or Agent(s). Some specialty sites such as athletic fields, athletic facilities, and municipal
facilities shall be mowed on specific times and days and of the week as determined by the Owner's
Representative or Agent(s). All required unit work which includes mowing, edging, trim mowing, string
trimming, and sweeping shall be 100% complete before commencing to another mowing site. Alternate
mowing patterns are required every cycle to avoid turf damage.
3.2.1 TENTATIVE MOWING FREQUENCIES:
January
0
July
February
0
August
March
1
September
April
2
October
May
3
November
June
3
December
3.3 Edging: All sidewalks, curbed plant material beds, and game courts shall be edged to a depth of one inch
and all non curbed plant beds shall be edged to a depth necessary to achieve appropriate results. All edging-
shall be performed concurrently with mowing at each site. String trimmers or curb dressers may not be
used for edging. Six (6) to eight (8) inch wide optional chemical edging only on chain link fence lines with E
30
INDEX 8
SPECIFICATIONS
f turf on either side of the fence is permitted on Class C Parks. All jogging tracks shall be edged concurrently
j with mowing operations.
3.3.1 Street curb and drainage channel edging shall be accomplished concurrently with mowing
operations and all debris from this activity shall be removed the same day that the task is
performed. Curb dressers may be used for this task.
3.4 Trimming: All string trimming must be done to achieve a height uniform with the mowing height.
Maintenance of drains and exposed playa lake shorelines due to evaporation or receding of the lake shall be
the Contractor's responsibility. Trimming must be performed around trees, plant beds, buildings,
playground equipment, signs, fences, and any other plants or structures. All play surfaces, sidewalks, hard
surfaces, streets, street medians, playground sidewalks, parking areas, parking lots and drainage channels
must be kept free of grass, weeds and debris This task must be completed the same day the mowing is
performed.
4.0 Class D Maintenance Standards
4.1 General: Successful Contractor must commence Work within ten (10) days receipt of Notice To Proceed.
The decision to end or suspend temporarily the maintenance season shall be made by the Owner's
Representative or Agent(s). The Contractor shall be notified of the Owner's decision by letter.
4.1.1 The areas to be serviced for each site include all right of ways adjoining the site and to the
centerline of all alleys adjoining the site, and extending street -ward including the curb and ending
six (6) inches beyond lip of gutter. Contractor is responsible" for safe and careful operation of
mowing equipment around plant material and structures to prevent damage and to prevent clippings
from contaminating shrub or color beds, hard surfaces, streets, playgrounds and handicap ramps. If
conditions are not conducive to blowing, sweeping and picking up of maintenance debris shall be
required.
4.1.2 Contractor shall provide a maintenance schedule to the Parks Department within ten (10) days from
Notice To Proceed and will notify the Owner's Representative or Agent(s) of any changes in the
schedule prior to the schedule change.
4.2 Mowing: Mowing commencement and conclusion shall be at the discretion of the Owner's Representative
or Agent(s). Mowing frequency and height shall be determined by turf growth and shall occur once every
twenty-one (21) days or as determined by the Owner's Representative or Agent(s). The Owner's
Representative or Agent(s) will notify the Contractor as needed to perform mowing services. Mowing shall
be at four (4) inches and include trimming around all objects and elimination of growth on any hard surfaces
including adjacent public roadways. Mowing equipment shall be determined by site conditions and shall be
equipped with all turf tires or industrial tires and be approved by the Owner's Representative or Agent(s).
All required unit work which includes mowing, edging, trim mowing, string trimming and sweeping shall be
100% complete before commencing to another mowing site. Alternate mowing patterns are required every
cycle to avoid turf damage.
4.2.1 TENTATIVE MOWING FREQUENCIES:
January
0
July
1 February
0
August
March
0
September
April
1
October
May
1
November
June
2
December
31
INDEX 8
SPECIFICATIONS
4.3 Edging: All sidewalks, curbed plant material beds, and game courts shall be edged to a depth of one inch. f{
All edging shall be performed concurrently with mowing at each site/section. String trimmers or curb
dressers may not be used for edging. Six (6) to eight (8) inch wide optional chemical edging only on chain
link fence lines with turf on either side of the fence is permitted on Class D Parks.
4.3.1 Street curb and drainage channel edging shall be accomplished concurrently with mowing
operations and all debris from this activity shall be removed the same day that the task is
performed. Curb dressers may be used for this task.
4.4 Trimming: All string trimming must be done to achieve a height uniform with the mowing height.
Maintenance of drains and exposed playa lake shorelines due to evaporation or receding of the lake shall be
the Contractor's responsibility. Trimming must be performed around trees, plant beds, buildings,
playground equipment, signs, fences, and any other plants or structures. All play surfaces, streets, street
medians, parking lots, parking areas and drainage channels must be kept free of grass, weeds and debris.
This task must be completed the same day the mowing is performed at each site/section.
5.0 Class B Broadway Streetscapes, Class C Southwest Loop Turnarounds & Class E Right -of -Way
Maintenance Standards
5B.1 General: Please note that Class B, C & E Standards consists of the Broadway Streetscapes,
Southwest Loop Turnarounds and Class E Hard Surfaced Medians and their adjacent Right -of -Way
areas. The Unit pricing forms included for this Classification contain Unit pricing requests for the
purpose of evaluating yearly site costs and the cost of maintenance frequency adjustments required
by environmental factors or other conditions. Successful Contractor must commence Work within ten
(10) days receipt of Notice To Proceed. The decision to end or suspend temporarily the maintenance season
shall be made by the Owner's Representative or Agent(s). The Contractor shall be notified of the Owner's
decision by letter.
5B 2.1 Class B Broadway Streetscape Maintenance Standards,
5B 2.1.1 The areas to be serviced for each site include all right of ways adjoining the site and to the
centerline of all alleys adjoining the site. Contractor is responsible for safe and careful operation
of mowing equipment around plant material and structures to prevent damage and to prevent
clippings from contaminating plant beds, hard surfaces, streets and handicap ramps. If conditions
are not conducive to blowing, sweeping and picking up of maintenance debris shall be required
for these areas.
5B 2.1.2 Service areas are located from Broadway & University Avenue through Broadway & Martin
Luther King Boulevard. The areas include curbed and non -curbed right-of-way on either side of
roadways, hard surfaced and landscaped medians, landscape islands, city utility sites such as
traffic control devices, signs, and electric poles, visibility triangles at intersections, and excess
right-of-way of variable width.
5B 2.1.3 Curbed areas with adjacent sidewalks shall be maintained through the sidewalk extending street -
ward including the curb and ending six (6) inches from lip of gutter. Median and Traffic Islands
shall be maintained in their entirety including maintenance street -ward to either side from a point
two feet from back of curb or to the edge of roadway on non -curbed medians or traffic islands.
Non -curbed streets shall be maintained from the roadway to the centerline of the drainage
channel. Maintenance at intersections shall include a visibility triangle extending thirty-foot
from either side of the mid -point of the curb's radius.
5B 2.1.4 Contractor shall provide a maintenance schedule to the Parks Department within ten (10) days g
from Notice To Proceed and will notify the Owner's Representative or Agent(s) of any changes
in the schedule prior to the schedule change.
32
INDEX 8
SPECIFICATIONS
Y 5B 2.2 Mowing: Mowing commencement and conclusion shall be at the discretion of the Owner's
Representative or Agent(s). Mowing frequency and height shall be determined by turf growth and
shall occur up to once every seven (7) days evenly spaced between Cycles. Mowing equipment
shall be a reel mower or turf type full flotation rotary/recycler mowers equipped with all turf tires
and shall be approved by the Owner's Representative or Agent(s). Alternate mowing patterns are
r required every cycle to avoid turf damage.
5B 2.2.2 The right-of-way boundaries from Broadway and University through Broadway and Avenue Q on
both sides will be through the sidewalk extending street ward including the curb and ending six
(6) inches from lip of gutter.
5B 2.2.3 The right-of-way boundaries from Broadway and Avenue Q to Broadway and Avenue E on both
sides, will be through the sidewalk extending street ward including the curb and ending six (6)
inches beyond lip of gutter. The only exception will be the North side from Avenue N to
Avenue O. This area is excluded from any maintenance.
5B 2.2.8 The right-of-way boundaries from Broadway and Avenue E to Broadway and Avenue A (top
section) include the area from the utility poles to the rails on both sides as well as from the
building on the northwest comer of Broadway & Avenue A extending street -ward including the
curb and ending six (6) inches beyond lip of gutter. The underpass shall have weed and litter
control on the North, South, and middle areas as well.
