Loading...
HomeMy WebLinkAboutResolution - 2019-R0021 - Turfmaster Irrigation And Landscaping - 01/22/2019 (2)Resolution No. 2019-R0021 Item No. 8.15 January 22, 2019 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 14452 for Berl Huffman Sports Complex Irrigation as per RFP 19-14452-JM, by and between the City of Lubbock and Turfmaster Irrigation & Landscaping, Inc., of Lubbock, Texas, and all related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on January 22, 2019 L'flz DANIEL M. POPE, MAYOR ATTEST: Rebe ca Garza, City Secreta (� APPROVED AS TO CO Yam. Scott Snider, Assistant City Manager APPROVED AS TO FORM: Ryan B oke, As istant City Attorney ccdocs/RES.Public Works Contract 14452.Berl Huffman-Turfinaster 1.4.19 ADDENDUM Pate Intentionally Left Blank RUF ADDENDUM I RFP 19-14452-JM Berl Huffinan Irrigation DATE ISSUED: December 14, 2018 CLOSING DATE: January 3, 2019 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals ~ (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum with your proposal. 5 POINTS SITE VISIT: This criterion is objective and evaluators will give full credit or no credit based on the site visit. With the complexity of the scope and breadth of this project, each proposer's sole responsibility to inspect the site of the work and to be informed regarding all the work to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. A site visit can be arranged by calling Ronnie Gallagher at 806-775-3664 or Abby Stainfield at 806-775-2665. A sign in sheet will be available. All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMontes a,mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, fe"a wt"w CITY OF LUBBOCK Jessie Montes Buyer City of Lubbock Purchasing and Contracts Management It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the pro op ser's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. r F ADDENDUM 2 Revised Bid Form, Site Maps, & Specifications RFP 19-14452-JM Berl Huffinan Irrigation DATE ISSUED: December 27, 2018 CLOSE DATE: January 3, 2019 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum 1. Revised Bid Form 2. Revised Site Maps 3. Revised Specifications All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2169 or Email to JMontes@mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, 044a nwa CITY OF LUBBOCK Jessie Montes Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. Revised PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 19-14452-JM Berl Huffman Irrigation Proposal of _ called Offeror) (hereinafter To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Berl Huffman Irrigation having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM NO. DESCRIPTION TUNIT ESTIMATED QUANTITY UNIT PRICE BERL HUFFMAN IRRIGATION BASE BID: Demolition and removal of designated items. 1 Include all necessary incidentals to complete the LS 1 $ work. Installation of new irrigation equipment site -wide, 2 listed on plans and specifications. Include all LS 1 $ necessary incidentals to complete the work. Trenching and borings throughout sites as depicted 3 on plans. Include all necessary incidentals to LF 1 $ complete the work. Set-up of all electrical services where depicted on 4 plans. Include all necessary incidentals to complete LS 1 $ the work. Set-up and removal of all safety equipment 5 throughout duration of project. Include all LS 1 $ necessary incidentals to complete the work. Turf re-establishment of all disturbed areas and new 6 soccer fields with seed drill. Fine grading and clean LS 1 $ up as required. Include all necessary incidentals to complete the work. TOTAL (ITEMS 1-6) $ ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE NO. QUANTITY BERL HUFFMAN IRRIGATION ADD ALTERNATE 1: Installation of approx. 1,012 LF of 10" C900 1 mainline. Include all necessary incidentals to LS 1 $ complete the work. ADD ALTERNATE 1 TOTAL (ITEM 1) $ ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE NO. QUANTITY BERL HUFFMAN IRRIGATION ADD ALTERNATE 2: Installation of 3 additional valves to be capped for 1 future use. Include all necessary incidentals to LS 1 $ complete the work. ADD ALTERNATE 2 TOTAL (ITEM 1) $ ITEM DESCRIPTION I UNIT ESTIMATED UNIT PRICE NO QUANTITY BERL HUFFMAN IRRIGATION ADD ALTERNATE 3: Supply 100 additional I-40 heads fitted with #28 1 dual opposing nozzles for repair and maintenance LS 1 $ purposes. ADD ALTERNATE 3 TOTAL (ITEM 1) $ Offeror's Initials Revised ITEM DESCRIPTION I UNIT ESTIMATED UNIT PRICE NO. QUANTITY BERL HUFFMAN IRRIGATION ADD ALTERNATE 4: Installation of a 2-wire irrigation system using a stainless steel wall mount cabinet DX3 irrigation 1 controller by Rain Master Control Systems. Include LS 1 $ all necessary materials, hardware, and equipment to complete the work. ADD ALTERNATE 4 TOTAL (ITEM 1) $ PROPOSED CONCSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TDAE for completion: TOTAL CALENDAR DAYS: (to Substantial Completion) TOTAL CALENDAR DAYS: (to Final Completion) (not to exceed 120 days to Substantial Completion / 180 days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 120 Consecutive Calendar Days with final completion within 180 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $150 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. 1 - Offeror's Initials M i- i I The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he f further agrees to commence work on the date specified in the written notice to proceed, and to substantially - complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials Revised Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Date: Authorized Signature (Printed or Typed Name) Company Address Offeror acknowledges receipt of the following addenda: City, Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date State Telephone: County Zip Code Fax: - Email: FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American His anic American Asian Pacific American Other (Specify) BERL HUFFMAN IRRIGATION CIP 92607: BERL HUFFMAN IMPROVEMENTS THE CITY OF LUBBOCK, TEXAS MAYOR, DAN M POPE FW CITYMANAGER, JARRETTATKINSON a CfiYCOIXrCLDASTRK:r1:Jl/ANCI4IDIS arvcouNca.asTRecra:sTEveM4ssENGALE g cn Cf7YCOAhCLDls7F"2SHELL4PAT1ERSON+i-Ja4R CITYOOUACLDISTRICTa RANDYChIPISTIAN O Z CIYCOUNCLDZ7MT&.6 GRV:RM a NCOUNCAWTFUCTGLATRELLEJOY U O DIRECTOR OF PARKS d RECREATION, BRIDGET FAULKENBERRY o �Ln. PARK DEVELOPMENT MANAGER, LIONEL PLUMMER O LL>l LOCATION MAP SITE MAP [NI1 0 ®® mmm ®® BERL HUFFMAN ATHLETIC COMFUU- MASIER PLAN oof c Lubbk TEXAS Z it O 1 13 W�� ZJa� Q = O Z Y LLLUJ Im =m�ca J 12 W m , i COVER SHEET REVISION NOTE NUMBER 14 HAS BEEN UPDATED REVISION NOTE NUMBER 7 HAS BEEN ADDED IRRIGATION NOTES 11 NHEN TYING IMOEIUSTING"HONE NORTH OF LOOP , CONTACTCOLPARKDEVELOPMEMI—ASSESTOS SAFEtt t BE_ PIPE REMWAL a1Y EXISTING%PE THAT IS RELgVED MUST BE DISPOSEDOF BY COL I2 REMOVEPll EaSRNG HEaISAND RETURN TOCRY. 3_ REMOVEALLFaSDNG VALVE SORES. RETURN VALVES TOCITYAND 1— TO GRADE. PROPOSEDPoPoHGSHONN ON —IS DUV3Raa rc. HOM.EVER. COLPMKOEVEIOPMEMVALL BE RESPOH51&.E Fm LOCATION OF CPoTICPL--POINTS FOR MNNUHE RWTE CWTRM.fOB SIw1 BE RESPOHSISLE PoRADDITIOHFL IAYWT$CREMEBASEDWM 8PROr1MPLEASECONTACTPARKSONEKEEERPPoOR70MAINUNE CONSl11UCBINI FOR ST-- d. al NEW Po%NG SNALLBE WONITH %PE SIZE LABEL UP. I & Ell MaM1NETRENCNES MUST BE WSPECiFD BY CRY PRpR TO WNAL.%.EABECONTACFQNIER FORINSPECTKINS. PIL TRENCHES StwLBE BACI61L1EDwTH FlHE TOPSOIL Oft BANG. 8. SOCCER WLLBE PUIYEDON NORTHERN PAM OFPMKFROMMMCH TO IMY.ALL WMK WPotICa THIS PEPoW MUST BE FENCED OFf.ISEE CONSTRUCTON SCNEOUtE ON SHEETGiOB � B. aLHTWPoED UNDERGROUND SHaJ. NAVEAVALVE BOX OF NJEDWTE SIZE INSTALLED OVER THE DEVICE t8. EXISTING xG SRUPoGOTON iSe/3EOWOWGINAL DEgGN,FlELD SURVEYSd ASeIa.T RECORDS. ACTUAL PoPE LOCAnONS € AND SIZES MAY DIFFER IN THE FlELD PNY%%NG ORWPoNG DMJAGED ORSEVERFDSNa1 BE REPaBcn BY Y.�icra %wlnH •\ JGHIESi RAieAETE_ aB v DER san To caarxa wHTER vYEms. GENERALNOTES NEEKPBIORTO EL 1. ATMLIOCATgNS WIERE HEWCplCRETEABUTS EaSxNG CONCRETE.TOPSOF CONCRETE 3HNI BETNE SOME ELEVATgN �F f. 2 COHSTRUCTKKiJdM3FORCOID JOINT^u WLL NOTBEPlLOA£D.4VASlE CONCRETEORStAG SNALI.HOT�PIACED , WSIDETNE FORM3. S. Ak fER DEMESI OF IO I-TE SIAB.S.SMOOTH SdIPNNCR TAWIMITATPONDING OFWATER A. IFCONCRETE SPLITS NHEH DPoWNGHOlE31N WStBMa CONCRETE. SAWCUTAT NEXTCWTROLJOIMpt REMOVE TON R%PAR5101LjOIM. SUCH LLNO ON9DEHED S D�NOEETEwLLNAVE UTATWRO�ORIIA FlNISH. Byi1NI3H GfUDEWLL3EQpTOP OFCWCitEfENiDNAt1 ANMY FRpA CONCRET�AT TOPS` SOOWLLRESTCN SMOOTH LEVEL S0ILSWWLLBECMIN EDGESANOwLLBE FLUSH Ea3nNG TURF. CONTRACTdtWLLBERESPIXiSIBLE FOR VMTEPoNGSW UMILCONSTRUCIiON LS WAWLEfE. - ]. IF RNNMASTEit DXB CdfTRIXLER SYSTEM ISMPRWED, tOGTNXI OF CONTROLLER VAtLBE ESTABUSHm BEFORE CONSTRUCTION BEGINS. I B. INSTa1 SPPoNKLERSIN VERTIGIPOSIftON:iOPS FLUSH WTN FlNISH GRADE 8. ELECTRIC NESTHAT PINISVVAFSTRUOl10N SNOLL BE REP EAT HIS F%PE)lSE. 1(OMS WflEPaRED ONES BEX WSTIHGUGM W � GLL BO BURIED SPLICES NOT t8. TR0.SItBMRF.l3W INTACT,STORE& INNOTEDL dtlF LLJ �i J 0- o € 0 Z N• c 0 � o O W a a ti � `G � 3 t9 WW`o Z��� ZIP-UgI- a=�Z� go IL�w m. �m=oM x Q co W m 6 *r� r PROJECT NOTES City Ot DECEMBER 13 2018 QP 92W7 Lubbock MG ec 1.50 PLUITED Bt ISn. 7Exp5 D' G-102 iF E1 E2 E3}- E4 ES 6 New padong lots, north- .,.�' road & .. truck� areasmadeofFlex Base e �'. = _ 3 South dexd _ . Synthetic. 01 OZ: 63 , pd_ ' s MusoD D fighting6 Eods&V park road o ¢m pm srz ., i f ` �- u �_ fj 11 PROPOSEDBERL HUFFMAN ATHLETIC COMPLEX: 4_ oof c Lubbk TEXAS a 2z-,Cf g yLL X =LL O~_ a Uzi' �W_jgm m = O D QM J J f� W m MASTER PLAN OVERVI PHASE 1C ' IIVY�II�! I IIi lflil NYII _ �J in = I II:�.I GII lu II O'Neill I. _ I PHASE 1 B r=n r=n i PHASE 1A BERL HUFFMAN ATHLETIC COMPLEX - MASTER PLAN CONNECTION INFORNIATIft HAS BEEN UPDATED cnovneow— vm.�os ro ae rr+o9nm ercarnwcroa LU Eu a 6 U O o � o 0 nI 1-fal-I Z O F tY u� 0 Z JCL LL 0 X U- F- U Z (' � C, co = o � Z Q M J J 19 W m y / tncnnw � /L �l PROJECT OVERVIEW o r..r City of AL Lubbock �v ..��„®�.• rExns NORTH Nis AMENITY MARKING COLOR NEW FIELDS GREEN NEON _ NEW MAINLINE PURPLE L—J L—J • L-,� NEW SYNTHETIC TURF YELLOW --� '� �—� I NEWPARKING BLUE • - T� (i COL W LL STAKE ALL POINTS DEPICTED fi MARK PARKING OUTLINES OFAMENTTIES ACCORDING TO COLOR —�— T? ; LOT --�'—} -- — - SCHEME ABOVE PRIOR TO CONSTRUCTION. - - - :.L I. ;Fl_..,1 NEW PARKING '1ILOT {IAI�UBEll 1 OITRI NEW PARKING LOT -Wff l IARwNEW PARKING LOT ImmU :_: �}IIII;IIRIIIIi{FfU i EXISTING 1 RESTROOM s i I_7 • ILJ ' ..., 1 I NEW L� y SYNTHETIC TIMF Il� RESTROOM J`J - FIELDS EXISTING -: I II PARKING LOT _ I 3- REStOOM3. -��- •� �• � _� L0�6iffltll uffitlffmff{fT NEW 13 RESTROOM —� � ram. :r� .n. {i--•. .-� �- EXISTING 1 r'Il-, • \� LOT fal•.(�l...I�—J: ��l IVJ` I", t -1,f J g L f 0 Z i .Ln o 9 F_ z 0 1 a 0�� Z�O� n LLLL O :1 U 2UZ Y LL��gOD � W c) W m Il ��-� I D reap FIELD STAKE POINTS CiNORTH NTs ty of ' DECE �BER 13 20M OP 260] Lubbock �G 1:50PL-- 1 TEJUS LI-109 2"' LI.110 I LI-111 LI-112 W fr 0 Z O o O O LLLLLL111 e. O F ta9Z o� 2 am y =�6at a = U E -iU ILWO mW0c)m T. Q co J J C9 W m P?^ D PROJECT KEY MAP „ kF.MR 13 2018 2-lLubbockaci NORiH NTSTExAS m. .er........ EXISTING IRRIGATION SCHEDULE NOTES SYMBOL MANUFACTUREPAhODELIDESCRIPTION OTY . COL WILL FLAG ALL VALVES AND IRRIGATION HEADS. WeaRernraac$2000R lie • CONTRACTOR TO REMOVE EXISTING !S' Braes R—W CaValve. Mrol I' - IRRIGATION HEADS. VALVES, & VALVE 3% M. as ltgkal d. BOXES AND RETURN TO COL B.lk SLpwi. 08/4-RC I AFTER REMOVAL OF EXISTING EQUIPMENT, J v Two Piece, SwvI. Sm B— CONTRACTOR MUST FILL-IN HOLES & Quick COUPWV Val, VNTER COMPACT TO GRADE Vlllh LockkV Yebw Tuff Top Lid. • ALL DEMO WORK TO BE COMPLETED PRIOR TO THE BEGINNING OF NEW j. Slaa Off Vale S CONSTRUCTION. ®F Ch k VeWe I � AB ReWf VaWa I ©f Ran Master Conaoaer I ® Raln Ma rCoMmlkr 1 ® Rein Mentor Cor&.%, I S9 61 g, 6 s 6 ss s s ass 0 1s s ass � f Lubbock TEXAS W ss ss ss 0 O s �Zao �L =j(0 a3: ZY E5 � m 1 DO o (� `' ac — — — — — — — — — — — — — - - - EXISTING 11 IGATION/DEMO 0 ISO 300 450 fat " Da(BIB®t0 MM OP92607 LIG :I50 PLOTTED at y NORTH r=,5a i j EXISTING IRRIGATION SCHEDULE SYMBOL MANUFACTURERIMDDELIDESCRMTION OTY VAm&w naUc 6200M "8 fi 0— Ramble CaMd VaAe, 1•. 3, etre as kakab d. BUC$—%upMiW OB/44.RC I C7 I - TM PMrce, SNIe SW Bm OLi kCcupig Vd.. VAN LOCWQ Y"m Tuff Top Lid. SI.A OII V.K. S Ye Ch kVaW I At PAW Vain I ©I Rein MmWr Coramlw I ® Rekl Mewar Cora.W I ® ReJn Mmim C.*oN. I City of Lubbock TEXAS • COL WILL FLAG ALL VALVES AND IRRIGATION HEADS. • CONTRACTOR TO REMOVE EXISTING IRRIGATION HEADS, VALVES, & VALVE BOXES AND RETURN TO COL • AFTER REMOVAL OF EXISTING EQUIPMENT, CONTRACTOR MUST FILL4N HOLES 6 MTER COMPACT TO GRADE. • ALL DEMO WORK TO BE COMPLETED PRIOR TO THE BEGINNING OF NEW CONSTRUCTION. 0 150 300 4501aw �► rw%?"Mlr" NORTH V a IW O F QZ J 0 a. d'��x LL 0 F— LL F— :E Z U L6 0 U. W pp� m Tim Q N7J J W 00 IRRIOATIONIDEMO PLAN �3. �3' tm 3- 3' 3- �4' 4- 4'nt 4. PARK, 41 1!4- 3 414' � 4 at 4' 4. 4- )AD .......... - ----- :" j liIt iqfw 127 I , 24 11,5 3* 1 1 1 ! I I I I I ! I FUTURE PARKING LOT r 3- I j 7 r r.1" wbl a a 2" 3' 18 ( I t I IE IP, N u I all EMSTIN; !aa RESTROOM BUILDING L4 -2- -3- -3- 4- 4 3 Z SIZEU., 1. Im I x Cc, L9 tj 2 z -W, 01) S: 21 20 W< x1- z z 0 LLJ LL. W -J Do IM 0 0) c) .j 19 ILI YMRagRptip *— IRRIGATION PLA N f 0 so 100 Iwf-t Ciy oMR13.2018 OP92W7i�bboc TEXAS 1— 11 In4 PARK BOUNDARY 1 of Lubbock TEXAS O a \E -j 0 U� ` ZaYo�i z (0 LL a=c,°� 0 � W -i cD m x00Q�3 J W m IRRIGATION PLAN o so 100 ISO mw mlr��� DECEMBER 13 2038 OP 9260) .MG � I:50 FIDT®N NORTH i'-w Im SEE SHEEP L4101 PARK BOUNDARY - i-t— , I 'EXISTING PARKING LOT I w 0 U z 0 g 0 w z 0 L .4 z W < a- M 0<� Ix- LL. O z X �e z —i �- � 0 W UJ LU —1 00 Co Ca I IRRIGATION PLAN 0"lim, 0 w IOD Iwf-t . City of �M �3.2= 01-6*1 r__ Lubbock NORTH I* = 501 t� TEXAS --63--_ NWSBIDtm le 43 Y• U¢Y 4' TY 4s 0- a= r , 1 4 ZO♦Ii�L m w ZJ��yj � to a ULLQO LU J °° <m 0iWm IRRIGATION PLAN 2* City of TUAS ____________. LEEWEIILlln.__ . ___________________ LLI 0. jp Lu REVISION uwooWwLOT INFORMATION K� �x NOTE HAS BEEN ADDED r—^-- ------------------- IRRIGATION PLAN NORTH 1-W _�--- i2Jz. a T L ..a, , r 4• a a4. 1 a 1Y a 2Ji' a T 4' a 1' ^Q-_ EXISTING 4'MAINLINE FOR - BALL FIELDS TO REMAIN 4 4'LU a - EXISTING - �. SOFTBALL FIELDS �Z -4-1 o 212 C W ® to c4' a X NEW MAWl1NE TO BE TIED Z W 0 Ix INTO EXISTING 3 VALVE - fY g 0 Y obi F llri Q 23¢ ® I r� FOR BALL FIELDS _ ( 2 2 w X ✓ �01- N } 4 LLW W-1 _ - m OD EXISTM Ili- a 21? a Y - 4 - SOFTBALL FIELDS _ - I` = Q LM J 2 I I m iv ,� S 4 - -�-__------- --- e�eaeErwro --+--- j IRRIGATION PLAN �•>... City of o so 100 15o I..I , �E®IBBI 13 NIB 9160] Lubbock 110 � 1:sD i1DT1®Ml®Q3 NORTH I— RY TEXAS ..,�.� — LI-106 seea,t W. NEW MAINLINE TO BE TIED INTO EXISTING 4- MAINLINE j z 0 z -, W Lo 0 — § ol LL Mo LL oz L6 W —i .3 W1 1- IRRIGATION PLAN City of -r... m m.—, 9M7 Lubbock wFMM TEXAS NORTH I " 5(y ,. (\ —------------- �\ P\\§§2§§§§§\§§gip §L§�oh. f y:.< «°& ` wRL2O \§hUU nn1 37 / .\� FUTURE PARKING � ~� ] 41,111 w a d (2, ' �•!-'l '1 G 2 2 \ I : : <- ] \\». y+L�z \ ^� 2 \ .. - . § SE§ (^ � SEEwm.,. z 0 x z U,, Lg 2 2 w t-- LL 0 < x L=L) z 0 Imn t z 0 LL. LLJ 1116 Uj -j oo co J IN I IRRIGATION PLAN City of 0 so too 150 feet o PLATTED ubbock NORTH V = 50' TEXAS v_-m AN — I EXISTING SOFTBALL FIELDS EXISTW6 PARKING LOT M1, EXISTING 4' BALL FIELDS X MAINLI TO REMAIN of Lubbock TEXAS LU 27e— x U) Z 0 U 0 C. z 0 in z —1 §&CL UU - 00 D Z 0 L6 W L6 it W -j w IM Is IS < Co -J 0 80 IOD 150 feet NORTH I'- 5a IRRIGATION PLAN SEE SHEEP LLNM 1 s ,I la Ile �?ir 'sip--z• �r---L�i'y� 1. y�II. t Y 2.2' 3' 4' ^ li a 2�Y s 3' N• a a 4 183 $„ 8 r REVISION EQUIPMENT HAS BEEN ADDED '�••`�, 0 50 100 1601.0 oc Lubbk NORTH , -su TEXAS m: Z U0 a � o 0 t O F- (9ZJ0 522wr- LLO 0 J H Z LL w J m W �pi m CO J 99 W m IRRIGATION PLAN ------- SEESHEETtN„ - - - - 10"1 ,.i FUTURE ENTRANCE TO PARK FROM LCP 289 TO BE DONE BY OTHER j—TIE INTO EXISTING B'ASBESTOS ' I t COATED MAINLINE PIPE. CITY OF LUBBOCK TO DISPOSE OF ALL AC PIPE I." Jtj WASTE. CONTRACTOR TO NOTIFY PROJECT Jr 66 BEFORE TIE-IN WORK COAGER AT MMME CES ______________� 11 1 tt it 1 EXISTING Er AC 1 MAINLINE t t t '1 t 1 t t 1 t EXISTING — PUMP HOUSE { oof c Lubbk TEXAS N L00p 289 0 tOD 200 00D feet ► mj%r%="m7 NORTH P = 1 W W e J g 2: V) Z Es O O Ns o F O O W a o a z O l- ot W Z J 2Ir zLL0 a=UZU Lm m m = O LL DO J W m 6 - IRRIGATION PLAN Ul tu- 0 U z 0 0 LU zli z 0 Do pr x Z _j 0 12 < a. W ■Z LL 2 2 LL 0 < x 0 F- 4 D L) z 0 L16 LU L16 LU -j co in Ca s S, co -j j W 'A IRRIGATION SCHEDUL9-11 City of Lubbock TEXAS {; NUMBER MODEL SIZE TYPE GPM HEADS PIPE DESIGN PSI FRICTION LOSS PSI VALVE ELEV 1 Hunter ICV-A-FS-R 3' Turf Rotor 185.40 6 3162 80 2.87 85.64 36.OD It 2 Hunter ICV-A-FS-R 3` Turf Rotor 152.90 6 817.3 80 10.37 92.34 36.00 It 3 Hunter ICV-A-FS-R 3' Turf Rotor 185.40 6 3172 80 2.67 85.64 36.00 ft 4 Hunter ICV-A-FSR 3' Turf Rotor 168.00 6 3232 80 3.50 85.75 36.00 ft P 5 Hunter ICV-A-FS-R 3- Turf Rotor 185.40 6 314.8 80 2.65 85.63 36.00 ft 6 Hunter ICV-A-FS-R 3` Turf Rotor 185.40 6 319.0 80 2.88 85.66 36.00 ft 7 Hunter ICV-A-FS-R 3' Turf Rotor 185.40 6 324-1 80 2.93 85.70 37.00 ft 8 Hunter ICV-A-FSR 3' Turf Rotor 185.40 6 326.9 80 2.95 85.72 37.00 fl 9 Hunter ICV-A-FS-R 3- Turf Rotor 185A0 6 3222 80 2.90 95.68 37.00It 10 Hunter ICV-A-FS-R 3- Turf Rotor 185AO 6 374.0 80 2.96 85.74 38.00 fl 17 Hunter ICV-A-FS-R 3- Turf Rotor 186-40 6 3162 80 2.62 85.39 38.00 ft 12 Hunter ICV-A-FS-R 3' Turf Rotor 165.40 6 307.7 80 2.87 85.45 38.00 ft 13 Hur.ICV-A-FSR 3' Turf Rotor 185.40 6 321.1 80 2.90 85.68 38.00 fl 14 Hunter ICV-A-FS-R 3' Turf Rotor 185.40 6 321.3 80 2.78 85.55 38.00 ft 15 Hunter iCV-A-FS-tt 3' Turf Rotor t88.00 6 3452 80 3.57 85.83 38.00fl 16 Hunter ICV,R-FS-N 3` Turf Rotor 185.40 6 317.8 80 2.87 85.65 38.00It 17 Hunter ICV-A-FS-R 3' Turf Rotor 168.00 6 278.7 80 3.19 85.45 39.00 fl 18 Hunter ICV,A-FS-R 3' Turf Rotor 123.60 4 1982 80 2.22 84.12 39.00 fl 19 Hunter ICV-A-FS-R 3` Turf Rotor 123.60 4 197.3 80 2.23 8413 39.00 fl 20 Hunter ICV,A-FS-R 3' Turf Rotor 123.60 4 224.1 80 2.33 84.23 39.00 It ` 21 HUUer ICV-A-FS-R 3' Turf Rotor 123.80 4 195.7 80 222 84.12 39.00fl 22 Hurter ICV-A-FS-R 3' Turf Rotor 123.60 4 226.7 80 2.33 84.24 40.00 ft 23 Hunter ICV-A-FS-R 3' Turf Rotor 168.00 6 304.1 80 3.39 85.65 40.00 fl 24 Hunter ICV.A.FS-R W TUA Rotor 168.00 6 270.9 80 2.77 85.03 40.00 fl L... , 25 Hunter ICV-A-FS-R 3' Turf Rot. 168.00 6 320.4 80 3.61 8576 40.00 fl 26 Hunter ICV-A-FS.R 3` Turf Rotor 123.60 4 195.5 80 2.22 84.12 40.00fl 27 Hunter ICV-A-FS-R 3` Turf Rotor 168.00 6 312.2 80 3.49 85.75 40.00 ft 28 Hunter ICV-A-FS-R 3' Turf Rotor 154.50 5 257.8 80 1.97 83.95 40.00 ft 29 HUM.ICV.A.FSR 3` Turf Rotor 123.60 4 21573 80 2 83.90 40.BOB 30 Hnnter ICV-A-FS-R 3' Turf Rotor 123.60 4 231.9 80 2.35 84.25 39.00 ft 31 Hunter ICV.A-FSR 3' Turf Rotor 123.60 4 210.9 80 2.24 84.14 39.00 ft !-r 32 33 HunterICV-A-FS-Ft HunterICV-A-FS-R 3' 3- Turf Rotor Turf Rotor 123.60 140.00 4 5 214.6 353.5 80 80 2.29 2.84 84.19 84.74 39.00 It 39.00fl 34 Hunter ICV-A-FS-R 3' Turf Rotor 123.60 4 2042 80 2.25 84.15 39.00 It 35 Hunter ICV-A-FSR 3- Turf Rotor 123.60 4 230.5 80 2.35 94.25 39.00 ft +I 36 Hunter ICV-A-FSR 3' TurfRotor 151.60 5 328.6 80 3.49 85.42 39.00 ft 37 Hunter ICV-A-FS-R 3' Tuf Rotor 115A0 6 323.0 80 2.92 85.69 39.00 fl 38 Hunter ICV-A-FSR 3' Tort Rot. /85.40 6 323.8 80 2.93 95.70 38.00 ft 39 HUM.:CV-A-FSR 3` Turt Rotor 168.00 6 384.0 80 2.97 85.13 38.00 fl 40 Hunter ICV-A-FSR 3' Turf Rotor 84.00 3 211.0 80 2.74 84.64 38.00 ft 41 HUM.ICV-A-FSR 3' Turf Rotor 185.40 6 362.0 80 3.15 85.92 380011 42 Hunter ICV-A-FSR 3' Tuf Rotor 185AG 6 325.1 80 294 85.71 38.00ft 43 Hunter:CV-A-FSR 3` Turf Rotor 18SAG 6 3202 80 2.89 85.87 38.00fl 44 Hunter CVR -A-FS 3' Turf Rotor 123.60 4 198.8 80 2A5 83.694 38.00 It 45 Hunter ICV-A-FSR 3' Turf Rota 154.60 5 269.4 80 2.56 84.55 38.00 It 46 Hunter lCV-A.FSR 3' Turf Raw 154.50 5 261.9 80 2.52 84.50 38.00 It 47 Hunter ICV-A-FSR 3' Turf Rotor 18SAO 6 321.9 80 2.90 85.68 38.00ft 48 Winter ICV-A-FSR 3' Turf Rotor 185.40 6 311.8 80 2.64 85.41 38.00 It i 49 Hunter lGV-A-FS-R 3' Turf Rotor 168.00 6 466.3 80 4.33 86.60 38.00 It I- 50 Hunter ICV-A-FSR 3` Turf Rotor 182.50 6 3182 80 2.49 85.16 38.00 It 51 HUMw ICV.A-FSR 31 Turf Rotor 110.50 3 145.3 80 2.75 94.65 40.00 fl 52 Huller ICV-A-FSR 3' Turf Rotor 123.60 4 198.6 80 2.23 84.12 40.00 ft 53 Hunter ICV-A-FS-R 3' Tmf Rotor92.70 3 167.2 80 2.07 83.97 41.00 It 54 Hunter ICV-A-FSR 3` Turf Rotor 123.60 4 197.6 80 2.22 84.12 41.00 It 55 Hunter ICV-A-FSR 3- Turf Rotor 123.60 4 2262 80 2.33 8423 41.00 It 56 Hunter ICV-A-FSR 3` Turf 188.00 6 283.5 80 2.99 85.25 41.W fl 57 Hunt. ICV-A-FSR 3' Turf Rotor 140.00 5 248.7 80 3.09 84.99 41 .00 fl 58 Hunter ICV-A-FSR 3' Turf Rotor 140.00 5 257A 80 3.14 85.04 41.00 ft 59 Hunter ICV.A-FSR 3` Turf Rot. 140.00 5 263.1 80 3.16 85.06 41.00 fl 60 Hunter lCV-A-FSR 3' Tut Rotor 185A0 8 446.1 80 2.31 85.08 41.00ft 61 Hunter ICV-A-FSR 3' Turf Rot. 123.60 7 447.7 80 2.16 84.06 41.00fl 62 Hunt.ICV-A-FS-R 3' Turf Rot. 110.50 9 469.9 80 3 84.91 41.00fl 63 Hurter lCVA-FSR 3` Turf Rotor 123.60 8 462.1 80 2.23 94.13 42.008 ,.I..; 64 Hung ICV-A-FSR 3' Turf Rota 796.00 7 385.6 BO 4.08 87.22 42.00 ft 65 Hunter ICV-A-FSR 3' Tort Rotor 196.00 7 783.7 80 7.56 90.71 42.00fl 66 Hunter ICV-A-FS-R 3' Turf Rotor 196.00 7 780.5 80 7.52 90.68 42.00It 67 Hurter ICV-A-FS-R 3' Turf Rotor 196.00 7 398.6 80 4.17 87.33 42.00 ft - 68 ICV.A-FS Hwr.R 3' Turf Rotor 110.50 3 275.1 80 2.93 84.83 43.00ft 69 Hunter ICV,A-FS-R 3' Tort Rotor 161.70 6 265.8 80 2.57 04.71 43.00It Lubbock TEXAS a j Sty; I ��ir ii I � r81 o I Know what s below. Call before You dig. Ui H a a` x Ln 0 O € V) oe O W m � S rH Q' o a a Z O fo W W Lo ZJO� 0:22Wr- z UL O 20 H a=UzcYi � Of 0 m f M J ej �i W m r�z! T VALVE SCHEDULES NUMBER 69 MODEL Hurter ICV-A-FS-R SIZE TYPE GPM HEADS PIPE DESIGN PSI FRICTION LOSS PSI VALVE ELEV 70 Hunter ICV.A-FS.R 3' 3' Turf Rota Turf Rota 161.70 140.00 6 5 265.8 257.2 80 80 2.57 3.16 84.71 85.04 43.00 ft 43.00It 71 unt Her ICV-A-FS-R 3" Turf Rota 168.00 6 289.5 80 3.01 85.27 43.00 ft f % 72 Htmt.ICVA-FSR 3' Turf Rota 149.50 5 248.3 80 2.31 84.21 43.00it 73 Hunter lCV-A-FS-R 3^ T. Rota 754.50 5 253.7 80 2.47 84.46 42.00it 74 75 H."'r ICVA-FS-R Hunter ICV.A-fS-R 3' 3" Turf Rota Turt 154.50 5 268.3 80 255 84.54 42.00 ft 76 Hunter lCV-A-FS-R ICVA-FS-R 3' Rota Turf Rota 123.60 168.00 4 6 237.7 287.6 80 80 2.38 321 $4.28 85.47 42.00 R 42.00 R - 77 Hunter 3' T.Rotor 168.00 6 307.4 80 3.42 85.68 42.00R 78 HUM. ICVA-FSR 3' Turf Rota 154.50 5 270A 80 2.56 84.55 42.00ft Yn�rul�Mrs below. Know � 79 Hurter lCV-A-FS-R 3' Turf Rota 123.60 4 237.7 80 2.38 8428 42.00ft �pf�1�4YY 11 80 Hurt.ICVA-FS-R 3' Turf Rota 154.50 5 267.7 80 2.55 84.54 42.00R Call before 87 HuntalCV-A-FS-R 3' Turf Rota 123.60 4 2382 80 2.39 84.28 4200R youdig. 82 HunterI VA-FSR 3' Turt Rotor 154.60 5 269.3 80 2.55 84.55 42.00R 83 Hunter ICVA-FS-R 3' Turf Rota 123.60 4 198.9 80 2.23 94.13 42.00 ft 84 Hurdler iCVA-FSR 3" TUrt Rota 168.00 6 339.4 80 3.65 85.91 42.00ft 85 Hmnt ICVA-FS-R 3' Turt Rotor 154.50 5 258.8 80 2.49 84.48 41.00ft -. 86 Hu t.ICVA-FSR 3' Turf Rota 164.60 5 279.4 80 2.59 84.58 41.00ft W 87 Hunter ICVA-FSR 3' TurfRota 185.40 6 316.6 80 2.85 85.63 41.00ft 88 Hu ter ICVA-FS-R 3' Turf Rotor 164.50 5 259.2 80 2.50 84.49 41.00ft 15 e 89 Hunter ICVA-FS-R 3• Turf Rota 12&60 4 229.7 80 2.36 $4.25 41.00ft 90 Hunter ICVA.FS-R 3' Turf Rota 164.60 5 268A 80 2.68 04.67 41.00ft � 91 92 Hunter ICVA.FS-R HVnteriCVA-FS-R 3' Turf Rota 123.60 4 198.8 80 2.23 84.13 41.00ft z s 93 Hunter ICVA-FS-R 3' TuffRota 123.60 4 1925 80 2.09 83.99 41:00ft O 0 2 94 HunteriCVA-FS-R 3• 3' Turf Rota Turf Rotor 185.40 168.00 6 6 313.7 306.3 80 80 2.44 3.42 85.22 85.68 41.00ft 41.00it o (n a 95 Hunter ICVA-FS-R 3' Turf Rota 185.40 6 351.4 80 3.15 85.92 42.001t 96 Hunter ICVA-FS-R 3' Turf Rotor 140.00 5 25.2 80 2.74 84.64 42:1 it O O ; W _ £ 97 98 HunterICVA-FSR HuMerICVA-FS-R 3• 3' Turt Rota Turf Rota t54.50 123.60 5 4 276.4 189.9 80 80 2.60 2.13 84.59 84.04 42.00fl 40.00 it .y 1' a 99 Hunter lCVA-FS-R 3' Turf Rota 123.60 4 237.1 80 2.38 84.28 40.00ft e 100 Hunter ICVA-FS-R 3' Turf Rota 123.60 4 268.3 80 2.60 84A0 40.00 ft a 101 Hunter ICVA-FS-R 3" Turf Rotor 151.60 5 301.5 80 2.57 84.51 40.00 ft 102 H.lter ICVA-FS-R 3' Turf Rota 123.60 4 240.3 80 2.39 8429 40.00 R 103 Hunter ICVA-FS-R 3" Turf Rota 123.60 4 210.8 80 2.28 84.18 40.00 R 104 H.rt.ICVA.FS-R 3" Turf Rota 151.60 5 274.2 80 326 85.19 40.00 R 105 Hurter ICVA-FS-R 3' TurfRota 185.40 8 SO 2.95 5.72 40.00 R z 106 H. t. ICVA-FS-R 3" Turf Rota 172.20 6 413.7 413.7 80 3.96 $6.30 39.00 R C 107 Htmt.ICVA-FS-R 3" Turf Rota 123.60 4 192S 80 2.16 84.06 39-00A 108 HunteriCVA-FS-R 3" Turf Rota 185.40 6 314.7 80 2.85 85.62 39.00ft F 109 Hunt.ICVA-FS-R 3' Turf Rotor 185.40 6 315.5 80 2.86 85.63 39.00 ft a x 110 Hunt-:rVA-FSR 3' Turt Rota 186.40 6 313.7 80 284 85.62 39.00ft W 10 ill Hunter iCVA-FS-R 3' Turt Rota 154.50 5 278.3 80 2.61 84.59 S.00ft Z J C, 112 Hunter:CVA-FS-R 3' Turf Rota 185.40 6 320.9 80 2.89 85.67 5.00 ft �. Q CL Y 113 Hunt. iCVA-FSR 3' Turf Rota 185.40 6 313.5 80 2.84 85.61 38.00it 114 Hunter ICVA-FSR 3' Turf Rotor 185.40 6 315A 80 2.86 85.63 S.00fl LE O Q x /15 Hunter lCVA-FS-R 3' Turf Rota 185.40 6 313.0 80 2.84 85.61 S.00ft U- f-- 116 117 Hunter ICVA-FSR 3' Turf Rota 154.50 5 284.7 80 2.60 84.63 S.00ft Z V 118 Mounter ICVA-FSR 3' Turf Rotor 154.50 5 279.6 80 2.61 84.60 5.00it U Z V 119 Hunter ICVA-FS-R 3" Turf Rota 185.40 6 314.0 80 2.94 95.62 5.00 ft J W g 120 121 Hunter lCVA-FS-R Hunter CV-FSR 3' 3' Turf Rotor Turf Rotor 164.60 185A0 5 6 294.2 315.5 80 80 2.64 2.86 84.63 85.63 S.00ft 35 00 ft m ' m = W m 122 Hunter ICVA-FSR 3' Turf Rot. 154.50 5 282.5 80 2.63 84.62 35.00ft M I 123 Hun". ICVA.FS-R 3' T.Rota 185.40 6 35.9 80 3.03 85.80 5.00it = Q J 124 125 Hunter ICVA-FSR 3' Turf Rota 185.40 6 317.6 80 2.87 85.65 5.00R 126 Hunter CV-FSR HuM. ICVA-FSR 3• 3' Turf Rota Turf Rota 168.00 185.40 6 8 458.7 4/8.5 80 80 4.88 3.83 87.15 5.47 35 R S.00 R - - 127 HunterICVA-FSR 3" Turf Rota 140.00 5 233.5 80 2.97 84.87 44.00ft {u 129 Hurt. ICVA-FSR 3' Turf Rota 188.00 6 52.6 80 3.37 85.82 44.00fl m -- 129 Hunt 3' Turf Rota /85.40 6 310.9 80 2.66 85.43 44.00ft 15 Hurt. ICVA-FSR 3' Turf Rota 180.40 6 315.6 80 3.62 86.22 44.00 fl 131 Hurter ICVA-FSR 3' Turf Rota 154.50 5 270.5 80 2.56 84.65 44-Gott 132 H-ter ICVA.FSR 3' TurfRotor 140.00 5 245.8 80 3.03 94.93 44.00it ,ad% 133 Hurt. ICVA-FSR 3- Turf Rant 149.60 5 301.3 80 3.54 85AS 44.00 ft- 134 Hinter ICVA-FS-R 3- Turf Rotor 154.50 5 271.0 80 2.56 84.56 44.00 R 135 Hwt.ICVA-FSR 3- Turf Rota 149.50 5 299.6 80 3.51 85.40 44.00B uvR~p -'�- 15 Hunter ICVA-FSR 3• Turf Rota 154.60 5 270.0 80 2.56 94.65 44.00ft �- 137 Hunter ICVA R -FS 3' Turf Rota 149.50 5 301.0 80 3.54 85.44 44.00R VALVE SCHEDULES` Lubboof ck TEXAS NUMBER MODEL SIZE TYPE GPM HEADS PIPE DESIGN PSI FRICTION LOSS PSI VALVE ELEV 138 Hunter ICV-A-FS-R 3' Turf Rotor 140.00 5 243.7 80 3.08 84.98 44.00 ft 139 Hunter ICV-A-FS-R 3' Turf Rotor 154.50 5 271.0 80 2.56 84.66 44.00 ft 140 Hunter ICVA-FS-R 3- Turf Rota 168.00 6 301.0 80 3.38 85.63 44.00 ft 141 Hunter ICV-A-FS-R 3' Turf Rota 149.50 5 301.3 80 3.55 85.45 44.00 ft 142 Hunt. ICV-A-FS-R 3' Turf Rola 154.50 5 270.8 80 2.56 84.56 44.00 ft 143 Hunt. ICV-A- R 3' Turf Rota 149.60 5 300.2 80 3.52 85.41 44.00 ft 144 Hunt. ICV-A-FS-R 3' Turf NOW 154.50 5 271.0 80 2.56 84.56 44.00 ft 145 Hunt. ICVA-FS-R 3' Turf Rotor 149.50 5 2932 80 3.33 86.23 44.00 it 146 Hunt. 1CVA-FS-R 3' Turf Rota 168.00 6 324.3 80 3.62 85.88 "bo it 147 Hunt. ICVA-FS-R 3' Turf Rota 168.00 6 326.1 80 3.63 85.89 43.Wft 148 Hunt. iCVA-FS-R 3' Turf Rota 154.50 5 277.2 80 2.56 84.56 43.00ft 149 Hunt. ICVA-FSR 3' Turf Now 149.50 5 301.3 80 3.54 85A5 43.00ft 150 Hunt.ICVA-FS-R 3' Turf Rotor 154.60 5 270.9 80 2.56 84.56 43.00 ft 151 Hunter CVA-FS-R 3' Turf Rotor 149.50 5 300A 80 3.52 85A2 43.Wft 152 Hunter ICVA-FSR 3' Turf Rotor 140.00 5 244.5 so3.W 84.98 43.00 ft 753 Hunter 3' Turf Rota 140.005 246.6 80 3.09 84.99 43.Wft 164 Hunt. ICVA-FSR 3' Turf Rota 154.50 5 271.1 80 2.66 84.56 43.Wft 155 Hunt. ICVA-FSR 3' Turf Rota 149.60 5 3W.2 80 3.51 85.41 43.00 ft 156 Hunter ICVA.FSR 3' Turf Rota 154.50 5 271.1 80 2.66 84.56 43.Wft 157 HUM. ICVA-FSR 3' Turf Rota 149.50 5 3W.6 80 3.52 85.42 43.Wft 158 Hunter ICVA-FS-R 3' Turf Rotor 154.50 5 271.2 80 2.66 84.56 42.00 159 Hunter CVA-FSR 3' Turf Rota 149.60 5 301.0 80 3.53 85.43 42.00 160 Hunter ICVA-FSR 3' Turf R.or 168.W 6 295.5 80 3.22 85.48 42.W 1 161 Hurd. ICVA-FSR 3' Turf Rota 154.50 5 270.9 80 2.58 84.56 42.W ft 162 Hunt.ICVA-FSR 3' Turf Rot. 149.50 5 300.6 80 3.52 85.42 42.00 it 163 Hunter OVA-FSR 3' Turf Rota 154.50 5 271.0 80 2.56 84.58 42.00 it 164 Hunt. ICVA-FS-R 3' Turf NOW 149.50 5 299.7 80 3.50 85.40 42.00 it 165 Hunter ICVA.FSR 3- Turf Rota 154.50 5 270.9 80 2.58 84.56 42.00 ft 166 Hunter ICVA-FSR 3- Turf Rota 154.60 5 289.9 80 2.67 84.66 41.00ft 167 Hunt. ICVA.FS-R 3- Turf Rota 151.60 5 282.7 80 3.09 85.03 39.Wft 188 Additional Fa Add Aftemate Bid -Hunter ICVA-FS-R 3' O.W 39. W ft 189 Additional For Add ABemeta BidHunter lCVA-FSR 3' 000 40.Wft 170 Addd'wnal ForAdd ABemate Bid -Hunter ICVA-FSR 3' 0.00 41.W It Lubbock TEXAS f l ft E tt u ion Know whaCs below. Call before You dig. W 175 a o' U O o O Ui o a a 0 Of to Z _j a v CL � 2r LL0 Z�x Q=UZU UU.WW Ile W-100m �c0=off Z QMJ J 09 W m VALVE SCHEDULES jj+ � vLLVEBOz vtm COVER.tmnOUn i� � j— Y� SCXb PVC crs = YPStnroPK UIEMLP� �-_�� PVCSW 101EE ORELL �n1 VALVE BOX SECTION G is*5 Lubboof ck TEXAS BERL HUFFMAN IRRIGATION SYSTEM P�sruurrox a.smoc.wns rem PwRn ar nr rtiE emnrsa.Ex z r�nowsensaz ,� mtac wwE or,� aowsEnsonro,� euacvavEosr� EvatnsE+r. sE»soncae ��Ev>rt&N»iEvmE�rxE ROWSENSOft T011& WPfE xtPE �TnE'EVGVSu'.SEnStNt C/AtE amPaoor conxEcraa Pnovom wmt T� nvx sExsat ro � rnE ca+xEa� u FLOW SENSOR INSTALLATION in 1� I Know whars below. Cali before you dW O w 'n 2 Z J 0 ::T �QdYrn ZLLUgF- Q=UZU LLW�O 00 =m~ce) .J M� W €'T IRRIGATION v. A F— �1 TYPICAL SLEEVE INSTALLATION (� TYPICAL REMOTE CONTROL VALVE INSTALLATION SECTION VIEW —N.UIERr AND —UNE— LATERPLP wfflNGINC —T ..-I THE—E "A 0, PLAN MEW L ,J Z TYPICAL TRENCHING of Lubbock TEXAS If WHI Know what s below. Call before you dig. W E x 0 U) z 81 O 0 > W o z f 0 Z Uj C, AT < CL 0: U- 0 < X z LL 0 A cz) 0 LL Uj -i CD ro Ica 0, m co CONTROLLER/ENCLOSURE INSTALLATION xs IRRIGATION DETAILS Revised: SECTION 02500: IRRIGATION SYSTEM 1.1 SUMMARY OF WORK A. The work that the City of Lubbock desires to be performed is as follows: 1. Remove, save, and return to Owner the existing valves and irrigation heads from the areas be irrigated at Berl Huffinan Athletic Complex. 2. Install new wire, piping, valves, and irrigation heads as shown on theplan B. The Contractor shall supply all supervision, perform all work, furnish all labor, tools, materials, equipment, and incidentals necessary to fully and properly perform all work as shown on the plans and described in the specifications. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact. All construction and other work shall be completed in accordance with all governing codes and ordinances, with the best engineering and construction practices, including material manufacturer's recommendations for installation and workmanship, for the skill or trade involved. C. We request that your proposal be made in conformance with the guidelines contained in the specifications and on all plans. The contract shall be awarded to the company with the proposal determined to be the most advantageous to the City of Lubbock (which shall be called owner). 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.3 SECTION INCLUDES A. Quality Assurance B. Irrigation Products C. Product Substitution D. Site Conditions E. Field Quality Control F. Submittals Irrigation System 146 { Revised: G. Handling of Materials H. Trenching I. Tunneling, Jacking, and Boring J. Installation K. Flushing L. Leakage Test M. Wiring N. Testing and Preliminary Inspection O. Inspection/Acceptance P. Clean-up and Adjusting Q. Commissioning 1.4 ADDITIONAL INFORMATION A. All information under General Instructions to Bidder, General Conditions of Agreement, and Special Conditions apply to this section. B. The Bidder shall be prepared to send the Owner a price breakdown of any and/or all items on which he has bid. Price breakdowns will only be requested after the bid opening has taken place. C. These plans and specifications were prepared by City of Lubbock, Park Development, Lubbock, TX (which shall be called Owner). The Owner shall verify all construction stakes for locations of elements at project sites, and give the Owner 48 hours to approve the staking before construction can begin. 1.5 QUALITY ASSURANCE A. Contractor's on Site Responsibilities 1. The Contractor shall take all precautions necessary to protect all existing landscaping, sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done or that may be located adjacent to or in -route across city property to the job site. The Contractor shall rebuild, restore, and make good at his own expense, all injury and damage to same which may result from work being carried out under this contract. 2. The Contractor shall not park or drive any vehicles or equipment beneath the drip line of on -site trees and shrubs. The Contractor and employees shall not park on unsurfaced park property and shall not drive vehicles across city land unless it is directly necessary to deliver materials to the job site. Irrigation System 147 Revised: 3. The Contractor shall take all necessary precautions to ensure the safety of any pedestrians and park users during the demolition, construction, and clean-up operations. The Contractor shall maintain and keep in good repair the work intended under these plans and specifications and shall perform all necessary repair, construction, and renewal to the date of acceptance by the owner. 4. Any utility and irrigation lines shown on plans are for design and construction information only. The depths of utility lines are not guaranteed. i. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities include irrigation systems, and park lighting, all others are public utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the owner is not aware. The owner does not assume any responsibility for any public utilities that are not shown on plans. It is the Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. Park development staff will assist in the design and relocation of utility lines. 5. The Contractor shall be responsible for the protection of unfinished work and shall be responsible for the safety of individuals using the unfmishedequipment. The Contractor shall, at his own expense, furnish and erect such bridges, barricades, fences, lights, and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. 6. The Contractor shall be responsible for all damage to work due to the failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractorat his own 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. 7. The Contractor shall be responsible for removal, hauling, and disposal of all debris and unusable material from proposed construction area and designated sites as shown on plans and in specifications. The owner shall retain the right to any existing materials deemed to have value. 8. The Contractor shall be responsible for inspection of site, to verify the completion of all work as described in the specifications and shown onplans. 9. The Contractor shall furnish and supply all supervision, equipment, and labor necessary to perform excavation, grading, backfill, compaction, and stock piling of material as specified herein and on the plans. 10. Special Guidance Regarding ASBESTOS cement pipe i. Contractor will be responsible for complying with applicable federal and state regulations regarding ASBESTOS cement pipe that may be encountered during excavation. Specifically, no ASBESTOS cement pipe may be intentionally disturbed without appropriate training, certification, engineering controls, and worker safety protections. Waste ASBESTOS associated with the disturbance of ASBESTOS Irrigation System 148 Revised: cement pipe (whether intentional or unintentional) must be removed from the excavation and disposed of properly (wetted, double bagged in 6 mil poly, and transported to an authorized landfill). 11. Procedures to be followed in the event that unexpected asbestos is found or previously non -friable asbestos materials become friable: i. There will be a designated competent person as required by the United States Occupational and Health Administration regulations in 29 CFR, 1926.1101 on site during entire project. ii. All work will stop if unexpected asbestos is found or previously non -friable asbestos becomes friable and the competent person will follow all local, state, and federal regulations. 