HomeMy WebLinkAboutResolution - 4986 - Contract - Wallace Sprinkler Company - Mackenzie Park Irrigation System - 10_12_1995Resolution No. 4986
October 12, 1995
Item #21
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract and all related documents by and
between the City of Lubbock and Wallace Sprinkler Company of Lubbock, Texas, to furnish and
install all services and materials as bid for the Mackenzie Park Irrigation System, which contract
is attached hereto, which shall be spread upon the minutes of the Council and as spread upon the
minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein
in detail.
Passed by the City Council this 12th day of r[otober ( 1995
ATTEST:
&tt,- jk (�a
etty A Johnson, ity Secretary
APPROVED AS TO CONTENT:
(ttXJ 6
69�t��
Victor Kilman, Purchasing Manager
APPROVED AS TO FORM:
Dbrfald G. Vandiver, First
Assistant City Attorney
Ap:ccdocAwallace.res
October 3,1995
498G
CITY OF LUBBOCK
SPECIFICATIONS FOR
MACKENZIE PARK ERRIGATION SYSTEM
BID 413369
i
CITY OF LUBBOCK
Lubboek, Texas
EES "S1�
r•r. -
t
j
7 City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
r 806-767-2167
MAILED TO VENDOR
CLOSE DATE:
NEW CLOSE DATE:
BID #13369 - MACKENZIE PARK IRRIGATION SYSTEM
ADDENDUM # 1
Please modify or amend the contract documents as follows:
Office of
Purchasing
September 19,1995
September 20,1995 @ 2:00 P.M.
September 27,1995 @ 3:00 P.M.
1. Please note the following information pertaining to Main -Line Fittings:
A. All supply line fittings shall be manufactured from electric -resistance welded tubing
with a minimum of 42,000 PSI tensile strength. All tubing used to produce fittings shall
meet ASTM-135 or ASTM-513 tubing specifications.
1) 2" are .065" wall (16 ga.)
2) 2-1/2" through 8" are .083" wall (14 ga.)
3) 10" through 15" are .109" wall (12 ga.)
B. Epoxy Powder shall be electrostatic applied to all surfaces then baked at 350 degrees
to a full cure. The fittings shall be double coated to insure an average coating thickness
of 3-7 miles.
C. The contractor shall be responsible to maintain the integrity of the fitting to insure
that the epoxy coating does not get damaged during installation.
D. The contractor shall inspect the fitting to insure no cracks, nicks, splits, scratches, or
fractures to the interior are present. These abrasions will not be tolerated.
E. Fittings with abrasions to the exterior shall be approved by the Owner. The
contractor shall be responsible to correct arty small abrasions to the exterior of the
fittings, with a corrosion preventative product 51 and 50 scotchrap by 3-M or approved
equal, before being wrapped with the felt or equal.
F. All fittings to pressure rated for 200 PSI maximum working pressure.
G. Gasket shall be designed for pressure and vacuum with maximum deflection (ASTM
F-477).
I
r
2. Under Section 02810, Irrigation System - Part 2 - Products, 2.4 Outlets, add the
following:
E. Quick Coupling Values
2. The contractor shall supply the Owner with equal to:
5 Weathermatic #101 RL Value Keys
10 Weathermatic #144 RL Value Keys
3. Under Section 02810, Irrigation System - Part 3 - Execution, 3.3 Trenching, add the
following:
N. Lateral lines up to 2" O.D. may be laid in a r trench. Such trenches are to be over
excavated by 2.5" minimum to allow for a 2.5" minimum layer of finely graded sand to
the sides of such piping. This will override Part D of this Section.
4. Please change the bid closing date from September 20. 1995 Q 2: 00 P.M. to
September 27, 1995 Q 3:00 P.M.