5B 2.2.9 The right-of-way boundaries on the North side from Broadway and Avenue A to the furthest
East entrance of the South Plains Fairgrounds will be through the sidewalk extending street -ward
including the curb, and ending six (6) inches beyond lip of gutter.
5B 2.2.10 The right-of-way boundaries on the South side from Broadway and Avenue A to 720 E
Broadway will be from the utility poles extending street ward including the curb and ending six
(6) inches beyond the lip of gutter.
5B 2.2.11 The right-of-way boundaries on the South side from Broadway and Canyon Lake Road to
Broadway and MLK Avenue include the area from the utility poles extending street ward
including the curb and ending six (6) inches beyond the lip of gutter.
5B 2.2.12 The right-of-way boundary on the North side from Broadway and Nutmeg to Broadway and Oak
Avenue shall be from the building and/or chain link fence extending street -ward including the
curb and ending six (6) inches beyond lip of gutter.
5B 2.2.13 The right-of-way boundary on the North side from Broadway and Oak Avenue to Broadway and
MLK Avenue shall be from the utility poles extending street -ward including the curb and ending
six (6) inches beyond lip of gutter.
5B 2.2.14 All hard surfaces shall be cleaned after each service. The mowers shall leave no clumps or
windrows of grass. Mowing equipment shall be reel mowers or turf type full flotation rotary
mowers and shall be approved by the Owner's Representative or Agent(s).
5B 2.3 Edging: All sidewalks and curbed plant material beds shall be edged to a depth of one inch. All edging
shall be performed concurrently with mowing at each site. String trimmers or curb dressers may not be
used for edging. Six (6) to eight (8) inch wide optional chemical edging only on chain link fence lines with
turf on either side of the fence is permitted on Class B, Broadway Streetscape Maintenance.
f_
t_
33
INDEX 8
SPECIFICATIONS
B5 2.3.1 Street curb and drainage channel edging shall be accomplished concurrently with mowing
operations and all debris from this activity shall be removed the same day that the task is
performed. Curb dressers may be used for this task.
5B 2.4 Trimming: All string trimming must be done to achieve a height uniform with the mowing height.
Trimming must be performed around trees, plant beds, buildings, signs, fences, and any other plants or
structures. All hard surfaces, sidewalks, streets, street medians, parking areas, parking lots and drainage
channels must be kept free of grass, weeds and debris. This task must be completed the same day the
mowing is performed.
5B 2.5 Litter & Debris: All Litter and other types of Debris such as motor vehicle parts, rocks, gravel, and dirt,
shall be removed by the Contractor. Litter and Debris removal shall be performed concurrently with other
maintenance operations. Hard Surfaced Medians shall be swept and as well as Street Curb areas.
B5 2.5.1 Disposal: Contractor shall be responsible for the disposal of Litter and Debris from the areas
maintained. Disposal shall be accomplished by delivery to the City of Lubbock Landfill or by
placement in dumpsters belonging to the Contractor. No Litter or Debris shall be disposed of in
residential dumpsters or of those belonging to Commercial Businesses.
5B 2.6 Maintenance Frequency: Mowing frequency and height shall be determined by turf growth and may
occur up to once every seven (7) days, evenly spaced between Cycles. Maintenance activities performed
shall include, as necessary, mowing, edging, trimming, complete plant material removal from hard
surface areas, litter, and debris removal.
5B 2.6.1 TENTATIVE MOWING FREQUENCIES:
January
0
July
February
0
August
March
1
September
April
2
October
May
4
November
June
4
December
5.1.1 The areas to be serviced for the Southwest Loop Turnarounds include all adjacent right of way medians, hard
surface(s) and pavers adjoining the site. The vertical hard surface slope areas include the red cement from the
top of the Loop 289 guardrails down to where it meets vegetation, concrete curbing, or non -sloped hard
surfaces. The horizontal red cement slope boundaries begin underneath Loop 289 and extend to the end of the
red cement that will occur on the Loop's access roads. The only exception to the red cement horizontal slope
boundaries will be on the Northeast and Southeast Quadrants of Quaker Avenue and Southwest Quadrant on
Slide Road. The ending slope boundaries on the Quaker Quadrants will be even with the trees planted on the
slopes instead of the end of the red cement. The ending slope boundary on the Southwest Slide Quadrant will
be the western -most landscaped flower bed. All paver hard surfaces, sidewalks, and street medians must be
kept free of grass, weeds and debris. The Contractor is responsible for safe and careful operation of mowing
equipment around plant material and structures to prevent damage and to prevent clippings from contaminating
plant beds, hard surfaces, streets and handicap ramps. If conditions are not conducive to blowing, sweeping
and picking up of maintenance debris shall be required for these areas.
5.1.2 Contractor shall provide a maintenance schedule to the Parks Department within ten (10) days from the date of
Award of Contract and will notify the Owner's Representative or Agent(s) of any changes in the schedule prior
to the schedule change. £
1_ J
34
INDEX 8
SPECIFICATIONS
5.2 Mowing of Flat or Irrigated Turf. Mowing commencement and conclusion shall be at the discretion of the
( Owner's Representative or Agent(s). Mowing frequency shall be determined by turf growth and occur no more
than once every ten- (10) days evenly spaced between Cycles. Turf shall be cut at a height of 2", and will
increase to 2'/2 ' at the discretion of the Owner's Representative or Agent(s) and last through the remainder of
the season. Clippings shall not be bagged and all hard surfaces shall be cleaned after each service. The
mowers shall leave no clumps or windrows of grass. Mowing equipment shall be reel mowers or turf type full
flotation rotary mower equipped with all turf tires and shall be approved by the Owner's Representative or
Agent(s).
5.3 Mowing of Slopes: Mowing commencement and conclusion shall be at the discretion of the Owner's
Representative or Agent(s). Mowing frequency shall be determined by turf growth and occur no more than
every ten- (10) days evenly spaced between Cycles. Vegetation shall be cut at a height of 4" - 7", and may
increase at the discretion of the Owner's Representative and Agent(s) and last through the remainder of the
season. Clippings shall not be bagged and all hard surfaces shall be cleaned after each service. The mowers
shall leave no clumps or windrows of vegetation. Mowing equipment shall be turf type full flotation rotary
mower and shall be equipped with all turf tires or industrial tires and approved by the Owner's Representative
or Agent(s). Alternate mowing patterns are required every cycle to avoid turf damage.
5.3.1 TENTATIVE MOWING FREQUENCIES:
January 0 July 2
February 0 August 3
March 1 September 2
April 2 October 1
May 3 November 0
June 3 December 0
5.4 Edging: All sidewalks and curbed plant material beds shall be edged to a depth of one inch exposing where the
grass meets the surface area being edged, and all non curbed plant beds shall be edged to a depth necessary to
achieve appropriate results. All edging shall be performed concurrently with mowing at each site. String
trimmers or curb dressers may not be used for edging. Six (6) to eight (8) inch wide optional chemical edging
only on chain link fence lines with turf on either side of the fence is permitted on Class C, Southwest Loop
Turnarounds.
5.4.1 Street curb and drainage channel edging shall be accomplished concurrently with mowing
operations and all debris from this activity shall be removed the same day that the task is
performed. Curb dressers may be used for this task.
5.5 Trimming: All string trimming must be done to achieve a height uniform with the specified mowing height.
Trimming must be performed around trees, plant beds, guardrails, signs, pillars, and any other plants or
structures. Maintenance of drains due to evaporation or receding water shall be the Contractor's responsibility.
All vertical and horizontal slope hard surfaces, stamped pavers, sidewalks, streets and drainage channels must
be kept free of grass, weeds and debris. This task must be completed the same day the mowing is
performed.
5.6 Litter & Debris: the Contractor shall remove all Litter and other types of Debris such as motor vehicle parts,
rocks, gravel, and dirt. Hard Surfaced Medians shall be swept as well as Street Curb areas. Litter and Debris
removal shall be performed concurrently with other maintenance operations.
5.7 Disposal: The Contractor shall be responsible for the disposal of Litter and Debris from the areas maintained.
Disposal shall be accomplished by delivery to the City of Lubbock Landfill or by placement in dumpsters
belonging to the Contractor. No Litter or Debris shall be disposed of in residential and/or commercial
dumpsters.