12. The contractor shall be responsible for the Texas Prevention Legislation. The Texas damage prevention law (Utilities Code Title 5, Chapter 251) took effect October 1, 1998. This law requires excavators to call 48 hours before they dig. Texas Excavation Safety System Inc. (TESS) is a nonprofit corporation formed by member companies to prevent damage to underground facilities. The service is 100 percent free to excavators by calling 1-800-DIG-TESS (344-8377). 13. Any utility and irrigation lines shown on plans are for design and construction information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities are not listed with DIG TESS. .v They include but are not limited to irrigation systems, park lighting and all others are private utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist of public utilities that are not shown on plans. It z is the Contractor's obligation to locate and familiarize themselves with all utilities that are not shown on plans. Damage to utilities will be repaired at Contractor's - expense. 14. All trenching or any excavation shall be a greater distance from the trunk of any plant material than ten (10x) times the diameter of the trunk at twelve (12") inches from the ground. If questions arise, the Contractor shall contact the Owners Representative for clarification. B. Product Delivery, Storage, and Handling 1. Protect all materials from inclement weather: wet, damp, extreme heat, or cold, theft, damage, or vandalism. See construction drawings for laydown lot locations. 2. All manufacturers' labels, installation instructions, and shop drawings shall be in included for each item ordered. C. Equipment Check 1. The Contractor shall, one week after installation of equipment, check that all parts are secure and are in good working condition. rx Irrigation System 149 Revised: 2. Verify the completion of all work as described in the specifications and shown on plans. D. Clean-up 1. Demolition debris shall be removed from the site prior to commencement of construction work. 2. Within three (3) days after completion of the site, the Contractor shall clean, remove rubbish and temporary structures from the site. He shall restore adequately all property, to its original integrity both public and private, which has been damaged during the execution of work, and leave the entire site of the work in a neat and presentable condition. The cost of the "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work shall be done before final acceptance by the owner will be considered. 3. The Contractor shall clean up and dispose of all construction debris, including excavated rock material. The area shall be graded back into existing grade smoothly. 4. All spare parts or other pieces of equipment shall be turned over to the Owner following completion of the project. E. Warranty 1. The Contractor shall guarantee all labor, workmanship, and materials supplied by the Contractor for a period of one (1) year from date ofacceptance. i. Repairs made necessary due to faulty workmanship shall be made promptly by the Contractor at the Contractor's expense. 2.1 IRRIGATION PRODUCTS A. Performance of Specified Material 1. All specifications given for materials are based on the performance of the equipment. This is to assure the integrity and proper hydraulics for which the system is designed. If bid material does not conform to given performance specifications, the bid will be rejected by the Owner based on grounds that proper function of system could not be maintained by using equipment that does not meet the performance specifications required. 2. All material to be new, unused, and current. 3. All material must be a standard product of amanufacturer. 4. The Contractor shall provide performance records to verify equipment capabilities. Irrigation System 150 Revised: B. Materials 1. PVC Pipe i. All polyvinyl chloride pipes shall be class 200, SDR 21 un-plasticized polyvinyl chloride, Type I, Grade I. 2. Polyethylene Line i. All polyethylene line shall be Agricultural Products, Inc. 3/4" polyethylene, OD _ .710, ID = .610, and be made from low density. 3. Fittings i. All pipe must have manufacturer's markings clearly printed on them during installation and face upward/be visible after install. ii. All class 200 pipes must conform to ASTM. D-2241 iii. All lateral piping under four (4) inches shall be solventweld. iv. All mainline piping four (4) inches and larger shall use belled ends orbelled _v couplings using rubber gaskets in twenty- (20) foot laying lengths. v. All fittings for four (4) inches or larger mainline shall be 200 psiGasketed Fittings. a. Ductile iron fittings with restraints shall be used on all portions of the mainline. vi. HARCO or Star ductile iron service tees shall be used at all valves and mechanical joints. vii. All fittings shall be pressure rated for 200-psi maximum workingpressure. viii. Gaskets shall be designed for pressure and vacuum with maximum deflection (ASTM F-477). ix. PVC Fittings: x. Schedule 40 fittings must conform to ASTM D-2466. xi. Schedule 80 fittings must conform to ASTM D-2464. e xii. Three (3) X Four (4) Reducing Male adapters shall not be used. xiii. Install concrete thrust blocks per details. 4. Swing Joints i. Nipples: Schedule 80 with molded threads on both ends, unless specified otherwise in construction detail. Irrigation System 151 Revised: ii. Elbows: (90 degree) Schedule 40 FIPT X FIPT iii. Pre -fabricated swing joints are acceptable as specified Sec. 06, C, 5B iv. Lateral line fittings: Schedule 40 5. Valves i. Quick -coupler Valves a. Rain Bird # 44-RC, 1", Single lug, 2-piece body, heavy cast bronze with Rubber Cover Lid `or approved equal'. b. Standard cover c. The Contractor shall supply the Owner with two- (2) valve keys for each Quick - coupler type. d. Installed with minimum ten (10") inch diameter plastic valve box ii. Section Valve (Hunter ICV Series or `approved equal') a. Sized according to plan b. Direct burial, remote control electric valve normally closed c. Solenoid: waterproof molded epoxy resin construction having no carbon steel components exposed d. Actuator: stainless steel enclosed in a watertight protection capsule with a molded in place rubber exhaust port seal. Spring shall be stainless steel. e. Diaphragm - Dual ported, made of nylon reinforced nitril rubber f. Flow adjustment system g. Cold water working pressure -200 psi h. Heavy-duty glass -filled UV resistant nylon with stainless steel studs and flange brass nuts i. Ball Valve to be place in front of each Section Valve iii. Air Relief Valve a. 2" inlet and 1" outlet brass air relief valve (Vale-Matic Model 801A or approved equal). 6. Valve Boxes i. Valve Box (Ametek or approved equal). Irrigation System 152 Revised: a. Supplied by the Contractor b. To be installed by the Contractor c. Minimum dimensions: 16" x 11" x 12" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required (no bricks shall be used). d. Bolt -in green lid with cover lift holes (rectangular, lid shall have snap lock tab closure). 7. Irrigation Heads i. Specified Head #1: Hunter 125 series (Hunter model #: I-25-06-SS-R) with flow rates ranging between ten (10) and thirty-one (31) gallons per minute, `or approved equal'. a. Irrigation heads shall be turf rotor six (6") inch pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. Dual opposing nozzle. The nozzle and drive assembly shall also be encased in stainless steel. With purple cover for reclaimed water ID. b. Irrigation heads shall be mounted up to one-half (1/2") inch below finished grade. ii. Specified Head #2, Hunter 140 series (Hunter model #: I-40-06-SS-R) with nozzle .. flow rates ranging between twenty-two (22) and thirty-four (34) gallons per minute `or approved equal'. a. Irrigation heads shall be turf rotor six (6") inch pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. Dual opposing nozzle. The nozzle and drive assembly shall also be encased in stainless steel. With purple cover for reclaimed water ID. b. Irrigation heads shall be mounted up to one-half (1/2") inch below finished grade. 8. Control Wiring i. All 24 volt wiring to be 14 AWG-annealed copper, Baron UF, 600 volts, PVC coated UL approved direct burial. ii. All wire to be single stranded, one wire for each electric valve and a common wire. a. 12-gauge Common wire b. 14-gauge Zone wire iii. Flow Sensor wire — EV-CAB-SEN or "approved equal" — 2 conduit or direct burial shielded cable for connecting flow sensors to controllers. Maximum allowable distance is 2000 feet. Irrigation System 153 �a Revised: 6 iv. Communication Cable — EV-CAB-COM or "approved equal" - 2-conductor direct burial shielded cable for connecting controllers. Maximum allowable distance is 2000 feet. v. All control wires to be installed at minimum depth of eighteen (18") inches, with a maximum depth of twenty-four (24") inches and directly alongside any pipe if the same ditch is used. vi. Add yellow and green 14-gauge spare wires looped in mainline ditch. Contractor shall place a minimum of 18" of each spare wire in each valve box. In case of a looped mainline, run spares and common in a full continuous loop. Miscellaneous Equipment i. Wire Connectors shall be DS-400 model as manufactured by Spears, Prefilled Dri- Splice Connector w/Crimp Sleeve or approved equal. ii. Provide moisture -proof connection for underground wiring. iii. Solvent Cementing a. Primer- Weld -On P-68 Purple Colored Only (All pipe and fittings) b. Solvent-1/2" then 1 '/z" Weld -On #705; 2" three-10" Weld-On#717. c. Manufactures Recommendations shall be followed at alltimes. iv. Repair Coupling (Smith Blair, 461-462 Quantum Wide Range Cast Coupling "or approved equal"). a. Gasket: Nitrile (Bursa-N), compounded to resist natural gas, water, oil, acids, alkalis, most (aliphatic) hydrocarbon fluids and many chemicals. b. Follower Flanges: Cast ductile iron per ASTM A-536. c. Sleeve: Cast ductile iron per ASTM A-536.461 Style is 4" to 6.5" in length. 462 Style is 12" in length. d. Washers: Carbon steel per ASTM 633-78, electro-galvanizedfmish. e. Coating: Fusion bonded Flexi-Coat epoxy. £ Bolts and nuts: High strength, low alloy steel, 5/8", to AWWA C219(ANSI A21.11) standards Flexi-coat, fusion bonded epoxy coating. Nuts are perished hexagon, fluoropolymer coated, to prevent galling. v. Thrust Blocks a. Concrete "ready -mix" - 3,000 PSI. in 28 days with number #3 rebar installed. To be placed at all angles and terminal ends of two and one-half (2 %2") inch or greater pipe. To be placed at all angles (90's, 45's, tees) and at terminal ends of pipe. (Refer to Thrust Block Detail) Thrust Blocks must be installed against the Irrigation System 154 Revised: pipe and extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe and fittings to be wrapped in thirty (30) pound felt to protect from movement. vi. Fresh water line shall be no less than schedule 80 and have a six (6') foot minimum horizontal separation from all other underground utilities. Tracer wire is requirement of all fresh water lines. vii. All pipe to have a one (l') foot minimum vertical separation from all non -like utility lines. 2.2 PRODUCT SUBSTITUTION A. Conditions for substitutions (`or approved equal') 1. In the event that the clause `or approved equal' is used in the specifications pertaining to materials, the Bidder desiring to make substitutions for specified equipment shall submit the following: i. Product identification, including manufacturer's name, address, and product literature ii. Product description iii. Product performance and test date iv. Reference standards v. Manufacturer instructions for maintenance andrepairs 2. Request for substitution shall be included with the overall bid and will be considered before contract is awarded. 3. After the contract is awarded, no substitutions will be considered. It will be the Bidder/Contractor's responsibility to assure the availability of specified product or substitution before the bid date. 4. The Bidder shall provide the same guarantee for substitution as for product or method specified. 5. The Bidder shall coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all aspects. 6. The Bidder shall waive all claims for additional costs related to substitution that consequently becomes apparent. 7. The Bidder shall be prepared to send the Owner a price breakdown of any and/or all items on which he has bid. Price breakdowns will only be requested after the bid opening has taken place. B. Substitutions will not be considered if Irrigation System 155 Revised: 1. They are indicated or implied on shop drawings or project data submittals without being formally described in detail as to their differences from whatwas originally specified. 2. Acceptance will require substantial revision of the original layout of theproject. VIUM WMAX X0011 V G 3.1 GENERAL A. Qualifications of Bidder -Licensing 1. The Bidder shall supply the name and license number of the licensed irrigator who is responsible for the project with the bid submittal. The licensed irrigator shall be licensed in the state of Texas and must comply with TCEQ and the standards established by Title 30 TAC Chapter 344. A licensed irrigator or installer shall be on the job site at all times when irrigation work is inprogress. 2. The Owner reserves the right to reject any bid if bidder is not qualified based on the above given criteria. B. Codes and Standards 1. The Bidder shall conform to all local, state, and federal codes andordinances. C. Discrepancies 1. It is the intent of this contract that all work must be completed and all material must be furnished in accordance with the generally accepted practice of the area. In the event of any discrepancies between the plans and specifications or doubts as to the meaning and intent of any portion of the contract, the Owner shall define what is intended to apply to the work. 3.2 SITE CONDITIONS A. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the Owner is not aware. It is the Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at the Contractor's expense. B. Water Supply 1. Meter or other water source already installed C. Electrical Power Supply 1. Meter or other electric source already installed D. Bores / Road crossings Irrigation System 156 Revised: 1. Contractor is responsible for bores and sleeving necessary to go under city streets/utility drives to provide any utility service to the project site. Bored holes shall be of the smallest diameter that will permit installation of encasement pipe. Pipe sleeving under city streets, park roads, and or parking lots shall be 16-gauge smooth steel pipe with a minimum wall thickness of one -quarter (1/4") inch when pipe size is greater than four (4") inch diameter. 2. Irrigation lines crossing sidewalks shall be sleeved with Schedule 40 PVC pipe twice that of the pipe when line is less than six (6") inch diameter. Pipe to be large enough for irrigation pipe and conduit for electrical control wires (if necessary). Notes shown on plans shall over ride specifications. Sleeves shall extend at least two (2') feet out from under the surface structure. 3.3 FIELD QUALITY CONTROL A. Responsibility of Materials 1. The Contractor shall be responsible for all materials furnished by him and shall replace at his own expense all material found to be defective in manufacture or if it - has become damaged in handling after shipment. B. Responsibility of Property 1. The Contractor shall be responsible for the protection and preservation of all plant material, monuments, and structures during installation. Any damage shall be repaired or replaced by the Contractor, at his own expense, to the satisfaction of the Owner. 2. All trenching or any excavation is to be no less than six (6) feet from the trunk of any plant material. If questions arise, the Contractor shall contact the Owner for clarification. C. Barricades and Protective Measures 1. The Contractor shall be responsible for the protection of unfinished work. The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals. He shall also take such other precautionary measures for the protection of persons, property, and the work as may benecessary. 2. The Contractor shall be responsible for all damage to the work due to failure of barricades, signs, and lights to protect it. When damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to of City's certificate of acceptance of the project. 3.4 SUBMITALS A. Shop Drawings Irrigation System 157 Revised: 1. Contractor shall submit shop drawings to the Owner before installation of equipment. Shop drawing to include complete layout and detail drawings illustrating the location and type of all heads, valves, piping circuits, controls, and accessories. B. Maintenance Materials 1. At the completion of the job, the Contractor shall furnish spare parts, special tools, and equipment required to operate and maintain the system. C. Maintenance Data 1. The Contractor shall furnish two (2) copies of parts list and repair manuals for controllers, valves, and heads. D. Project Record Document 1. The Contractor shall prepare "as -built" plans of system after final check. Work to be done with legend describing symbols for equipment in a digital format of AutoCAD or "approved equal'. "As -built" plans shall be accurate. Inaccurate plans will not be accepted. Final payment will not be made until "as -built" plans are submitted and approved by Park Development Staff. 3.5 HANDLING OF MATERIALS A. The Contractor shall exercise care in handling, loading, and unloading of all equipment. All PVC pipe, fittings, and other equipment shall be adequately covered and protected from the elements. Pipe and fittings also shall be transported in such a fashion as to be protected from excessive bending and from external, concentrated load at any point. 3.6 TRENCHING A. Trenches to have straight, flat bottoms and of sufficient depth for irrigation head and operable swing joint. B. Trench Size: 1. Minimum width: Six (6") inches and/or six (6") inches greater than pipe size 2. Minimum cover over installed supply piping: Eighteen (18")inches 3. Minimum cover over installed branch piping: Fourteen (14")inches 4. Minimum cover over installed outlet piping: Fourteen (14") inches 5. Maximum centerline depth main line shall not exceed twenty-four (24") inches at zone valves. 6. Maximum centerline depth of zone valves shall not exceed eighteen (18") inches at zone valves. C. Pipe pulling is not acceptable. D. All trenches and adjoining areas shall be hand raked to leave the grade in as good or better Irrigation System 158 I" Revised: condition than before construction started. E. All settling and low areas that occur within the first twelve (12) months shall be the responsibility of the Contractor to fill and level. F. Trench to accommodate grade changes. G. Maintain trenches free of debris, material, or obstructions that may damagepipe. H. Where rock or other undesirable materials are encountered trenches are to be over excavated by four (4") inches to allow for a four (4") inch layer of finely graded sand under all piping. After the piping is installed, finely graded sand shall be placed around the piping up to a point four (4") inches above thepiping. I. All trenches are to be inspected and approved by Owner before covering. I Trench digging machinery may be used to make trench excavation except in places where operation of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. 1. Contractor shall be responsible for conducting all inspections and examinations necessary to ascertain specific site conditions and proper equipment requirements to complete work that meet the Owner's standards and satisfactory level. Failure to make such investigations and examinations shall not relieve the Contractor from obligation to complete work, in place, as shown on plans. K. The Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the drawings, sufficiently in advance of the trenching to make whatever provision necessary to prevent damage thereto. Extreme care shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. L. There will be no classification of, or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by construction equipment. All excavated material shall be piled in a manner that will not endanger the work or existing structures and which will cause the least obstruction to roadways. M. The Contractor will be required to locate all known utility lines far enough in advance of the trenching to make proper provision for protecting the lines and to allow for any deviations that may be required from the establishment lines and grades. N. It is understood that the piping layout is dynamic and piping shall be routed in such a manner to achieve the intent of the plan. O. Backfill 1. Trenches to be backfilled with the excavated earth from trench work. All rocks and debris to be removed and no item larger than one (1) inch diameter to be placed back in the trench. Backfill is to be compacted and flooded to settle trench. The Contractor shall add more backfill if needed to bring trenches to existing grade. Irrigation System 159 Revised: it 2. Excess trench excavation, not used for backfill, shall be disposed of by the Contractor, and at the Contractor's expense as directed by the Owner. 3. All trench backfill shall be flooded to prevent settling to 95% Standard Proctor Maximum Density. Tamping is required, at road crossings and cross country trails. The material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D698. 3.7 TUNNELING, JACKING AND BORING A. Tunneling, jacking and boring are methods used for waterline placement under restrictive conditions when open cut construction is not allowed. 1. Only straight pipe alignments for both horizontal and vertical alignment are allowed. 2. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities Engineer. 3. Casing pipe shall be a minimum of two standard sizes larger than encased pipe. 4. Casing Pipe thickness shall be: 11 5. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers may be used. 6. Coal tar coating for casing pipe shall conform to AWWAC203. 7. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. B. Slick boring or directional drilling without encasement shall be considered on a case- by - case basis by the Chief Water Utilities Engineer. C. Annular space between casing or uncased pipe and bored hole shall be injection grouted. 3.8 INSTALLATION A. General Information Irrigation System 160 L I Revised: rr1. Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions. 2. Connect to utilities 3. Set outlets and box covers at finish grade elevations 4. Provide for thermal movement of components in system 5. After piping is installed, but before outlets are installed and backfill commences, open valves and flush system with full head ofwater. 6. Dissimilar Materials Piping Joints: Construct joints using adapters that are compatible with both piping materials, outside diameters, and system working pressure. 7. Concrete Thrust Blocks are required at all turns and dead -ends on pipe sizes three (3") inches and over. Pipe of smaller sizes may also require thrust blocks if so directed by the Owner. Concrete shall have a twenty-eight (28) day compressive strength of 3000 psi, minimum. (See Detail). Control wire shall not be encased in the thrust block. 8. Dripline to be Techline CV, Pressure compensating with check valve. As manufactured by Netafim. Emmitter spaceing to be 12" with .9gphoutput. 9. Filters to be manufactured by Netafnn and installed as shown onplan. B. Wiring 1. Wire splices will only be allowed within an accessible control box. Inline direct burial splices will not be allowed. Wire Connectors shall be DS-400 model as manufactured by Spears, Prefilled Dri-Splice Connector w/Crimp Sleeve or approved equal. 2. Provide looped slack at valves and turns in trench to allow for contraction of wires. 3. All wire passing under existing paving, sidewalk, etc., shall be encased in plastic conduit extending at least twelve (12") inches beyond edges of paving or construction. 4. All electrical control wiring shall be wrapped together on 10-feet increments with plastic tape. An electrical wiring schematic shall be furnished with the equipment. C. Laying of PVC Pipe 1. The pipe is to be snaked from side to side of trench bottom to allow for expansion and contraction of the pipe. 2. All foreign matter is to be removed from inside of pipe before joining. Keep clean during laying operations by means of plugs or other approvedmethods. 3. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe shall have firm, uniform bearing for the entire length of each pipeline to prevent uneven Irrigation System 161 Revised: settlement. 4. Do not lay pipe in water, or when trench or weather conditions are unsuitable for work. 5. When work is not in progress, securely close the open ends of pipe fittings so that no trench water, earth, or other substance will enter pipes orfittings. 6. Take up and relay any pipe that has the grade or joint disturbed after laying. 7. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against the vertical face of the trench, but not against rock. 8. Thrust blocks to be used. (See V. Products, B., 12A., ThrustBiocks) 9. Make joints in all threaded fittings by applying Teflon tape on male threads. Use of Teflon dope is prohibited. 10. Where threaded PVC connections are required, use threaded PVC adapters. 11. There shall be no less than nine (9) inches of pipe between any two fittings, except for close nipples used in swingjoints. 12. No cross tees or street ells are to be used at anytime. 13. On cut pipe, all burrs to be removed, tees and pipe to be cleaned, and primer and solvent applied as to standard application process. 14. After pipe has been solvent weld, do not apply water pressure for a time less than that of the manufacture's recommendation, considering current weather conditions. 15. All pipe shall be installed so that manufacture's markings are facing in the up position. 16. Excess PVC Solvent shall be removed from joints before drying to prevent pipe weakening. Pipe connections made with excess solvent will not be accepted. 17. Solvent welding will not be permitted if weather conditions prevent joints from remaining free of dirt or moisture, while the joint is being made. Also, if the temperature is below that specified by the pipe or solvent manufacturer's recommendations. 18. The Owner must be given twenty-four (24) hour notice before the pipe trenches are covered so that Landscape Architect may be present for inspection. After the pipe system has been inspected and approved, trenches may be closed. 19. All pipe shall have a one (l') foot minimum vertical separation from all utility lines in close proximity. D. Installation of Valves (gate, double check, and sectionvalves) 1. Install all new valves on a level grade with the mainline. Valve boxes shall extend a Irrigation System 162 Revised: 3 minimum of three (3") inches below bottom of valve. Valve box extensions shall be used as necessary and shall be compatible with the valve box. 2. After installing valves and valve boxes, backfill holes with a three (3") inch minimum washed gravel, three-quarters (3/4") inch size up to bottom ofvalve. Quick -coupler valve to be installed on swing joint. Top to be flush with finish grade. E. Irrigation Heads 1. All irrigation heads to be installed at spacing indicated on plans. 2. Irrigation heads installed on swing joint assemblies shall be installed so that the top of head is slightly above ground level to allow for settling. i. Swing Joints: e. Swing joints shall be used on all rotary gear driven irrigation heads and shall be of the same diameter as the inlet opening and shall have a twelve (12") lay length. f. Pre -manufactured swing joints shall be used as manufactured by Lasco, swing joint shall be schedule 80t, Lasco G132-412 noexceptions. 3. All irrigation heads to be set to property arc by the Contractor. 4. All irrigation heads to be installed six (6) inches from existing and/or proposed fence line. 3.9 FLUSHING A. The mainline and valves will be flushed after installation. Full working pressure must be used to flush all lines. On a loop system the two valves the greatest distance from the water source will be opened. On any other configuration of mainline, the last valve on each mainline will be opened for flushing. The Landscape Architects must be given twenty-four (24) hours' notice before flushing begins so they may be present for inspections. After mainlines have been inspected and flushed, the lateral lines may be installed. B. The lateral lines will be flushed just before head installation. The flushing procedure will consist of pointing all swing joints away from ditch line to prevent contamination. Next, open the valve with full working pressure and begin capping each swing joint with a threaded cap, beginning with the swing joint closest to the valve and ending with the swing joint the greatest distance from the valve. Twenty- four (24) hour notice must be given to Landscape Architects for inspection. C. Flush pipes until free of all rock, dirt, trash, pipe shavings, anddebris. 3.10 LEAKAGE TEST A. After pipe is laid, line to be pressurized and all air expelled from line at highest point of each section. Irrigation System 163 Revised: B. Each line to be inspected for leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with good material. 3.11 WIRING A. All wiring shall be Type UF, copper direct bury type made for the irrigation industry. Wiring shall be color -keyed: 12 ga. white for ground, 14 ga. red for operation of equipment, and an eighteen inch (18") loop in each valve box of a 14 ga. green and a 14 ga. yellow spare. B. Tracer wire and warning tape shall be installed with all fresh water piping. Tracer wire 16 Gauge CU. shall have the insulation removed for at least six (6") inches every thirty (30') feet of run. Potable Water Warning tape shall be run at half the depth of the top of the pipe. C. Control wires from controller to valves shall be laid in irrigation head line trenches (if applicable -wiring to be installed along wiring route onplan). D. Control wires to be taped together every ten (10) feet alongtrench. E. Expansion loops shall be made at every turn in the trench and every 50-foot length of wire run by wrapping at least five (5) turns of wire around a one (1) inch rod or pipe. Next, withdraw the rod leaving turns in wires F. All wire connections or splicing work shall have moisture proof connectors, and their location must be denoted on the as -built plan. Contractor shall minimize amount of splices. G. Extra yellow and green wires shall be installed in mainline ditch. H. Common valve wiring shall be white through entire system. I. Section valve wiring shall be red through entire system. White wire may not beused as section wire. 3.12 TESTING AND PRELIMINARY INSPECTION A. Testing Procedure 1. Do not allow any of the work in this section to be covered or enclosed until it has been inspected, tested and approved by the Owner or Landscape Architect. 2. Prior to backfill, the main line and with control valves in place but before the lateral lines are connected, completely flush and test the mainline. 3. Fill the main line with water for a twenty-four (24)-hour period prior to testing. 4. Pressure test main lines with 100 psi for a period of two (2) hours. Allowable leakage shall be as determined by the formula listed in AWWA C600. i. The Owner will witness and approve all tests. Notify the Owner at least twenty-four Irrigation System 164 Revised: (24) hours in advance of all testing. 5. Provide all testing equipment and personnel required to complete the testing procedure (Repeat testing as required) 6. Flush, clean, adjust, and balance all systems. 7. Adjust heads for proper coverage. 8. Potable Water Lines: Hydrostatic test for six (6) hours at 150 psi. There shall be no leaks whatsoever. 9. Backflow preventer shall be tested and certified, and three (3) copies shall be provided; one to the owner, one to the water purveyor, and one to remainwith the tester as required by local, state, and federal codes andordinances B. Preliminary Inspection 1. When all initial installation is done and all incidentals necessary to the proper function of the system is done, the Contractor shall request the Owner to walk through system and visually check the operation of the system. At this time the Owner and the Contractor will discuss repairs that may need to takeplace. 3.13 INSPECTION/ACCEPTANCE A. Final Inspection 1. After preliminary inspection has taken place and all corrections and repairs have been completed by the Contractor, the Contractor and the Owner will againwalk through system to check operation. This procedure will be repeated until system operates to the Owner satisfaction. At this time the Owner will accept system from the Contractor. An acceptance form will follow from the Owner to the Contractor. 3.14 CLEAN-UP AND ADJUSTING A. Removal of Site Debris 1. The Contractor shall: i. Make final clean-up of all parts of work. ii. Remove all construction material and equipment. iii. Prepare the site in an orderly and finished appearance. iv. Remove from site any rock or extra dirt that resulted from this and restore site to its original condition. v. Flush dirt and debris from piping before installing irrigation heads and other devices. Irrigation System 165 Revised: vi. Adjust automatic control valves to provide flow rate of rated operating pressure required for each irrigation head circuit. vii. Carefully adjust lawn irrigation heads so they will be flush with, or not more than one-half (1/2") inch below finish grade after completion of landscape work. viii. Adjust settings of controllers and automatic control valves. ix. The Contractor will be required to remove all construction debris from the site. Final clean up by the Contractor must be acceptable to the Owner. 3.15 CONMSIONING A. Starting Procedures 1. Follow manufacturer's written procedures. If no specific procedures are prescribed by proceed as follows: i. Verify that specialty valves and their accessories have been installed correctly and operate correctly. ii. Verify that specified tests of piping are complete. iii. Check that irrigation heads and devices are correct type. iv. Check that any damaged emitters, valves and devices have been replaced with new materials. v. Check that potable water supplies have correct type backflow preventers. vi. Energize circuits to electrical equipment and devices. vii. Adjust operating controls. 2. Operational Testing i. Perform operational testing after hydrostatic testing is completed, backfill is in place, and emitters are adjusted to final position. B. Demonstration 1. Demonstrate to the Owner that system meets coverage requirements and that automatic controls function properly. 2. Demonstrate to the Owner's maintenance personnel operation of equipment, irrigation heads, specialties, and accessories. Review operating and maintenance information. 3. Provide a seven (7) day written notice in advance ofdemonstration. C. Guarantee Irrigation System 166 Revised: 1. The Contractor shall: i. Make all needed repairs or replacements due to defective workmanship or materials for exactly one (1) years following date of final acceptance. ii. Be responsible for all expenses necessary for repairs andreplacement. - iii. Pay all expenses incurred if the Contractor fails to act upon a request from the Owner for repairs to system. If the Contractor fails to do work within ten (10) days after request has been made by the Owner, the Owner will proceed with repairs and charge all expenses to the Contractor. iv. Pay for expenses incurred to project due to vandalism prior to final acceptance. Owner shall pay for all expenses incurred due to vandalism after final acceptance. END OF SECTION Irrigation System 167 Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 19-14452-JM Berl Huffman Improvements 1. ✓ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Signatures must be original, in blue or black ink,, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. t/ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a / bid surety WILL result in automatic rejection of your bid. 3. t/ Complete and sign the CITY OF LU13BOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS 5. Clearlymark the bid number, title due date and time and our company name n y p y a e and address on the ,.� outside of the envelope or container. 6. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 8. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 10. Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel it. V Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 12. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 13. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Co pany Name) I 1 Page Intentionally Left Blank I H 1. 2. 3. 4. 5. 6. 7. 8. 9. r 10. 11. 11. 12. 13. 14. i INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-7. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES GENERAL CONDITIONS OF THE AGREEMENT CITY OF LUBBOCK WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors I%CI<MVJTUil --, Sealed proposals addressed to Marta. Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on January 3, 2019, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: BERL HUFFMAN IRRIGATION After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 PM on January 3, 2019, and the City of Lubbock City Council will consider the proposals on January 22, 2018, at the 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 proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT MTERNET ACCESS may use computers available at most public libraries. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror 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 proposal submitted. There will be a non -mandatory pre -proposal conference on December 26, 2018 at 11:00AM, in the City of Lubbock, Purchasin and Contract Management Office Room 204 162513th Street Lubbock TX 79401. I Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each 3 offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, 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 - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, .Marta Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT H GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE y The City of Lubbock is seeking written and sealed competitive proposals to furnish BERL HUFFMAN IRRIGATION per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM, January 3, 2019, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 19-144524M, BERL HUFFMAN IRRIGATION" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 11:00AM, December 26, 2018, in the City of Lubbock, Purchasing and Contract Management Office, Room 204.1625 13th Street. Lubbock. TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. -; 3.2 _ Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. 1 :,I 5 At the request of the proposer or in the event the Director of Purchasing and Contract Management deems the interpretation substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasingand Contract Management Office will be available over the Internet at g http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and equipment requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 9 9 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. - f 19 i if } m! 5.2 The issuance of this RFP 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 proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. A 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer 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 proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 13 14 PROPOSER INOUIRIES AND CLARIFICATION OF REOUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Jessie Montes, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: JMontes(cr�,mylubbock.us Bidsync: www.bidsync.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 180 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will NOT be permitted to prosecute the work in the order of his own choosing, due to soccer scheduling. Please note the schedule on the construction documents. The City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 4 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 construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 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 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 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 61 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer 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 proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has - knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's 6 l 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 EXPLOSIVES _z 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish y the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer 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 proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. i .._ 7 1 i i1 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's - Representative to do such work. The final decision on whether to allow construction work p 1_ requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to ' each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. rJ 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly__ authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with thetj proposal. The proposal shall be executed in ink. 8 i { i' c A 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal "RFP 19-14452-JM Berl Huffman Irrigation" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that 4 has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE . 4 MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: q. (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the I obligations of the contract and to complete the work described therein. Evaluation of the proposer's f qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. �- (b) The ability of the proposer 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 proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 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 municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 40 points for Price, 30 points for Contractor Qualifications, 5 points for Safety Record Questionnaire, 20 points for Construction Time, and 5 points for attendance of pre proposal meeting. The selection criteria used to evaluate each proposal includes the following: 32.1 40 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and , dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. T- 1 32.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of 10 �4 Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5 POINTS SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.4 20 POINTS CONSTRUCTION TD4E: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value for the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score. 32.5 5 POINTS ATTENDANCE OF PRE -PROPOSAL MEETING: This criterion is objective and evaluators will give full credit or no credit based on the attendance of the pre -proposal meeting. With the complexity of the scope and breadth of this project, there are important details that will be described and potentially discussed at the pre -proposal meeting that could impact the bidding process and understanding of the project. 32.6 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.7 The estimated budget for the construction phase of this project is $1,140,870 32.8 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 34. 35 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.~' 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but r , may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " T •CC I' ' _• I_ I 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE rJ CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. ! E 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage 12 Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work { is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not x less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 13 Paae Intentionally Left Blank TEXAS GOVERNMENT CODE 4 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later re than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. I Paae Intentionally Left Blank I I I I if I w PROPOSAL SUBMITTAL FORM I Paae Intentionally Left Blank H I m m I Revised PROPOSAL SUBMITTAL FORM 1 UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 19-14452-JM Berl Huffman Irrigation Proposal of I called Offeror) 6L . (hereinafter To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Berl Huffman Irrigation having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE BERL HUFFMAN IRRIGATION BASE BID: Demolition and removal of designated items. f+D 1 Include all necessary incidentals to complete the LS 1 $- work. d Installation of new irrigation equipment site -wide, 2 listed on plans and specifications. Include all LS I $g��` �i, ~- necessary incidentals to complete the work. Trenching and borings throughout sites as depicted 3 on plans. Include all necessary incidentals to LF 1 $ 3 3Y10W. ` complete the work. Set-up of all electrical services where depicted on, 4 plans. Include all necessary incidentals to complete LS 1 $ '1 D00. the work. ` Set-up and removal of all safety equipment 5 throughout duration of project. Include all LS 1 $ c� necessary incidentals to complete the work. Turf re-establishment of all disturbed areas and new 6 soccer fields with seed drill. Fine grading and clean LS I $ up as required. Include all necessary incidentals to IVM complete the work. TOTAL (ITEMS 1-6) $ It 2-)1 low , — Revised F. ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE BERL HUFFMAN IRRIGATION ADD ALTERNATE l: Installation of approx. 1,012 LF of 10" C900 1 mainline. Include all necessary incidentals to LS 1 $ complete the work. o ADD ALTERNATE 1 TOTAL (ITEM 1) CIO $ ITEM DESCRIPTION UNIT I ESTIMATED UNIT PRICE NO. QUANTITY BERL HUFFMAN IRRIGATION ADD ALTERNATE 2: Installation of 3 additional valves to be capped for 1 future use. Include all necessary incidentals to LS 1 complete the work. ADD ALTERNATE 2 TOTAL (ITEM 1) $ C ITEM DESCRIPTION UNIT I ESTIMATED I UNIT PRICE NO. QUANTITY BERL HUFFMAN IRRIGATION ADD ALTERNATE 3: Supply 100 additional I-40 heads fitted with #28 1 dual opposing nozzles for repair and maintenance LS 1 $ -- purposes. ` ADD ALTERNATE 3 TOTAL (ITEM 1) $ -7 QhOfferor's Initials I 1 Revised T-F rEM NO. DESCRUMON UNIT ESTIMATED QUANTITY UNIT PRICE BERL HUFFMAN IRRIGATION ADD ALTERNATE 4: Installation of a 2-wire irrigation system using a stainless steel wall mount cabinet DX3 irrigation I controller by Rain Master Control Systems. Include LS 1 , 5 0 all necessary materials, hardware, and equipment to complete the work. gzoT ,GBH ALTERNATE 4 TOTAL (ITEM 1 ) Total: $1,330,176 PROPOSED CONCSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: LDP to Substantial Completion) TOTAL CALENDAR DAYS: I � C', (to Final Completion) (not to exceed 120 days to Substantial Completion / 190 days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specificd in a written 'Notice to Proceed" of the Owner and to substantially complete the project within 120 Consecutive Calendar Days with final completion within 180 Consecutive Calendar Days as stipulated in the specification and other contract documents. OtTeror hereby further agrees to pay to Owner as liquidated damages in the sum of S150 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. Offeror's Initials Revised The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially 1 complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials 9 9 Revised Enclosed with (his proposal is a Cashier's Check or Certified Check Enclosed with this proposal i a Cashier's Check or Certified Check for 0JA _ Dollars ($ or a Proposal Bond in the sum of ;j.$o Dollars which it is agreed shall be collected an etained by the er as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date i I -14 Addenda No. Datej;L a --I - !j Addenda No. Date Addenda No. Date M/WBE Firm: I 1 Woman American Date: ' 3 omIq AuthorEed Signature (Printed or T e Name) Co jjgj0 Address Ci* County , "S -),q qxq State Zip Code Telephone: 90(a Fax: -- - Email: iwr.r►��},,f �fiMu i. tav� FEDEi06NAX ID or SOCL4L SECURITY No. 0V an I Native American I Other I BID BOND KNOW ALL MEN BY THESE PRESENTS, that we TURFMASTER IRRIGATION AND LANDSCAPING INC. as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto CITY OF LUBBOCK as obligee, hereinafter called the Obligee, in the sum of FIVE Percent (5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for BERL HUFFMAN IRRIGATION. RFP 19-14452-JM. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 3,d day of JANUARY, 2019. TURFMASTER IRRIGATION AND LANDSCAPING. INC. (Principal) BY: TITLE: SureTec Insurance Company BY�j) LA MARLA HILL, Attorney -in -Fact SureTec Bid Bond.doc Rev 1.1.06 POA t#: 4221762 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know AU Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Howard Cowan, Marla Hill its true and )awful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recogaizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Five Million and 001100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2014 of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 18th day of July A.D. 2018 SURETEC INS ANY vI X NC�C% B to r 'q �L y: w ` W a= John Kno , CE J State of Texas ss: .. - County of Harris •• On this 18th day of July , A.D. 2018 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. , JACGUELYN GREENLEAF 5 o t4otary Public, Stag of texas Comm. Expires 05-18-202 i _ �v Notary ID 1,26903029 Tacq elyn Greenleaf, Notary Public My commission expires May 18, 2021 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 3RD day of JANUAR 2019 A.D. . Bred Beaty, A istadt S tary Any instrument issued in excess of the penalty stated above is totally void and without any validity. l For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST. l Paue Intentionally Left Blank Q I It City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Con or (Print) CONTRACTOR'S BUSINESS NAME: (Print or Type) CONTRACTOR'S FIRM ADDRESS: 1 I q'© - Gi AL) e-- L,64-bb�Li), NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the Citv of Lubbock at (806) 775-2572. RFP 19-14452-JM — Berl Huffman Irrigation �rs� I Page Intentionally Left Blank H. I m I t_ _- Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Turfmaster Irrigation and Landscaping, Inc. w Organization Doing Business As: Turfmaster Irrigation and Landscaping, Inc. Business Address of 11410 Trafalgar Ave Principle Office: Lubbock, TX 79424 Main Number: 806.407.5806 Fax Number: N/A Cell Number.' 806.787.3767 Web Site Address or Email. jimmyturfmaster@gmail.com Form of Business (Check) X A Corporation _ A Partnership _ An Individual Date of Incorporation: July 26, 1996 State of Incorporation: Texas Chief Executive Officer's Name: N/A President's Name: Jimmy Schneider Vice President's Name(s): N/A Secretary's Name: Kathy Schneider Treasurer's Name: N/A Date of Organization: N/A State whether partnership is general or limited: N/A Name: N/A Business Address: N/A None Average Number of Current Full Time Employees: Average Estimate of Revenue for the Current Year Business Address of Turfmaster Irrigation and Landscaping, Inc. L-1 $2,250,000.00 Regional Office: N/A Name of Regional Office Manager.' N/A Telephone Numbers: N/A Main Number.- N/A Fax Number N/A Web Site Address: N/A List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: N/A Names of Organization: N/A List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization: N/A Percent Ownership: N/A Turfmaster Irrigation and Landscaping, Inc. Years experience in projects similar to the proposed project. 16 years As a General Contractor. 12 years As a Joint Venture Partner. N/A Current Contractor Experience 22 years Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. Has this or a predecessor organization been released from a bid or proposal in the past ten years? No If yes provide full details in a separate attachment. Has this or a predecessor organization ever been ., disqualification as a bidder or proposer by any local, state, or federal agency within the last five years? No If yes provide full details in a separate attachment. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. Turfmaster Irrigation and Landscaping, Inc. l Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart as an attachment to this description. The President, of Turfmaster Irrigation and Landscaping, Inc. Jimmy Schneider manages the day to day operations of the company. He manages the financial activities, estimating, long term planning, payroll, human resources, and any other duties required to run the company. The company Secretary, Kathy Schneider assists President with managing these office activities. The company currently has 2 Field Superintendents, (Chris Sambrano and Anthony Rios) who manage the daily operations of the project they are currently working on and they report to the company President. The President and the Field Superintendents make decisions about specific project schedules, equipment requirements and labor utilization. The company Field Superintendents and the President also coordinate any subcontractors used on the project and are both responsible for quality control of subcontractors and company employees. (Chart Attached) l . Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and altemates. Include this chart as an attachment to this description. l , The President of Turfmaster Irrigation and Landscaping, Inc., Jimmy Schneider, and Tracy Wallace of Wallace Sprinklers, Inc. will oversee the management activities, insurance requirements and financial management of the project. The company Secretary, Kathy Schneider will assist with managing these office activities. The company Field Superintendents, from Turfmaster Irrigation and Wallace Sprinklers will manage the daily operations of the project with the assistance of the Mr. Wallace and Mr. Schneider. Together they will make decisions about the project schedules, equipment requirements and labor utilization. Mr. Wallace and Mr. Schneider will coordinate with subcontractors and suppliers. Jet Landscape and Irrigation, Inc. and JSL Landscape, Inc. will be assisting with the irrigation installation. R & R Ditching, Inc. will be our subcontractor for hauling sand, topsoil, and rock spoils. We have also reached an agreement to purchase all our irrigation equipment for Watermaster Irrigation Supply. Mr Wallace and Mr. Schneider have joined forces for this project and will bring together a team of Lubbock companies with decade of experience, strong ties to the community and unmatched reputations for quality workmanship. (Chart attached) w Normal Company Management Structure Jimmy Schneider President Chris Sambrano Anthony Rios Field Field Superintendent Superintendent Foreman Employees Kathy Schneider Secretary Sub -contractor Proposed Management Structure Berl Huffman Irrigation Tracy Wallace Jimmy Schneider Wallace Sprinklers, President Inc. Kathy Schneider Secretary Wallace Sprinkler Anthony Rios Field Field Superintendent Superintendent Employees Employees Subcontractors Suppliers Turfmaster Irrigation and Landscaping, Inc. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. (See Attached) Role Project Managers: Project Superintendent. Assistant Project Superintendent: Project Safety Officer. Quality Control Manager. Assistant Quality Control Manager. Primary Candidate Jimmy Schneider and Tracy Wallce Anthony Rios Wallace Sprinklers Jimmy Schneider and Tracy Wallace Jimmy Schneider and Tracy Wallace Anthony Rios Turfmaster Irrigation & Landscaping, Inc.' P. O. Box 628 863-3423 Wolfforth TX 79382 Lic. #5399 Key Personnel Jimmy Schneider, Turfmaster Irrigation and Landscape, Inc., President Licensed Irrigator #5399 24 years experience in landscape irrigation in the Lubbock area. Manages all aspects of Turfmaster Irrigation References: Charles Leatherwood, Director Texas Tech Grounds Maintenance 806,834.5468 Lionel Plummer, Director Park Development, City of Lubbock 806.775.2665 Derek Cobb, Facilities Director Frienship ISD 806.928.7509 Joe Gillespie, Ground Maintenance Director Cooper ISD 806.789.0273 Tracy Wallace, Wallace Sprinklers, Inc., President Licensed Irrigator #1073 35 years experience in landscape irrigation in the Lubbock area. Manages all aspects of Wallace Sprinklers References: Charles Leatherwood, Director Texas Tech Grounds Maintenance 806.834.5468 Lionel Plummer, Director Park Development, City of Lubbock 806.775.2665 Texas Tech University Athletics Department. Anthony Rios, Project Superintendent 7 years experience in landscape irrigation, commercial projects Excellent small equipment operator Manages commercial irrigation crews of 3 to 7 workers References: Joe Gillespie, Ground Maintenance Director Cooper ISD 806.789.0273 Lionel Plummer, Director Park Development, City of Lubbock 806.775.2665 Turfmaster Irrigation and Landscaping, Inc. Name of Individual. Jimmy Schneider Years of Experience as Project Manager.' 24 years Years of Experience with this Organization: 22 years Number of similar projects as Project Manager: 10 projects Number of similar projects in other positions: 6 - Project Superintendent Current Project Assignments: % of time used Est. Project for this project. Completion Date: Crow Dupree and Leftwich Irrigation 20% April. 2019 Jennings Walking Trail 30% April 2019 TTU Health Science Center 30% Oct. 2019 Plainview Business Park 20% March 2019 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name: ,, Title/ Position. - Organization: Telephone: E-mail. Project: Candidates role on Project: Name: Title/ Position: Organization: Telephone: E-mail: Project: Candidates role on Project: Brent Clifford Senior Landscape Architect Parkhill, Smith & Cooper, Inc. Lubbock, Texas 806.473.2200 BCliffordCa)TEAM-PSC.com Levelland OXY Sports Complex Project Manager Charles Leatherwood Director of Ground Maintenance Texas Tech University 806.834.5468 charles.leatherwoodOttu, edu TTU Honors Hall Project Manager r�' 11 Turfmaster Irrigation and Landscaping, Inc. Name of Individual: Tracy Wallace Years of Experience as Project Manager.* 35 years Years of Experience with this Organization: 35 years Number of similar projects as Project Manager 15 projects Number of similar projects in other positions: 6 - Project Superintendent Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name: Brent Clifford Title/ Position: Senior Landscape Architect Organization: Parkhill, Smith & Cooper, Inc. Lubbock, Texas Telephone: 806.473.2200 E-mail. BClifford(c-b-TEAM-PSC.com Project: Levelland OXY Sports Complex Candidates role on Project. Project Manager Name: Charles Leatherwood Title/ Position: Director of Ground Maintenance Organization: Texas Tech University Telephone: 806.834.5468 E-mail. charles.leatherwood@ttu, edu Project: TTU Honors Hall Candidates role on Project. Project Manager i Turfmaster Irrigation and Landscaping, Inc. Name of Individual. Anthony Rios Years of Experience as Project Superintendent: 5 years Years of Experience with this Organization: 7 years Number of similar projects as Superintendent: 2 projects Number of similar projects in other positions: 8 - Project Foreman Current Project Assignments: % of time used Est. Project for this project: Completion Date: Crow Dupree and Leftwich Irrigation 70% April 2019 Standard Sales 30% April 2019 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name: Joe Gillespie Title/ Position: Grounds Maintenace Director Organization: Lubbock Cooper ISD Telephone: 806.789.0273 E-mail: JGillispieaa Icisd. net Project: Cooper East Elementary Candidates role on Project: Project Superintendent Name: Lionel Plummer Title/ Position: Director of Park Developement Organization: City of Lubbock Telephone: 806.775.2665 E-mail. LPlummer(a) mail. ci_ lubbock. tx. us Project: Clapp and MacKenzie Dog Parks Candidates role on Project. Project Superintendent r j Turfmaster Irrigation and Landscaping, Inc. City of Lubbock, Parks Irrigation Groundwater Conversion Phase I Completed: 12-1-2006 The project consisted of making connections to new irrigation water wells and installing the piping to a new well house. We installed automatic filtration, pressure controls, and backflow prevention equipment in the well house and then connected the well water to existing City park irrigation systems. The final step in completing each park was to return each park to its original condition by fine grading, seeding and/or sodding areas affected during the construction. Project Cost: $571,000.00 2. City of Lubbock, Parks Irrigation Groundwater Conversion Phase II Completed: 5-1-2007 The project consisted of making connections to new irrigation water wells .. and installing the piping to a new well house. We installed automatic filtration, pressure controls, and backflow prevention equipment in the well house and then connected the well water to existing City park irrigation systems. The final step in completing each park was to return each park t . to its original condition by fine grading, seeding and/or sodding areas affected during the construction. r Project Cost: $346,000.00 3. Texas Tech University, Health Sciences Center, Clinical Tower/Research Center Completed: 1-15-2008 The project irrigation consisted of connecting to an existing water meter, backflow prevention, booster pump, installing sleeves, installing valves, pop-up sprinklers, rotor sprinklers, drip irrigation zones with filtration and installation of drip irrigation on newly installed plant material. -The landscaping consisted of plant bed preparation, installing top soil in the planting beds, fine grading, decomposed granite paving, tree and shrub installation, granite mulch, seeding and sod installation. Project Cost: $487,000.00 11, t> Turfmaster Irrigation and Landscaping, Inc. 4. City of Lubbock Youth Sports Complex Completed: 10-15-08 The irrigation consisted of connecting to an existing water meter, backflow prevention, 800 GPM booster pump, installing sleeves, installing valves, 8 irrigation controllers with radio communication and system flow monitoring, rotor sprinklers and drip irrigation zones for future use. Project Cost: $661,000.00 r 5. Lubbock Economic Development Alliance, Lubbock Business Park Phase I Completed: 4-20-2010 The project irrigation consisted of connecting the backflow prevention, booster pump, 5000' of 8" main line, installing sleeves, installing valves, pop-up sprinklers, rotor sprinklers, drip irrigation zones with filtration and installation of drip irrigation on newly installed plant material. The landscaping consisted of plant bed preparation, installing top soil in the planting beds, Pavestone retaining walls, trees, shrubs, Enka -mat erosion control system with Flex-tera hydro -mulch, fine grading and seeding Project Cost: $569, 000.00 6. Texas Tech Rawls College of Bussiness Completed: 2-15-12 The project consisted of installing a new irrigations system, 20,000CY of topsoil, storm water retention ponds and numerous raised planters. The landscaping was extensive, with large trees, specialty construction planting soils, court yard planters with massive Greenscreen trellis'. We also installed several acres of sod with fine grading and drainage. Project Cost $889,680.00 7. Clapp Park Irrigation ` Completed: 4-15-12 This project included complete new irrigation systems for the entire Clapp Park complex. The Arboritium, Memorial Garden, Baseball Field currently being used by Trinity Christian School, Safty City, Clapp Pool and all the park land. We also installed a new 6" water line to fill Clapp Pool. We j added a new city water line to complete a loop and so the City of Lubbock could add a new water meter for the irrigation system. Additionally we installed conduits for lighting for the new football fields. �( The scope of this project was so large that Turfmaster Irrigation and Wallace Sprinklers joined forces for Clapp Park and we hired irrigation subcontractors to help us complete the project. Project Cost: $1,003,120.00 �I Turfmaster Irrigation and Landscaping, Inc. 8. Lubbock ISD Junior High Running Tracks and Football Practice Fields Completed: 2-15-16 LISD removed the existing football practice fields at 8 of the District's Middle Schools. They hired a contractor to build new running tracks at each Middle School. The track contractor built new football fields inside the tracks. Wallace Sprinklers and Turfmaster teamed up to install new irrigation systems inside the tracks on the new football fields and also install new irrigation outside the tracks to complete the irrigation on the school property. We completed seven schools the first summer. We installed new sod on all the football fields on schedule, so the schools could use the new fields for football when school started. We seeded all the exterior areas. LISD used 2 wire controllers on all the new projects. Project Cost: $1,272,800.00 9. Texas Tech University New Football Practice Fields Texas Tech Sports Performance Center Completed 7-15-18 Wallace Sprinklers was the irrigation contractor for the new TTU Football Practice Fields as well as the TTU Sports Performance Center. These -, projects consisted of installing a new irrigation in turf areas and drip irrigation in the beds around the complex landscape of the Sports Performance Center. It also included a special irrigation system used to wet the synthetic field turf practice field adjacent to the SPC. They also installed a conventional irrigation system for the new natural grass practice field. The TTU project is one of the more complex and precise installations in West Texas. Project Cost: $362, 000.00 10. Turfmaster Irrigation and Wallace Sprinklers have successfully complete dozens of projects for the City of Lubbock over the past 20 plus years. From Cavazos Fields at McAllister Park in 2001 to the Lubbock Youth Sports Complex in 2008. We completed the University and Indiana Medians and Dog Parks of 2018. We have continued to provide quality and timely construction in the parks and sports fields of Lubbock. Turfmaster Irrigation and Landscaping, Inc. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration: Turfmaster has completed numerous projects for the City of Lubbock and is very familiar the requirements which must be adhered to with this type of project. We have experience as the "Prime Contractor" as well as being a subcontractor and very confident in our ability to complete this project successfully while following the contract requirements. 2. Management of subcontractor and suppliers: Turfmaster Irrigation and Wallace Sprinklers has invested a great deal of time consulting with major local suppliers and of the most experienced, dependable and quality oriented local sub contractors. We have all worked together to assemble a plan by which we can provide the City with efficient, high quality project. 3. Time management. We has made agreements with several local sub- contractors and suppliers, to join us as partners for this project. We have secured the type of equipment needed to handle not only the size of this project, but to handle the rocky conditions expected. We feel that having 2 qualified local contractors working together will give us the ability to have the superintendents and manpower available to complete this project on schedule. 4. Cost control. Turfmaster and Wallace, have negotiated the best pricing possible from our suppliers, and we have passed that savings on to the City in our Proposal. We have also reviewed the plans and specification in great detail and we feel that our proposal is accurate, complete and offers the City value for the scope of work. 5. Quality management: We have learned from our past experiences, that the when a project of this size gets behind schedule, the quality will be the first thing to suffer as we rush to get the project complete. Turfmaster and Wallace working together will allow us to stay ahead of schedule and therefore have the ability to take the time needed to oversee our employees. We also have crews which are familiar with the specifications used by the City and have experience with the best means and methods to install the equipment. 6. Project site safety: Turfmaster has successfully completed numerous projects for the City of Lubbock, local school districts and Texas Tech University. Site safety for these types of projects is a necessary part of the overall project schedule. We will manage our schedule, manage debris, and use necessary barricades to reduce on site hazards. I 1-0"%"' : Turfmaster Irrigation and Landscaping, Inc. 7. Managing changes to the project: We understand that budget restraints affect all construction projects, and changes can have an adverse effect on the ^; project budget. We will always assist the City in finding the most cost effective means to address and change that may arise. 8. Managing equipment: Turfmaster and Wallace each have complete fleet of equipment necessary to perform the work specified. We have also secured 2 large trenchers designed specifically for the rocky conditions expected on this project. What work will the organization complete using its own resources? What work does the organization propose to subcontract on this project? The plan we have produced will have Turfmaster Irrigation and Wallace l Sprinklers is structured so that we will be able to do 80% of the project with our t own local and experienced employees. Our plan is to have the type of equipment on site that will dramatically speed up the process of trenching and t cleaning up the rock spoils. Turfmaster Irrigation and Landscaping, Inc. Supplier Watermaster Irrigation Supply Address: P O Box 64208 Lubbock, TX 79464 Telephone Number.' 797-9044 Provide a list of major equipment suppliers proposed for use on this project. List one manufacturer only for each item. Attach additional information if necessary. Manufacturer Name Equipment / Material Provided Pipe Life, Inc. Pipe and Conduit Hunter Industries Sprinklers and Valves KBI Swing Joints Hunter Industries Quick Couplers Ametek Valve Boxes Harco Ductile Iron Fittings Spears Fittings 3M DBY Wire Connectors Rainmaster Irrigation Controllers City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Pronos I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Z-im� Con r (Print) CONTRACTOR'S BUSINESS NAME: €�` ��-'"�` t �- _.. —�— (Print or Type) CONTRACTOR'S FIRM ADDRESS: NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 19-14452-JM — Berl Huffman Irrigation f Pau Intentionally Left Blank 11" iu Ui I Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. L- 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 offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NOV If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO V, If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its �..` proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS [0111kNII"1]2-411 ]cavil: 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 orptnissions may cause my proposal to be rejected. Signature '00� Title r City of Lubbock, TX RFP 1944452-JM 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. COMPANY N •� FEDERAL TAX ID or SOCIAL Signature of Company Official_ M J- M) Printed name of company official signinjabove: 'G'" ' Date Signed: I Z 0-1-V 1 City of Lubbock, TX eo"'N Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel RFP 19-14452-dM House Bill 89, adopted by the 856' Legislature, created §2270.001, Texas Government Code, Section Subtitle F, Title 10, requires a company entering to a contract with a governmental entity or state agency to verify that the company: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (Effective September 1, 2017) I, the undersigned agent for the company named below, certify that the Company does not boycott Israel and will not boycott Israel during the term of the contract. COMPANY NAME: t �44-44, ;jj;&V 4- V Signature of Company Official: j Date Signed: Printed name of company official signing above: V , th 4'" Pell _ H 2. 3. 4. 5. 6. 9 8. 9. 10. 11. 12. 13. 14. 15. 16. LIST OF SUB -CONTRACTORS Company Name Location Services Provide4 LUU00k b., t_t Minority Owned Yes 13 No 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 13 0 0 0 13 0 0 13 0 0 0 0 13 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (PRINT AMR10F COMPANY) V RFP 19-14452-JM — Berl Huffman Irrigation Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS I Page Intentionally Left Blank rj m I I I FINAL. LIST OF SUB -CONTRACTORS Company Name Location Services Provided Minority Owned Yes No 3. SET L. 4. f/ / ( �lr \ 7. 1 I. 12. a 13. 16. �. SUBMITTED BY: ( T NAME OF MMPA77` THIS FORM SHALL BE COMPLETED AND RETUR ED 'SOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUCE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 19-14452-JNI — Berl Huffman Irrigation Paae Intentionally Left Blank I I I"! I PERFORMANCE BOND Page Intentionally Left Blank I I I PAYMENT BOND H r, BOND NO. 4423140 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Turfmaster Irrigation & Landscaping Inc. (hereinafter called the Principal(s), as Principal(s), and SURETEC INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Three Hundred Thirty Thousand One Hundred Seventy Six Dollars ($1.330.17b1 lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 221 day of January. 