THANK YOU,
LAURA RITCHIE
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID
CITY OF LUBBOCK
REQUEST FOR BIDS
FOR
TITLE: MACKENZIE PARK IRRIGATION SYSTEM
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 13369
PROJECT NUMBER: 9907.9246
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
SPECIAL CONDITION
NOTICE TO BIDDERS
Oar-
frw-
7
NOTICE TO BIDDERS
BID #13369
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the
Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the
20th day of September,1995, 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:
"MACKENZIE PARK IRRIGATION SYSTEM"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing
Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City
of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 12th day of October,1995, at the Municipal Building, 1625 13th Street,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any
formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article
5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds
r� $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or prior, as the rating of the
bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not
exceed $25,000.00 the said statutory bonds will not be required.
t>
T
k..
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check
issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the
order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that
bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) days after notice of award of the
contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions
under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and
considered in the preparation of the bid submitted. There will be a pre -bid conference on 13th day of September, 1995, at 10:00
o'clock a.m., in the Purchasing Conference Room, L-04, Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the
contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to
in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the
requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement,
minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will
not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid
openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible
format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday Friday, 8:00 - 5:00 p.m.)
or 1625 13th Street, Room L-04, at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
VICTOR KIIJAAN
PURCHASING MANAGER
Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Faz (806)767-2164.
i
r
7.
GENERAL INSTRUCTIONS TO BIDDERS
r
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this
r
project in accordance with contract documents for the MACKENZIE PARK IRRIGATION SYSTEM.
r 2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction
of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders.
4. BIDDER INQUIRIES
No bidder shall request any information verbally. All written requests for additional information or clarification concerning
this bid must be addressed to:
LAURA RITCHIE
BUYER
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
FAX (806)767-2164
5. TWE AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 120 (ONE HUNDRED TWENTY)
consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City
reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract
documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the
progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take
such action as the City deems necessary to insure completion of the project within the time specified.
6. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract
documents.
7. 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.
8. 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.
9. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials
and workmanship. Prior to final acceptance, the Contractor shall fiunish to the Owner, a written general guarantee which
shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature
whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work
as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock).
10. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use during --
construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The
Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for
proper prosecution of the work contemplated by the Contractor.
11. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies,
machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the
work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its
certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract
has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended
contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
12. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04
of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be
incorporated into the work without paying the tax at the time of purchase.
13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such away as to
exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground
structures which night 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
7
aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
14. BARRICADES AND SAFETY MEASURES
r
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take
such other precautionary measures for the protection of persons, property and the work as may be necessary. The
Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and
when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost
and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date
of issuance to Contractor of City's certificate of acceptance of the project.
,r-
15. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
°~ In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are
authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall
further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of
L construction activity.
04. Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be
the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the
site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable
the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however,
shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations.
r 16. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the work is in
progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number
where such local representative may be reached during the time that the work contemplated by this contract is in progress.
17. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General
Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory
to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will
be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation.
The insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particular project shall be subcontracted.
is. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these
contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of
general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the
requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in these contract documents does not release the Contractor from compliance with any wage law that may be
applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays
unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its
citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the
penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract
within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the
Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and
obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow
construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract
which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day
of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life.
19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this
contract in full (less mandatory legal deductions) in cash, or by check readily casliable without discount, not less often than
once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the
seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible
copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each
day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates
or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The
Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate
of per diem wages, which schedule is included in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each
laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is
paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per
diem wages included in these contract documents.
20. PROVISIONS CONCERNING ESCALATOR CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or `
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder --
without being considered.
21. PREPARATION FOR BID
The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and
the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the
materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy
between the price written in words and the price written in figures, the price written in words shall govern. If the bid is
submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm,
association, or partnership, the name and address of each member must be given and the bid signed by a member of the
firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the
company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent.
Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted
with the bid. The bid shall be executed in ink. ,
Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside
of the envelope in the following manner:
(a) Bidder's name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may
be withdrawn or altered thereafter.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
M General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by
reference into the aforementioned contract documents.