35
INDEX 8 "
SPECIFICATIONS
6.0 Right -of -Way Maintenance:
6.1 Service areas are selected right-of-way locations located throughout the City. The areas include curbed and
non -curbed right-of-way on either side of roadways, hard surfaced and landscaped medians, city utility sites
such as traffic control devices, signs, and electric poles, visibility triangles at intersections, and excess right-
of-way of variable width. The Contractor is responsible for safe and careful operation of mowing
equipment around plant material and structures to prevent damage and to prevent clippings from
contaminating plant beds, hard surfaces, streets and handicap ramps. If conditions are not conducive to
blowing, sweeping and picking up of maintenance debris shall be required for these areas.
6.1.2 Curbed areas with adjacent sidewalks shall be maintained through the sidewalk extending street
ward including the curb and ending six (6) inches beyond lip of gutter. Curbed areas without an
adjacent sidewalk shall be maintained from back of curb including the gutter. Median and Traffic
Islands shall be maintained in their entirety including maintenance street -ward to either side from a
point two feet from back of curb or to the edge of roadway on non -curbed medians or traffic
islands. Non -curbed streets shall be maintained from the roadway to the centerline of the drainage
channel. Maintenance at intersections shall include a visibility triangle extending thirty-foot from
either side of the mid -point of the curb's radius.
6.1.2.1 Maintenance of Underpasses shall be maintained through the sidewalk from curb to
curb up to vertical wall and/or slope, including all adjacent hard surface medians.
6.1.2.1 The ROW Maintenance boundaries on Erskine Ave. from Frankford to Milwaukee
Avenue shall be through the sidewalk and/or curb extending street ward to the adjacent
curb and/or through the sidewalk.
6.1.3 Contractor shall provide a maintenance schedule to the Parks Department within ten (10) days from
the date of Award of Contract and will notify the Owner's Representative or Agent(s) of any
changes in the schedule prior to the schedule change.
6.1.4 Maintenance Frequency: Maintenance shall be performed, at regularly scheduled intervals, once a
month, or on an as needed basis as deemed necessary by the Owner's Representative or Agent(s) at
each site. Maintenance activities performed shall include, as necessary, mowing, edging,
trimming, complete plant material removal from hard surface areas, litter, and debris
removal.
6.2 Mowing: Mowing commencement and conclusion shall be at the discretion of the Owner's Representative
or Agent(s). Mowing frequency and height shall be determined by turf growth and shall occur once every
twenty-five (25) days evenly spaced between Cycles or as determined by the Owner's Representative or
Agent(s). The Owner's Representative or Agent(s) will notify the Contractor as needed to perform mowing
services. Maintenance shall include trimming around all objects and elimination of growth on any hard
surface including adjacent public roadways. The mowers shall leave no clumps or windrows of grass.
Mowing equipment shall be determined by site conditions and shall be equipped with all turf tires or
industrial tires and approved by the Owner's Representative or Agent. Alternate mowing patterns are
required every cycle to avoid turf damage.
6.2.1 TENTATIVE MAINTENANCE FREQUENCIES:
January 0 July 1
February 0 August 1
36
I
INDEX 8
SPECIFICATIONS
March 1 September 1
April 1 October 1
May 1 November 0
June 1 December 0
6.3 Trimming: All string trimming must be done to achieve a height uniform with the mowing height.
Trimming must be performed around trees, plant beds, buildings, signs, fences, and any other plants or
structures. Maintenance of drains due to evaporation or receding water shall be the Contractor's
responsibility. All surfaces, streets street medians, parking areas and drainage channels must be kept free of
grass, weeds and debris. This task must be completed the same day the mowing is performed.
6.4 Edging: Sidewalks alongside turf areas shall be edged to a depth of one inch. All edging shall be
performed concurrently with mowing at each site. A String trimmer or curb dresser may not be used for
this task. Street curb and drainage channel edging shall be performed concurrently once per month, and all
debris from this activity shall be removed the same day that the task is performed. Curb dressers, Edgers,
or String Trimmers may be used for edging. Six (6) to eight (8) inch wide optional chemical edging only on
chain link fence lines with turf on either side of the fence is permitted on Class E, ROW maintenance.
6.5 Litter & Debris: All litter and other types of debris such as motor vehicle parts, rocks, gravel, and dirt,
shall be removed by the Contractor. Hard surfaced medians shall be swept and as well as street curb areas.
Litter and debris removal shall be performed concurrently with other maintenance operations.
6.6 Disposal: Contractor shall be responsible for the disposal of litter and debris from the areas maintained.
Disposal shall be accomplished by delivery to the City of Lubbock Landfill or by placement in dumpsters
belonging to the Contractor. No litter or debris shall be disposed of in residential and/or commercial
dumpsters.
7.0 Cemetery Maintenance Standards — Class B parkland maintenance standards apply to the City Cemetery except for
the specific standards outlined in this section (Section 7.0). To the extent of any conflict, the provisions of
this Section 7 shall control.
7.1 General
7.1.1 Mowing, edging, and trimming of Cemetery property shall be performed during a concurrent three-
day time period (or less), unless the Cemetery Supervisor or his Agent approves a schedule change.
7.1.2 Cemetery mowing contract will consist of 25 maintenance Cycles. Mowing, edging, and trimming
of Cemetery property shall be performed between 8:00 a.m. and 5:00 p.m. weekdays during a
concurrent maximum four -day time period. Maintenance will not be performed on City holidays or
weekends. Contractor requests for exceptions to this schedule must be made in writing by
Contractor and approved by the Owner's Representative or Agent(s).
7.13 The areas of the Cemetery property to be serviced includes all rights of way adjoining the site and
to the centerline of all alleys adjoining the property and extending a minimum of six (6) inches
from the lip of the gutter of all streets with curb and gutter.
7.14 Contractor is responsible for safe and careful operation of mowing equipment around headstones,
footstones, memorials, monuments, cemetery markers, facilities, funeral set-ups, trees, shrubs,
utilities, all public art, and the irrigation system.
7.15 Contractor is responsible for preventing clippings from contaminating plant beds or providing an
I" unsightly appearance around the Cemetery Office.
37
1,
INDEX 8
SPECIFICATIONS
7.16 It is the Contractor's responsibility to report any damage to the Owner's Representative or Agent(s)
as soon as possible, but not exceeding twenty-four (24) hours from the time the damage occurred.
7.17 If damage occurs as a result of Contractor's actions, the Contractor shall be held responsible to
repair or replace the damaged property at Contractor's own expense and to the approval of the
Owner's Representative or Agent(s). Time required to repair damaged property shall be expedient
and to the approval of the Owner's Representative or Agent(s). If the damage is not repaired in the
agreed upon time period, the City may after forty-eight (48) hours notice from the Owner's
Representative, proceed to repair the damage. The Contractor shall be held financially responsible
for the repair work and the cost shall be deducted from the Contractor's payment.
7.18 Contractor will designate and make the Owner's Representative or Agent(s) aware of the
Contractor's designated representative (crew supervisor). The Contractor's designated
representative (crew supervisor) will be on the property during maintenance operations. Owner's
Representative or Agent(s) must be able to access and contact the Contractor's designated
representative (crew supervisor) during Contractor's maintenance operations.
7.2 Mowing:
7.2.1 Mowing commencement and conclusion shall be at the discretion of the Cemetery Supervisor or his
Agent.
7.2.2 Mowing height shall be determined by turf growth, but may be adjusted as necessary at the
discretion of the Cemetery Supervisor. Height shall be adjusted for final freeze cut at the discretion
of the Cemetery Supervisor or his Agent.
7.2.3 Clippings shall not be bagged and all hard surfaces shall be cleaned after each Cycle. Mowers shall
leave no clumps or windrows of grass.
7.2.4 Mowing equipment shall be reel mowers or turf type full flotation rotary mowers and shall be
approved by the Cemetery Supervisor or his Agent.
7.2.5 Turf within a 25 foot perimeter adjacent to the Cemetery Office Building and the entire turf
perimeter of the Mausoleum Building must be mowed with a push mower.
7.2.6 Hard surfaces, sidewalks, and areas around the Cemetery Office and the mausoleum shall be cleaned
with a broom or leaf -blower after each cycle.
7.3 Edging
7.3.1 Cremation garden, Cemetery Office Building, the Mausoleum, sidewalks, and curbed plant material
beds shall be edged to a depth of one inch.
7.3.2 All edging shall be performed concurrently with mowing on Cemetery property.
7.3.3 Contractor will use a "stick edger" or similar equipment per the Owner's Representative or Agent(s)'
approval. String trimmer or curb dressing may not be used for these tasks. Chemical edging is not -�
permitted.
7.3.4 Street curb edging shall be accomplished concurrently with mowing operations and all debris from
this activity shall be removed the same day that the task is performed. Curb dressers may not be used
for this task.