2019, to RFP 19-14452-JM Berl Huffman Irrization and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. - NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the - Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 24TH day of JANUARY , 2019. SURETEC INSURANCE COMPANY Surety * By: (AiARD COWAN ATTORNEY -IN -FACT TURFMASTER IRRIGATION AND LANDSCAPING, INC. (Company Name) (Signature) - p�/ (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SURETEC INSURANCE COMPANY Surety *By: 1444a4) itle) ROWARD COWAN ATTORNEY —IN —FACT Approved as to Form City of Lubbock 14 By: _ /,,,, _ �6__ Ci A7"y * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank BOND NO. 4423140 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Turfmaster Irrigation & Landscaping. Inc. (hereinafter called the Principal(s), as Principal(s), and SURETEC INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Three Hundred Thirty Thousand One Hundred Seventy Six Dollars ($1J30.1761 lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 22`d day of January, 2019, to RFP 19-14452-JM Berl Huffman Irrieation and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay -- all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then; this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 24TH day of JANUARY 2019. TURFMASTER IRRIGATION AND SURETEC INSURANCE COMPANY LANDSCAPING, INC. Surety *By: ILW (LI (Title) HOWARD COWAN ATTORNEY -IN -FACT (Company Name) By:a-, WL " 4 �dA V- 0-,k (Printed Nark) , „ (Title) Paae Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered -t and on whom service of process may be had in matters arising out of such suretyship. SURETEC INSURANCE COMPANY Surety * By4(1 Atl RDCOWAN ATTORNEY -IN -FACT Approved as to form: City of Lubbock By: ..._.._ Ci A ey * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Paae Intentionally Left Blank CompanySureTec Insurance THIS BOND RIDER CONTAINS 1 IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#:512-490-1007 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 06042014 1 POA #: 4221762 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know AU Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Howard Cowan, Marla Hill its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seat of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20°i of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 18th day of July A.D. 2018 . ----7 _-X SURETEC INS ANY urV! X 9 'tC; By: w f w ; b John Kno , CE State of Texas ss: County of Harris `� ' r On this 18th day of July , A.D. 2018 before me personally came John Knox Jr., to me known, who, being by me duly swom, did depose and say, that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. JACC )ELYN GREENLEAF Notary Public, State of Texas Pc Comm. Expires 05-18-2021 Notary ID 126903029 ,-Amr�� Jacq elyn Greenleaf, Notary PublicT My commission expires May 18, 2021 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 24TH day of JWARY 2019 , A.D. Bre-ni Beaty, istant Se tary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST. CERTIFICATE OF INSURANCE Page Intentionally Left Blank I I I I 1 I_ CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Excentions to standard nolicv noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. hijury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ El Hired Autos Property Damage $ ❑ Non -Owned Autos 11 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER .- The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) _$ By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCIIECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; -s (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and r1l (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends a during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after } the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both U English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE , FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE -' CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. t t_.3 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (IT), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank P I I It CONTRACT Page Intentionally Left Blank IJ Contract 14452 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 22'' day of January. 2019 by and between the City of x Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Turmaster Irrigation & Landscaping. Inc of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 19-14452.JM Berl Huffman Irrigation and all extra work in connection therewith, under the terns as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Turmmaster Irrigation & Landscaping. Inc.'s proposal dated -- January 3.2019 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. �.v CONTRACTOR: Turmmaster Irrigation & Landscaping, Inc. w By: �PRINTED N z .. TITLE: 5. _z COMPLETE ADDRESS: Turmmaster Irrigation & Landscaping, Inc. x 11410 Trafalgar Ave Lubbock, TX 79424 ATTEST: Corporate Secretary CITY OF LUBBOC OWNER): By: Daniel M. Pope, Mayor ATTEST: Secretary Manager , Director of Parks and APAZ FORM- 7 K, ACity Attonicy Pate Intentionally Left Blank fI ' I CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 1, CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY-' This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the i Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). I_ A By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). t_; The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" - regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual business or agent who is subject to the law's film p p tY � g J g requirement. Questions about compliance should be directed to your legal counsel. , Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmeiitalwebsites/ departments/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: httus://www.ethics.state.tx.us/wliatsnew/elf info form I295.htm CJ GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER 4 Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Turfmaster Irrigation & Landscaping, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Lionel Plummer Park Development Manager so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 1 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words 'Directed," "Permitted," "Designated," 'Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," Y "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due i, Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). _a 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. Q 0 [to] 11 12. 13 CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 2 5 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY 4 Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. 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 r work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and P it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access C for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's t Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location _--} where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to z perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 4 a� If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such v inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or. otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 991NOWNUMMYSTIO The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and ' prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated b the Engineer and a roved b the Owner.. Ypp Y In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case Liany orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in f these plans, specifications, or contract documents, shall be given to the Owners' Representative and a . clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any r ' request for clarification must be submitted no later than five (5) calendar days prior to the opening of -f i proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND E MMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of 4 work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an t insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. 1 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED E. Umbrella Liability Insurance — NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: 4 Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC--` 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has 8 undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, x owner - operators employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and ( (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts r 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; I (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for ' one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 J days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. i 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner f-i 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. 10 it A(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 11 j REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.U.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (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 A on the current certificate of coverage ends during the duration of the project; Ll 12 �m (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 (f the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES s The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the L- violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or 13 1-' 3 33 34. subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $150 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $150 DAMAGES PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 35. TMIE AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. BDTDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing - 15 � _z their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities32 note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of L-_ the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. _v 16 t: 43. 44. 45 Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. PAYMENT WITHBELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: 17 47. (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and s supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall 18 be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than -, the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. I-: ; 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually -} performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be 19 50. 51 W 53. 54. 461 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. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -' LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, 1 Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same - may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the _! City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or 20 M other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. �_. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein 21 U-1 shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 61. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http://www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-information 62. SB 252 SB 252 prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. Li 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 22 i � CITY OF LUBBOCK WAGE DETERMINATIONS 23 Pau Intentionally Left Blank I I EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters -Acoustical Ceiling Installation 16.00 Carpenter -Rough 13.00 Carpenter -All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers -Carpet and Resilient 18.00 Floor Layers -Specialty 18.00 Floor Layers -Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers -Mechanical 12.00 Irrigator -Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender -Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 24 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator -Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 -= Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Li Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 I Crane, Lattice Boom 80 Tons or Less 30.00 -A Loader/Backhoe 18.00 Roller/Other 15.00 Welder Certified/Structural Steel Weld 25.00 ;f 25 l i EXHIBIT C City of Lubbock Overtime Legal Holiday g Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standard Page Intentionally Left Blank SPECIFICATIONS I Page Intentionally Left Blank . H ri I CIP 92607: INFRASTRUCTURE IMPROVEMENTS BERL HUFFMAN ATHLETIC COMPLEX CITY OF LUBBOCK PARKS & RECREATION PARK DEVELOPMENT, 2018 version Lubbock TEXAS TECHNICAL SPECIFICATIONS SECTION 01000: TABLE OF CONTENTS SECTION 01000: TABLE OF CONTENTS................................................................................................2 SECTION 01100: SEALS —DESIGN RESPONSIBILITY......................................................................... 3 SECTION 01200: SUMMARY OF WORK................................................................................................. 4 SECTION 01300: MEASUREMENT AND PAYMENT............................................................................ 6 SECTION 01400: SUBMITTALS................................................................................................................ 8 SECTION 01500: QUALITY CONTROL............................................:....................................................10 SECTION 01600: TESTING LABORATORY SERVICES......................................................................12 SECTION 01700 TEMPORARY FACILITIES AND CONTROLS.........................................................16 SECTION 01800: ENVIRONMENTAL PROTECTION..........................................................................18 SECTION 01900: MATERIAL AND EQUIPMENT................................................................................ 22 SECTION 02000: SUBSTITUTIONS AND PRODUCT OPTIONS.........................................................25 SECTION 02100: CONTRACT CLOSEOUT........................................................................................... 29 SECTION 02200: DEMOLITION AND NOTIFICATIONS..................................................................... 33 SECTION 02300: EARTHWORK.............................................................................................................38 SECTION02400: CONCRETE..................................................................................................................40 SECTION 02500: IRRIGATION SYSTEM...............................................................................................46 SECTION 02600: PLANTING SOIL......................................................................................................... 68 SECTION 02700: TURFGRASS LAWNS................................................................................................ 87 SECTION 02800: SPECIAL CONDITIONS............................................................................................. 97 Table of Contents 12 1 �E t__ SECTION 01100: SEALS -DESIGN RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: 01200: Summary 01400: Submittals 01500: Quality Control 01700: Temporary Facilities and Controls 01900: Materials and Equipment 02000: Substitutions and Product Options 02100: Contract Closeout 02200: Demolition and Notifications 02300: Earthwork 02400: Concrete 02500: Irrigation System 02600: Planting Soil 02700: Turfgrass Lawns 02800: Special Conditions Landscape Architecture in Texas is regulated by: ! Texas Board of Architectural Examiners PO Box 12337, Austin, TX 78711 Irrigation in Texas is regulated by: Texas Commission on Environmental Quality END OF SECTION Seals 13 SECTION 01200: SUMMARY OF WORK 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Work Covered by Contract Documents B. Contractor Use of Premises C. Owner Occupancy 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: 1. Berl Huffman Athletic Complex i. Location: 2502 Landmark Drive, Lubbock, TX 79415 ii. Owner: City of Lubbock B. Verbal Summary: Drawings and general provisions of the Contract, including General Conditions, apply to this Section. Without force or effect on requirements of the Contract Documents, a brief description of the Project is asfollows: 1. The Base Proposal includes all labor, materials, services, and equipment required in conjunction with, or properly incidental to work described in the plans and specifications. Work includes installation of new irrigation equipment, soil amendments, fine grading, and turf re-establishment of all disturbed areas and new soccer fields using a seed drill. C. The work will be constructed under a single prime contract. 1.4 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. Summary of Work 14 B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated and protect worksite from surrounding active sports fields with safety fencing when not preforming work. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1.5 OWNER OCCUPANCY A. Allow for owner occupancy. B. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at alltimes. END OF SECTION Summary of Work 15 SECTION 01300: MEASUREMENT AND PAYMENT PART 1-GENERAL 1.1 SECTION INCLUDES A. Bid Price B. Lump Sum Items C. Mobilization/Demolition D. Electrical E. Clean-up 1.2 BID PRICE A. The lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid price with the most applicable item(s). 1.3 LUMP SUM ITEMS A. Lump sum items to be paid for at a lump sum price per job shall include all work and materials involved in the installation within the limits designated on the plans. No measurement of the work or material included in such items will be made. All work so included shall be installed, constructed or performed as shown on the drawings and specified herein. 1.4 MOBILIZATION/DEMOLITION A. Mobilization and demobilization shall include costs associated with move-in/move- out related equipment and labor, bid bond, performance bond and insurance required for this project. Total mobilization/demobilization costs allowed in the pay request sheet shall be limited to 7.5% of the total bid price and shall be paid based on actual expenses. 1.5 ELECTRICAL A. Any electrical service set-up necessary to be performed by Contractor in coordination with Owner. Measurement & Payment 16 1.6 CLEAN-UP A. No measurement or separate payment will be made for site cleanup. Cost for cleanup shall be included as a part of the cost of the various items of work involved. END OF SECTION Measurement & Payment 17 SECTION 01400: SUBMITTALS 1.1 SECTION INCLUDES A. Procedures B. Schedule of Values C. Shop Drawings D. Product Data E. Manufacturer's Certificates F. Samples 1.2 PROCEDURES A. Deliver submittals to Landscape Architect at the following address: 1. City of Lubbock, Park Development, 1611 10" Street, Lubbock, TX 794 G. Transmit each item under Landscape Architect accepted form. Identify Project, Contractor, Subcontractor and major supplier. Identify pertinent drawing sheet and detail number (if applicable). Identify deviations from Contract Documents. Provide space for Contractor and Landscape Architect review stamps. H. After Landscape Architect's review of submittal, revise and resubmit as required, identifying changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. 1.3 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G703. Contractor's standard form or media driven printout will be considered on request. B. Format: Table of contents of this Project Manual. Identify each line item with number and title of major Specification sections. Submittals 18 -; 1.4 SHOP DRAWINGS A. Prepared by a qualified detailer. B. Submitted as required by the individual Sections and to clarify information shown or called for in the Contract Documents. 1.5 PRODUCT DATA A. Mark each copy to identify applicable Products, models, options, and other data. Supplement manufacturer's standard data to provide information unique to the work. Include manufacturer's instructions when required by the Specification section. B. Submit the number of copies that the Contractor requires plus two copies that will be retained by the Architect. 1.6 MANUFACTURER'S CERTIFICATES A. Submit certificates, in duplicate, in accordance with requirements ofeach Specification section. B. Manufacturer's standard schematic drawings and diagrams: 1. Modify drawings to delete information that is not applicable to the work. 2. Supplement standard information to provide additional information specifically applicable to the work. C. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data: 1. Clearly mark each copy to identify pertinent materials, products, ormodels. 2. Show dimensions and clearances required. 3. Show performance characteristics and capabilities. 4. Show writing or piping diagrams and controls. 1.7 SAMPLES A. Submit samples as required by the individual Specification Sections. END OF SECTION Submittals 19 SECTION 01500: QUALITY CONTROL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality Assurance and Control ofInstallation B. Inspection and Testing Laboratory Services C. Tolerances D. Field Samples 1.3 RELATED SECTIONS A. General Conditions of the Agreement B. Section 01300 Submittals: Submission of Manufacturers' Instructions and Certificates 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owners Representative before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. F. Perform work by persons qualified to produce workmanship of specifiedquality. Quality Control 110 1.5 INSPECTION AND TESTING LABORATORY A. The Contractor will perform inspections, tests, and other services specified in individual specification Sections and as required by the Owners Representative. B. Reports will be submitted by the Contractor to the Owners Representative, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Retesting required because of non-conformance to specified requirements shall be performed on instructions by the Owners Representative. Payment for retesting will be charged to the Contractor. 1.6 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Owners Representative before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.7 FIELD SAMPLES A. Field samples at the site as required by individual specifications Sections for review. B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by Owners Representative. END OF SECTION Quality Control 111 SECTION 01600: TESTING LABORATORY SERVICES 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. L2 SECTION INCLUDES A. Selection and Payment B. Contractor Submittals C. Laboratory Responsibilities D. Laboratory Reports E. Limits on Testing Laboratory Authority F. Contractor Responsibilities G. Schedule of Inspections and Tests 1.3 RELATED SECTIONS A. Section 01300 Submittals: Manufacturer's certificates B. Section 01700 Contract Closeout: Project Record Documents C. Individual Specification Sections: Inspections and tests required, and standards for testing 1.4 REFERENCES A. ANSUASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSI/ASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. Testing Laboratory Services 112 1.5 SELECTION AND PAYMENT A. Contractor shall employ and pay for services of an independent testing laboratory to perform specified inspection and testing. B. Employment of testing laboratory shall in no way relieve Contractor of obligationto perform work in accordance with requirements of Contract Documents. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSFASTM E329 and ANSI/ASTMD3740R. B. Laboratory: Authorized to operate in State ofTexas. C. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. D. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.7 CONTRACTOR SUBMITTALS A. Prior to start of Work, submit testing laboratory name, address, and telephone number, and names of full time registered Engineer and responsible officer. 1.8 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Landscape Architectand Contractor in performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Landscape Architect and Contractor of observed irregularities or non- conformance of Work or Products. F. Perform additional inspections and tests required by Landscape Architect. 1.9 LABORATORY REPORTS A. After each inspection and test, promptly submit three copies of laboratory report to Landscape Architect and to Contractor. Include: 1. Date issued Testing Laboratory Services 113 2. Project title and number 3. Name of inspector 4. Date and time of sampling or inspection 5. Identification of product and Specifications Section 6. Location in the Project 7. Type of inspection or test 8. Date of test 9. Results of tests 10. Conformance with Contract Documents B. When requested by Landscape Architect, provide interpretation of testresults. 1.10 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 1.11 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work and to manufacturer's facilities. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify Landscape Architect and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. E. Pay costs of testing laboratory services from Allowance specified in Section 01019 on approval of invoices by Landscape Architect. F. Employ services of a separate qualified testing laboratory, arrange with laboratory and pay Testing Laboratory Services 114 for additional samples and tests required by Contractor beyond specified requirements. 1.12 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION Testing Laboratory Services 115 SECTION 01700: TEMPORARY FACILITIES AND CONTROLS 1.1 SUMMARY OF REQUIRMENTS A. Furnish, install and maintain temporary items required for construction. Remove on completion of Work. B. Comply with federal, state and local codes and regulations, and with utility company requirements. 1.2 SECTION INCLUDES A. Storage Units B. Fencing C. Sanitary Facilities D. Storage and Stockpile of Excavated Dirt E. De -Watering F. Barricades G. Traffic Control H. Removal of Temporary Facilities I. Parking facilities 1.3 STORAGE UNITS A. The Contractor may provide on the premises, suitable watertight storage units for storage of materials. Storage will be maintained in good condition. Coordinate location w/Owner. 1.4 FENCING The Contractor may provide temporary fencing. Fencing will be maintained in good condition. Coordinate location w/Owner to protect construction site from surrounding active sports fields and ensure the safety of park users. 1.5 SANITARY FACILITIES Temporary Facilities & Controls 116 A. The Contractor may provide toilet facilities for the use of all persons employed on the job. He shall post notices, take such precautions as may be necessary, remove any refuse t deposited in or about the building, and maintain the premises in a sanitary condition. 1.6 STORAGE AND STOCKPILE OF EXCAVATED DIRT A. All dirt excavated during the construction process shall be removed to an approved location. Temporary stockpile locations, if required, will be approved by the Landscape Architect. 1.7 DE -WATERING A. Surface or subsurface water or other fluid shall not be permitted to accumulate in excavations. Should such conditions develop, water and other fluids shall be controlled and disposed of by means of temporary pumps, piping, drain lines, ditches, dams, or other approved methods. 1.8 BARRICADES A. Barricades and Protective Measures. The Contractor shall be responsible for the protection of unfinished work. The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals. He shall also take such other precautionary measures for the protection of persons, property, and the work as may be necessary. B. The Contractor shall be responsible for all damage to the work due to failure of barricades, signs, and lights to protect it. When damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own cost and expense. 1.9 TRAFFIC CONTROL A. The Contractor shall be responsible for all traffic control and safety during construction. The Contractor shall meet all City requirements for public safety, barriers, and traffic control. The Contractor shall coordinate traffic control with the City of Lubbock. 1.10 REMOVAL OF TEMPORARY FACILITIES A. When any temporary facility is no longer needed for the proper conduct of the work, the Contractor shall completely remove it from the project and shall repair or replace any material, equipment, or finished surface damaged by doing so. 1.11 PARKING FACILITIES A. Restrict parking of construction personnel vehicles to areas designated on Drawings or as directed by Owner. END OF SECTION Temporary Facilities & Controls 117 SECTION 01800: ENVIRONMENTAL PROTECTION PART 1 - GENERAL 1.1 SECTION INCLUDES A. Definitions B. Environmental Protection Requirements C. Protection of Natural Resources D. Erosion and Sediment Control Measures ' E. Control and Disposal of Solid and Sanitary Wastes F. Dust Control G. Storm water Pollution Prevention Plan (SWPPP) 1.2 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. 1. CODE OF FEDERAL REGULATIONS (CFR) 2. 29 CFR 1910-SUBPART G: Occupational Health and Environmental Control 3. CORPS OF ENGINEERS (COE) 4. COE EP-1165-2-304 1976: Flood Plain Regulations for Flood Plain Management 1 s 1.3 DEFINITIONS A. Sediment is defined as soil and other debris that has eroded and transported by runoff water or wind. B. Solid Waste is defined as rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. C. Rubbish is defined as combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. D. Debris is defined as combustible and noncombustible wastes such as ashes and waste Environmental Protection 118 17 materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. E. Chemical Waste is defined as salts, acids, alkalis, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Waste defined as sewage, domestic sanitary sewage, garbage, and any refuse and scraps resulting from preparation, cooking, dispensing, and consumption offood. G. Oily Waste is defined as any petroleum products and bituminous materials. 1.4 ENVIRONMENTAL PROTECTION REQUIREMENTS A. Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct conditions that develop during the construction of permanent or temporary environmental features associated with the project. Comply with Federal, state, and local regulations pertaining to the environment, including but not limited to water, air, and noise pollution. 1. Preconstruction Survey: perform a preconstruction survey of the project site with the Owners Representative, and pollution prevention measures necessary to assess existing environmental conditions in, and adjacent to the site. Not Used PART 3 - EXECUTION 3.1 PROTECTION OF NATURAL RESOURCES A. Natural Resources: preserve within the project boundaries and outside the limits of } permanent work. Restore to an equivalent or improved condition upon completion of work. Confine construction activities to within the limits of the work indicated or specified. B. Land Resources (except in areas to be cleared): do not remove, cut, deface, injure, or destroy trees or shrubs without the Landscape Architect's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Owners Representative. Where such use of attach ropes, cables, or guys is authorized, the Contractor shall be responsiblefor any resultant damage. C. Water Resources: prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage or spillage. Environmental Protection 119 D. Protection: protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 percent or more of their root , systems destroyed. E. Replacement: Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Landscape Architect's approval beforereplacement. F. Temporary Construction: Remove traces of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. 3.2 EROSION AND SEDIMENT CONTROL MEASURES A. Bumoff. burnoff of groundcover is notpermitted B. Borrow Areas: manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils: immediately finish the earthwork brought to a final grade, as indicated or specified. Immediately protect the side slopes and back slopes upon completion of rough grading. Plan and conduct. earthwork to minimize the duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils: Mechanically retard and control the rate of runoff t from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.3 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES i A. Solid Waste Pickup: solid waste to be placed in containers, which are regularly emptied. Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose ofwaste. B. Disposal of Rubbish and Debris: dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. C. Garbage Disposal: place garbage in approved containers and move to a pickup point or disposal area where directed. 3.4 DUST CONTROL A. Contractor will be fully responsible for dust control along all haul roads and inthe project area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat, Environmental Protection 120 I with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. 3.5 STORM WATER POLLUTION PREVENTION PLAN A. Compliance with TCEQ TPDES Construction General Permit and/or City of Lubbock Storm Water Ordinance. For City review, provide Storm Water Plan Review application and fee, Storm Water Pollution Prevention Plan, Construction Site Notice, and if applicable Notice of Intent and upon completion Notice of Termination. Implement, maintain, and inspect BMPs such as silt fence, sand bags, diversion swales, and other measures and/or incidentals forcompliance. END OF SECTION Environmental Protection 121 SECTION 01900: MATERIAL AND EQUIPMENT 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Products B. Product Delivery, Storage, and Handling C. Product Options D. Substitutions 1.3 RELATED SECTIONS A. General Conditions B. Information to Bidders: Product Options and Substitution Procedures C. Section 01400 Quality Control: Product Quality Monitoring 1.4 PRODUCTS A. Products are new material, machinery, components, equipment, fixtures, and systems forming the Work. This does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. B. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING C. Delivery: 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply withrequirements, Material & Equipment 122 quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. D. Storage: 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. 1 Store loose granular materials on solid flat surfaces in a well-drainedarea. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. E. Handling: 1. Handle materials, products, and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage andinstallation. 1.6 PRODUCT OPTIONS A. Products specified by Reference Standards or by description only are any product meeting those standards or description. B. Products specified by naming one or more manufacturers are products of manufacturers named and meeting specifications (no options or substitutions allowed). C. Products specified by naming one or more manufacturers with a Provision for Substitutions require the submittal of a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. Material & Equipment 123 B. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. C. A request constitutes a representation that the Contractor: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specifiedproduct. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. D. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. E. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Owners Representative will notify Contractor, in writing, of decision to accept or reject request. Noted Above Not Used END OF SECTION Material & Equipment 124 SECTION 02000: SUBSTITUTIONS AND PRODUCT OPTIONS 1.1 SUMMARY OF REQUIREMENTS A. Furnish and install products specified under the options and conditions for substitutions stated in this section. B. The General Conditions, the Supplementary General Conditions and the Special Conditions apply to the work specified in this section. C. Related Requirements: 1. Section 01060 Regulatory Requirements 2. Section 01300 Submittals 3. Section 01720 Record Documents 1.2 SECTION INCLUDES A. Product List B. Contractor's Options C. Substitutions D. Contractor's Representation E. Landscape Architect's Duties 1.3 PRODUCT LIST A. Within 30 days after award of Contract, submit to Landscape Architect five (5) copies of a complete list of materials and equipment proposed to be substituted for specified product. B. Prepare list by Specification Section Number and Title C. For products specified only by reference standards, list for each suchProduct: 1. Name and address ofmanufacturer 2. Trade name 3. Model or catalog designation Substitutions and Product Options 125 l .4 1.5 4. Manufacturer's data, including performance and test data, and reference standards CONTRACTOR'S OPTIONS A. For products specified only by reference standard, select product meeting that standard, by any manufacturer, and submit to Landscape Architect for approval. B. For products specified by naming several products or manufacturers, select any product and manufacturer named which complies with Specifications, and submit to Landscape Architect for approval. Note: The listing of a manufacturer as an acceptable manufacturer is not necessarily an acceptance of their standard product unless it meets specified requirements. C. For products specified by naming one or more products or another manufacturer's "approved equal", submit a request as for substitutions, for any product or manufacturer which is not specifically named. SUBSTITUTIONS A. During Bidding Period, Landscape Architect will consider written requests from Bidders and manufacturers for substitutions. Such requests must be received at least 10 days prior to Bid Date. Requests received after that time will not be considered. Approval of proposed substitutions will be set forth in Addenda to the Specifications. Requests for substitutions shall include data listedbelow. B. Within a period of 30 days after award of Contract, Landscape Architect will consider formal requests from the Contractor for substitutions of products in lieu of those specified. C. Beyond 30 days after award of Contract, requests will be considered only in case of product unavailability or other conditions beyond the control of the Contractor. D. Submit separate request for each substitution. E. Support each request with complete data substantiating compliance of proposed substitutions following the requirements stated in Contract Documents: 1. Product identification; including manufacturer's name and address 2. Manufacturer's literature; identify: i. Product description ii. Reference standards iii. Performance and test data iv. Samples, as required by specific Specification Sections v. Name and address of similar projects on which product has been used, and date of each installation. Substitutions and Product Options 126 3. The construction methods: i. Detailed written description of proposed method. ii. Complete and comprehensive drawings illustrating methods orrevisions. 4. Itemized comparison of the proposed substitution with product or method specified; list significant variations. 5. Data relating to changes in construction schedule. 6. List of changes required in other work or products. 7. Accurate cost data comparing proposed substitution with product or method specified, including amount of any net change to Contract Sum. 8. Designation of availability of maintenance services; sources ofreplacement materials F. Substitutions will not be considered for acceptance when: 1. They are indicated or implied on shop drawings or product data submittals without a formal request from Contractor 2. They are requested directly by a subcontractor or supplier 3. Acceptance will require substantial revision of ContractDocuments 4. They are submitted at times other than specified above G. Substitute products shall not be ordered or installed without written approval of Landscape Architect. H. Landscape Architect will determine acceptability of all proposed substitutions. I. Should accepted substitution prove defective or unsatisfactory during warranty period, the Contractor shall bear costs of replacing defective or unsatisfactory material with item originally specified, or: 1. Replace with other approved substitution 2. Extend warranty period for one (1) year on replaced materials 3. Bear costs of replacing defective or unsatisfactory materials 01630-3 1.6 CONTRACTOR'S REPRESENTATION A. In making formal request for substitution, Contractor represents that: x 1. He has investigated proposed product or method and has determined that it is equal to or superior in all respects to that specified and that the product is compatible with interfacing systems, products and methods. Substitutions and Product Options 127 2. He will provide same warranties or guarantees for substitution as for product specified. 3. He will coordinate installation of accepted substitution into the Work and will make such changes as may be required for the Work to be complete in all respects. -s 4. He waives claims for additional costs caused by substitution which may subsequently become apparent and agrees to bear the costs of any addition to the work required by the substitution. 5. Cost data are complete, including related costs under the Contract. 1.7 LANDSCAPE ARCHITECT'S DUTIES A. Review Contractor's requests for substitutions with reasonablepromptness. B. Notify Contractor, in writing, of decision to acceptor reject requested substitution. - C. Landscape Architect's decision on acceptance or rejection of substitutions will be final. END OF SECTION 9 Substitutions and Product Options 128 f ? i l i SECTION 02100: CONTRACT CLOSEOUT PART 1-GENERAL L l RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout Procedures B. Final Cleaning C. Adjusting D. Project Record Documents E. Operation and Maintenance Data F. Warranties G. Spare Parts and Maintenance Materials 1.3 RELATED SECTIONS A. Section 01500 Temporary Facilities and Controls: Progress Cleaning 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Owners Representative's inspection. B. Provide submittals to Landscape Architect that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. Contract Closeout 129 B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a sanitary condition. D. Replace filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep paved areas and rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from the site. H. Repair, patch and touch-up marred surfaces to match adjacentfmishes. I. Clean ducts, blowers and coils if air conditioning units were operated during construction. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings 2. Specifications 3. Addenda 4. Change Orders and other Modifications to the Contract 5. Reviewed shop drawings, product data, and samples B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number 2. Product substitutions or alternates utilized 3. Changes made by Addenda and Modifications Contract Closeout 130 E. Record Documents and Shop Drawings: legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work 4. Field changes of dimension and detail 5. Details not on original Contract Drawings 6. Changes made by addenda and modification F. Submit documents to Architect with claim for final Application for Payment. 1.8 OPERATIONS AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, 8 1/2 x 11-inch text pages, bound in three D-ring binders with durable plastic covers. 1. This copy will be returned after final inspection, with Landscape Architect comments. Revise content of documents as required prior to final submittal. B. Submit two final volumes revised within ten days after final inspection. C. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. D. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. 1. Contents: prepare a Table of Contents for each volume, with each Product or system description identified, type on 24-pound white paper. 2. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 3. Part 2: Operation and maintenance instructions arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Additionally, identify the following: i. Significant design criteria ii. List of equipment iii. Parts list for each component Contract Closeout 131 iv. Operating instructions necessary for Owner to make full and efficient use of equipment including recommended maintenance and seasonal change -over procedures for HVAC systems v. Maintenance instructions for equipment and systems vi. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents 4. Part 3: Project documents and certificates, including the following: i. Shop drawings and product data ii. Air and water balance reports iii. Certificates iv. Photocopies of warranties and bonds 1.9 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provideupdated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.10 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. END OF SECTION Contract Closeout 132 e - e SECTION 02200: DEMOLITION AND NOTIFICATIONS PART 1-GENERAL 1.1 SUMMARY OF WORK A. The primary purpose of this work is to demolish and haul away debris from Berl Huffinan Athletic Complex, owned by the Parks Department, City of Lubbock. The Contractor understands and agrees that demolition and debris removal in the most expeditious manner possible is of the utmost importance and it will make every effort to complete all requirements of this Contract in the shortest time possible. B. The work to be performed under this Contract shall consist of demolition and removal of the items shown on the plans and listed in these specifications. Included in the work shall be all concrete, stone, brick, asphalt or other flatwork and or planters as shown on the plans or as directed by the Owner. C. The City -owned structures are deemed to be clear of or have been abated for Asbestos Containing Materials (ACM), and may be handled as such. D. The Contractor shall maintain all work sites to appropriate use standards, safety standards, and regulatory requirements. All materials shall be removed, hauled, and disposed according to applicable federal, state and local requirements. E. The Contractor shall be responsible for compliance with all federal, state and local requirements related to structure demolition and removal. 1.2 RELATED DOCUMENTS F. Drawings and General provisions of the Contract, including General Conditions and Special Conditions apply to this Section. 1.3 SECTION INCLUDES A. Definitions B. Securing the Site C. Utility Disconnects D. Demolition of Structures E. Backfill —Finishing F. Erosion Control Demolition & Notifications 133 G. Debris Ownership and Hauling Responsibilities H. Equipment I. Clean-up 2.1 DEFINITIONS A. Asbestos Containing Materials (ACM) B. Construction Site Best Management Practices (BMPs) C. National Emissions Standards for Hazardous Air Pollutants (NESHAP). D. Regulated Asbestos -Containing Material (RACM) E. Rotating blade (RB) F. Stormwater Pollution Prevention Plan (SWPPP) G. Texas Department of Transportation (TxDOT fifflaraMUNDW 3.1 SECURING THE SITE A. The Contractor shall take all necessary steps to secure each site in a manner to prevent access by the general public. This includes the use of fencing to secure the site until backfill has been completed. 3.2 UTILITY DISCONNECTS (IF APPLICABLE) A. The Contractor shall be responsible for coordinating with private utility companies for disconnection of services, including, but not limited to electricity, natural gas, telephone, cable television and internet. 3.3 DEMOLITION OF STRUCTURES A. All demolition debris must be removed from the site. Demolition debris shall be disposed of at the City of Lubbock Landfill. If a retaining wall must be removed, the walls shall be completely removed and the embankment shall be cut back to a slope of eight horizontal to one vertical. B. As designated by the Owner, the Contractor shall employ good demolition techniques, Demolition & Notifications 134 which includes: 1. Using demolition techniques that minimize ground disturbance. Trees shall not be removed except in cases where obstruction is a safety factor. 2. Maintaining the practice of keeping personnel at a safe distance from demolition activities. 3. Loading the materials with techniques to maintain a sufficient distance from personnel to reduce excessive exposure to airborne material. 4. Tarping loads or otherwise preventing material from becoming airborne during hauling. 5. Manual cleaning of the demolition site to remove all materials from the site. 6. Contractor shall be responsible for providing protective gear and equipment to its agents and employees and for ensuring its proper utilization. 3.4 BACKFILL — FINISHING A. The Contractor shall obtain inspection and approval from the Owner prior to backfilling any excavations, holes or depressions on the demolition site. Excavations or other depressions in the demolition site shall be filled and compacted with sand or earthen fill as approved by the Owner. 3.5 EROSION CONTROL A. The Contractor shall apply Construction Site Best Management Practices (BMPs) and or Stormwater Pollution Prevention Plan (SWPPP) objectives to reduce the discharge of contaminates into the storm water drainage system. 3.6 DEBRIS OWNERSHIP AND HAULING RESPONSIBILITIES A. Once the Contractor begins an activity on a site, all debris and items and or amenities on the site is the property of the Contractor (with the exception of the above mentioned hazard materials described (Part I - General, 1.02 Summary of Work, C) above, which must be disposed of as indicated. The Contractor is solely responsible for all aspects related to the debris, including, but not limited to, the hauling and disposal of the debris. Demolition debris is to be transported to the City of Lubbock Landfill for disposal in accordance with all Federal, State and Local rules and regulations. 3.7 EQUIPMENT i A. The Contractor shall be equipped with the normal tools of the trade and shall furnish all labor, tools, equipment and other items necessary for and incidental to executing and completing all required work. Demolition & Notifications 135 i_ t° t, F B. The use of a rotating blade (RB) roof cutter or equipment that similarly damages the roofing 1 material is used to remove Category I nonfriable asbestos -containing roofing material is acceptable as per the following conditions: U-i 1. The removal of 5580 sq. ft. or more of asbestos -containing roofing material will create at least 160 sq. ft. of Regulated Asbestos -Containing Material (RACM) and is subject to the National Emissions Standards for Hazardous Air Pollutants (NESHAP). 2. The removal of less than 5580 sq. ft. is not subject to theNESHAP. 3. An original 10-day notice of intent to renovate or demolish pursuant to 40 CFR 61.145(b) (part of the NESHAP) is always required for demolitions. C. This project has been determined to be less than 5580 sq. ft. 1. There is no special requirement for removal. 2. The contractors shall follow all local, state & federal regulations. 3. The Owner will file an original 10-day notice of intent to renovate and or demolish. D. All equipment and vehicles utilized by the Contractor shall meet all the requirements of federal, state and local regulations, including, without limitation, all TxDOT and safety regulations, and are subject to approval of the Owner. All loads must be secured and solid metal tailgates must be used on all loads. Sideboards must be sturdy and may not extend more than two feet above the metal sides of the truck or trailer. Trucks shall carry a supply of absorbent to be used to pick up any oil spilled from loading or hauling vehicles. 3.8 CLEAN-UP 4 A. All pieces, parts, scraps, debris, rubbish, wood or organic materials from a structure or part of a structure, inside of the fence enclosure, in the process of being demolished shall be cleaned up and removed from the premises on a daily basis. Final cleanup after a structure is demolished shall include complete and thorough removal from the premises of all parts or pieces of the building, its contents and its furnishings, including all debris, organic materials, rubbish, wood, concrete and masonry rubble. All hazardous open pits and recesses shall be filled with thoroughly tamped earth or mortar, whichever is completely required to eliminate thehazard. B. Debris Disposal: 1. The Contractor acknowledges, represents and warrants to the City that it is familiar with all laws relating to disposal of the materials as stated herein and is familiar with and will comply with all guidelines, requirements, laws, regulations, and any other federal, state or local agencies orauthorities. i 2. Contractor acknowledges and understands that any disposal, removal, transportation or pick-up of any materials not covered under the scope of work shall be at the sole risk of the Contractor. Contractor understands that it will be solely responsible for any liability, fees, fines, claims, etc., which may arise from its handling of materials Demolition & Notifications 136 not covered by the scope ofwork. 3. The Contractor is responsible for determining and complying with applicable requirements for securing loads while in transit and that all trucks have a solid tailgate made out of metal. Contractor shall assure that all loads are properly secured and transported without threat of harm to the general public, private property and public infrastructure. 4. The Contractor shall insure that all vehicles transporting debris are equipped with and use tarps or netting to prevent further spread of debris. C. Sewers, stacks, or other sanitary ducts extending to or through floors and slabs shall be filled as specified (if applicable). END OF SECTION Demolition & Notifications 137 _x SECTION 02300: EARTHWORK 1.1 SUMMARY OF WORK A. Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.2 SECTION INCLUDES A. Soil Materials B. Preparation C. Stripping of Topsoil D. Grading 2.1 SOIL MATERIALS A. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off -site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: 1. Liquid Limit: 45 maximum 2. Plasticity Index: 15 maximum 3. Linear Shrinkage: 2 min —10 max B. Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. Earthwork 138 I m PART 3 — EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. B. Provide erosion control measures to prevent erosion or displacement of soilsto adjacent properties, walkways or water bodies. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. 3.2 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored and used for surface finish in preparation for seeding, sodding or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 3 feet of excavated material. Surface soil that is heavy clay, predominantly sandy or is lean in grass -and -plant growth qualities will not be saved. 3.3 GRADING A. Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross -sections, lines and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots and trim high spots to comply with required surface tolerances. B. Finish grade shall allow for top of sod at one half inch below the top of concrete. Tolerance for lawn or unpaved area shall be plus or minus 1 inch. C. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled or where they lose compaction due to subsequent construction operations or weather conditions. END OF SECTION Earthwork 139 SECTION 02400: CONCRETE 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Special Conditions apply to this Section. 1.2 SECTION INCLUDES A. Codes and Standards B. Concrete Strength, Mixing, and Testing C. Materials D. Site Preparation E. Concrete Forms F. Reinforcing G. Joint Types H. Concrete Placing and Workmanship I. Concrete Washout at Construction Sites 1.3 CODES AND STANDARDS A. Comply with the provisions of the following codes, specifications andstandards, except where more stringent requirements are shown or specified: 1. ASTM C94 - Ready Mixed Concrete 2. ASTM C260 - Air Entraining Admixtures for Concrete 3. ASTM C494 - Chemical Admixtures for Concrete 4. ASTM A706 - Weldable Reinforcing Steel 5. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. 6. ASTM C33 - Concrete Aggregate Concrete 140 1 7. ACI 347 -Recommended Practice for Concrete Form Work 8. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete 9. Concrete Reinforcing Steel Institute: Manual of Standard Practice 10. ADA and TAS guidelines and recommendations 11. Environmental Protection Agency (EPA) Regulations 17:1:7� if► i7 2.1 CONCRETE STRENGTH, MIXING, AND TESTING A. Mix in proportion to produce minimum 3000 psi concrete at 28 days and 4 to 6 percent air entrainment per ASTM C94. Slump shall not be more than 4inches. Addition of water because of insufficient slump will not be permitted. B. The Contractor shall employ and pay for services of an independent testing laboratory to perform testing of concrete materials. Four test cylinders shall be taken for every 75 CY or less of concrete placed, or as directed by the Landscape Architect. One additional cylinder shall be taken during cold weather (below 40 degrees f) and cylinder shall be cured on job site under same conditions as concrete being tested. One slump test shall be taken for each set of testcylinders. C. Concrete shall be tested by means of actual cylinder breaks, with all information being reported to the Owner. D. Submit test reports to Owner showing results of tests and indicating compliance or non- compliance with standards and specifications. E. Mixing and delivery time shall be 90 minutes when the air temperature is 85 degrees or less. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 90 minutes to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. The time of delivery is that time when the truck is on site and the concrete is being placed in the forms. 2.2 MATERIALS A. Concrete Materials 1. Portland Cement: ASTM C 150, Type I. (Use only one brand of cement throughout the project, unless otherwise acceptable to Owner) 2. Aggregates: ASTM C33 3. Water: clean, fresh, drinkable Concrete 141 4. Fiber reinforcement B. Related Materials 1. Expansion Joints: pre -molded cane fiber saturated with asphalt, 1/2" wide. Joints 12 feet long or less shall be one continuous piece installed as shown on detail. 2. Expansion Joint Cap: W. R. Meadows Snap -Cap, or approved equal 3. Expansion Joint Sealant: Sonneborn SL-1, one part self -leveling polyurethane sealant, or approved equal, gray. 4. Concrete curing compound: W.R. Meadows Sealtight CS-309 Acrylic Curing and Sealing Compound, or approved equal C. Reinforcing Materials 1. Reinforcing steel: ASTM A615, Grade 60, except No. 3 ties and stirrups may be Grade 40 2. Supports for Reinforcement: support all reinforcing with chairs. Sand plates shall be used where the soil is loose and will not support chair legs. 3. Slip dowels shall be plain steel bars conforming to ASTM A675, Grade 60 or ASTM A 499. Provide smooth dowels as shown and detailed on drawings. Lubricate and cap both ends, leaving'/4" free movement in ends of caps. Caps for smooth dowels shall be formed, clear 6 mil poly -ethylene; or approved equal. PVC pipe shall not be used as caps for smooth dowels. 4. Fiber reinforcement: virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no olefin fibers. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard or as recommended by the fiber manufacturer. PART 3 — EXECUTION 3.1 SITE PREPARATION A. Contractor is responsible for layout of work based on owner provided control points, plan dimensions, excavation, grading, leveling, and compaction of sub -grade and fill material. B. Contractor shall notify Owner when concrete forms and reinforcing are in place; minimum of 24 hours prior to concrete placement. C. Sub -grade preparation to include removal, hauling, and disposal of any unusable material. 3.2 CONCRETE FORMS A. Curved sections of concrete shall flow smoothly throughout the curve and shall not be Concrete 142 17 composed of straight line segments which have been joined together. Ends of curves shall flow smoothly into straight line segments. B. Form material shall be matched, tight fitting and adequately stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of concrete. C. Coat interior surface of forms before placement of reinforcing with W. R. Meadows Duo- gard Concrete Form Release Agent, or approved equal. 3.3 REINFORCING A. Maintain 2" clearance to all concrete surfaces. B. Install smooth dowels in horizontal position, maintaining 2" min clearance to all concrete surfaces. C. Install tie wires by doubling the wire and tying in an "X" pattern. Ends of wire should be bent down in close proximity to the reinforcing steel. D. Support reinforcing with chairs. Chairs shall have sand plates on the bottom when the soil will not support chair legs. 3.4 JOINT TYPES A. Expansion Joints: 1. Expansion joints shall be fibrous cane material saturated with asphalt. Wood shall not be used. Insertion during concrete placement will not be allowed. Joint material shall { have rigid backing while concrete is beingplaced. 2. Install expansion joint material where concrete abuts existing concrete, manholes, inlets, structures, walks, poles, signals, and other fixed objects. Install one half inch below top of concrete. Install Sonneborn sealant; or approved equal, flush with concrete. 3. Expansion joints shall extend full -width and depth of slab, 1/2" below finished surface. Expansion joint material shall be one-piece lengths for the full width being place, whenever possible. Where more than one length is required, lace or clip joint sections together. 4. Protect the top edge of the joint material with a temporary plastic joint cap. Remove temporary cap after both sides of joint are placed. 5. The top 1/2" of expansion joints shall be filled with a gray colored urethane sealant. Provide masking at joint edges to maintain straight line of sealant. Remove masking tape before sealant has cured completely. Sealant shall not be placed more than one half inch thick. Applications requiring sealant more than one half inch thick shall be placed using multiple applications, with adequate hardening time between applications. Concrete 143 3.5 6. Expansion joints shall be spaced as shown on plans. Contractor shall not deviate from joint spacing shown on plans unless approved by the Owner. 7. Install expansion joints at all locations where new concrete abuts existing concrete per detail. B. Control Joints: 1. Control joints shall be spaced as shown on plans. 2. Contractor shall not deviate from joint spacing shown on plans unless approved by the Owner. C. Construction Joints and Cold Joints 1. Construction joints and cold joints are not permitted except as shown on the plans. CONCRETE PLACING AND WORKMANSHIP A. The Contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances andfinishes. Correct deficient concrete as directed by the Owner. B. Workmen shall have a minimum of 3 years' experience in forming and pouring concrete of a similar nature and scope. C. Comply with ACI 304, and as herein specified. D. Deposit and consolidate concrete slabs in a continuous operation within the limits of construction joints until the placing of a panel or section is complete. Consolidate concrete during placement so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. E. Bring slab surfaces to the correct level with a straightedge and strike off. Use a bull float or darby to smooth the surface, leaving it free of humps or low places. Do not sprinkle water on the plastic surface. F. Apply non -slip broom finish: immediately after trowel finishing, slightly roughen concrete surface by applying a light broom finish perpendicular to main traffic route. Broom must be kept clean and free from concrete buildup between the bristles. Broom marks should be light but distinct with clean edges. G. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for a period of time necessary for hydration of cement and properhardening. H. Contractor shall allow no marking or footprints to be placed on the uncured concrete. Concrete with footprints or other defects will be subject to removal and replacement. Mopping with cement slurry to cover defects will not be allowed. I. Split edges, cracks, honeycomb and other defects will not be accepted. Concrete section Concrete 144 with such defects will be removed and replaced at the Contractor's expense. J. Repair of formed surfaces: remove and replace concrete with defective surfaces if defects cannot be repaired to the satisfaction of the Owner. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, exposed rocks and other protruding obj ects. K. Cold weather placing: protect concrete work from physical damage or reduced strength which would be caused by low temperatures in accordance with ACI 306 and as herein specified. When air temperature has fallen or is expected to fall below 40 degrees F., uniformly heat all water and aggregate before mixing as required to obtain a concrete mixture temperature of not less than 50 degrees F., and not more than 80 degrees F., at point of placement. Do not incorporate frozen materials into the concrete mix and do not place concrete on frozen sub -grade, or on sub -grade containing frozen materials. Do not use calcium chloride and other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in the design mix. Protect concrete with insulating covers if subject to freezing. PVC only, as an insulating cover, will not be allowed. Insulating covers shall not be allowed to damage the finish. L. Hot weather placing: Protect concrete work from physical damage or high temperatures in accordance with ACI 305. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Mixing water may be chilled, or chopped ice may be used to control the temperature provided the water equivalent of the ice is calculated in the total amount for mixing. Cover reinforcing steel with wet burlap if the temperature exceeds the air temperature immediately before embedment. Do not use retarding admixtures unless otherwise accepted in the design mix. M. Contractor shall be responsible for the protection of uncured concrete. Contractor shall not allow markings or footprints to be placed in the uncured concrete. Contractor shall perform curing of concrete by application of curing compound on finished surfaces immediately after finishing. Apply in accordance with manufacturer's recommendations. Re -coat areas subjected to heavy rainfall within 3 hours after initial application. N. Forms may be removed when concrete is sufficiently hard that it will not be damaged by removal of forms and provided that curing operations are maintained. O. All edges of concrete shall have a radius of/2'. P. Allow for 2" minimum clearance between all reinforcing and concrete surfaces. 3.6 CONCRETE WASHOUT AT CONSTRUCTION SITES A. The Contractor shall be responsible for correct handling of concrete washout materials. Best Management Practice (BMP) and or Best Available Control Technology (BACT) shall be followed at all times. B. Collect and retain all the concrete washout water and solids in leak proof containers per detail in plans. END OF SECTION Concrete 145 I t F- SECTION 02500: IRRIGATION SYSTEM 1.1 SUMMARY OF WORK A. The work that the City of Lubbock desires to be performed is as follows: 1. Remove, save, and return to Owner the existing valves and irrigation heads from the areas be irrigated at Berl Huffinan Athletic Complex. 2. Install new wire, piping, valves, and irrigation heads as shown on the plan B. The Contractor shall supply all supervision, perform all work, furnish all labor, tools, 1- materials, equipment, and incidentals necessary to fully and properly perform all work as shown on the plans and described in the specifications. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened i_ containers or packaging, with identifying labels intact. All construction and other work shall be completed in accordance with all governing codes and ordinances, with the best engineering and construction practices, including material manufacturer's recommendations for installation and workmanship, for the skill or trade involved. C. We request that your proposal be made in conformance with the guidelines contained in the specifications and on all plans. The contract shall be awarded to the company with the p P P Y proposal determined to be the most advantageous to the City of Lubbock (which shall be called owner). 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.3 SECTION INCLUDES A. Quality Assurance B. Irrigation Products C. Product Substitution D. Site Conditions E. Field Quality Control F. Submittals Irrigation System 146 z it I$ G. Handling of Materials H. Trenching I. Tunneling, Jacking, and Boring J. Installation K. Flushing L. Leakage Test M. Wiring N. Testing and Preliminary Inspection O. Inspection/Acceptance P. Clean-up and Adjusting Q. Commissioning 1.4 ADDITIONAL INFORMATION A. All information under General Instructions to Bidder, General Conditions of Agreement, and Special Conditions apply to this section. B. The Bidder shall be prepared to send the Owner a price breakdown of any and/or all items on which he has bid. Price breakdowns will only be requested after the bid opening has - taken place. C. These plans and specifications were prepared by City of Lubbock, Park Development, Lubbock, TX (which shall be called Owner). The Owner shall verify all construction stakes for locations of elements at project sites, and give the Owner 48 hours to approve the staking before construction canbegin. 1.5 QUALITY ASSURANCE A. Contractor's on Site Responsibilities -' 1. The Contractor shall take all precautions necessary to protect all existing landscaping, sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done or that may be located adjacent to or in -route across city property to the job site. The Contractor shall rebuild, restore, and make good at his own expense, all injury and damage to same which may result from work being carried out under this contract. 2. The Contractor shall not park or drive any vehicles or equipment beneath the drip line of on -site trees and shrubs. The Contractor and employees shall not park on unsurfaced park property and shall not drive vehicles across city land unless it is directly necessary to deliver materials to the job site. Irrigation System 147 3. The Contractor shall take all necessary precautions to ensure the safety of any pedestrians and park users during the demolition, construction, and clean-up operations. The Contractor shall maintain and keep in good repair the work intended under these plans and specifications and shall perform all necessary repair, construction, and renewal to the date of acceptance by the owner. 4. Any utility and irrigation lines shown on plans are for design and construction information only. The depths of utility lines are not guaranteed. i. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities include irrigation systems, and park lighting, all others are public utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the owner is not aware. The owner does not assume any responsibility for any public utilities that are not shown on plans. It is the Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. Park development staff will assist in the design and relocation of utility lines. 5. The Contractor shall be responsible for the protection of unfimished work and shall be responsible for the safety of individuals using the unfinished equipment. The Contractor shall, at his own expense, furnish and erect such bridges, barricades, fences, lights, and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. 6. The Contractor shall be responsible for all damage to work due to the failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own 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. 7. The Contractor shall be responsible for removal, hauling, and disposal of all debris and unusable material from proposed construction area and designated sites as shown on plans and in specifications. The owner shall retain the right to any existing materials deemed to have value. 8. The Contractor shall be responsible for inspection of site, to verify the completion of all work as described in the specifications and shown onplans. 9. The Contractor shall furnish and supply all supervision, equipment, and labor necessary to perform excavation, grading, backfill, compaction, and stock piling of material as specified herein and on the plans. 10. Special Guidance Regarding ASBESTOS cement pipe i. Contractor will be responsible for complying with applicable federal and state regulations regarding ASBESTOS cement pipe that may be encountered during excavation. Specifically, no ASBESTOS cement pipe may be intentionally disturbed without appropriate training, certification, engineering controls, and worker safety protections. Waste ASBESTOS associated with the disturbance of ASBESTOS Irrigation System 148 i cement pipe (whether intentional or unintentional) must be removed from the excavation and disposed of properly (wetted, double bagged in 6 mil poly, and transported to an authorized landfill). 