BID SUBMITTAL
r
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE: /./ 4 0 T- % K U ct; lC
DATE: / /�-Z G A ,
PROJECT NUMBER: 13369 - MACKENZIE PARK IRRIGATION SYSTEM
Bid of Lo 0 1' GL C. -' P I N IC �`e F' (_ 10
(hereinafter called Bidder)
FTo the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a 211 a z f e 1
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the
intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to
construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the
price stated below. The price to cover all expenses incurred in performing the work required under the contract documents.
r
BASE BID:
MATERIALS:
SERVICES:
Complete new underground irrigation system to include all materials, equipment, labor, supervision necessary to
provide a fully operational system as indicated on the plans and specification. (Base Bid does not include control
valves, sprinkler heads or branch piping as indicated by the plans for Alternate No. 1, 2 or 3.) Base Bid does
include control valve boxes, control valve wiring and fittings with plugs for control valves for Alternates as
indicated on the plans for a lump sum price:
TOTAL BASE BID:
i
ALTERNATE NO. 1 Furnish and install new irrigation system (to include all materials, equipment, labor and
supervision) complete in place:
MATERIALS: 2 1* .c 44-el //a ------ --
SERVICES:
l TOTAL ALTERNATE NO. 1 (Add): ,� aM•
i
r
R
rALTERNATE NO. 2 Furnish and install new irrigation system (to include all materials, equipment, labor and
supervision) complete in place:
70
MATERIALS: � (s Pao. )
SERVICES:Q� �i���r-�G-� ✓�ov— — __ (s�� Ooo . _,
TOTAL ALTERNATE NO.2 (Add): ^(s L Q , �� • )
.• ALTERNATE NO. 3 Furnish and install new irrigation system (to include all materials, equipment, labor and
supervision) complete in place:
MATERIALS: �cr/1e Gn� _ �c1,(s
G,
SERVICES:n
r TOTAL ALTERNATE NO. 3 (Add): L!1'h
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to
Proceed" of the Owner and to fully complete the project within 120 (ONE HUNDRED TWENTY) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as
liquidated damages the sum of S200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set
forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction
number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
PM The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or
before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in
the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to
the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) days after notice of
award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for Dollars
(s ) or a Bid Bond in the sum of Dollars (s which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days
after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
i
7
r
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents
made available to him for his inspection in accordanceKith the Notice to Bidders.
(Seal if Bidder is a Corporation)
ATTEST:
t
6.
r•• Secretary
F
I
Oal�ce SAriN�I�IP� �,
Con r
(Punted or Tyjkd Name)
Y,/Pr- Co
Company
' e
Ad'
af�00c�
cly. County
2 9� %
State Zip Code
Telephone: D!o
Fax Number: ( ) fie)
BID OR PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS:
(hereinafter called the Principal), as Principal, and WASHINGTON
INTERNATIONAL INSURANCE COMPANY, a corporation organized and doing business
under and by virtue of the laws of the State of Arizona, and duly licensed
for the purpose of making, guaranteeing or becoming sole surety upon bonds or
undertakings required or authorized by the laws of the State of
as Surety, are held and f irmly bound unto CITY OF LUBBOCK
(hereinafter called the Obligee) in the just and full sum of
TEXAS
FIVE PERCENT OF THE GREATEST AMOUNT BID ----------- Dollars ($------ 5%--------- ) lawful
money of the United States of America, for the payment of which well and
truly to be made, we hereby bind ourselves and each of our successors and
assigns, jointly and severally, firmly be these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden
r' Principal as aforesaid, is about to hand in and submit the Obligee a bid or
I
proposal for the MACKENZIE PARK IRRIGATION SYSTEM
in
accordance with the plans and specifications filed in the office of the
obligee and under the notice inviting proposals therefore.
r- NOW, THEREFORE, if the bid or proposal of said principal shall be accepted,
and the contract for such work be awarded to the principal thereupon by the
said obligee, and said principal shall enter into a contract and bond for the
completion of said work as required by law, then this obligation to be null
and void: otherwise to be and remain in full force and effect.
IN WITNESS WHEREOF, said Principal and said Surety have caused these
`_ presents to be duly signed and sealed this 27TH day of
r SEPTEMBER , 19 95 .