38
INDEX 8
SPECIFICATIONS
1 7.4 Trimming
I.-
7.4.1 All string trimming must be done to achieve a height uniform with the mowing height.
7.4.2 Trimming must be performed around monuments (both flat and upright), plaques, trees, plant buds,
buildings, signs, fences, and any other plants or structures. All hard surfaces, sidewalks, streets and
parking areas must be kept free of grass, weeds and debris. This task must be completed the same
day as the mowing is performed.
7.4.3 Except as provided herein, Contractor will string trim half of the Cemetery property each Cycle. The
opposite half of the property shall be trimmed during the next mowing Cycle. The halfway point of
the Cemetery shall be Euonymus Road creating east and west halves. The entire Cemetery property
shall be trimmed on the initial Cycle of the spring growing season, as well as the week prior to the
following occurrences: Easter Sunday, Memorial Day, Mother's Day, Father's Day, July 4`b, Labor
Day and the final freeze cut of the mowing season.
7.4.4 Contractor will string trim the Cemetery Office and the areas between the office and the bordering
monuments each mowing Cycle. Contractor will string trim the entire Cremation Garden area each
mowing Cycle. Contractor will string trim the entire Mausoleum area. Contractor will string trim
the entire area of Block 47 Baby Land each mowing Cycle.
7.5 Control of Work:
7.5.1 Funeral Services and Funeral Processions: The Contractor shall schedule and perform Work to
enhance public use, ensure the safety of visitors to the Cemetery, and to restrict conflict,
interference, or inconveniencing a funeral services or a funeral processions on the Cemetery
property. Upon request, the Cemetery will provide the Contractor with the locations and times of
pending funeral services 24 hours in advance of their occurrence.
7.5.2 Citizen Contact: The Contractor is granted the privilege of doing Work on Cemetery property, but
does not have exclusive use of the property. The Contractor shall take all precautions that his
maintenance activities do not disturb funeral services or those visiting the Cemetery. Citizen contact
with those involved with funeral services as well as with visitors to the Cemetery requires sensitivity
and understanding. Contractor employees and agents should be aware of the location of the
Cemetery office, and should politely instruct all citizens to direct inquiries there. Contractor
employees should be aware of the Cemetery Office location.
7.5.3 Cemetery maintenance shop has restroom facilities for Contractor's employees' use. Restroom
facilities at the Cemetery Business Office will not be used by Contractor's employees.
7.5.4 Contractor's employees will properly dispose of their beverage containers in a trashcan or dumpster.
Contractor's employees will not dispose of their beverage containers on the Cemetery property.
7.5.5
Any litter, such as, but not limited to shredded real or artificial flowers, Styrofoam ornaments, or
other grave adornments, created by the Contractor in the maintenance of the Cemetery property shall
be picked -up and disposed of properly and to the satisfaction of the Owner's Representative or
Agent(s).
r 'ADDITIVE OPTION - Group 9 (only)
1. Contractor will string trim the entire Cemetery property for each cycle.
39
INDEX 9
TURF MAINTENANCE GROUPS
GROUP 1
CLASS A PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
A -REELED (BAGGED)
GATEWAY PLAZA
BROADWAY & AVE Q
(NE Comer)
0.50
29
EA
$
$
BROADWAY ANNEX
BROADWAY & AVE O
0.34
29
EA
$
$
faW Comer
WALK OF FAME PLAZA
8TH & AVE Q
0.25
29
EA
$
$
(NON -BAGGED) PROPERTIES:
#
UNIVERSITY MEDIANS
UNIVERSITY
GOODACRE TO 17TH ST
1.0
29
EA
$
$
PATTERSON LIBRARY
1836 PARKWAY DR.
4.85
29
EA
$
$
GROVES LIBRARY
5520 19TH
1.85
29
EA
$
$
SLIDE RD MEDIANS
SLIDE RD. 0TH TO
3.75
29
EA
$
$
NORTH LOOP 289)
BROADWAY MEDIANS
BROADWAY & Q
AND BROADWAY & MLK
0.25
29
EA
MACKENZIE PARK
AMPHITHETER
423 EAST BROADWAY
4.55
29
EA
$
'
$
WALK OF FAME FOUNTAIN
8TH & AVE Q
1.22
29
EA
$
$
40
I
INDEX 9
TURF MAINTENANCE GROUPS
;ROUP 1
CLASS B PARKS AND PROPERTIES
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
APPROXMATE)
U/m
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
CLASS B - ROTARY
(NON -BAGGED
'N. MACKENZIE CONNIE MACK
HARDBALL FIELD (INCLUDING
IN BETWEEN FIELDS)
MUNICIPAL
& PARK RD 18
1.9
25
EA
$
$
N. MACKENZIE FAST PITCH
BASEBALL FIELDS
(INCLUDING IN BETWEEN
FIELDS)
MUNICIPAL
& PARK RD 18
4.2
25
EA
$
$
N. MACKENZIE SOFTBALL
FIELDS 5, 6, & 7, (INCLUDING
1 IN BETWEEN FIELDS)
MUNICIPAL
& PARK RD 18
5.6
25
EA
$
$
HELEN HODGES PARK &
BASEBALL FIELDS
MARSHALL &
UNIVERSITY
13.1
25
EA
$
$
BERL HUFFMAN ATHLETIC
'COMPLEX
N. LOOP 289
AND LANDMARK
124.0
25
EA
$
$
AVE X TRIANGLE
16TH & AVE X
0.3
25
EA
$
$
AUDITORIM-COLISUEM
4TH & BOSTON
5.0
25
EA
$
$
MLK LITTLE LEAGUE COMPLEX
E 19TH & ASPEN AVE
8.6
25
EA
$
$
RODGERS (BAGGING
SWIMMING POOL)
3200 BATES
8.55
25
EA
$
$
CIVIC CENTER-MAHON
LIBRARY
9TH & AVE P
15.0
25
EA
$
$
AVENUE O MEDIAN
AVE O, 6TH TO 1 OTH
.5
25
EA
$
$
SOUTH PARKING LOT
9TH & AVE K
.25
25
EA
$
$
"GAZEBO
9TH & AVE K
.25
25
EA
$
$
NORTHWEST LITTLE LEAGUE
903 NORTH UNIVERSITY
AVENUE
5.63
25
EA
$
$
.GROUP 1 CLASS A & B TOTAL
COST
211.44
$
41
INDEX 9
TURF MAINTENANCE GROUPS
GROUP 2
CLASS A PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
]MAINT
CYCLES
(APPROMMATE
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
A -REELED (BAGGED)
GARDEN & ARTS TEA
44TH & UNIVERSITY
0.25
29
1 EA
$
$
(NON -BAGGED) PROPERTIES:
MILWAUKEE MEDIANS
MILWAUKEE &
BROWNFIELD HIGHWAY
TO SPUR 327
0.50
29
EA
$
$
MLK AVENUE MEDIANS
MLK, 2200-2300 BLOCK
0.50
29
EA
$
$
INDIANA MEDIANS
INDIANA, (19TH-34TH)
0.80
29
EA
$
$
UNIVERSITY MEDIANS
UNIVERSITY
(20TH TO 34TH)
3.0
29
EA
$
$
UNIVERSITY MEDIANS
UNIVERSITY
(34TH TO 49TH)
2.0
29
EA
$
$
UNIVERSITY CORNER
19TH & UNIVERSITY
0.50
29
EA
$
$
GROUP 2
CLASS B PARKS AND PROPERTIES
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
CLASS B - ROTARY (BAGGED)
CLAPP SWIMMING POOL
4502 AVE. U
0.25
25
EA
1 $
$
CLASS B - ROTARY
NON -BAGGED
HAMILTON PARK &
SOFTBALL FIELD
22ND & AVE X
6.6
25
EA
$
$
STUBBS PARK &
SOFTBALL FIELDS
36TH & AVE N
8.0
25
EA
$
$
HOOD PARK &
SOFTBALL FIELDS
23RD & AVE Q
11.66
25
EA
$
$
LEWIS PARK & LITTLE LEAGUE
BASEBALL FIELDS
54TH & AVE J
8.4
25
EA
$
$
42
j.