11. Procedures to be followed in the event that unexpected asbestos is found or previously non -friable asbestos materials become friable: i. There will be a designated competent person as required by the United States Occupational and Health Administration regulations in 29 CFR, 1926.1101 on site during entire project. ii. All work will stop if unexpected asbestos is found or previously non -friable asbestos becomes friable and the competent person will follow all local, state, and federal regulations. 12. The contractor shall be responsible for the Texas Prevention Legislation. The Texas damage prevention law (Utilities Code Title 5, Chapter 251) took effect October 1, 1998. This law requires excavators to call 48 hours before they dig. Texas Excavation Safety System Inc. (TESS) is a nonprofit corporation formed by member companies to prevent damage to underground facilities. The service is 100 percent free to excavators by calling 1-800-DI - SS ( 44-8 77). 13. Any utility and irrigation lines shown on plans are for design and construction 1_ information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities are not listed with DIG TESS. They include but are not limited to irrigation systems, park lighting and all others are private utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist of public utilities that are not shown on plans. It is the Contractor's obligation to locate and familiarize themselves with all utilities that are not shown on plans. Damage to utilities will be repaired at Contractor's expense. 14. All trenching or any excavation shall be a greater distance from the trunk of any plant material than ten (IOx) times the diameter of the trunk at twelve (12") inches from the ground. If questions arise, the Contractor shall contact the Owners Representative for clarification. B. Product Delivery, Storage, and Handling 1. Protect all materials from inclement weather: wet, damp, extreme heat, or cold, theft, damage, or vandalism. 2. All manufacturers' labels, installation instructions, and shop drawings shall be in included for each item ordered. C. Equipment Check 1. The Contractor shall, one week after installation of equipment, check that all parts are secure and are in good working condition. Irrigation System 149 2. Verify the completion of all work as described in the specifications and shown on plans. D. Clean-up 1. Demolition debris shall be removed from the site prior to commencement of construction work. 2. Within three (3) days after completion of the site, the Contractor shall clean, remove rubbish and temporary structures from the site. He shall restore adequately all property, to its original integrity both public and private, which has been damaged during the execution of work, and leave the entire site of the work in a neat and presentable condition. The cost of the "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work shall be done before final acceptance by the owner will be considered. 3. The Contractor shall clean up and dispose of all construction debris, including excavated rock material. The area shall be graded back into existing grade smoothly. 4. All spare parts or other pieces of equipment shall be turned over to the Owner following completion of the project. E. Warranty 1. The Contractor shall guarantee all labor, workmanship, and materials supplied by the Contractor for a period of one (1) year from date ofacceptance. r) i. Repairs made necessary due to faulty workmanship shall be made promptly by the Contractor at the Contractor's expense. I MAI f► ' ; 2.1 IRRIGATION PRODUCTS A. Performance of Specified Material 1. All specifications given for materials are based on the performance of the equipment. This is to assure the integrity and proper hydraulics for which the system is designed. If bid material does not conform to given performance specifications, the bid will be rejected by the Owner based on grounds that proper function of system could not be maintained by using equipment that does not meet the performance specifications required. 2. All material to be new, unused, and current. 3. All material must be a standard product of a manufacturer. 4. The Contractor shall provide performance records to verify equipment capabilities. Irrigation System 150 i B. Materials 1. PVC Pipe i. All polyvinyl chloride pipes shall be class 200, SDR 21 un-plasticized polyvinyl chloride, Type I, Grade I. 2. Polyethylene Line i. All polyethylene line shall be Agricultural Products, Inc. 3/a" polyethylene, OD _ .710, ID = .610, and be made from low density. 3. Fittings i. All pipe must have manufacturer's markings clearly printed on them during installation and face upward/be visible after install. ii. All class 200 pipes must conform to ASTM. D-2241 iii. All lateral piping under four (4) inches shall be solvent weld. iv. All mainline piping four (4) inches and larger shall use belled ends orbelled couplings using rubber gaskets in twenty- (20) foot laying lengths. v. All fittings for four (4) inches or larger mainline shall be 200 psi Gasketed Fittings. a. Ductile iron fittings with restraints shall be used on all portions of the mainline. vi. Ductile iron service tees shall be used at all valves and mechanical joints. vii. All fittings shall be pressure rated for 200-psi maximum workingpressure. viii. Gaskets shall be designed for pressure and vacuum with maximum deflection (ASTM F-477). ix. PVC Fittings: x. Schedule 40 fittings must conform to ASTM D-2466. xi. Schedule 80 fittings must conform to ASTM D-2464. xii. Three (3) X Four (4) Reducing Male adapters shall not beused. xiii. Install concrete thrust blocks per details. 4. Swing Joints i. Nipples: Schedule 80 with molded threads on both ends, unless specified otherwise in construction detail. ii. Elbows: (90 degree) Schedule 40 FIPT X FIPT Irrigation System 151 iii. Pre -fabricated swing joints are acceptable as specified Sec. 06, C, 5B iv. Lateral line fittings: Schedule 40 5. Valves i. Quick -coupler Valves a. Rain Bird # 44-RC, 1", Single lug, 2-piece body, heavy cast bronze with Rubber Cover Lid `or approved equal'. b. Standard cover c. The Contractor shall supply the Owner with two- (2) valve keys for each Quick - coupler type. d. Installed with minimum ten (10") inch diameter plastic valve box ii. Section Valve (Hunter ICV Series or `approved equal') a. Sized according to plan b. Direct burial, remote control electric valve normally closed c. Solenoid: waterproof molded epoxy resin construction having no carbon steel components exposed d. Actuator: stainless steel enclosed in a watertight protection capsule with a molded in place rubber exhaust port seal. Spring shall be stainless steel. e. Diaphragm - Dual ported, made of nylon reinforced nitril rubber f. Flow adjustment system g. Cold water working pressure -200 psi h. Heavy-duty glass -filled UV resistant nylon with stainless steel studs and Hang brass nuts i. Ball Valve to be place in front of each Section Valve iii. Air Relief Valve a. Brass air relief valve 6. Valve Boxes i. Valve Box (Ametek "or approved equal"). a. Supplied by the Contractor b. To be installed by the Contractor Irrigation System 152 c. Minimum dimensions: 16" x 11" x 12" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to -- achieve depth required (no bricks shall be used). d. Bolt -in green lid with cover lift holes (rectangular, lid shall have snap lock tab closure). 7. Irrigation Heads i. Specified Head #1: Hunter 125 series (Hunter model #: I-25-06-SS-R) with flow rates ranging between ten (10) and thirty-one (31) gallons per minute, `or approved equal'. a. Irrigation heads shall be turf rotor six (6") inch pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. The nozzle and drive assembly shall also be encased in stainless steel. With purple cover for reclaimed water ID. b. Irrigation heads shall be mounted up to one-half (1/2") inch below finished grade. ii. Specified Head #2, Hunter 140 series (Hunter model #: I-40-06-SS-R) with nozzle flow rates ranging between twenty-two (22) and thirty-four (34) gallons per minute `or approved equal'. a. Irrigation heads shall be turf rotor six (6") inch pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. The nozzle and drive assembly shall also be encased in stainless steel. With purple cover for reclaimed water ID. b. Irrigation heads shall be mounted up to one-half (1/2") inch below finished grade. 8. Control Wiring i. All 24 volt wiring to be 14 AWG-annealed copper, Baron UF, 600 volts, PVC coated UL approved direct burial. ii. All wire to be single stranded, one wire for each electric valve and a common wire. a. 12-gauge Common wire b. 14-gauge Zone wire iii. Flow Sensor wire — EV-CAB-SEN or "approved equal" — 2 conduit or direct burial shielded cable for connecting flow sensors to controllers. Maximum allowable distance is 2000 feet. iv. Communication Cable — EV-CAB-COM or "approved equal" - 2-conductor direct burial shielded cable for connecting controllers. Maximum allowable distance is 2000 feet. v. All control wires to be installed at minimum depth of eighteen (18") inches, with a maximum depth of twenty-four (24") inches and directly alongside any pipe if the _u Irrigation System 153 Z same ditch is used. vi. Add yellow and green 14-gauge spare wires looped in mainline ditch. Contractor shall place a minimum of 18" of each spare wire in each valve box. In case of a looped mainline, run spares and common in a full continuous loop. Miscellaneous Equipment i. Wire Connectors shall be DS-400 model as manufactured by Spears, Prefilled Dri- Splice Connector w/Crimp Sleeve or approved equal. ii. Provide moisture -proof connection for underground wiring. iii. Solvent Cementing a. Primer- Weld -On P-68 Purple Colored Only (All pipe and fittings) b. Solvent- %2" then 1 1/2" Weld -On #705; 2" three-10" Weld-On#717. c. Manufactures Recommendations shall be followed at alitimes. iv. Repair Coupling (Smith Blair, 461-462 Quantum Wide Range Cast Coupling "or approved equal"). a. Gasket: Nitrile (Bursa-N), compounded to resist natural gas, water, oil, acids, alkalis, most (aliphatic) hydrocarbon fluids and many chemicals. b. Follower Flanges: Cast ductile iron per ASTM A-536. c. Sleeve: Cast ductile iron per ASTM A-536.461 Style is 4" to 6.5" in length. 462 Style is 12" in length. d. Washers: Carbon steel per ASTM 633-78, electro-galvanizedfmish. e. Coating: Fusion bonded Flexi-Coat epoxy. f. Bolts and nuts: High strength, low alloy steel, 5/8", to AWWA C219 (ANSI A21.11) standards Flexi-coat, fusion bonded epoxy coating. Nuts are perished hexagon, fluoropolymer coated, to prevent galling. v. Thrust Blocks a. Concrete "ready -mix" - 3,000 PSI. in 28 days with number #3 rebar installed. To be placed at all angles and terminal ends of two and one-half (21/2") inch or greater pipe. To be placed at all angles (90's, 45's, tees) and at terminal ends of pipe. (Refer to Thrust Block Detail) Thrust Blocks must be installed against the pipe and extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe and fittings to be wrapped in thirty (30) pound felt to protect from movement. vi. Fresh water line shall be no less than schedule 80 and have a six (6') foot minimum horizontal separation from all other underground utilities. Tracer wire is requirement Irrigation System 154 j of all fresh water lines. vii. All pipe to have a one (1') foot minimum vertical separation from all non -like utility lines. 2.2 PRODUCT SUBSTITUTION A. Conditions for substitutions (`or approved equal') 1. In the event that the clause `or approved equal' is used in the specifications pertaining to materials, the Bidder desiring to make substitutions for specified equipment shall submit the following: i. Product identification, including manufacturer's name, address, and product literature ii. Product description iii. Product performance and test date iv. Reference standards v. Manufacturer instructions for maintenance andrepairs 2. Request for substitution shall be included with the overall bid and will be considered before contract is awarded. 3. After the contract is awarded, no substitutions will be considered. It will be the Bidder/Contractor's responsibility to assure the availability of specified product or substitution before the bid date. 4. The Bidder shall provide the same guarantee for substitution as for product or method specified. 5. The Bidder shall coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all aspects. 6. The Bidder shall waive all claims for additional costs related to substitution that consequently becomes apparent. 7. The Bidder shall be prepared to send the Owner a price breakdown of any and/or all items on which he has bid. Price breakdowns will only be requested after the bid opening has taken place. B. Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without being formally described in detail as to their differences from what was originally specified. 2. Acceptance will require substantial revision of the original layout of theproject. t _ Irrigation System 155 M :JAI :fit 1�C �►:4:�C 3.1 GENERAL A. Qualifications of Bidder -Licensing 1. The Bidder shall supply the name and license number of the licensed irrigator who is responsible for the project with the bid submittal. The licensed irrigator shall be licensed in the state of Texas and must comply with TCEQ and the standards established by Title 30 TAC Chapter 344. A licensed irrigator or installer shall be on the job site at all times when irrigation work is in progress. 2. The Owner reserves the right to reject any bid if bidder is not qualified based on the above given criteria. B. Codes and Standards 1. The Bidder shall conform to all local, state, and federal codes andordinances. C. Discrepancies i 1. It is the intent of this contract that all work must be completed and all material must ? be furnished in accordance with the generally accepted practice of the area. In the event of any discrepancies between the plans and specifications or doubts as to the meaning and intent of any portion of the contract, the Owner shall define what is intended to apply to the work. 1 3.2 SITE CONDITIONS Ell A. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the Owner is not aware. It is the Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at the Contractor's expense. B. Water Supply 1. Meter or other water source already installed C. Electrical Power Supply 1. Meter or other electric source already installed D. Bores / Road crossings 1. Contractor is responsible for bores and sleeving necessary to go under city streets/utility drives to provide any utility service to the project site. Bored holes shall be of the smallest diameter that will permit installation of encasement pipe. Pipe sleeving under city streets, park roads, and or parking lots shall be 16-gauge smooth steel pipe with a minimum wall thickness of one -quarter (1/4") inch when pipe size is i E L_J Irrigation System 156 Igreater than four (4") inch diameter. 2. Irrigation lines crossing sidewalks shall be sleeved with Schedule 40 PVC pipe twice that of the pipe when line is less than six (6") inch diameter. Pipe to be large enough for irrigation pipe and conduit for electrical control wires (if necessary). Notes shown on plans shall over ride specifications. Sleeves shall extend at least two (2') feet out from under the surface structure. 3.3 FIELD QUALITY CONTROL A. Responsibility of Materials 1. The Contractor shall be responsible for all materials furnished by him and shall replace at his own expense all material found to be defective in manufacture or if it has become damaged in handling after shipment. B. Responsibility of Property 1. The Contractor shall be responsible for the protection and preservation of all plant material, monuments, and structures during installation. Any damage shall be repaired or replaced by the Contractor, at his own expense, to the satisfaction of the Owner. 2. All trenching or any excavation is to be no less than six (6) feet from the trunk of any plant material. If questions arise, the Contractor shall contact the Owner for clarification. C. Barricades and Protective Measures 1. The Contractor shall be responsible for the protection of unfinished work. The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals. He shall also take such other precautionary measures for the protection of persons, property, and the work as may be necessary. 2. The Contractor shall be responsible for all damage to the work due to failure of barricades, signs, and lights to protect it. When damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to of City's certificate of acceptance of the project. 3.4 SUBMITALS A. Shop Drawings 1. Contractor shall submit shop drawings to the Owner before installation of equipment. Shop drawing to include complete layout and detail drawings illustrating the location and type of all heads, valves, piping circuits, controls, and accessories. I-' x B. Maintenance Materials Irrigation System 157 1. At the completion of the job, the Contractor shall furnish spare parts, special tools, and equipment required to operate and maintain the system. C. Maintenance Data 1. The Contractor shall furnish two (2) copies of parts list and repair manuals for controllers, valves, and heads. D. Project Record Document l . The Contractor shall prepare "as -built" plans of system after final check. Work to be done with legend describing symbols for equipment in a digital format of AutoCAD or "approved equal". "As -built" plans shall be accurate. Inaccurate plans will not be accepted. Final payment will not be made until "as -built" plans are submitted and approved by Park Development Staff. 3.5 HANDLING OF MATERIALS A. The Contractor shall exercise care in handling, loading, and unloading of all equipment. All PVC pipe, fittings, and other equipment shall be adequately covered and protected from the elements. Pipe and fittings also shall be transported in such a fashion as to be protected from excessive bending and from external, concentrated load at any point. 3.6 TRENCHING A. Trenches to have straight, flat bottoms and of sufficient depth for irrigation head and operable swing j oint. B. Trench Size: l . Minimum width: Six (6") inches and/or six (6") inches greater than pipe size 2. Minimum cover over installed supply piping: Eighteen (18") inches 3. Minimum cover over installed branch piping: Fourteen (14")inches 4. Minimum cover over installed outlet piping: Fourteen (14") inches 5. Maximum centerline depth main line shall not exceed twenty-four (2411) inches at zone valves. 6. Maximum centerline depth of zone valves shall not exceed eighteen (18") inches at zone valves. C. Pipe pulling is not acceptable. D. All trenches and adjoining areas shall be hand raked to leave the grade in as good or better condition than before construction started. E. All settling and low areas that occur within the first twelve (12) months shall be the responsibility of the Contractor to fill and level. F. Trench to accommodate grade changes. Irrigation System 158 '', G. Maintain trenches free of debris, material, or obstructions that may damagepipe. H. Where rock or other undesirable materials are encountered trenches are to be over excavated by four (4") inches to allow for a four (4") inch layer of finely graded sand under all piping. After the piping is installed, finely graded sand shall be placed around the piping up to a point four (4") inches above thepiping. I. All trenches are to be inspected and approved by Owner before covering. J. Trench digging machinery may be used to make trench excavation except in places where operation of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. 1. Contractor shall be responsible for conducting all inspections and examinations necessary to ascertain specific site conditions and proper equipment requirements to 1 complete work that meet the Owner's standards and satisfactory level. Failure to make such investigations and examinations shall not relieve the Contractor from obligation to complete work, in place, as shown on plans. K. The Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the drawings, sufficiently in advance of the trenching to make whatever provision necessary to prevent damage thereto. Extreme care shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. L. There will be no classification of, or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by construction equipment. All excavated material shall be piled in a manner that will not endanger the work or existing structures and which will cause the least obstruction to roadways. M. The Contractor will be required to locate all known utility lines far enough in advance of the trenching to make proper provision for protecting the lines and to allow for any deviations that may be required from the establishment lines and grades. N. It is understood that the piping layout is dynamic and piping shall be routed in such a manner to achieve the intent of the plan. O. Backfill 1. Trenches to be backfilled with the excavated earth from trench work. All rocks and debris to be removed and no item larger than one (1) inch diameter to be placed back in the trench. Backfill is to be compacted and flooded to settle trench. The Contractor shall add more backfill if needed to bring trenches to existing grade. 2. Excess trench excavation, not used for backfill, shall be disposed of by the Contractor, and at the Contractor's expense as directed by the Owner. 3. All trench backfill shall be flooded to prevent settling to 95% Standard Proctor Maximum Density. Tamping is required, at road crossings and cross country trails. The material shall be placed in 8-inch layers, moistened if necessary, and thoroughly w Irrigation System 159 i compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D698. t , 3.7 TUNNELING, JACKING AND BORING A. Tunneling, jacking and boring are methods used for waterline placement under restrictive conditions when open cut construction is not allowed. 1. Only straight pipe alignments for both horizontal and vertical alignment are allowed. 2. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities Engineer. 3. Casing pipe shall be a minimum of two standard sizes larger than encased pipe. 4. Casing Pipe thickness shall be: < 16 inches 3/8 inch > 16 inches 1/2 inch 5. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers maybe used. 6. Coal tar coating for casing pipe shall conform to AWWA C203. ' 7. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. B. Slick boring or directional drilling without encasement shall be considered on a case- by - case basis by the Chief Water Utilities Engineer. f C. Annular space between casing or uncased pipe and bored hole shall be injection grouted. 3.8 INSTALLATION A. General Information 1. Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions. 2. Connect to utilities Irrigation System 160 E3. Set outlets and box covers at finish grade elevations 4. Provide for thermal movement of components in system 5. After piping is installed, but before outlets are installed and backfill commences, open valves and flush system with full head ofwater. 6. Dissimilar Materials Piping Joints: Construct joints using adapters that are compatible with both piping materials, outside diameters, and system working pressure. 7. Concrete Thrust Blocks are required at all turns and dead -ends on pipe sizes three (3") inches and over. Pipe of smaller sizes may also require thrust blocks if so directed by the Owner. Concrete shall have a twenty-eight (28) day compressive strength of 3000 psi, minimum. (See Detail). Control wire shall not be encased in the thrust block. 8. Dripline to be Techline CV, Pressure compensating with check valve. As manufactured by Netafim. Emmitter spaceing to be 12" with .9gph output. 9. Filters to be manufactured by Netafim and installed as shown onplan. WOM 1. Wire splices will only be allowed within an accessible control box. Inline direct burial splices will not be allowed. Wire Connectors shall be DS-400 model as manufactured by Spears, Prefilled Dri-Splice Connector w/Crimp Sleeve or approved equal. 2. Provide looped slack at valves and turns in trench to allow for contraction of wires. 3. All wire passing under existing paving, sidewalk, etc., shall be encased in plastic conduit extending at least twelve (12") inches beyond edges of paving or construction. 4. All electrical control wiring shall be wrapped together on 10-feet increments with plastic tape. An electrical wiring schematic shall be furnished with the equipment. C. Laying of PVC Pipe 1. The pipe is to be snaked from side to side of trench bottom to allow for expansion and contraction of the pipe. 2. All foreign matter is to be removed from inside of pipe before joining. Keep clean during laying operations by means of plugs or other approvedmethods. 3. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe shall have firm, uniform bearing for the entire length of each pipeline to prevent uneven settlement. 4. Do not lay pipe in water, or when trench or weather conditions are unsuitable for work. Irrigation System 161 r 5. When work is not in progress, securely close the open ends of pipe fittings so that no trench water, earth, or other substance will enter pipes or fittings. 6. Take up and relay any pipe that has the grade or joint disturbed after laying. 7. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against the vertical face of the trench, but not against rock. 8. Thrust blocks to be used. (See V. Products, B., 12A., ThrustBlocks) 9. Make joints in all threaded fittings by applying Teflon tape on male threads. Use of Teflon dope is prohibited. 10. Where threaded PVC connections are required, use threaded PVC adapters. 11. There shall be no less than nine (9) inches of pipe between any two fittings, except for close nipples used in swingjoints. 12. No cross tees or street ells are to be used at anytime. 13. On cut pipe, all burrs to be removed, tees and pipe to be cleaned, and primer and solvent applied as to standard application process. 14. After pipe has been solvent weld, do not apply water pressure for a time less than that 11 of the manufacture's recommendation, considering current weather conditions. 15. All pipe shall be installed so that manufacture's markings are facing in the up position. 16. Excess PVC Solvent shall be removed from joints before drying to prevent pipe weakening. Pipe connections made with excess solvent will not be accepted. 17. Solvent welding will not be permitted if weather conditions prevent joints from remaining free of dirt or moisture, while the joint is being made. Also, if the temperature is below that specified by the pipe or solvent manufacturer's recommendations. 18. The Owner must be given twenty-four (24) hour notice before the pipe trenches are covered so that Landscape Architect may be present for inspection. After the pipe system has been inspected and approved, trenches may be closed. 19. All pipe shall have a one (l') foot minimum vertical separation from all utility lines in close proximity. D. Installation of Valves (gate, double check, and sectionvalves) 1. Install all new valves on a level grade with the mainline. Valve boxes shall extend a minimum of three (3") inches below bottom of valve. Valve box extensions shall be used as necessary and shall be compatible with the valve box. 2. After installing valves and valve boxes, backfill holes with a three (3") inch minimum washed gravel, three-quarters (3/4") inch size up to bottom ofvalve. , L_1 Irrigation System 162 t I 3. Quick -coupler valve to be installed on swing joint. Top to be flush with finish grade. E. Irrigation Heads 1. All irrigation heads to be installed at spacing indicated on plans. 2. Irrigation heads installed on swing joint assemblies shall be installed so that the top of head is slightly above ground level to allow for settling. i. Swing Joints: e. Swing joints shall be used on all rotary gear driven irrigation heads and shall be of the same diameter as the inlet opening and shall have a twelve (12") lay length. f. Pre -manufactured swing joints shall be used as manufactured by Lasco, swing joint shall be schedule 80t, Lasco G132-412 no exceptions. 3. All irrigation heads to be set to property arc by the Contractor. 4. All irrigation heads to be installed six (6) inches from existing and/or proposed fence line. 3.9 FLUSHING A. The mainline and valves will be flushed after installation. Full working pressure must be used to flush all lines. On a loop system the two valves the greatest distance from the water source will be opened. On any other configuration of mainline, the last valve on each mainline will be opened for flushing. The Landscape Architects must be given twenty-four (24) hours' notice before flushing begins so they may be present for inspections. After mainlines have been inspected and flushed, the lateral lines may be installed. B. The lateral lines will be flushed just before head installation. The flushing procedure will consist of pointing all swing joints away from ditch line to prevent contamination. Next, open the valve with full working pressure and begin capping each swing joint with a threaded cap, beginning with the swing joint closest to the valve and ending with the swing joint the greatest distance from the valve. Twenty- four (24) hour notice must be given to Landscape Architects forinspection. C. Flush pipes until free of all rock, dirt, trash, pipe shavings, and debris. 3.10 LEAKAGE TEST A. After pipe is laid, line to be pressurized and all air expelled from line at highest point of each section. B. Each line to be inspected for leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with good material. 3.11 WIRING Irrigation System 163 A. All wiring shall be Type UF, copper direct bury type made for the irrigation industry. Wiring shall be color -keyed: 12 ga. white for ground, 14 ga. red for operation of equipment, and an eighteen inch (18") loop in each valve box of a 14 ga. green and a 14 ga. yellow spare. B. Tracer wire and warning tape shall be installed with all fresh water piping. Tracer wire 16 Gauge CU. shall have the insulation removed for at least six (6") inches every thirty (30') feet of run. Potable Water Warning tape shall be run at half the depth of the top of the pipe. C. Control wires from controller to valves shall be laid in irrigation head line trenches (if applicable -wiring to be installed along wiring route onplan). D. Control wires to be taped together every ten (10) feet along trench. E. Expansion loops shall be made at every turn in the trench and every 50-foot length of wire run by wrapping at least five (5) turns of wire around a one (1) inch rod or pipe. Next, withdraw the rod leaving turns in wire. F. All wire connections or splicing work shall have moisture proof connectors, and their location must be denoted on the as -built plan. Contractor shall minimize amount of splices. G. Extra yellow and green wires shall be installed in mainline ditch. H. Common valve wiring shall be white through entire system. I. Section valve wiring shall be red through entire system. White wire may not beused as section wire. 3.12 TESTING AND PRELIMINARY INSPECTION A. Testing Procedure l . Do not allow any of the work in this section to be covered or enclosed until it has been inspected, tested and approved by the Owner or Landscape Architect. 2. Prior to backfill, the main line and with control valves in place but before the lateral lines are connected, completely flush and test the mainline. 3. Fill the main line with water for a twenty-four (24)-hour period prior to testing. 4. Pressure test main lines with 100 psi for a period of two (2) hours. Allowable leakage shall be as determined by the formula listed in AWWA C600. 1. The Owner will witness and approve all tests. Notify the Owner at least twenty-four (24) hours in advance of all testing. 5. Provide all testing equipment and personnel required to complete the testing procedure (Repeat testing as required) 6. Flush, clean, adjust, and balance all systems. Irrigation System 164 7. Adjust heads for proper coverage. 8. Potable Water Lines: Hydrostatic test for six (6) hours at 150 psi. There shall be no leaks whatsoever. 9. Backflow preventer shall be tested and certified, and three (3) copies shall be provided; one to the owner, one to the water purveyor, and one to remain with the tester as required by local, state, and federal codes and ordinances B. Preliminary Inspection 1. When all initial installation is done and all incidentals necessary to the proper function of the system is done, the Contractor shall request the Owner to walk through system and visually check the operation of the system. At this time the Owner and the Contractor will discuss repairs that may need to take place. 3.13 INSPECTION/ACCEPTANCE A. Final Inspection l . After preliminary inspection has taken place and all corrections and repairs have been completed by the Contractor, the Contractor and the Owner will againwalk through system to check operation. This procedure will be repeated until system operates to the Owner satisfaction. At this time the Owner will accept system from the Contractor. An acceptance form will follow from the Owner to the Contractor. 3.14 CLEAN-UP AND ADJUSTING A. Removal of Site Debris 1. The Contractor shall: i. Make final clean-up of all parts of work. ii. Remove all construction material and equipment. iii. Prepare the site in an orderly and finished appearance. iv. Remove from site any rock or extra dirt that resulted from this and restore site to its original condition. v. Flush dirt and debris from piping before installing irrigation heads and other devices. vi. Adjust automatic control valves to provide flow rate of rated operating pressure required for each irrigation head circuit. vii. Carefully adjust lawn irrigation heads so they will be flush with, or not more than one-half (1/2") inch below finish grade after completion of landscape work. viii. Adjust settings of controllers and automatic control valves. -; Irrigation System 165 ix. The Contractor will be required to remove all construction debris from the site. Final clean up by the Contractor must be acceptable to the Owner. 3.15 COMMISIONING A. Starting Procedures 1. Follow manufacturer's written procedures. If no specific procedures are prescribed by proceed as follows: i. Verify that specialty valves and their accessories have been installed correctly and operate correctly. ii. Verify that specified tests of piping are complete. iii. Check that irrigation heads and devices are correct type. iv. Check that any damaged emitters, valves and devices have been replaced with new materials. v. Check that potable water supplies have correct type backflow preventers. vi. Energize circuits to electrical equipment and devices. vii. Adjust operating controls. 2. Operational Testing i. Perform operational testing after hydrostatic testing is completed, backfill is in place, and emitters are adjusted to final position. B. Demonstration 1. Demonstrate to the Owner that system meets coverage requirements and that automatic controls function properly. 2. Demonstrate to the Owner's maintenance personnel operation of equipment, irrigation heads, specialties, and accessories. Review operating and maintenance information. 3. Provide a seven (7) day written notice in advance ofdemonstration. C. Guarantee 1. The Contractor shall: i. Make all needed repairs or replacements due to defective workmanship or materials for exactly one (1) years following date of final acceptance. ii. Be responsible for all expenses necessary for repairs andreplacement. Irrigation System 166 iii. Pay all expenses incurred if the Contractor fails to act upon a request from the Owner for repairs to system. If the Contractor fails to do work within ten (10) days after request has been made by the Owner, the Owner will proceed with repairs and } charge all expenses to the Contractor. iv. Pay for expenses incurred to project due to vandalism prior to final acceptance. Owner shall pay for all expenses incurred due to vandalism after final acceptance. END OF SECTION Irrigation System 167 SECTION 02600: PLANTING SOIL 1.1 SUMMARY OF WORK A. The scope of work includes all labor, materials, tools, supplies, equipment, facilities, transportation and services necessary for, and incidental to performing all operations in connection with furnishing, delivery, and installation of Planting Soil and /or the modification of existing site soil for use as Planting Soil, complete as shown on the drawings and as specified herein. B. The scope of work in this section includes, but is not limited to, the following: 1. Locate, purchase, deliver and install Imported Planting Soil and soil amendments. 