FBDB 600201
WALLACE SPRINKLER COMPANY
W HIMOTON INTERNATIONAL
INSURANCE CO ANY
By
ARLALL, EYATTO -INMI- ACT
F
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
PAYMENT BOND
BOND CHECK
BEST RATING
LICENSED IN TEXA'
DATE 36 By _
A 00. S-VOO-666S
yalk
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
Fg11_M _ 'c -
KNOW ALL MEN BY THESE PRESENTS, that (/tlUXU C:Q_ Q,c_, i. LWOereinafiter called the Principal(s), as
Principal(s), and c
(hereinafter called the Sure (s , a� ty ) Md�ig'. bound unto the City of Lubbock (hefeinafier called the Obligee), in
the amount of axe ars ($� lawful money of the United States for the
payment whereof, th said Principal and Surety b' d themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
REAS, the Principal has entered into a certain written contract with the Obligee, dated theZj�-day of
19q5--, to
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the
r 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
a length herein.
d
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
r 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 Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, 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. a-
r
��WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument thus day of
_19 qS , — n
*By:—Z
(Title)
HOWARD COW
ATTY IN FACT
Vd &d- - ��' : /J ae, &�R 4tLA,--'
Principal 19
�(Title)
By:
(Title)
By:
(Title)
n
The undersi ed ety company represents that it is duly qualified to do business in Texas, and hereby designates
�► HOWARD CO)1A�1n 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.
Surety
HOWARD COWAN
Approved as to form: ATTY IN FACT
City of Lubbock 1
r- By:
C1 ttorney
* 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.
F
1
f{g�
1:
1
PERFORMANCE BOND
BOND CHECK
BEST RATING '
LICENS, !N ng
�
DATE
r�
6-'m-p 0 '5 q00, 6�
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL, STATUTES OF TEXAS AS
r. AMENDED BY
ACTS OF THE 56TH LEGISLATURE,, REGULAR SESSION 1959
�vaglL��.-�'-�t,
r` KNOW ALL MEN BY THESE PRESENTS, that (hereinafter IIII 2—rpal(s), as Principal(s), and
F.
7
as Suretv(s). are held
the amount o1V a=W"-W 4GZ7,4,QMU M
payment whereof, the said P ncipal and Surety bind
jointly and severally, firmly by these presents.
firmly bound unto the City of Lubb&k (hcfeinafter called the Obligee), in
Dollars (VASW.O lawful money of the United States for the
,elves, and their heirs, administrators, executors, successors and assigns,
RE� AS, the Principal has entered into a certain written contract with the Obligee, dated the day of
1 to
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.
rr'
f, PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on thisbond shall be determined in
accordance with the provisions of said article to the same extent as if it were copied at length herein.
r
FITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument thisa6%y of
r'
Surety
ry
* By:
HOWARD COWAff
ATTY IN FACT
By:
(Title)
By:
(Title)
7
l
e i ed surety company represents that it is duly qualified to do business in Texts>, and hereby designates
H0WARR Gfent resident in Lubbock County to whom any requisite notices may be delivered and on w om service f
process may be had in matters arising out of such suretyship.
Surety
*By:
Approved as to Form
City of Lubbock
i Attorney
HOWARD COWAN
AT T Y IN FACT'.
* 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.
I
r
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain information
on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512)475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you
should contact" the agent or the company first. If the dispute is not
resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only s c t y and doe not o become a part or
condition of the attached document.
I
l
7,
Genre r a t
WASHINGTOM! INTERNATIONAL INSURANCE CCIMPANY
P06ER OF ATTORNEY
KNOU ALL KEN BY THESE PRESENTS: That the Washington International Insurance Ccmpany,a corporation organized arc
existing under the laws of the State of Arizona, and having its principal office in the Village of Schaumburg,
Illinois, does hereby constitute and appoint
• • HOWARD COWAN, KEViN DUNN AND KARLA HILL • •
its true and lawful attorney(s) -in-fact to execute, seal and deliver for and on its b:half as surety, any and all
bonds and undertakings, reeognizances, contracts of indemnity and other writings obligatory in the nature thereof,
which are c• rz; be aF6a-e,, reruired, or permitted by taw, statute, rule, regulation, contract or otherwise, and
the execution of such instrunent(s) in pursuance of these presents, shall be as binding upon the said Washington
International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly
executed and acknowledged by its President at its principal office.