i
INDEX 9
TURF MAINTENANCE GROUPS
GROUP2
CLASS B PARKS AND PROPERTIES
'i
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
MCALLISTER BASEBALL FIELDS
56TH & FRANKFORD
5.4
25
EA
1 $
$
CAVAZOS BASEBALL FIELDS
BROWNFIELD &
SPUR 327
7.0
25
EA
$
$
MLK LITTLE LEAGUE FIELD
24TH & MLK
2.0
25
EA
$
$
TECH TERRACE
23RD & FLINT
18.0
25
EA
$
$
TRINITY BASEBALL
40TH & UNIVERSITY
2.65
25
EA
$
$
=RIBBLE
62ND & TEMPLE
18.02
25
EA
$
1
$
-°DAVIS
40TH & NASHVILLE
8.2
25
EA
$
$
aMAXEY —BAGGING SWIMMING
POOL
30TH AND NASHVILLE
70.89
25
EA
$
$
YOUTH SPORTS COMPLEX
DEVELOPED
6204125TH
41.75
25
EA
$
$
.ROUP 2 CLASS A & B TOTAL
COST
21637
25
EA
$
43
INDEX 9
TURF MAINTENANCE GROUPS
GROUP3
CLASS C PARKS AND PROPERTIES
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
N. AVE Q STRIP
N. AVE. Q DR.
& N. AVE. P
0.25
17
EA
$
$
GUADALUPE ENTRANCE
1ST & AVE. J
0.25
17
EA
$
$
GUADALUPE
2ND & AVE P
3.66
17
EA
$
$
WOODS
ERSKINE & ZENITH
11.7
17
EA
$
$
GUADALUPE STRIP
1ST & AVE O
4.14
17
EA
$
$
CARTER
N. GLOBE & N. LOOP 289
3.3
17
EA
$
$
SIMS, GLADYS
MARLBORO & KING
4.96
17
EA
$
$
REAGAN NAOMI
COLGATE ST. & OLIVE
AVE.
4.48
17
EA
1$
$
14OLLINS
1ST& VERNON
6.4
17
EA
$
$
DAVIES
N. AVE N & CLEMSON
6.0
17
EA
$
$
CANYON RIM
BATES & AVE K
2.9
17
EA
$
$
SEDBERRY
E. IOTH & GUAVA
5.0
17
EA
$
$
BUTLER
E. 4TH & ZENITH
6.0
17
EA
$
$
OVERTON
14TH & AVE U
2.0
17
EA
$
$
ROY FURR PIONEER
6TH & AVE T
4.2
17
EA
$
$
CARLISLE CEMETERY
7308 19TH
1.1
17
EA
$
$
SMITH
15TH & C14ICAGO
4.3
17
EA
$
$
LOPEZ, RICHARD
AUBURN & CHICAGO
7.91
17
EA
$
$
COOKE, ALEX & VERNA
18TH & KIRBY
TOO
17
EA
$
$
WHISPERWOOD
4TH & WHISPERWOOD
5.0
17
EA
$
$
BUDDY HOLLY REC AREA
N. UNIVERSITY &
CANYON LAKE RD.
5.0
17
EA
$
$
FIESTA PLAZA
911 N. UNIVERSITY
12.0
17
EA
$
$
MAEDGEN
1 ST & BOSTON
4.51
17
EA
$
$
DETROIT AVE. STRIP
CLOVIS HWY. TO 2ND
PLACE
1.1
17
EA
$
$
RCA (DEVELOPED)
15TH & INLER
3.01
17
EA
$
$
ANIMAL SHELTER
401 N. ASH
1.0
17
EA
$
$
GROUP 3 - CLASS C TOTAL
COST
117.18
$
44
INDEX 9
TURF MAINTENANCE GROUPS
GROUP 4
CLASS C PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX
ACREAGE
ANNUAL
MAINT
CYCLES
APPROXIMATE
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
i
QUINCY MEDIANS
82ND TO 96TH &
93RD & PONTIAC TO
96TH AND PONTIAC
5.62
17
EA
$
$
REMINGTON
74TH & ALBANY
14.96
17
EA
$
$
`i
%9TH & SLIDE
69TH & SLIDE
1.93
17
EA
$
$
McCRUMMEN
19TH & AVE T
2.20
17
EA
$
$
'CHATMAN HILL ENTRANCE
23RD & AVE A
0.25
17
EA
$
$
LUSK
E. 25TH & OAK
7.69
17
EA
$
$
. WASHINGTON
E. 22ND & CEDAR
3.5
17
EA
$
$
CARLISLE
28TH & AVE X
4.5
17
EA
$
$
CHATMAN
E. 29TH & JUNIPER
3.0
17
EA
$
$
RAWLINGS
40TH & AVE B
2.5
17
EA
$
$
T
"BURNS
23RD AND AVE K
3.0
17
EA
$
$
Y3ERRY
36TH & CEDAR
9.1
17
EA
$
$
WAGNER
26TH & ELGIN
9.0
17
EA
$
$
!HINOJOSA
7336 22ND
3.0
17
EA
$
$
DURAN, DR. ARMANDO
26TH & KEWANEE
8.37
17
EA
$
$
STRONG, JACK & MARY NELL
81ST & AVE. U
7.75
17
EA
$
$
UNDERWOOD
74TH & CEDAR
7.70
17
EA
$
$
'NHEELOCK
40TH & ELGIN
2.0
17
EA
$
$
RATLIFF
50TH & CHICAGO
6.26
17
EA
$
$
NOEL
84TH & CHICAGO
11.33
17
EA
$
$
NEUGEBAUER
83RD & GARDENER
3.3
17
EA
$
$
:ASEY
66TH & AVE W
8.1
17
EA
$
$
CROW
91ST&BELTON
10.17
17
EA
$
$
3ROUP 4 CLASS C TOTAL COST
135.53
$
45
i_
INDEX 9
TURF MAINTENANCE GROUPS
GROUP7
CLASS D PARKS AND PROPERTIES:
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT.
CYCLES
(Approximate)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
CANYON LAKES 1&2, EXCEPT
BUDDY HOLLY REC. AREA
CANYON LAKE RD. & N.
LOOP 289
200
9
EA
$
$
CANYON LAKE 3
N. AVE. U & ERSKINE TO
N. AVE. Q ON WEST SIDE
128.6
9
EA
$
$
CANYON LAKE UNDEVELOPED
(40 ACRES) WEST OF WINDMILL
CENTER.
E. BROAKWAY &
CANYON LAKE RD.
40.0
9
EA
$
$
CANYON LAKE 6
MLK BLVD &
CANYON LAKE RD.
223.7
9
EA
$
$
CANYON LAKE UNDEVELOPED
N. AVE. P TO I-27
120.0
9
EA
$
$
SOUTH MACKENZIE
SLUDG E PIT
BROADWAY & E. CANYON
LAKE RD.ENTRANCE,
ON NORTH.
& EAST SIDE OF
CANYON LAKE RD.
10.82
9
EA
$
$
ASH AVE. STRIP
E. 23RD & ASH
2.0
9
EA
$
$
RADIO CONTROL AIRPORT
( UNDEVELOPED AREA)
15TH & INLER
6.99
9
EA
$
$
AVE. L MEDIAN
34TH TO 38TH
1.8
9
EA
$
$
CLOVIS TRIANGLE
UNIVERSITY & CLOVIS
0.2
9
EA
$
$
CANYON LAKE UNDEVELOPED
(ANDREWS BUILDING)
E. BROADWAY TO E.
19TH, WEST OF LAKE
35.0
9
EA
$
CANYON LAKE UNDEVELOPED
AND SIMMONS WEST OF
PLAYGROUND (FARM PAC)
E. 19TH TO E. 24TH ST.
WEST OF LAKE
44.68
9
EA
$
$
BUTLER ANNEX
4TH & ZENITH
1.75
9
EA
$
$
VAR DO & CYPRESS
VARDO & CYPRESS
0.1
9
EA
$
$
78 & ASH
78TH & ASH
13.0
9
EA
$
$
SOUTHEAST DR.
E. 20 TO CORONADO ST.
1.94
9
EA
$
$
PRAIRIE DOG TOWN
N. MACKENZIE &
MEADOWBROOK GOLF
6.8
9
EA
$
$
RIBBLE ANNEX
58TH & TEMPLE
3.2
9
EA
$
$
MOSE HOOD ANNEX
24TH & AVE Q
1.2
9
EA
$
$
TREE NURSERY
WEST OF 2502 UTICA,
IN ALLEY
14.5
9
EA
$
$
48
INDEX 9
TURF MAINTENANCE GROUPS
GROUP7
CLASS D PARKS AND PROPERTIES:
JNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT.
CYCLES
(Approximate)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
VEST WIND
1 ST & FRANKFORD
11.0
9
EA
$
$
40RIZON WEST
COLGATE &
FRANKFORD
4.8
9
EA
$
$
UNDEVELOPED LAND
MUNICIPAL DR. & ELM
10.0
9
EA
$
$
��tICALLISTER, EXCLUDING
SASEBALL FIELDS
MILWAUKEE &
BROWNFIELD HWY.