2. Harvest and stockpile existing site soils suitable for Planting Soil. i. Modify existing stockpiled site soil. ii. Modify existing site soil in place for use as Planting Soil. 3. Install existing or modified existing soil for use as Planting Soil. 4. Locate, purchase, deliver and install subsurface Drain Lines. 5. Fine grade Planting Soil. 6. Install Compost into Planting Soil. 7. Clean up and disposal of all excess and surplus material. 1.2 CONTRACT DOCUMENTS A. Shall consist of specifications, general conditions, and the drawings. The intent of these documents is to include all labor, materials, and services necessary for the proper execution of the work. The documents are to be considered as one. Whatever is called for by any parts shall be as binding as if called for in all parts. 1.3 RELATED DOCUMENTS AND REFERENCES A. Related Documents: 1. Drawings and general provisions of contract, including general and supplementary conditions and Division I specifications, apply to work of this section. Planting Soil' 68 2. Related Specification Section i. Section - Planting ii. Section - Irrigation iii. Section —Lawn iv. Section — Tree and Plant Protection 1.4 VERIFICATION A. All scaled dimensions on the drawings are approximate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and quantities, and shall immediately inform the Landscape Architect of any discrepancies between the information on the drawings and the actual conditions, refraining from doing any work in said areas until given approval to do so by the Landscape Architect. 1.5 PERMITS AND REGULATIONS A. The Contractor shall obtain and pay for all permits related to this section of the work unless previously excluded under provision of the contract or general conditions. The Contractor shall comply with all laws and ordinances bearing on the operation or conduct of the work as drawn and specified. If the Contractor observes that a conflict exists between permit requirements and the work outlined in the contract documents, the Contractor shall promptly notify the Landscape Architect in writing including a description of any necessary changes and changes to the contract price resulting from changes in the work. B. Wherever references are made to standards or codes in accordance with which work is to be performed or tested, the edition or revision of the standards and codes current on the effective date of this contract shall apply, unless otherwise expressly set forth. C. In case of conflict among any referenced standards or codes or among any referenced standards and codes and the specifications, the more restrictive standard shall apply or Landscape Architect shall determine which shall govern. 1.6 PROTECTION OF WORK, PROPERTY AND PERSON A. The Contractor shall adequately protect the work, adjacent property, and the public, and shall be responsible for any damages or injury due to the Contractor's actions. 1.7 CHANGES IN WORK A. The Landscape Architect may order changes in the work, and the contract sum adjusted accordingly. All such orders and adjustments plus claims by the Contractor for extra compensation must be made and approved in writing before executing the work involved. B. All changes in the work, notifications and contractor's request for information (RFI) shall Planting Soil 169 conform to the contract general condition requirements. 1.8 CORRECTION OF WORK A. The Contractor shall re -execute any work that fails to conform to the requirements of the contract and shall remedy defects due to faulty materials or workmanship upon written notice from the Landscape Architect, at the soonest possible time that can be coordinated with other work and seasonal weather demands but not more than 180 (one hundred and eighty) days after notification. 1.9 SUBMITTALS A. See the contract General Conditions for policy and procedures related to submittals. B. Submit all product submittals eight weeks prior to the start of the soil work. C. Product data and certificates: For each type of manufactured product, submit data and certificates that the product meets the specification requirements, signed by the product manufacturer, and complying with the following: 1. Submit manufacturers or supplier's product data and literature certified analysis for standard products and bulk materials, complying with testing requirements and referenced standards and specific requested testing. i. For each Compost product submit the following analysis by a recognized laboratory: g. pH h. Salt concentration (electrical conductivity) i. Moisture content %, wet weight basis j. Particle size % passing a selected mesh size, dry weight basis k. Stability carbon dioxide evolution rate mg CO2-C per g OM per day 1. Solvita maturity test in. Physical contaminants (inerts) %, dry weight basis n. US EPA Class A standard, 40CFR § 503.13, Tables 1 and 3 levels Chemical Contaminants mg/kg (ppm) D. Samples: Submit samples of each product and material, where required by Part 2 of the specification, to the Landscape Architect for approval. Label samples to indicate product, characteristics, and locations in the work. Samples will be reviewed for appearance only. 1. Submit samples a minimum of 8 weeks prior to the anticipated date of the start of soil installation. Planting Soil 170 2. Samples of all Topsoil, Coarse Sand, Compost and Planting Soil shall be submitted at the same time as the particle size and physical analysis of that material. E. Soil testing for Imported and Existing Topsoil, existing site soil to be modified as Planting Soil and Planting Soil Mixes. 1. Topsoil, existing site soil and Planting Soil Mix testing: Submit soil test analysis report for each sample of Topsoil, existing site soil and Planting Soil from an approved soil -testing laboratory and where indicated in Part 2 of the specification as follows: i. Submit Topsoil, Planting Soil, Compost, and Coarse Sand for testing at least 8 weeks before scheduled installation of Planting Soil Mixes. Submit Planting Soil Mix test no more than 2 weeks after the approval of the Topsoil, Compost and Coarse Sand. Do not submit to the testing laboratory, Planting Soil Mixes, for testing until all Topsoil, Compost and Coarse Sand have been approved. ii. If tests fail to meet the specifications, obtain other sources of material, retest and resubmit until accepted by the Landscape Architect. iii. All soil testing will be at the expense of the Contractor. 2. Provide a particle size analysis (% dry weight) and USDA soil texture analysis. Soil . testing of Planting Soil Mixes shall also include USDA gradation (percentage) of gravel, coarse sand, medium sand, and fine sand in addition to silt and clay. 1.10 OBSERVATION OF THE WORK A. The Landscape Architect may observe the work at any time. They may remove samples of materials for conformity to specifications. Rejected materials shall be immediately removed from the site and replaced at the Contractor's expense. The cost of testing materials not meeting specifications shall be paid by the Contractor. 1. The Landscape Architect may utilize the Contractor's penetrometer and moisture meter at any time to check soil compaction and moisture. B. The Landscape Architect shall be informed of the progress of the work so the work may be observed at the following key times in the construction process. The Landscape Architect shall be afforded sufficient time to schedule visit to the site. Failure of the Landscape Architect to make field observations shall not relieve the Contractor from meeting all the requirements of this specification. 1. SOIL MOCKUP REVIEW: At the time of construction of all soil mockups. 2. EXISTING SOIL CONDITIONS REVIEW: Prior to the start of any soil modification that will utilize or modify the existing soil. 3. EXCAVATION REVIEW: Observe each area of excavation prior to the installation of any Planting Soil. Planting Soil 171 4. DRAIN LINE INSTALLATION REVIEW: Upon completion of the installation of drain lines and prior to the installation of any Planting Soil 5. COMPLETION of SOIL MODIFICATIONS REVIEW: Upon completion of all soil modification and installation of planting soil. 6. COMPLETION OF FINE GRADING AND SURFACE SOIL MODIFICATIONS REVIEW: Upon completion of all surface soil modifications and fine grading but prior to the installation of shrubs, ground covers, or lawns. 1.11 PRE -CONSTRUCTION CONFERENCE A. Schedule a pre -construction meeting with the Landscape Architect at least seven (7) days before beginning work to review any questions the Contractor may have regarding the work, administrative procedures during construction and project work schedule. 1.12 QUALITY ASSURANCE A. Installer Qualifications: The installer shall be a firm having at least 5 years of experience of a scope similar to that required for the work, including the preparation, mixing and installation of soil mixes to support planting. The installer of the work in Section: Planting, shall be the same firm installing the work in this section. 1. The bidders list for work under this section shall be approved by the Landscape Architect. 2. Installer Field Supervision: When any Planting Soil work is in progress, installer shall maintain, on site, an experienced full-time supervisor who can communicate in English with the Landscape Architect. 3. Installer's field supervisor shall have a minimum of five years' experience as a field supervisor installing soil, shall be trained and proficient in the use of field surveying equipment to establish grades and can communicate in English with the Landscape Architect. 4. The installer's crew shall be experienced in the installation of Planting Soil, plantings, and irrigation (where applicable) and interpretation of planting plans, soil installation plans, and irrigation plans (where applicable). 5. Submit references of past projects and employee training certifications that support that the Contractors meet all of the above installer qualifications and applicable licensures. B. Soil testing laboratory qualifications: an independent laboratory, with the experience and capability to conduct the testing indicated and that specializes in USDA agricultural soil testing, Planting Soil Mixes, and the types of tests to be performed. Geotechnical engineering testing labs shall not be used. C. All delivered and installed Planting Soil shall conform to the approved submittals sample Planting Soil 172 color, texture and approved test analysis. 1. The Landscape Architect may request samples of the delivered or installed soil be tested for analysis to confirm the Planting Soil conforms to the approved material. 2. All testing shall be performed by the same soil lab that performed the original Planting Soil testing. 3. Testing results shall be within 10% plus or minus of the values measured in the approved Planting Soil Mixes. 4. Any Planting Soil that fails to meet the above criteria, if requested by the Landscape Architect, shall be removed and new soil installed. D. Soil compaction testing: following installation or modification of soil, test soil compaction with a penetrometer. 1. Maintain at the site at all times a soil cone penetrometer with pressure dial and a soil moisture meter to check soil compaction and soil moisture. 2. Penetrometer shall be AgraTronix Soil Compaction Meter distributed by Ben Meadows, www.benmeadows.coul or approved equal. 3. Moisture meter shall be "general digital soil moisture meter" distributed by Ben Meadows, www.bemneadows.com or approved equal. 4. Prior to testing the soil with the penetrometer check the soil moisture and penetrometer readings in the mockup soils. Penetrometer readings are impacted by soil moisture and excessively wet or dry soils will read significantly lower or higher than soils at optimum moisture. 5. The penetrometer readings shall be within 20% plus or minus of the readings in the approved mockup when at similar moisture levels. 1.13 SITE CONDITIONS A. It is the responsibility of the Contractor to be aware of all surface and subsurface conditions, and to notify the Landscape Architect, in writing, of any circumstances that would �l negatively impact the health of plantings. Do not proceed with work until unsatisfactory conditions have been corrected. 1. Should subsurface drainage or soil conditions be encountered which would be detrimental to growth or survival of plant material, the Contractor shall notify the Landscape Architect in writing, stating the conditions and submit a proposal covering cost of corrections. If the Contractor fails to notify the Landscape Architect of such conditions, they shall remain responsible for plant material under the warrantee clause of the specifications. 2. This specification requires that all Planting Soil and Irrigation (if applicable) work be completed and accepted prior to the installation of any plants. Planting Soil 173 1.14 SOIL COMPACTION — GENERAL REQUIREMENTS A. Except where more stringent requirements are defined in this specification. The following parameters shall define the general description of the threshold points of soil compaction in existing, modified or installed soil and subsoil. B. The following are threshold levels of compaction as determined by each method. 1. Acceptable Compaction: Good rooting anticipated, but increasing settlement expected as compaction is reduced and/or in soil with a high organic matter content. i. Bulk Density Method — Varies by soil type see Chart on page 32 in Up ByRoots. ii. Standard Proctor Method — 75-85%; soil below 75% is unstable and will settle excessively. iii. Penetration Resistance Method — about 75-250 psi, below 75 psi soil becomes increasingly unstable and will settle excessively. 2. Root limiting Compaction: Root growth is limited with fewer, shorter and slower growing roots. i. Bulk Density Method — Varies by soil type see Chart on page 32 in Up By Roots. ii. Standard Proctor Method — above approximately 85%. iii. Penetration Resistance Method — about 300 psi. 3. Excessive Compaction: Roots not likely to grow but can penetrate soil when soil is above field capacity. i. Bulk Density Method — Varies by soil type see Chart on page 32 in Up By Roots. ii. Standard Proctor Method —Above 90%. iii. Penetration Resistance Method — Approximately above 400 psi 1.15 DELIVERY, STORAGE, AND HANDLING A. Weather: Do not mix, deliver, place or grade soils when frozen or with moisture above field capacity. B. Protect soil and soil stockpiles, including the stockpiles at the soil blender's yard, from wind, rain and washing that can erode soil or separate fines and coarse material, and contamination by chemicals, dust and debris that may be detrimental to plants or soil drainage. Cover stockpiles with plastic sheeting or fabric at the end of each workday. C. All manufactured packaged products and material shall be delivered to the site in unopened containers and stored in a dry enclosed space suitable for the material and meeting all environmental regulations. Biological additives shall be protected from extreme cold and heat. All products shall be freshly manufactured and dated for the year in which the Planting Soil 174 products are to be used. D. Deliver all chemical amendments in original, unopened containers with original labels intact and legible, which state the guaranteed chemical analysis. Store all chemicals in a weather protected enclosure. E. Bulk material: Coordinate delivery and storage with Landscape Architect and confine materials to neat piles in areas acceptable to Landscape Architect. 1.16 EXCAVATING AND GRADING AROUND UTILITIES A. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities include irrigation systems, and park lighting, all others are public utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the owner is not aware. The owner does not assume any responsibility for any public utilities that are not shown on plans. It is the Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. Park development staff will assist in the design and relocation of utility lines. PART 2 - PRODUCTS 2.1 IMPORTED TOPSOIL A. Imported Topsoil definition: Fertile, friable soil containing less than 5% total volume of the combination of subsoil, refuse, roots larger than 1-inch diameter, heavy, sticky or stiff clay, stones larger than 2 inches in diameter, noxious seeds, sticks, brush, litter, or any substances deleterious to plant growth. The percent (%) of the above objects shall be controlled by source selection not by screening the soil. Topsoil shall be suitable for the germination of seeds and the support of vegetative growth. Imported Topsoil shall not contain weed seeds in quantities that cause noticeable weed infestations in the final planting beds. Imported Topsoil shall meet the following physical and chemical criteria: 1. Soil texture: USDA loam, sandy clay loam or sandy loam with clay content between 15 and 25%. And a combined clay/silt content of no more than 55%. 2. pH value shall be between 5.5 and 7.0. 3. Percent organic matter (OM): 2.0-5.0%, by dry weight. 4. Soluble salt level: Less than 2 mmho/cm. 5. Soil chemistry suitable for growing the plants specified. B. Imported Topsoil shall be a harvested soil from fields or development sites. The organic content and particle size distribution shall be the result of natural soil formation. Manufactured soils where coarse sand, composted organic material or chemical additives has been added to the soil to meet the requirements of this specification section shall not be �q. Planting Soil 175 2.3 acceptable. Retained soil peds shall be the same color on the inside as is visible on the outside. C. Imported Topsoil for Planting Soil shall NOT have been screened and shall retain soil peds or clods larger than 2 inches in diameter throughout the stockpile after harvesting. D. Stockpiled Existing Topsoil at the site meeting the above criteria may be acceptable. E. Provide a two -gallon sample from each Imported Topsoil source with required soil testing results. The sample shall be a mixture of the random samples taken around the source stockpile or field. The soil sample shall be delivered with soil peds intact that represent the size and quantity of expected peds in the final delivered soil. COMPOST A. Compost: Blended and ground leaf, wood and other plant based material, composted for a minimum of 9 months and at temperatures sufficient to break down all woody fibers, seeds and leaf structures, free of toxic material at levels that are harmful to plants or humans. Source material shall be yard waste trimmings blended with other plant or manure based material designed to produce Compost high in fungal material. EXISTING SOIL (ACCEPTABLE FOR PLANTING WITH MINIMUM MODIFICATIONS) A. General definition of existing soil: Surface soil in the areas designated on the soils plan as existing soil, that is not altered, compacted to root limiting density, graded or contaminated before or during the construction process and considered acceptable for planting and long term health of the plants specified either as it exists or with only minor modification. The Landscape Architect shall verify that the soil in the designated areas is suitable at the beginning of planting bed preparation work in that area. In the event that the work of this project construction has damaged the existing soil in areas designated for use as Planting Soil to the point where the soil is no longer suitable to support the plants specified, the Landscape Architect may require modification of the damaged soil up to and including removal and replacement with soil of equal quality to the soil that existed prior to construction. Examples of damage include further compaction, contamination, grading, creation of hard pan or drainage problems, and loss of the O, and or A horizon. i. Do not begin work on additional modifications until changes to the contract price are approved by Landscape Architect. B. Protect existing soil from compaction, contamination, and degradation during the construction process. C. Unless otherwise instructed, remove all existing plants, root thatch, and non -soil debris from the surface of the soil using equipment that does not increase compaction of soil to root limiting levels. D. Modifications: Planting Soil 176 4 1. When results of soil tests recommend chemical adjustments, till surface soil to six inches or greater after chemical adjustments have been are applied. 2. Remove existing turf thatch, ground cover plants and weeds. 3. Provide pre -emergent weed control if indicated. 4. Make chemical adjustment as recommended by the soil test. E. General definition: Surface soil in the areas designated on the soils plan as Modified Existing Soil has been altered and or graded before or during the construction process but is still considered acceptable for planting and long term health of the plants specified with the proposed modifications. Modifications respond to the soil problems expected or encountered. The Landscape Architect shall verify that the soil in the designated areas is suitable for modification at the beginning of planting bed preparation work in that area. The Landscape Architect shall verify that the soil in the designated areas is suitable for the specified modification at the beginning of planting bed preparation work in that area. In the event that the work of this project construction has damaged the existing soil in areas designated for modification to the point where the soil is no longer suitable to support the plants specified with the specified modification, the Landscape Architect may require further modification of the damaged soil up to an including removal and replacement with soil of equal quality to the soil that would have resulted from the modification. Damage may include further compaction, contamination, grading, creation of hard pan or drainage problem, and loss of the O, and or A horizon. 2. General requirements for all soil modifications: i. Take soil samples, test for chemical properties, and make appropriate adjustments. ii. Unless otherwise instructed, remove all existing plants, root thatch, and non -soil debris from the surface of the soil using equipment that does not add to the compaction in the soil. iii. All soil grading, tilling and loosening must be completed at times when the soil moisture is below field capacity. Allow soil to drain for at least two days after any rain event more than 1 inch in 24 hours, or long enough so that the soil does not make the hand muddy when squeezed. iv. Provide pre -emergent weed control after the soil work is complete and plants planted but prior to adding mulch to the surface, if indicated by weed type and degree of threat. 3. Modified existing soil — soil removed, stockpiled, and spread 4. Description of condition to be modified: Existing soil that is suitable for reuse as Planting Soil but is in the wrong place of elevation, or cannot be adequately protected during construction. Soil is to be harvested, stockpiled and re -spread with or without further modifications as indicated. r Planting Soil 177 5. Modifications: i. Excavate existing soil from the areas and to depths designated on the drawings. Stockpile in zones noted on the drawings or in areas proposed by the Contractor. ii. Prepare a soil stock pile plan for approval. iii. Excavate soil using equipment and methods to preserve the clumps and peds in the soil. Generally, this means using the largest piece of equipment that is practical for the project size and scope. iv. Protect stock piles from erosion by compacting or tracking the soil surface, covering with breathable fabric or planting with annual grasses as appropriate for the season, location, and length of expected time of storage. v. Re -spread soil as required in Part 3 of this specification. F. Modified existing soil — compacted surface soil (Tilling Option) 1. Description of condition to be modified: Surface soil compaction to a maximum of 6 inches deep from traffic or light grading. Original A horizon may be previously removed or graded but lower profile intact with acceptable compaction levels and limited grading. The soil organic matter, pH and chemistry in the A horizon may not be suitable for the proposed plants and may need to be modified as required. 2. Modifications: PI i. Till top 6 inches or deeper of the soil surface, with a roto tiller, spade tiller, ripper or agricultural plow. Spread 2 - 3 inches of Compost on the surface of the tilled soil and make any chemical adjustment as recommended by the soil test. P ii. Till or disk the Compost into the loosened soil. Smooth out grades with a drag rake or drag slip. U G. Modified existing soil — compacted subsoil 1. Description of condition to be modified: Deep soil compaction the result of previous grading, filling and dynamic or static compaction forces. Original A horizon likely removed or buried. The soil organic matter, pH and chemistry in the A horizon is likely not suitable for the proposed plants and should be modified as required. 2. Soil Ripping: i. Step one: After grading and removing all plants and debris from the surface, using a tracked dozer or similar large grading equipment, loosen the soil by dragging a ripping shank or chisel thru the soil to depths of 24 inches with ripping shanks spaced 18 inches or less apart in two directions. The number of shanks per pull is dependent on the degree of soil compaction and the size of the dozer. ii. Step 2: Spread 3-4 inches of Compost over the ripped area and till into the top 6 inches of the soil surface. Planting Soil 178 4 3. Following soil ripping or fracturing the average penetration resistance should be less than 250 psi to the depth of the ripping or fracturing. 4. Do not start planting into ripped or fractured soil until soil has been settled or leave grades sufficiently high to anticipate settlement of 10 —15% of ripped soil depth. H. Modified existing soil — low organic matter 1. Description of condition to be modified: Low soil organic matter and/or missing A horizon but soil is not compacted except for some minor surface compaction. The soil organic matter, pH and/or chemistry are likely not suitable for the proposed plants and should be modified as required. 2. Modifications: i. Spread 3 - 4 inches of Compost over the surface of the soil and make chemical adjustment as recommended by the soil test. ii. Till Compost into the top 6 inches of the soil. 2.4 PLANTING SOIL MIXES A. General defmition: Mixes of Existing Soil or Imported Topsoil, Coarse Sand, and or Compost to make a new soil that meets the project goals for the indicated planting area. These may be mixed off site or onsite, and will vary in Mix components and proportions as indicated. B. Planting Mix - moderately slow draining soil for trees and shrub beds 1. A Mix of Imported Topsoil, Coarse Sand and Compost. The approximate Mix ratio shall be: Mix component % by moist volume Imported Topsoil unscreened 45-50% Coarse sand 40-45% Compost 10% 2. Final tested organic matter between 2.75 and 4% (by dry weight). 3. Mix the Coarse Sand and Compost together first and then add to the Topsoil. Mix with a loader bucket to loosely incorporate the Topsoil into the Coarse Sand/Compost Mix. DO NOT OVER MIX! Do not mix with a soil blending machine. Do not screen the soil. Clumps of Soil, Compost and Coarse Sand will be permitted in the overall Mix. 4. At the time of final grading, add fertilizer if required to the Planting Soil at rates recommended by the testing results for the plants to be grown. 5. Provide a two -gallon sample with testing data that includes recommendations for chemical additives for the types of plants to be grown. Samples and testing data shall Planting Soil 179 i be submitted at the same time. 3.1 SITE EXAMINATION A. Prior to installation of Planting Soil, examine site to confirm that existing conditions are satisfactory for the work of this section to proceed. 1. Confirm that the subgrade is at the proper elevation and compacted as required. Subgrade elevations shall slope toward the under drain lines as shown on the drawings. 2. Confirm that surface all areas to be filled with Planting Soil are free of construction debris, refuse, compressible or biodegradable materials, stones greater than 2 inches diameter, soil crusting films of silt or clay that reduces or stops drainage from the Planting Soil into the subsoil; and/or standing water. Remove unsuitable material from the site. 3. Confirm that no adverse drainage conditions are present. 4. Confum that no conditions are present which are detrimental to plant growth. 5. Confirm that utility work has been completed per the drawings. 6. Confirm that irrigation work, which is shown to be installed below prepared soil levels, has been completed. B. If unsatisfactory conditions are encountered, notify the Landscape Architect immediately to ` determine corrective action before proceeding. 3.2 COORDINATION WITH PROJECT WORK -1 A. The Contractor shall coordinate with all other work that may impact the completion of the work. B. Prior to the start of work, prepare a detailed schedule of the work for coordination with. other trades. C. Coordinate the relocation of any irrigation lines, heads or the conduits of other utility lines that are in conflict with tree locations. Root balls shall not be altered to fit around lines. Notify the Landscape Architect of any conflicts encountered. 3.3 GRADE AND ELEVATION CONTROL A. Provide grade and elevation control during installation of Planting Soil. Utilize grade stakes, surveying equipment, and other means and methods to assure that grades and contours conform to the grades indicated on the plans. is Planting Soil 180 1 -: 3.4 SITE PREPARATION A. Excavate to the proposed subgrade. Maintain all required angles of repose of the adjacent materials as shown on the drawings or as required by this specification. Do not over excavate compacted subgrades of adjacent pavement or structures. Maintain a supporting 1:1 side slope of compacted subgrade material along the edges of all paving and structures where the bottom of the paving or structure is above the bottom elevation of the excavated planting area. B. Remove all construction debris and material including any construction materials from the subgrade. "C. Confirm that the subgrade is at the proper elevation and compacted as required. Subgrade elevations shall slope approximately parallel to the finished grade and/or toward the subsurface drain lines as shown on the drawings. D. In areas where Planting Soil is to be spread, confirm subgrade has been scarified. E. Protect adjacent walls, walks and utilities from damage or staining by the soil. Use 1/2-inch plywood and or plastic sheeting as directed to cover existing concrete, metal and masonry work and other items as directed during the progress of the work. 1. At the end of each working day, clean up any soil or dirt spilled on any paved surface. 2. Any damage to the paving or site features or work shall be repaired at the Contractor's expense. 3.5 SOIL MOISTURE A. Volumetric soil moisture level, in both the Planting Soil and the root balls of all plants, prior to, during and after planting shall be above permanent wilt point and below field capacity for each type of soil texture within the following ranges. Soil texture Permanent wilting point Field capacity Sand, Loamy sand, Sandy loam 5-8% 12-18% Loam, Sandy clay, Sandy clay loam 14-25% 27-36% Clayloam, Silt loam 11-22% 31-36% Silty clay, Silty clay loam 22-27% 38-41 % B. The Contractor shall confirm the soil moisture levels with a moisture meter (Digital Soil Moisture Meter, DSMM500 by General Specialty Tools and Instruments, or approved equivalent). If moisture is found to be too low, the planting holes shall be filled with water and allowed to drain before starting any planting operations. If the moisture is too high, suspend planting operations until the soil moisture drains to below field capacity. Planting Soil 181 3.6 PLANTING SOIL AND PLANTING SOIL MIX INSTALLATION A. Prior to installing any Planting Soil from stockpiles or Planting Soil Mixes blended off site, the Landscape Architect shall approve the condition of the subgrade and the previously installed subgrade preparation and the installation of subsurface drainage. B. All equipment utilized to install or grade Planting Soils shall be wide track or balloon tire machines rated with a ground pressure of 4 psi or less. All grading and soil delivery equipment shall have buckets equipped with 6-inch-long teeth to scarify any soil that becomes compacted. C. In areas of soil installation above existing subsoil, scarify the subgrade material prior to installing Planting Soil. 1. Scarify the subsoil of the subgrade to a depth of 3 — 6 inches with the teeth of the back hoe or loader bucket, tiller or other suitable device. 2. Immediately install the Planting Soil. Protect the loosened area from traffic. DO NOT allow the loosened subgrade to become compacted. 3. In the event that the loosened area becomes overly compacted, loosen the area again prior to installing the Planting Soil. D. Install the Planting Soil in 12 - 18 inch lifts to the required depths. Apply compacting forces to each lift as required to attain the required compaction. Scarify the top of each lift prior to adding more Planting Soil by dragging the teeth of a loader bucket or backhoe across the soil surface to roughen the surface. E. Phase work such that equipment to deliver or grade soil does not have to operate over previously installed Planting Soil. Work in rows of lifts the width of the extension of the bucket on the loader. Install all lifts in one row before proceeding to the next. Work out from the furthest part of each bed from the soil delivery point to the edge of each bed area. 3.7 COMPACTION REQUIREMENTS FOR INSTALLED OR MODIFIED PLANTING SOIL A. Compact installed Planting Soil to the compaction rates indicated and using the methods approved for the soil mockup. Compact each soil lift as the soil is installed. B. Existing soil that is modified by tilling, ripping or fracturing shall have a density to the depth of the modification, after completion of the loosening, such that the penetrometer reads approximately 75 to 250 psi at soil moisture approximately the mid -point between wilting point and field capacity. This will be approximately between 75 and 82% of maximum dry density standard proctor. C. Installed Planting Soil Mix and re -spread existing soil shall have a soil density through the required depth of the installed layers of soil, such that the penetrometer reads approximately 75 to 250 psi at soil moisture approximately the mid -point between wilt point and field capacity. This will be approximately between 75 and 82% of maximum dry density standard proctor. Planting Soil 182 BD. Planting Soil compaction shall be tested at each lift using a penetrometer calibrated to the mockup soil and its moisture level. The same penetrometer and moisture meter used for the testing of the mockup shall be used to test installed soil throughout the work. E. Maintain moisture conditions within the Planting Soil during installation or modification to allow for satisfactory compaction. Suspend operations if the Planting Soil becomes wet. Apply water if the soil is overly dry. F. Provide adequate equipment to achieve consistent and uniform compaction of the Planting Soils. Use the smallest equipment that can reasonably perform the task of spreading and compaction. Use the same equipment and methods of compaction used to construct the Planting Soil mockup. G. Do not pass motorized equipment over previously installed and compacted soil except as authorized below: 1. Light weight equipment such as trenching machines or motorized wheel barrows is permitted to pass over finished soil work. 2. If work after the installation and compaction of soil compacts the soil to levels �- greater than the above requirements, follow the requirements of the paragraph "Over Compaction Reduction" below. 3.8 OVER COMPACTION REDUCTION A. Any soil that becomes compacted to a density greater than the specified density and/or the density in the approved mockup shall be dug up and reinstalled. This requirement includes compaction caused by other sub -contractors after the Planting Soil is installed and approved. B. Surface roto tilling shall not be considered adequate to reduce over compaction at levels 6 inches or greater below finished grade. 