This Power of Attorney shall be limited in amount to %2,000,000.00 for any single obligation.
This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted
Kareh 22, 1978, July 3, 1980 and October 21, 19M which read, in pert, as follows:
1. The President may designate Attorneys -in -Fact, and authorize them to execute on behalf of the Company, and
attacfi the Sea( of the Coaparry thereto, bonds, and undertakings, recognizances, contracts of indemnity and other
writings obligatory in the nature thereof, and to appoint Special Attorneys - in - Fact, who are hereby authorized to
certify to copies of any power -of -attorney issued in pursuant to this section and/or any of the By -Laws of the
Ccnpany, and to remove, at any time, any such Attorney - in - Fact or Special Attorney -in -Fact and revoke the authority
givers him."
2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer
and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or
undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing
such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding
upon the company.
III TESTIMONY WHERECI� um
Washington International Insurance Company has caused this instrument to be signed and its
corporate seal ��p a kf its authorized offi r, thi�6ATIORAL
th day of Kovember, 1992-
r �y
1 �C4�••• ••• •sG I� WA ON IK INSURANCE COKPANY
CORPORATE•- f+�
f o : SEAL : � O Steivy. P. rson, Vice President
STATE OF I k* .�RIZ0KA ; p`�
. ,s•d.c•••• a�v
1]OUWTY OF
�p `4
On this 18th day of �v tuber, 1992, before me came the individual who executed the preceding instrument, to me
personally known, and, being by oe duly sworn, said that he is the therein described are authorized officer of the
Washington Interretional Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said
Company;
IN TESTIMONY WHEREOF, I have hereunto set cry hand and affixed my Official Seal, the day and year first above
wr It t en.
"OFFICIAL SEAL"
S CHRISTINE ZARETSKY
()
Notary Public, Sate of ifbnois
S �-�' ustine Zara,rky, Notary. Pub( ic.
(
1 My Comm tl~oR Ezv,res 10-7 96
Ky Commission Expires October 7,--1996
—1M'RTTFTTJITE
STATE OF ILLINOIS )
CLXAtTT OF COCK )
I, the undersigned, Secretary of WASHiNGTON INTERNATIONAL INSURANCE CCKpAHY, an ARIZONA Corporation, DO HEREBY
CERTIFY
that the foregoing and attached
POWER OF ATTORNEY remains in full force and has not been revoked, and
furthermore that Article III, Section S
of the By -Laws of the Corporation, and the Resolution of the Board of
Directors, set forth in the Power of Attorney,
Signed in County
are row in force.
and scaled the of Cook.
Oeted t 2 0TH ,of O B , 1995
Lewis N. ►coeiler, Secretary
W
U
w
Oyy
E�
a
U
W
U
MINN&
Sanford Insurance Agency
P.O. Box 44700
6903 Indlono Avenue
Lubbock TX 79464
NSURED
Wallace Sprinkler Systems
Gle Tracy Wallace
4210 97th Plane
Lubbock TX 79423
EWE DATE (MMOD"
1 Giniss
..., .,nNn .. Sr`}t}.N J S � Y •. Ki .[.S S.Y .e.+.;k.tn. }Yro+a M.[ ,.,.. r, rfx.'��..• i ?S17 Y.4
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO i1IQNTG UPON THE CERTIFICATE HOLDER. THIS C>RTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFPOADED BY THE
POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
"PANY A QH,A, fNSIp1ANCC C0MPANY
LF.TIF.R
COMPANY
B
LFT(FR
...............................................................................................
COMPANY
C
LCRLrI
...
COMPANY
.........................I.............,......,.... ,. ..... ,...........