259.6
9
EA
$
$
4IINOJOSA, UNDEVELOPED AREA
7336 22ND
6.0
9
EA
$
$
MUNICIPAL DR & ASH CORNER
MUNICIPAL DR. & ASH
4.0
9
EA
$
$
CLOVIS RD. TRIANGLES
CLOVIS, ON AVE. R & S
0.2
9
EA
$
$
27 ANNEX
14TH & B
1.57
9
EA
$
$
;ANYON LAKE UNDEVELOPED
PARKWAY DR. TO EAST
BROADWAY
116.7
9
EA
$
$
)a,P&L PARKING LOT
MUNICIPAL DR. &
MACKENZIE B.B.
1.32
9
EA
$
$
'EAGAN ANNEX
COLGATE & OLIVE
5.0
9
EA
$
$
TENNIS CENTER ANNEX
66TH & ELGIN
5.72
9
EA
$
$
'OUTH SPORTS COMPLEX
UNDEVELOPED
6204125TH
115.43
9
EA
$
$
-,-GROUP 7 CLASS D TOTAL COST
1397.29
$
49
INDEX 9
TURF MAINTENANCE GROUPS
t
GROUP 8
CLASS B - BROADWAY STREETSCAPES
UNIT
ADDRESS
APPROX
ANNUAL
u/m
MAINT.
EXTENDED
AREA
MAINT
CYCLE
COST
CYCLES
UNIT COST
APPROXIMATE
UNIVERSITY &
BROADWAY TO
BROADWAY STREETSCAPE
BROADWAY & MLK
(NON -BAGGED)
BLVD.
2.7 MILES
25
EA
$
$
GROUP 8 CLASS B TOTALS
2.7 MILES
$
50
INDEX 9
TURF MAINTENANCE GROUPS
r
I,GROUP 8
CLASS C - S.W. LOOP TURNAROUNDS
JNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
UNIVERSITY / SOUTHEAST
S. LOOP 289 &
UNIVERSITY
1.85
17
EA
JNIVERSITY / SOUTHWEST
S. LOOP 289 &
UNIVERSITY
0.64
17
EA
JNIVERSITY / NORTHWEST
S. LOOP 289 &
UNIVERSITY
1.53
17
EA
UNIVERSITY/NORTHEAST
S. LOOP 289 &
UNIVERSITY
1.32
17
EA
INDIANA / SOUTHEAST
S. LOOP 289 &
INDIANA
1.42
17
EA
VDIANA / NORTHWEST
S. LOOP 289 &
INDIANA
1.54
17
EA
!'NDIANA/ SOUTHWEST
S. LOOP 289 &
INDIANA
1.22
17
EA
$
INDIANA/ NORTHEAST QUADRANT
S. LOOP 289 &
INDIANA
1.28
17
EA
$
UAKER/SOUTHEAST OUADRANT
S. LOOP 289 &
QUAKER
1.92
17
EA
-UAKER / NORHTEAST
S. LOOP 289 &
QUAKER
1.41
17
EA
UAKER / NORTHWEST
S. LOOP 289 &
QUAKER
1.76
17
EA
UAKER/ SOUTHWEST QUADRANT
S. LOOP 289 &
QUAKER
1.0
17
EA
SLIDE / SOUTHEAST QUADRANT
S. LOOP 289 &
SLIDE
2.04
17
EA
JDE/ NORTHWEST QUADRANT
S. LOOP 289 &
SLIDE
2.75
17
EA
IDE/ SOUTHWEST QUADRANT
S. LOOP 289 &
QUAKER
.93
17
EA
$
SLIDE / NORTHEAST QUADRANT
S. LOOP 289 &
SLIDE
0.78
17
EA
GROUP 8 CLASS C S.W. LOOP
TURNAROUND TOTAL COST
23.39
51
INDEX 9
TURF MAINTENANCE GROUPS
GROUP 8
CLASS E RIGHT OF WAY PROPERTY
UNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT
CYCLES
APPROXIMATE
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
4TH &AVE. H (S.E.CORNER)
4TH & AVE. H
0.3 MI
8
EA
$
19TH RIGHT-OF-WAY
AVE, C TO AVE, F
.2 MI
8
EA
19TH ST RIGHT-OF-WAY
AVE. X TO UNIVERSITY
.13 MI
8
EA
19TH ST RIGHT-OF-WAY
UNIVERSITY TO INDIANA
1.0 MI
8
EA
19TH ST RIGHT-OF-WAY
INDIANA TO PEORIA
0.7 MI
8
EA
19TH ST RIGHT-OF-WAY
FRANKFORD TO W. LOOP
289
0.22 MI
8
EA
34TH ST RIGHT-OF-WAY
HICKORY TO GLOBE
.1 I MI
8
EA
$
34TH ST RIGHT-OF-WAY
AVE G. TO 1-27
1.0 MI
8
EA
34TH ST RIGHT-OF-WAY
I-27 TO AVE. J
.90 MI
8
EA
34TH ST RIGHT-OF-WAY
AVE. X TO UNIVERSITY
0.13 MI
8
EA
34TH ST RIGHT-OF-WAY
UNIVERSITY TO AKRON
.12 MI
8
EA
34TH ST RIGHT-OF-WAY
VICKSBURG TO SLIDE
.37 MI
8
EA
34TH AND SLIDE TRIANGLE
34TH AND SLIDE
.30
8
EA
$
34TH ST RIGHT-OF-WAY
FRANKFORD TO HYDEN
0..48 MI
8
EA
29TH DR. RIGHT-OF-WAY
34TH TO MARSHA SHARP
FREEWAY
0.22 MI
8
EA
$
50TH ST RIGHT-OF-WAY
AVE C TO I-27
.35 MI
8
EA
50TH ST RIGHT-OF-WAY
I-27 TO AVE Q
0.59 MI
8
EA
$
50TH ST RIGHT-OF-WAY
AVE W TO UNIVERSITY
0..25 MI
8
EA
$
50TH ST RIGHT-OF-WAY
UNIVERSITY TO INDIANA
1.0 MI
8
EA
50TH ST RIGHT-OF-WAY
INDIANA TO QUAKER
1.0 MI
8
EA
50TH ST RIGHT-OF-WAY
WAYNE TO SLIDE
INCLUDING 3 MEDIANS @
INTERSECTION
.25 MI
8
EA
$
N. MLK RIGHT-OF-WAY
REGIS TO MUNICIPAL
DRIVE HARDSURFACE &
LANDSCAPE MEDIANS
2.04 MI
8
EA
MLK RIGHT-OF-WAY
E. 2ND TO E. 4TH
0.28 MI
8
EA
$
$
MLK RIGHT-OF-WAY
E. 19TH THROUGH 37TH
1.3 MI
8
EA
E. 26TH ST OVERPASS SLOPES
ADJACENT GROUNDS
�E.24TH TO E. 26TH
0.3 MI
8
EA
$
52
INDEX 9
TURF MAINTENANCE GROUPS
'GROUP 8
CLASS E RIGHT OF WAY PROPERTY
jUNIT
ADDRESS
APPROX.
ACREAGE
ANNUAL
MAINT
CYCLES
(APPROXIMATE)
U/M
MAINT.
CYCLE
UNIT COST
EXTENDED
COST
kVE A RIGHT-OF-WAY
UNDERPASS BETWEEN
13TH & 16TH ST.
0.19 MI
8
EA
AVE A RIGHT-OF-WAY
51 ST TO 60TH
0.63 MI
8
EA
lVE H UNDERPASS
4TH TO 7TH
0.20 MI
8
EA
TEXAS AVE UNDERPASS
4TH TO 7TH
0.22 MI
8
EA
iVE L RIGHT-OF-WAY
4TH TO 8TH
0.28 MI
8
EA
AVE O RIGHT-OF-WAY
4TH TO 6TH
0.15 MI
8
EA
$
LOVIS & AVE Q MEDIAN
AVE Q & CLOVIS RD.
0.02 MI
8
EA
$
!CLOVIS & INDIANA MEDIAN
INDIANA & CLOVIS RD.