3.9 INSTALLATION OF CHEMICAL ADDITIVES A. Following the installation of each soil and prior to fine grading and installation of the Compost till layer, apply chemical additives as recommended by the soil test, and appropriate to the soil and specific plants to be installed. B. Types, application rates and methods of application shall be approved by the Landscape Architect prior to any applications. 3.10 FINE GRADING A. The Landscape Architect shall approve all rough grading prior to the installation of Compost, fine grading, planting, and mulching. Y B. Grade the finish surface of all planted areas to meet the grades shown on the drawings, allowing the finished grades to remain higher (10 —15% of depth of soil modification) than the grades on the grading plan, as defined in paragraph Planting Soil Installation, to Planting Soil 183 anticipate settlement over the first year. C. Utilize hand equipment, small garden tractors with rakes, or small garden tractors with buckets with teeth for fine grading to keep surface rough without further compaction. Do not use the flat bottom of a loader bucket to fine grade, as it will cause the finished grade to become overly smooth and or slightly compressed. D. Provide for positive drainage from all areas toward the existing inlets, drainage structures and or the edges of planting beds. Adjust grades as directed to reflect actual constructed field conditions of paving, wall and inlet elevations. Notify the Landscape Architect in the event that conditions make it impossible to achieve positive drainage. E. Provide smooth, rounded transitions between slopes of different gradients and direction. Modify the grade so that the finish grade before adding mulch and after settlement is one or two inches below all paving surfaces or as directed by the drawings. F. Fill all dips and remove any bumps in the overall plane of the slope. The tolerance for dips and bumps in shrub and ground cover planting areas shall be a 2-inch deviation from the plane in 10 feet. The tolerance for dips and bumps in lawn areas shall be a 1-inch deviation from the plane in 10 feet. 3.11 CLEAN-UP A. During installation, keep the site free of trash, pavements reasonably clean and work area in an orderly condition at the end of each day. Remove trash and debris in containers from the Ul site no less than once a week. 1. Immediately clean up any spilled or tracked soil, fuel, oil, trash or debris deposited by the Contractor from all surfaces within the project or on public right of ways and ; neighboring property. B. Once installation is complete, wash all soil from pavements and other structures. Ensure that mulch is confined to planting beds and that all tags and flagging tape are removed from the site. The Landscape Architect seals are to remain on the trees and removed at the end of the warranty period. 1. Make all repairs to grades, ruts, and damage to the work or other work at the site. 2. Remove and dispose of all excess Planting Soil, subsoil, mulch, plants, packaging, and other material brought to the site by the Contractor. 3.12 PLANTING SOIL AND MODIFIED EXISTING SOIL PROTECTION A. Damage done by the Contractor, or any of their sub -contractors to existing or installed plants, or any other parts of the work or existing features to remain, including large existing trees, soil, paving, utilities, lighting, irrigation, other finished work and surfaces including those on adjacent property, shall be cleaned, repaired or replaced by the Contractor at no expense to the Owner. The Landscape Architect shall determine when such cleaning, replacement or repair is satisfactory. Damage to existing trees shall be assessed by a Planting Soil 184 r� i3 j certified arborist. 3.13 SUBSTANTIAL COMPLETION ACCEPTANCE A. Upon written notice from the Contractor, the Owners Representative shall review the work and make a determination if the work is substantially complete. B. The date of substantial completion of the planting soil shall be the date when the Landscape Architect accepts that all work in Planting, Planting Soil, and Irrigation installation sections is complete. 3.14 FINAL ACCEPTANCE / SOIL SETTLEMENT A. At the end of the plant warrantee and maintenance period, (see Specification section - Planting) the Landscape Architect shall observe the soil installation work and establish that - all provisions of the contract are complete and the work is satisfactory. 1. Restore any soil settlement and or erosion areas to the grades shown on the drawings. -- When restoring soil grades remove plants and mulch and add soil before restoring the planting. Do not add soil over the root balls of plants or on top of mulch. B. Failure to pass acceptance: If the work fails to pass final acceptance, any subsequent observations must be rescheduled as per above. The cost to the Owner for additional observations will be charged to the Contractor at the prevailing hourly rate of the Landscape Architect. END OF SECTION Planting Soil 185 SECTION 02700: TURFGRASS LAWNS PART 2 - GENERAL 1.1 SUMMARY OF WORK A. This work includes all labor, materials, and equipment for soil preparation, fertilization, planting, and other requirements regarding turfgrass areas shown on plans. 1.2 RELATED DOCUMENTS A. The Drawings and all specification herein apply to the Work in this Section. 1.3 SECTION INCLUDES A. Quality Assurance B. Submittals C. Scheduling D. Warranty Period E. Materials F. Fertilizer G. Grading and Verification H. Hydromulch Seeding on Prepared Finished Grade I. Broadcast Seeding on Prepared Finished Grade J. Sod Bed Preparation K. Planting L. Protection M. Establishment and Acceptance N. Irrigation System O. Post -Planting Maintenance P. Erosion Control Turfgrass Lawns 187 Q. Inspections R. Clean-up S. Guarantee 1.4 RELATED SECTIONS A. Section 02300 Earthwork B. Section 02810 Irrigation System 1.5 QUALITY ASSURANCE A. Source 1. Sod shall be subject to inspection and approval by Landscape Architect at the site upon delivery for conformity to specifications. Such approval shall not impair the right of inspection and rejection during progress of the work. The Landscape Architect reserves the right to refuse inspection at such time if, in his judgment, a sufficient quantity of sod is not available for inspection. 2. Seed shall conform to U.S. Department of Agriculture rules and regulations of Federal Seed Act and Texas Seed Law. Seed shall be certified 90 percent pure and furnish 80 percent germination B. Inspections 1. Make written request for inspection of finish grade prior to sod bedpreparation. 2. Make written request for the inspection of sodding operations. Such inspection is for the purpose of establishing the Maintenance Period. 3. Submit written requests for inspections to the Landscape Architect at least seven (7) days prior to anticipated Inspection date. 1.6 SUBMITIALS A. Furnish required copies of manufacturer's literature, certifications, or laboratory analytical data for the following Items: 1. Seed/Sod Source (Certifications): submit certification from supplier that each type of seed conforms to these specifications and requirements of Texas Seed Law. Certification shall accompany seed delivery. 2. Top Dress Fertilizer (Certification): submit certificate stating that fertilizer complies with these specifications and requirements of Texas FertilizerLaw. Turfgrass Lawns 188 1.7 SCHEDULING A. Planting Restrictions: coordinate planting periods with initial maintenance periods to provide required maintenance from date of Substantial Completion. Plant during one of the following periods: 1. May 15th to August 31st for Bermuda hydromulch seeding. 2. Over seeding - Annual Rye Grass i. If Bermuda turf cannot be established by September 15, turf areas are to be over - seeded with annual rye-grass at a rate of 4-lbs'/1,000 s.f. If this is required, the contractor shall maintain the annual grass turf, as needed, including but not limited to irrigation, mowing to maintain a maximum height of three (3"), and edging, as required. ii. This annual rye grass maintenance shall be considered as a separate item from the 30- day maintenance period specified for the seeded Bermuda grass. iii. The Contractor shall apply a minimum of two applications of Roundup herbicide to -' the annual rye grass in early spring in preparation for Bermuda grass hydromulch seeding. The two applications should be separated by a period of 10-14 days and contractor should notify the Landscape Architect of the schedule of Roundup application. iv. After sufficient annual grass kill has been verified by the Landscape Architect, turf areas shall have an "Aera-vator" PTO driven, vibration tine, aeration device process the soil to a depth of three (3") inches to four (4") inches prior to hydromulch seeding the Bermuda grass as specified. B. Weather Limitations: Proceed with planting operations only when existing and forecasted weather conditions permit. 1.8 WARRANTY PERIOD A. Time Period: warrant that all turfs and grasses shall be in a healthy and flourishing condition of active growth six (6) months from date of Final Acceptance. B. Appearance during Warranty: turf shall be free of dead or dying patches, and all areas shall show foliage of a normal density, size and color. Complete lush cover with no brown sections or cracks showing. C. Delays: all delays in completion of planting operations which extend the planting into more than one planting season shall extend the Warranty Period correspondingly. D. Exceptions: contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during Warranty Period. Report such conditions in writing. E. Replacements: replace, without cost to Owner, and as soon as weather conditions permit, all turf and grasses not in a vigorous, thriving condition, as determined by Landscape Architect Turfgrass Lawns 189 during and at the end of Warranty Period. F. Matching: closely match all replacement sod with adjacent areas of turf or grass. Apply all requirements of this Specification to all replacements. 1.9 REPLACEMENTS A. Unacceptable Workmanship: turf and grass areas exhibiting conditions which are determined as unacceptable workmanship shall be repaired and/or replaced at no additional cost to the Owner. 1.10 FINAL ACCEPTANCE A. Work under this Section will be accepted by Landscape Architect upon satisfactory completion of all work, but exclusive of re -application under the Guarantee Period. 2.1 MATERIALS A. Turf Seed 1. Composition: fresh, clean, certified, Class 'A', new crop seed. 2. Type: "Cynodan dactylon" Common Bermuda. 3. Deliver to the site in the original sacks as received by the Producer and each sack shall be tagged in accordance with the agricultural seed laws of the United States and the State of Texas. Each sack shall be tagged showing the dealers guarantee as to the year grown, percentage of purity, percentage of germination and the date of test by which the percentages of purity and germination were determined. All seed sown shall have a date of test within six (6) months of the date of sowing. 4. Any seed delivered prior to use, shall be stored in such a manner that it will be protected from damage by heat, moisture, rodents or other cause. , 5. The mixture to be used shall be b and consist of the following proportioned Y wei t � g varieties to be sown at the rate of six (6) pounds per 1,000 square feet (210 pounds per acre): Turfgrass Lawns 190 L_ Turf Seed Mixture for turf areas Proportion Purity Minimum by weight Germination Cynodan Dactylon-Common Bermuda 85% 98% 90% Lolium perenne- Perennial Ryegrass 10% 98% 90% Poa Annual Ryegrass 5% 95% 90% 6. Weed Seed: do not exceed 0.25% B. Turf Sod 1. One -Year -Old, nursery -grown sod, of the variety Tifway 419 as approved. Sod shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than three-quarters (3/4") inch. 2. Sod shall be dense, healthy, and field -grown on fumigated soil with the grass having been mowed prior to sod cutting so that the height of the grass shall not exceed two (2")inches. 3. Sod shall be dark green in color, relatively free of thatch, free from diseases, weeds and harmful insects. 4. Sod shall be reasonably free of objectionable grassy and broadleaf weeds. Sod shall be considered weed free if no more than ten (10) such weeds are found per 100 sq. ft. of sod. 5. Sod shall be rejected if found to contain the following weeds: Quackgrass, Johnsongrass, poison ivy, nimbleweed, thistle, bindweed, bentgrass, perennial sorrel or bromegrass. C. Hydromulch 1. Mulch i. Virgin wood cellulose fibers from whole wood chips having minimum of 20 percent fibers 0.42 inches in length and 0.01 inches in diameter. ii. Cellulose fibers manufactured from recycled newspaper and meeting same fiber content and size as for cellulose fibers from wood chips. iii. Dye mulch green for coverage verification purposes. iv. Three approved mulches are manufactured by Conwed, Weyerhauser, and Texas Fiber Co. a. Submittal: submit a sample label or specification and a sample packet of the proposed mulch for the Owner's approval. Turfgrass Lawns 191 2. Soil Stabilizer "Terra Tack 1" or approved equal. 2.2 FERTILIZER A. Pre -planting Fertilizer Application for Turfgrass Planting Areas: Fertilizer for the initial planting application shall be ofN-P-K ratio of 4-5-1 (19-26-5). The phosphorus component must be derived from monoammonium phosphate to stimulate vigorous development of new roots, stolons, and rhizomes. The initial application must be applied and incorporated into the soil immediately (no morethan two (2) days) prior to sodding. 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. B. Post Planting Application: Fertilizer for the post planting application will be a complete fertilizer of chemical base containing by weight the following percentages of nutrients: 273- 4 +2% Fe (N-P-K) from methylene urea or the nitrogen equivalent of 33-3-1 O. The application rate should provide one (1) lb. of N / 1000 sq. ft. 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. 3.1 GRADING AND VERIFICATION ! A. Coarse Grading 1. Stones, Weeds, Debris: verify that all areas to receive turf are clear of stones larger than one and a half (1-1/2") inches diameter, weeds, debris and other extraneous materials. 2. Grades: verify that grades are within two (2) inch plus or minus of the required finished grades. No Grades greater than 1 inch shall close uponitself. 3. Tillage: larger graded areas at the South end of the park shall be tilled to a depth of six inches with a chisel type breaking plow. Initial tillage shall be followed by a disc harrow B. Final Grading 1. Stones, Weeds, Debris: verify that all areas to receive turf are clear of stones larger than 1 in. diameter, weeds, debris and other extraneous materials. 2. Grades: verify that grades are within one (1) inch plus or minus of the required finished grades. No Grades greater than 1 inch shall close upon itself. Verify that soil preparation and fertilization has been installed. Report all variations in writing. 3. Tillage: larger graded areas at the South end of the park shall be power raked to a Turfgrass Lawns 192 r i_ C depth of one inches. Initial power rake pass shall be followed by a second pass at an angle between thirty (30) to sixty (60) degrees to the initial pass followed by a pass with a cultipacker or roller. C. Schedule: immediately after the finished grade has been approved, begin sodding operations to reduce excessive weed growth. If sod bed is dry immediately prior to installation, dampen surface with a fine mist ofwater. D. Soil Moisture 1. Excessive Moisture: do not commence work of this section when soil moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or that clods will not break readily. 2. Inadequate Moisture: apply water, as necessary, to bring soil to optimum moisture content for planting. 3.2 HYDROMULCH SEEDING ON PREPARED FINISHED GRADE A. Bed Preparation: immediately after the finished grade has been approved, begin hydromulch seeding operation to reduce excessive weed growth. B. Special Equipment and Procedures: hydraulic equipment used for the application of fertilizer and seed; disc, harrow or aerator and a cultipacker orroller. C. Operators of hydromulch seeding equipment shall be thoroughly experienced in this type of application. D. Application: 1. Contractor shall obtain approval of seeding area preparation from the Landscape Architect prior to application. 2. Immediately following approval, Contractor shall aerate the seed bed one (1") to two (2") inches deep in a motion to form a uniform coverage of the entire seeding area. 3. Immediately following aeration, the Contractor shall pack the soil with a cultipacker or roller to get a firm seedbed. 4. After cultipacker or roller operations apply specified hydromulch seed mix in a motion to form a uniform coverage at specified rate. 5. Immediately following hydromulch of seed, the Contractor shall not operate any equipment over the covered area. 6. Refer also to the maintenance portion of this Section. 3.3 BROADCAST SEEDING ON PREPARED FINISHED GRADE A. Bed Preparation: immediately after the finished grade has been approved, begin broadcast Turfgrass Lawns 193 c rt seeding operation to reduce excessive weed growth. B. Special Equipment and Procedures: rotary equipment used for the application of fertilizer and seed; disc, harrow or aerator and a cultipacker orroller. C. Application: 1. Contractor shall obtain approval of seeding area preparation from the Landscape Architect prior to application. 2. Operators of broadcast seeding equipment shall be thoroughly experienced in this type of application. Apply specified seed mix in a motion to form a uniform coverage at specified rate. 3. Immediately following broadcasting of seed, Contractor shall aerate the seed bed one (1") to two (2") inches deep at a speed to cover the seed with soil one quarter (1/4) to one half (1/2") inches deep in a motion to form a uniform coverage of the entire seeding area. 4. Immediately following aeration, the Contractor shall pack the soil with a cultipacker or roller to get seed in good contact with the soil. 5. After aeration, the Contractor shall not operate any equipment over the covered area. 6. Refer also to the maintenance portion of this Section. D. Unseeded Areas: if, in the opinion of the Landscape Architect, unplanted skips and areas are noted after broadcast seeding, the Contractor shall be required to seed the unplanted areas with the grasses that were to have been planted at no additional cost to the Owner. 3.4 SOD BED PREPARATION A. Provide soil preparation per this Section 02921. B. Rake areas to set exact line and final finish grade. C. Rolling: roll amended soil with 200-pound water-ballastroller. D. Moistening: after all unevenness in the soil surface has been corrected, lightly moisten the soil immediately prior to laying the sod. E. Timing: sod immediately thereafter, provided the sod -bed has remainedfriable. 3.5 PLANTING A. Solid Sodding 1. Method: lay the first row of sod in a straight line, with subsequent rows parallel to , and tightly against each other, with no spaces between strips. Stagger lateral joints. Do not stretch or overlap sod. Butt all joints tightly to eliminate all voids. Lay sod on Turfgrass Lawns 194 s i__F +' mounds and slopes with strips parallel to contours. Use a sharp knife to cut sod to fit curves. 2. Tamping and Rolling: thoroughly tamp and roll sod to make contact with sod bed. Roll each entire section of completed sod. 3. Following rolling, fine screened topsoil shall be used to fill all cracks between sods. Excess soil shall be worked into the grass with suitable equipment and shall be well watered. The quantity of fill soil shall be such that it will cause no smothering of the grass. 4. Watering: thoroughly water sod immediately after installation to wet the underside of the new sod pad and the soil immediately below to a depth of 6 in. 5. Immediately after installation of the sod, remove sod clumps and soil, wash off any plant materials and pavements not to have sod. Keep all areas clean during the maintenance period. 3.6 PROTECTION A. No heavy equipment shall be moved over the planted turf area unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of the Contractor to protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage. Any damages shall be repaired or replaced at no cost to Owner. 3.7 ESTABLISHMENT AND ACCEPTANCE A. Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to establish a uniform stand of turfgrass as herein specified. B. Uniform Stand of Sodded Areas: complete coverage is defined as no visible joints showing or felt between individual sections of sod and all sections of sod being firmly rooted to the prepared subgrade. C. Uniform Stand of Seeded Areas: complete coverage is defined as a healthy, uniform stand of grass which is free of weeds and surface irregularities, with coverage exceeding 90 percent over any ten (10) square feet (0.92 sq. m) and bare spots not exceeding five (5") inches by five (5") inches (125 mm x 125 mm). 3.8 IRRIGATION SYSTEM A. The proposed irrigation system must be complete in ALL respects and must be fully operational before turfgrass planting may begin. After planting, any breakdowns in the irrigation system attributable to warranty items must be immediately repaired by the Contractor. Turfgrass Lawns 195 F 3.9 POST -PLANTING MAINTENANCE A. Maintenance shall begin immediately alter each grass area is planted. All planted areas will be protected and maintained by watering, weed control, redressing and replanting as necessary for at least thirty (30) days after initial planting and for as much longer as necessary to establish a UNIFORM STAND OF THE SPECIFIED GRASS and until the entire project is accepted by the Owner. Grass shall be mowed to a height of two (2") inches. B. All turf areas adjacent to paved areas shall be edged to maintain a neat appearance. C. All areas which are not completely covered with the specified grass at the end of thirty (30) days will continue to be replanted, re -dressed and maintained by the Contractor until complete coverage and acceptance are achieved. 3.10 EROSION CONTROL A. Throughout the project and the maintenance period for turfgrass, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance is achieved. 3.11 INSPECTIONS A. Make written request for inspection after areas have been seeded andsodded. B. Submit requests for inspections to Landscape Architect at least two (2) days prior to anticipated inspection date. 3.12 CLEAN-UP A. General: keep all areas of work clean, neat and orderly at all times. Keep all paved areas clean during planting operations. i B. Debris: clean up and remove all deleterious materials and debris and material unearthed as aLi result of turf grass planting operations from the entire work area prior to Final Acceptance. 3.13 GUARANTEE A. The Contractor shall guarantee all materials used for this work to be the type, quality and quantity specified. END OF SECTION Turfgrass Lawns 196 SECTION 02800: SPECIAL CONDITIONS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including General Conditions apply to this Section. 1.2 SECTION INCLUDES A. Special Conditions 1.3 SPECIAL CONDITIONS B. Contractor shall coordinate with Suddenlink Communications through contact listed on plans. Contractor shall provide notification and grade information for Suddenlink Communications to raise their pull boxes to be flush with new surrounding sidewalk. END OF SECTION Special Conditions 197 SNOISI/Gli 3131dWOD %OOT ' �u F— W 2 LU Z U- LL 2 W W 1� CO N CL Al 5L176L Xl `X0088n1 80 >INVV4aNHl 860£ w X31dW00 01131H1b rn NHW33nH 1a38NI� Nj� � I o mouveivai NVdnH IN39 U 1'. � assi •� �� ] tc �` cc � � . �b,6, ANY , � � R p.1 � f7e®t�s u Z �F"kuMEka ®.� ® inri wouma3s3a 1 3.ro I m SNOISU13b 3131dW07 %OOT �u 9Lv6L Xl Noosam 8a MMONbl 860£ o X31dW00 OU31HIV NvW33f1H 1a38 a mouvoRR11 NdWj:iAH 'M3a 9 ML Xl '>IO088n l 21a JI21b'WaNbl 860E X31dW00 0113-IFUV MdW-i:jf1H IN38 Houvoinvi NvwjjnH IN39 l 0 3 w 5 cc 0 a co HOLUMM M`"° ca SNOISUA3'd 313ldWOO %OOT �u I u � fi gg511 . R;a F G �p w v m C} Q A .� ?r € NOLtIffUM30 I 31VO 1 01 SNOISIA3b 3191dWOD %OOT CM g- CL F, w 0. CL Pl-d4n 11, 0—M I WIN 9ML Xi'>ioosam 80 N8VV4aNVI 860C X31MOO 01131HIV Nvvq:j:jnH IN39 NOIZVOINVI NVWJJnH 1W38 1 f =E ►� J co CL w co oz. r 7" C`� U z t-u CL LU LU z < V LL- LL. uj co L) w lug S H76L Xl NO088ni NO AlMONVI 860E CL X31dNOO 01131H1b N`dW33f1H 1a38 �1 NO"°" 3° Uv° °` NOliveimm1 NtlW��AH IN39 � SNOISIn31d w 313ldWOJ %OOI ' �u 1 oCI i - ? -. IL EE EE 139 _p g z NEW MAINJNE ==ate -El s =� F- = _ trm , EE —52 Ul rc 4 I r cl 3 !1N#�H}Pf�H4 Ll' 9 LV6L Xl '>i0088f11 NO >INVIN(INtll 860E X31dW00 OU31HIV Nm=i:j 1H 12138 �SNOISIA3b va a� NOILVDIU 11 NVINA:AnH IN39 a @-MdWOJ %OOI f .' .11 � � J l t�'"If �Al�lfii ii i ?iH6/ .M M EA ETA El 1 oC� �mzz ova SMTING IRRIGATION SCHIEWLE NOTES IRRIGATION HEADS. Brame FoffK*o Control Vakv, V - IRRIGATION WAD$, VALVES, & VALVE Oulck Oowft Vatw. . ALL DEMO WORK TO BE COMPLETED PRIOR With LoO" Ydow Ttf Top Lid. TO THE BEGIN NING OF NEW Rain Warier Cw*cflw I Rain Master Controller I Rain Master Ca*dkw I CL 1.4 Ias SUSKETLAM EXISTING IRRIGATIONIDEMO PLAN coLaparAv 7-7 EXISTING IRRIGATION SCHEDULE SYMBOL MMIUFACiURER/MDDEt mcRvnm QTY WoWhwrtbtic82ODCR 118 1r Brass Remote Control Vak*,1 - 3', eke as Indceted awls r-Superlor0044 E 1 I I Two Plem Single Slot Sam OUidc Coupling VWw. VAth Loddng Yelow TuR Top Lid. F Shut OR Vain+ 8 Check Valve 1 Air R&W Yaws 1 ® Rein MasW Contrelbr 1 ® Rain Meow OonVdlsr 1 ® FWn MwW Contrdler 1 yr City of Lubbock TEXAS • COL WILL FLAG ALL VALVES AND IRRIGATION HEADS. • CONTRACTOR TO REMOVE EXISTING IRRIGATION HEAD& VALVES, 3 VALVE BOXES AND RETURN TO COL • AFTER REMOVAL OF EXISTING EQUIPMENT, OONTRACTOR MUST FtLL4 N HOLES 3 WATER COMPACT TO GRADE. • ALL DEMO WORK TO BE COMPLETED PRIOR TO THE BEGINNING OF NEW CONSTRUCTION. 0 13D 3w 450 *et NORTH 1*-IW 11111111111� 0 aL<U Z�(0 = U Z Y U LL O ��gm Y.WJoDm �m=cam T. Q t M J J W m IRRIGATIONIDEMO PLAN FUTURE PARIONG LOT City of Lubbock TEXA, saw---n a �'r a a of v < � t ' L1 i'aa a r a'---- ►•s I,$e ai �`i �`�-i t-{ 1 j �i I-� (' 11 l !1 � IXISTMVCi _� RESTROOM _ n : -_1 11 HIM HIM S� Sf£Ef t4 WS104 weI NORTH ,.. 60 Z O F �LO z U- = U z Y J U O � LU m-jopm Q M J M� W IRRIGATION PLAN w PARKSOUNOARY III ! 1! mil I I I l i ,' I i l i Mil M I I f I I Ill l l f (I 11,11 11 f I U t ' LPL.' P 3 .4 g�, 2'"`` _ { ��—s— — x �3! i s n SEESMW LL104b6 City of Lubbock TEx" NORTH ,.. 1111111111 011111111 IRRIGATION PLAN Cliti(Of Lubbock TEX-'., SEESHEErUSM — — — — — — — — — — — — — — — — — — — — — — — — -- PARK WUNDA"y A 3' xt�2' E)QSnNG PARIONG LOT FUTURE FOOD Ilkyy 77 7.11'" P di 21� 0 50 IOD 1 SD toot NORTH V-50 0 LL 0 x D zo 0 LL CO LLJ D Ti QMJ U-103 18)a4 I ' SEESMEET U-M-M T^�—— — — — n4� ', . s4 •' �4- P,� '�`44:, ! :� si MET 4 �, �» Cz " 3' tsi y. aspyz. ") sit pl�ir <��3' e r _ "i 7 ►mow f6" DOM 6 e�uw r' s"LA '' 26 " 3 _ M qri � t , r 4 ' ""�" sr ._.4�`•�_ , I 31 tr Cy 3 Af,t � g_ s ���"w" 9 .• 3 1 � si t �� � 2i g1 �j 81P 2, ��r11Y, �t2' 3• 2t2 bke• r E�3T1N6 r ..,ti' -rIl`2 MAINTHJANCE Bt�101NCi * �t r y 1 SEESHEET LI-10T LubCity bock TEX4c 0 SO 100 t SD test MNORTH► —i BEESli�T L4102 1. . 1 4, 's T m I! 3; ae r07 771 4 4' T 3 2 �yz• I. —:i-1--,.--------------� eff a�eru-�oa City of Lubbock TE,,_ o so too +so IW i►► V -W 'N 11111111111 011111111 MENOMONEE IRRIGATION PLAN a City of Lubbock TEX,. 0 50 100 150 ow NORM 1"-W 1111111111 MEEMMEMEM IRRIGATION PLAN I NEW IMNLI E TO SE TIED i �. INTO F"bMG 4 MANLNE FOR BAIL FINDS 4 11111111111 011111111 MEMEMEMEM BALL f:*Im To REMAN F T . c T 3' �. r A a� G 9" � s? #3 W Ln m 0zaYo F L� _ 44 09 Lor f E7R3TN0 PARIONG l0T Nb r Z ! �mT07� /p", . r�{ : City of Lubbock TEXA_ 0 So 10D 150 " NORTH 1"-W IRRIGATION PLAN 77- 9i6GYLETI LAM"" axv —n sss stfsru,,, City of Lubbock �x4_ O so ,00 ISO a« NORTH V-W Z 0 o a. 'LL0� =VZU IW6O L16 LWU �m=oD .T. QMJ W m IRRIGATION PLAN ock Lubb NORTH TEYA_ 0 50 100 150 OW 1111111111 IMMEMEMEME 011111111 Z 0 �Lo 19�g-r -L.p¢x ::) 0 a:U Z Y U O IL �m=c00 am IN m IRRIGATION PLAN of Lubbock TEXAS 0 SID 100 I 5D %st NORTH IRRIGATION PLAN City of Lubbock TEz': i MURE EMRAHCE .... TO PARK FRDM LOOP MTOSE DONE RY OTNER — — — — — — — — — — — — — — — — — SEE8HEETLLttt — — — — — — NORTH V . W w 0. 0 0 Z O 1-4 V) o o O W 8 IRRIGATION PLAN r�--r sEEs$fEEru,,, — — — — — — — — r— Ion FUTURE ENTRANCE � TO PARK FROM LOOP 289 TO BE DONE BY. OTHER TIE INTO EXISTING W ASSESTOS K J COATED MRINUNE PIPE. CITY OF LIJ LUBBOCK TO DISPOSE OF ALL AC PIPE WASTE. CONTRACTOR TO NOTIFY PROJECT MANAGER AT 8W-7/5-20N BEFORE TIE-IN WORK COMMENCES d ' Z 4,,p04 289 r k 8 EXISTING 8' AC MUNLM6 Milli W U,) 13 W cc _ q OC 2 w \\\ U. 0 2 U J z \ \ PUMP HOUSE \ m W m m BUDDY HOLLY REC. Ti M J p IRRIGATION PLAN o ,oD 2DD soots« City of � o�neHeia zoia �eiem LubbockPLOTrLD RTH ,•-,ar TEJi,1, ran If 447 No Text a 9l176L Xl `XO088ft1 wNO X? WONVI 860E e X31dWOO 01131HiV 00 NO NHW33f1H 12i38 SNOISI/�321 va al Houvei ai Nvwa:inH m3s III ca 313ldW0:) %OOI ' �u y� K K K K C C C C C C fix K K K K K K C C K C C C C C C K K K K K K C K C C C C C K K K K K C K K C C C C C C K K K K K C C C C C K K C C C C >8888888888888888888888-188888888888888888888888888888888888$$8$8888888 SRSl1Rl9N383�iFili.�l�l48RRY8Y8AZl�AlA4A4At�11 13:ggSioS§A4Aix$gffilRP8Y8AIRl MAN F3fl3R4R13�:r:r�:►���������`i�� J NgN/9NNNNNNNNNNf9Nt�)NNNNNl9N{9Nl9�-NNNNNNNI9NNNNt9NNNNNNN�NNNlVNNNOf AI+lN Nl9N�nn'►!VN w ry�9rymao�w oeVnr�rymnryw.-nn�o�vy�e�agnammarynmom000�rym+amaMe��mrymryan.t��noe�mnam�m Itull; �m,551 A�����������������ze���9����������i������1�1a���e Simm m m m m m m m m m m m m m m m ... m m m. W n 0m S$g8SggSgggSgg8g8�8888888�85t888888885Fg8g�g�853SSS88���888888g8R88888$� t?ll��i�l8f�7� �8 8�16�RF3Y3R#Ff���R�xY3fi�F#fi�gl3i ��I ocrM�2'- �trM'-nc�M��acEM��'- �c�M'-at►i��'9-$t�MII'- �rrM��rrM� $tri3�9s $rr31j9�r�rM3����rl79sa�rM3�s�3arM�a�rM1�sa�rt��9c>rMD >�rM�>rM �;rM��rM�arM3i ��rt39��rlII39��rMII3��rM�a�r3M�3�a»rbM�a3rM�� �>rM�arMn»rM���rM��rM3���rM -$�rM��-�rM�3-$�rM�3-----n>rM��>-�rM —�arM��rM --��rM�$rMII$rt�M33t ��rMR��rM�i a�rMII�#r�rM�YoarM�R3arM���g��rM� ��rMaarM�3��rM —��rM3s$�F--M3-���rM3�$�rM3t -b $rM � mLN MYYfmn m 0 o:NVVme-VVpN99NN94'4N9 9992Amm�immp..71:m:qT8;;%2 3$8AaqBE$$S$m68 8 s o m 00 NOUMM30 I uva of SNOISIn321 313ldW0:) %OOI ! Avis 54ti6L Xl `>iOO88m NO )INVY ONVI 860E X31dWOO 01131HIV Ndwd:inH 12138 N011VOINNI NVWS:inH im38 W C C C C K K K K K K K K K K K K C K K K K K K K K C C C C C C C C K C K C C C C C C C C C C C C C C C C C C C C C K K K C C C K C C C C C , voovoavo�vvvvaeaaeavaovaaaoveleItoaIt-W V-W ...................... df°�ii;`a3 1�;'.Q�iavvaaav�ovo J y, CC44 66P6NNaNN66`3'(�!$V "NV RVtN'Ni ViNV 8VaVdNNNNNN"tli6,4 V NN V NNNV ib7 N05N !NNNNNNNNNMcNNNN0SN46N6C4viNcdviN t+! N� ti Vi a 6 is �ma�o e�ororororoma�o ego ago ago a�owro$mm$ro�m a�o$mro�w ma�o a�o$aao ado a�ome�oroma�o c�oroa�aroroma�o ego a�omaa�o ego aQoroa�omma�o a�oroa�orom mm$romma�o W of N�LlMwM M1 m V V M1A NMp! Y /Of tONA f pp 1qA M dN0 W MN cl W NAA(pA-( f-: Mm hOOwLLf fp ONN IA Ol iD t.:.q Wq,p cl 10 MI Ep Hl O W! 00 IDMm Nhiq OlD tO tq Off O N>O GNN�hf tflTMlD lD D�f!!q<O YYiOO Uf D D< D!D !D !q lD ID �D lD �q tD Uf DYf t04f tD tD fC tp M10 t0 Dltl 1p Yf tp W Yf Yf ol--------------f3$J��X'd�iSt3Xtrrffi$3----�R83�`-#w"}3'$w'-'$w$-`$w----'�----�5'-------- ---- - c�wwwwwww wwwwwwwwwwwww w &z°az°ae°x°s°a4a4x°ags°&aa�n�rc$aarc°a&a4¢rta4a4agogac°x°a4arc°�&�a4a4aa4acgaga4rcrc°oga4a4$a$&rc°$aa�a�a��rc°z°a�a�a�a �ttttt'c'ttt'c etttecctttttttettttbcttt�cttecctccc�ettttcett etettttte et�ecct �t�-Wl�-FhF�-i�-I�FFI�-FF�-1�-t�-Fl�I�i�-l�l�Wl�F�I�-t�-FhFF�-hhht�-hhWl�FW WWhW13-FF�-hF�-F-F�-I�Mht�l�-hhhW Wig-NhhFF�-Wf� �I'al TYM MCf of Cf`Cf Min io io i+liDi+7io`rfPl10(9F/i+li+lMi+lMl+lM i9 i�f i�f`Vl`a!`ofM`af SO bl i+l rl io vf`Cf afMl9`rf`rf io io io i+fi+!`wle+li+l /0 i+l 1'!'r!`rf 1`+f in M[9 i9M 01 o'f z szrcxxxo:rcarcxra:rcrcaxxrcrmrcrcrcxrcrcxrcxrc rcrcm xzxsxrcrcz n: s a:o:rcrcmrcmxrcrcrcxa:a:saa: LLLLLL LL11�. iS.LLIt- LLLLLLLLLLLLLL LLLL LLLLLL LLLLLLLLLLLLLLUi.LLLL LLLLLLLLLL W LL W LLtf.LLLLLLLL LLLL LLLLLLLLLLLLLLLLLL LLLLLLLL LL LLLLLLLLLL �SZS2S25t52524S2S24452r2�445d5252�� i2S4525252525252525252525t5t52�52525252S�S252525252525d442S25t5252S2S285252St52�dSt� ffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffiffi 9999 9 9 lit ' 9 9 9 �xxxxxxxxxxsxxrrxrxxxrxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxssxsrr li sp;z 8698$88€8 SF NwMw.�w.w'GvR AfYt3A€w3i6AMR �gfY£3A$! m I 1 I Ak (0� Dor NOwrwocan I 31YO OI SNOISU1321 313ldWOJ %OOT ' Yu m C C C o K o K o Co C C C C C C C p C C C C C o C o K K K C C C C C C C C K C K a�di�ffiffiEeB�ffia6ffi�iBEQ$���ffi2�$�SfBl6.�7@�b8��ffi 0 J a 8NY3 tiN viN"i, 66 N 6 city 885i n ri 6 Ci L30 C36 ffi 6 N 6ffi I�l�iN/�t'1NCENC/09 {�NP'IN l')t9 t7NOlN ClN {�S {�I tV l'INI�NNIs W� po oo 0o 0o 0o 0o AOOHIONONHI�N410 ♦1R ION �/DNON�iDOh O/OA NN N N ftl fON N NNN N N N NNNNN Hn HY1n ID�nOH�1� W MIHH1�1[l W W Y14iO��A 1f>���� ---------I-----888: Flr'-I'-'tr'I'-r'�I'-��I'-'�I'-r'r'►e��'-f'-t'-r'-���I'-F'-tgI'-I'-I'-I'- ��jIf If �5252 QQQQ QQ QQ�� xxxxxxxxxxxxxxssxxxsxxxsxxxxxxd � co 56b6L Xl NOO88nl WI ANVINONVI 860£ X31dWOO 01131HIV = NHWddnH 1N313 Nouvoiumi NHwddnH IN39 MMORADEITOPOFMA04 VALVE BOX VWTM COVER: 17 ROLMD 3WSCH40PWCAP 3W=M4D8WMJO1W PYCS0440TEEORML VALVE BOX SECTION City of Lubbock TEXA��., SPLICE VAES vm nruTt WATERPROOF rfK cmMmRs {Immmo) VMTEWTRE BLACK ME EV4ABIMCAMLE R, DIRECWN OF FLOW 10P1PE DAMETORS NO VALME& ASMICeRS, OR ELD"IN Ift AREA RMALLATONom,"tumoNs I TLPN THE POWEPt OFFAT IM CONTROLLER2, AT TW FLOWSEPOM CONNeCT THE BLACK WIRE OF THE FLOW SENSOR TO THE BLACK WFE OF THE 'EWCAR $W, $004ON CABLE CONNECT PIE WN TE VME OF THE FLOWSWOR TO THE WHIE VME OF THE'-M-SEP. SENSOR CABLE 'USE THE WATERPROOF COMEC70FIS MWM YX" THE FLOW SOMM TO MAKE 1K COMMON S. ATTMOMMOUER CONNECT TtE aLACKWORE OF WCA049V-TO WVT I-' Of THE SEN" TERMNAL BOARD PUMST) CONNECT TWWM,VVMEOF 4, TURN POWIRONATTHECOWROLLIA, S. IC' A10.0"SET' VALUES WU BE 06IN TO CONTROLLER BY PAM OeMLOPMENT STAFF FLOW SENSOR INSTALLATION 3 "T: CITY VAMME /`:\ BERL HUFFMAN IRRIGATION SYSTEM r(o Q� Know what s halaw. Call before VON dig. ffnrm I 1 111111111 011111111 mommossms z 0 LLJ M LO a. 0 < x z F- a=UZ �JH 0 LL IX Lu LL UJ 00 ca 0)5 W m IRRIGATION DETAILS 1-1— -1, r—, PA$AN3 —TyP'PVCOkp A PANAM E23Typ PVCCAP NOTES 1, ALL PVC tMIGATICNIPLEEVESTOBECLASS MOPIPE, 2 ALLJOWMTOSESOLV&rTMELDeDANDWAIER"GHT 3 V*mm TWRE 6 MORE THAN ONE SLEEVE EXTEND TWIS SMALLER ELCE'VE TO 244NCM MRMAMI ABOVE FINISH GRACE. 4 MSOIWBC _4'LYTAMPTOMPROCTCR. TYPICAL SLEEVE INSTALLATION_ SECTION VIEW MAINLINE, LATERAL, AND WINNUNEPIPE LATMALPIPe VVIRINGINOONDUM WRING IN TFE SAME TRENCH PLAN VIEW WREWOCONDUT RU14YAWMOBIWATH TAPEANDOUNO(EAAHOWSIOEMAINLWET ALILSOLVENTVWFLOPLAVIC 'TIE A24W-4 LOOP MAIL VARING W4FOOTINTERVAL& PIPM3TOBESNAXEDN ATCK-MWSOFDFIE"CNOF30' TRENCH AS SHOWN OR GREATER LOME AFTER ALL OONECn0NS"AVEBEENMAOE NOTES 1, SLEEVE BELaNALL HARDSCA VLEMEff1SWITH CLASS20DPVC TWICE THE DIAMETER OF TIE PIPeOR ME BLINCLEWMIM 2, SEESPECMCATKMFORPffANOVdMGt"LOMPS TYPICAL TRENCHING %T Lubbock TEXA'-, REMOTE 00"TROL VALVE- WJNWRICVSvm FOPWG$%CWCPCFMUWH W)TAG(OPTXXM.) WATEPPRO0FCCWNeCTICN(IOF2) VALVEBOXEXtENSION(ASNEADVAtTBBOXVMTN WEDT VWME COOLED(t OF 31 1%:O6VA1=SIT"0" PVCMALEA0AP"A0OF2) THAB 3FLINIZARLENGTHOF; PVCOALLVALVE #WTXFIPT) PVCMAIfiADAPTERjIOF3) PVCqr FL (IOF2)SERVICIETEE JOASW X PVT) TMINDEPTHOFW WASHEDGRAVEL 2PVCw#t9ETWm"XWrs TYPICAL REMOTE CONTROL VALVE INSTALLATION SIFx2Cx3rPLY4J0W I'll 2-XCX3r STUD FOR BOLTING OONTROUER70111RACKEt ANTENNA. PROVCWGYCMMACrCR CO"ACUTORTORELOCATE ImPOVIERTmeav 2*Vplm, COOROMATEWINOYMER FLEX CONOLOT AMETEK I(rVALVEOCK PROVIDED OYCONTRACTOR AUrtEKSTANDAROVALVE 11OX FOR CONTROL WIRE SPLOWn PROVIDED BY CONTRACTOR GROLM CONTROL POVVIN Wxg@'GROLMORDD%WM #11SOLIOGROILINOW'S , PROVIDEDOYCONTRACTOR MI.I.TTICNOXCONTROLLER PACWCED By CONTRACTOR, VAy*WUMB PLANFOR OETNLs PINTAIL PADVMSYCO"TRACTOR IRRIGATION CONTROLLER CABMET MARIFIELOW(L MOCELC00031820"SP) PROVIDEDSTYCONTRACTOR OPT100KAL BASE AS NEEDED AT WET LOCATIONS 00004)ff$,Mtswjm ABOVE CONCRETE BASE (43WREMNISADCROPMANCHOR SOLTS, PROVIDEDBY OONTRACrOR N6' x SLABFORODILIKE, PROVIDEDBYCONTRACTOR SIET142'ABOVEORAMAN) SLOPE EDGES AWAY FROM CKGNET FOR DRAINAGE T`UL 97 SWEEP, PRONVIOEOWCONTRACTOR 2-IL qjr SAEEP. PROOCEDBY CONTRACTOR 2wxWxIS`FOOIM3 AS NEEDEDVOTH SKRT, PROVIDEOSYCONTRACTOR CONTROLLER/ENCLOSURE INSTALLATION `T' R0 af Know wharsbelow. Call before von dIL z 0 OUR l- ot x 13 UJ W U) Z ; < ZLL U U- 0 < x a=UZ 1116 0 IU6 W Ca Cn .j 19 UJI m IRRIGATION DETAILS