D
LI;M..R
............... ........„,,.......................
...... ............ a
.................................... .... I ................... ....,.,, ,,.,..,.,............................................................................
COMPANY E
. LCTTrJ I
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE HkEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY I11E1110D
INDICATE), NOTWITHSTANDING ANY RfOUIRF,MENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN
IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
..................................I..................I...........................,......,.....I........................... 'POLICY
.........................
CO.
EFFECTIVE., ' POLICY EX...... ON
TYPE OF INSURANCE POLICY NUMBER
LuRB
i.
DATE (MM1DONY) DATE (MM1DOm)
AGENERAL
................................................................................................................ ... ......... ..
LMeLrrY III 3490JS9a 04/01195 04/01195
........... .............................
GEN!RAL AGGREGATE
i
. ,...................
2000000
>r : COMMMCIAL GCNCIIAL LIABILITY
PRODUCTS•COMPIOP ADO.
!
2000000
CLAIMS MADE OCCUR,
PER.IONAL G AW NJUHY
1
11000000
Y : OWNFR'S a CONTRACTOR'S PROT. 9-298.1 11101195 02101/96
m4 occonnalcr.
!
1000000
FIRC DAMAGE (Any aia fire)
•=
00000
......................... ................... ............................ .... I ....... ....... ,,..
MEO. EXPENSE (Anyone perviij �
Q000
A '
AI'mmow s Lmz try Al J4902019 04/01195 04/01/98
COMBINED SN(3LE
'S
60Q
Y ANY AUTO
LIMIT
........................................................................
.........
.
AI.( OWNED AUTOS
DODILY N.AJnY
: SCHEUULkO AUTOS
(Pnr perera�)
!
jr HInm AUTOS
..................................................................
BODILY INJURY
X NMOWNED AUTOS
(Per erckwtj
!
PFK*O(V DAMAGE
!
... ........... .. .................................................................................................................................................... ....... ....}.
EXCESS LMRLITY
............
F.ACFI OCT.Ur&=-
_ ........
...............
UMGRELLA FORM
AGOrMATC•
.,,..
!
CYrNEA THAN IIMGnGLLA FORM
r ;::•:,.,,.., :...
,,
WORKER'S COMPeNSATION
„ STATUTORY LIMITS
„ .,,. ................................................................
A
00 W0134361052 05/09105 04101108
EACH MXIUENI'
!
000
OISEASE POLICY LIMIT
!
000
EMPLOYERS' LIABILITY
...................I...................I ....................
, ,,..,
, ......,, .goo............
DISEASE - EACH EMPLOYEE
!
OTHER
DF.SCRR'TION OF 0MATIONU000I NEVEHICL. 9VOCML 004
Mackenzie Park Irrigation System Bib 013369
WAIVER OF SUBROATION IN FAVOR OF CERTIFIrATiE NOLDER WC, AUTO, CL CERTIFICATE MOLDER NAMED AS ADDITIONAL INSURED ON
AUTO
i; SHOULD ANY OF THE ABOVE DESCRIBED POLICIES OE CANCELLED BEFORE THE
�4
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
4u MAIL 10 DAYS WRITTEN NOTICE TD THE CERTIFICATE HOLDER NAMED TO THE
City of Lubbock
ATtN: CHATS CHltl$TIAN LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
PO Box 2000
UA&Lip OF ANY KIND UPON THE COMy ANY. ITS AGENTS OR RCPRCSENTATIVF..S.
Lubback Tx 79457 ;`
tom' r7— wn r c ywTrv..r r r►
.�►�I 01t 11e x � � �; t z; IN e;a 5
,• x�' 3 r� /3�xs�x xl'x$� , s kks'f y x�; s� gyg'R swS s'cyJ�;�#"?"z.«xkrM#:
,:.la:i.:k. •X.3x:X':': >;'�Ku:r!•x }h,i8;k i1 Mx•Y. •.!x•3 :I:k�Ax+x'� xn•xf.•xe.x:k'R•x.'ilvr4..so.4X.kokal4. .!%:kvk. +/: .GYIw%d.. k ILSiw1 xk .x?:..%;5�:�.fT�1:�`,'t.' ....
rRolxN THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORD!?D BY THE
Sanford Insurance Agency POLICIES BELOW.