S.E.CORNER MEDIAN
.01 MI
8
EA
DIVERSITY RIGHT-OF-WAY
N. LOOP 299 TO ERSKINE
I.0 MI
8
EA
$
UNIVERSITY RIGHT-OF-WAY
CLOVIS TO DARTMOUTH
0.07 MI
8
EA
$
$
UNIVERSITY RIGHT-OF-WAY
3RD ST TO MARSHA SHARP
FREEWAY
.05 MI
8
EA
JNIVERSITY RIGHT-OF-WAY
MARSHA SHARP FREEWAY
TO MAC DAVIS
.14 MI
8
EA
$
-UNIVERSITY RIGHT-OF-WAY
MAC DAVIS TO GOODACRE
.12 MI
8
EA
$
i:JNIVERSITY RIGHT-OF-WAY
17TH TO 19TH
.14 MI
8
EA
rNIVERSITY RIGHT-OF-WAY
19TH TO 20TH
09 MI
8
EA
UNIVERSITY RIGHT-OF-WAY
39TH TO 44TH
.38 MI
8
EA
NIVERSITY RIGHT-OF-WAY
46TH TO 50TH
.25 MI
8
EA
UNIVERSITY RIGHT-OF-WAY
50TH TO S. LOOP
1.34 MI
8
EA
s
LIDE ROAD RIGHT-OF-WAY
60TH TO S. LOOP
.31 MI
8
EA
FRSKINE AVE
FRANKFORD TO
MILWAUKEE
1.0 MI
8
EA
$
19.84 MI
' RP. 8 CLASS E TOTAL COST
;ROUP 8 CLASS B, C & E TOTAL
COST
53
INDEX 9
TURF MAINTENANCE GROUPS
GROUP9
CLASS B — CEMETERY
UNIT
ADDRESS
APPROX
ANNUAL
U/M
MAINT.
EXTENDED
ACREAGE
MAINT
CYCLE
COST
CYCLES
UNIT COST
(APPROXIMATE)
BASE BID
2011 EAST 31ST
CITY OF LUBBOCK CEMETERY
STREET
160
25
EA
$
$
ADDITIVE OPTION
CITY OF LUBBOCK CEMETERY
Contractor will string trim
the entire Cemetery property
for each cycle.
y
2011 EAST
STREET
25
EA
$
$
GROUP 9- CLASS B
TOTAL COST:
160
54
INDEX 10
CITY OF LUBBOCK
PROPOSED EQUIPMENT
FOR
CONTRACT TURF MAINTENANCE
USAGE
P ��J cceb wi�Ik��G—t�—Prx l,rr�;kd acce�
y;vytM
VA
55
MAKE AND MODEL
6AA Q a L z/L/C�
�w L(12 :02 7enLyla
8/ZX 5? MI(2vY�Pf�
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
i,
3
bock
ity of
TEXAS
WRITTEN
HAZARD COMMUNICATION
PROGRAM
Exhibit A
Administered by the City of Lubbock's Safety Department
WRITTEN HAZARD COMMUNICATION PROGRAM
TABLE OF CONTENTS
I. POLICY STATEMENT REGARDING HAZARD COMMUNICATION
II. HAZARD COMMUNICATION IMPLEMENTATION PLAN
A. Workplace Chemical List
B. Material Safety Data Sheets (MSDS)
1
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
C. Container Labeling
D. Employee Training
E. Other Implementation Procedures I?
III. TRAINING OUTLINE
A. Hazard Communication
B. Hazardous Chemical Identification
C. Material Safety Data Sheets (MSDS)
D. Container Labeling
E. Personal Protective Equipment
F. Responding to an Emergency
Appendix A -
Workplace Chemical List
Appendix B -
Letter Requesting MSDS
Appendix C -
Hazard Communication Training for Contractors/Seasonal/
Temporary Workers
Appendix D -
Contractor acknowledgment of Hazard Communication
Appendix E
Chemical Spill Plan
I. POLICY STATEMENT REGARDING HAZARD
COMMUNICATION
In the normal course of serving the citizens of Lubbock, employees of the City of
Lubbock are routinely asked to use hazardous materials. Providing a safe work
environment for Citv of Lubbock emplovees is an orizanizational Drioritv. In order
to ensure safe handling of hazardous materials, it is the policy of the City of
Lubbock to communicate to our employees and contractors the hazards of those
materials, and the precautions they must take to protect themselves, via our
comprehensive Hazard Communication Program. The Hazard Communication
Program will include information about:
Workplace Chemical List_3
Material Safety Data Sheet (MSDS)
Container Labeling
Employee Training
Other Implementation Procedures
Each department of the City of Lubbock will designate an employee as their Hazard LJ
Communications Coordinator. That employee may be someone already selected to
be the department Safety Coordinator. The Hazard Communications/Safety }
Coordinator will ensure that the Hazard Communication Implementation Plan, found j
in Section II of this document, is implemented in their department. It is the
responsibility of every City of Lubbock employee to follow all established safety
f
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
policies and procedures, and to notify supervisory personnel of unsafe work
conditions.
Hazard Communication is the law! The success of the City of Lubbock's written
Hazard Communication Program depends on the commitment of management and
employees to understand, and implement the program in each department.
II. HAZARD COMMUNICATION IMPLEMENTATION PLAN
The following plan describes how compliance with the Texas Hazard
Communication Act (THCA) will be achieved in the City of Lubbock. The Hazard
Communication Coordinator in each department, or his/her designee, will be
responsible for implementing this plan in their work area.
A. WORKPLACE CHEMICAL LIST
A workplace chemical list will be prepared for each department listing each
hazardous chemical present in the work area that exceeds the quantity of 55
gallons or 500 pounds on any one day during the year. "Hazardous
Chemical" means any element, chemical compound or mixture of elements
and/or compounds which is a physical hazard or health hazard as defined by
the OSHA standard in 29 CFR Section 1910.1200 (3) or (d). This list will
include:
1. Date the list was prepared.
2. Signature of the individual who prepared the list.
3. Chemical name(s). (name as it appears on the label and MSDS)
4. Location where the chemical(s) is/are stored.
(Note: Appendix A is provided as a template for your workplace chemical
list.)
The workplace chemical list will be updated, immediately upon receipt of a
new chemical that exceeds the 55 gallon/500 pound threshold, and by
December 31st of each year. The workplace chemical list will be made
readily accessible and available to all employees or a verified employee
representative during the work shift in which it is requested. Each
department will maintain all workplace chemical lists for at least 30 years.
B. MATERIAL SAFETY DATA SHEETS (MSDS)
Each department shall obtain, and maintain on file, a MSDS for every
hazardous chemical in their work area. MSDS's will be readily available for
review during each work shift by all employees or a verified employee
representative. Employees will be trained on how to access the MSDS's.
3
INDEX 12 1 r
HAZARDOUS COMMUNICATION PROGRAM
All missing MSDS's will be requested in writing from the manufacturer or
distributor. Any hazardous chemical not having a corresponding MSDS will
be removed from service until the MSDS is received. '
(Note: Appendix B is a sample letter that you may use to request MSDS's
from manufacturers and suppliers)
All MSDS's will be reviewed annually. For each MSDS in excess of 2 years
old. the manufacturer will be contacted to determine if the information is the
most current and up-to-date for that chemical. Any updated MSDS's
received from the supplier will be inserted in the MSDS book and the old
MSDS discarded.
C. CONTAINER LABELING
All hazardous materials must be labeled. The manufacturer's label must not
be intentionally removed, defaced or covered up. Where labels are
unintentionally damaged, or where the chemical is transferred to a portable
container, a new label will be immediately attached to the container that lists
the following information:
1. The chemical name (as it appears on the MSDS).
2. Physical and health hazards, and target organs.
3. Manufacturer's name and address.
No employee shall be asked to work with a hazardous chemical from an
unlabeled container except from a portable container intended for the
immediate use of the employee who fills the container.
The Hazard Communication Coordinator must inform employees who work
around unlabeled pipes the following information regarding potentially
hazardous substances contained in the piping:
1. The hazardous substance in the pipe.
2. Potential hazards.
3. Safety precautions to be taken.
City Policy: All compressed gases including air compressors, must be
labeled with the words: Caution: Compressed Gas
D. EMPLOYEE TRAINING
All Contractor employees will be trained in Hazard Communication. In
accordance with City policy, employees who are routinely exposed to
hazardous chemicals while performing their job duties, must receive annual
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
Hazard Communication refresher training. The training will include, at a
minimum, the following:
1. Information on interpreting labels.
2. Information on interpreting MSDS's.
3. The relationship between labels and MSDS's.
4. The location of hazardous chemicals in their work areas.
5. The acute and chronic health effects of hazardous chemicals in their work
areas.
6. Safe handling of hazardous chemicals in their work areas.
7. Proper use of personal protective equipment (P.P.E.)
8. First aid treatment to be used with respect to the hazardous chemicals in
their work area.
9. General safety instructions on handling, clean-up procedures, and
disposal of hazardous chemicals.
This training will be provided to each employee before they begin working in
an area that contains hazardous chemicals. Additional training will be
¢- provided to employees when:
1. They are new or newly assigned to that work area.
2. The potential for exposure to hazardous chemicals changes.
3. When new chemicals are brought into the work area.
E. OTHER IMPLEMENTATION PROCEDURES
1. Reporting Fatalities and Injuries
According to the City Safety and Loss Prevention Manual, upon
sustaining an on-the-job injury, including those resulting from
chemical exposure, the employee or supervisor must report the injury
to the Safety department immediately. A Personal Injury
Investigative Report must be completed and submitted to Safety
within 24 hours of the accident or injury. The City of Lubbock Risk
Manager will be responsible for reporting to the Texas Department of
Health within 48 hours of occurrence, in accordance with the THCA,
all employee accidents involving chemical exposure or asphyxiation
that is fatal to one or more employees, or results in the hospitalization
of 5 or more employees. That report shall include the circumstances
of the accident, the number of fatalities, and the extent of any injuries.
3. Employee Rights
The Contractor is responsible for informing the employees of their
department the rights afforded to them by the Texas Hazard
Communication Act (THCA). All employees have a "right to know",
5
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
according to law, about chemical hazards in the workplace. Those
rights include:
1. Access to a workplace chemical list.
2. Access to a MSDS for all hazardous chemicals in the workplace.
3. A right to be trained about chemical and physical hazards in the
workplace, including the possibility for accidental exposures, and
measures they can take to protect themselves from those hazards.
4. A right to appropriate personal protective equipment (P.P.E.)
5. A right not to be discriminated against, disciplined, or discharged
for filing a complaint or participating in an investigation of
potential violations of the THCA.
6. An employee may not waive their rights under the THCA.
7. Special arrangements must be made by the Hazard
Communication Coordinator to interpret Hazard Communication
information to those individuals who, because of illiteracy or
language barrier, are unable to access those materials.
4. Contractor Employee Hazard Communication
All contractors must agree to comply with all requirements of the
Texas Hazard Communication Act (THCA) and the OSHA Hazard
Communication Standard while on City of Lubbock property. The
Contractor and/or Placement Agency will provide basic Hazard
Communication training to their employees according to the
requirements of the law. Contractors will be responsible for informing
their employees of hazardous materials present in their work areas,
training of their employees, and furnishing all required personal
protective equipment.
Any employee supervised by a City of Lubbock employee, even if
they are referred and/or paid by an agency or contractor, must be
provided training before they begin work.
The Hazard Communication Coordinator for the department in which
the contractor employees are assigned will be responsible for
providing Hazard Communication training specific to the hazards
associated with working in that department. All training must be
documented and recorded according to this Implementation Plan.
(Note: Appendix C is an outline that may be used as an abbreviated
training guide for training contractor/ seasonal/ temporary
employees placed with the City through an Agency)
All contractors will be informed of the hazardous chemicals present__
in the buildings in which they work. They will be shown the storage
location and given access to the MSDS's and workplace chemical
lists for that department. The Hazard Communication Coordinator L J,
_s
I
d
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
will obtain from the contractor a signed document acknowledging
these items were communicated to the contractor representative.
(Note: Appendix D is a form that may be used for Contractor
Hazard Communication Acknowledgment.)
All contractors who bring hazardous chemicals on to City of Lubbock
property must provide a MSDS for each chemical and an inventory of
all chemicals brought on site. These documents must be accessible to
the Hazard Communications Coordinator and City of Lubbock
employees.
5. Personal Protection Equipment (P.P.E.)
Personal protective equipment shall be provided by departments and
used by employees if the potential for occupational exposure remains
after instituting engineering and work practice controls, or if such
controls are not feasible.
The Hazard Communication Coordinator for each department is
responsible for acquiring and making available to employees, P.P.E.
appropriate for the hazards in that workplace. The P.P.E. must be
kept in good condition, stored in a sanitary fashion, and inspected
regularly for functionality.
20 Appendix A
Workplace Chemical List
(List of hazardous materials stored in excess of 55 gallons or 500 pounds)
department
Chemical
Location
1.
2.
_
3.
4.
5.
7
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
6.
7.
8.
9.
10.
11.
Date of list:
Signature :
Note: This list must be maintained on file in the department for 30 years.
8
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
Appendix B
Date:
To Whom It May Concern,
As you know, the United States Hazard Communication/Right-to-Know laws require
employers to make available to their employees a current Material Safety Data Sheet
(MSDS) for all hazardous chemicals used in their workplace.
As part of the City of Lubbock's ongoing effort to comply with these laws, we respectfully
request a copy of the most current MSDS for the following chemicals manufactured and/or
distributed by your company:
Please send to: City of Lubbock, P.O. Box 2000, Lubbock, TX 79457,
Attn:
Your assistance in this matter is greatly appreciated.
Sincerely,
xc: MSDS book (filed under name of requested chemical)
9
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
21 Appendix C
Hazard Communication Training Outline
for Contractors/SeasonaVTemporary Workers
The following information should be presented to all new and newly assigned employees,
temporary and permanent, full and part time. This includes temporary workers placed by
employment agencies. The discussion should be held during a new employee orientation
and provide general information regarding Hazard Communication laws. This information
will then be supplemented with site -specific hazard communication training by a worksite
supervisor once the employee is assigned to a department.
• employee rights under the law, including, but not limited to:
- a right to this training (hazard communication)
- a right to ready access to 1) a Workplace Chemical List
2) a Material Safety Data Sheet (MSDS)
for every hazardous chemical in their
work area
3) Personal Protective Equipment (PPE)
appropriate to their job
- a right to work with chemicals in properly labeled containers
• definitions of: 1) Hazard Communication
2) Workplace Chemical List
3) Material Safety Data Sheet
4) Personal Protective Equipment
• what information is on a MSDS and how to read them
• what information is on a properly labeled container
• the relationship between MSDS's and container labels
• site -specific training should include the following: the storage location
of chemicals and their MSDS's, the acute and chronic health effects of
each chemical, specific first -aid training, safe handling, clean-up, and
disposal procedures for each hazardous chemical.
A record of this training according to law, should be maintained for a minimum of 5 years.
That record should include a list of attendees, the instructor's name, date, and the specific
subjects discussed. Require all employees, once they understand and feel comfortable with
the information provided, to sign the document confirming that they have received the
training.
10
I
I>
I➢
I
l
I
I.
I
I
Appendix D
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
Contractor Acknowledgment
of Hazard Communication
I have been informed of the presence of hazardous materials on the
premises, and of the
location of the corresponding Material Safety Data Sheets (MSDS).
I agree to provide MSDS's for all hazardous materials brought on
site, and will remain in compliance with the Hazard Communication
Standard while on City of Lubbock property.
Contractor si
11
Date
INDEX 12
HAZARDOUS COMMUNICATION PROGRAM
Appendix E
CHEMICAL SPILL PLAN
I. Small Spill - less than 20 gallons contained on an impervious surface (concrete, etc.)
• Attend to Injured
• Notify the Hazard Communication Coordinator at # 13o (.0 -7 S iy 3 c27
• Turn off any ignition and heat source
• Consult MSDS for clean up instructions and hazard precautions
• Wear appropriate Personal Protective Equipment
• Contain spill with absorbent materials, sandbags, "snakes", "pigs", etc.
• Overpack leaking containers
• Clean up contaminated area
• Dispose of residues according to law
II. Large Spill - 20 gallons or more, or any spill that threatens surface waters (playa
lake), ground water, or sanitary or storm sewer systems, or any
"extremely hazardous substance" spill. (Consult Texas Tier Two list)
• Call 911
• Attend to injured
• Notify the Hazard Communication Coordinator at # 0300-7
• Turn off any ignition or heat source
' • Consult MSDS for clean up instructions and hazard precautions
• Wear appropriate Personal Protection Equipment
• Contain spill with absorbent materials, sandbags, "snakes", "pigs", etc.
• Overpack leaking containers
• Contact the following:
1) TNRCC Emergency Response Team
796-7092 8 - 5 Mon. - Fri.
(800) 695-2337 after hours (enter #20770 at prompt)
2) National Response Center (800) 424-8802
Location of:
First Aid Kit &k i . 5M;. -
Spill Containment Materials -P. h-yt� v��1���� 7 5ej-
Emergency Exit Map
12