P.O Box 64790.................................... .. .. ...... .................,,,,.., ....,
6303 bkdlona Avenue COMPANIES AFFORDING COVERAGE
LubbockTZ 70464 .................. ...........................................................................................................................................
COMPANY A C.X.A. INSURANCE COMPANY
,.8.,... ,... „ , ... .... ....... ...... .. . ..................................................................I........
COMPANY
i48URFD LCTTOt
,..•" •.... . ................................................. ............................
COMr'ANY
Wallace Sprinkler Systems L9M
c/o Tracy Wallace ...... ............................... ....... .............................. .......
..:.......:....................:...:....
4210 071b Place COMPANY p
Lubbock TX 70423�
................................................................................................................................................................
COMPANY E
LFI'rEF
THIS IS TO CkrrllfY THAT 'rmp m ICIFS OF INSURANCE LISTED
Or -LOW HAVE 11EEN ISSUED TO THE INSURED NAMI!P MOVIE FOR THE POLICY PERIOD
INOICATLO, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT MTN RESPLCT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. . ...,........
................ .................... .Pf
..PQ=
.....................
GO POLICY NUMBER
LTR; TYPE OF NBURANCE
LICCY EFP
LIMIT
(MMIDD IO 8
a...GENERALLLsarry................................. 01 S400g64g........................
04101195......a.......04MING..... ..GENEiALAQQR +T&....................•............................
X COMMEnCIAL GENMAL LIADILITY
PRODUCT8•COMP)OP AGM •i
tlO0000
a.AIMS MADE X ' 00",
PFAISOPIAIAL a AOV. IwuRY i
lOAOA00
X 0vmkfi5 a CONSHAcvws rmar 6.208.1
11/01106 02/01/96 EACH OCCLiffl ICE i
+a000ba
...........................................................................
FIRE OAMAGE Wry one Irs) i
40000
MED. E)PFMC (Any we punon) s
6000
....,
a iWTOUMLE LMOIL°'r 81 34902519
04101106 64101/06 COMOINM SINGLE
i
OOO
X ANY AUTO
I.MIl
ALL OY61CO AUTOS
GORILY WWRY .....................
i
SCHEDUISO M rra
(Per Person
i�
........
,...
X HIRED AUTOS
.�.� ..�.�..... ......�..................... .....................
BOWLY KXW
X : N0N-OWNED Aurm
: (Per ecclde�p i
UAPAOF LIAMUff
PROPERTY r"AW i
;.�x��inei.rr .............. .... ...:.. . ........................... ...................... �,.................i..................................
813
WffiO.LA KAW i A00FIEGAIE i
i �.............,u................. ...,....,..,.,.,a.,.,...,.,a...,,.,...
OiHEN 1HAN UMBRELLA FORM •, •::; •a:•' ': •�
WORKER'8 COMPENSATION STATUTORY LIMITS ..... :..:..
A ; AM WC134381052 05109196 0410IMS EACH ACCIDENT i goo
oL+EASE - POLICY LLVT : goo
EMPLOYERS UABLITY . ........................ .......
DWSE - EACH EMPLOYEE i 600
OTHER
r>RBCRI T OF OPERA=t48A.00ATON�PECIAL Ii 36
Mackenzie Park irrigation System Bib t113369
WAIVER OF WOROATION 1N FAVOR OF CERTIFICATE HOLDER WC, AUTO, OL
., ..,. •,..: ,..;. r.,..•:........ ..,.. �..... .,,�„ k. eK&a .;x;x 'x.K: sY kr� .e� .�k; eierr• ..
� r
...riiT�: I.!!RiRo: •..x.'#. t:.:3k '#' F.e } •o,'a< } .} Y'i,x.'.�x x',dx. k ,{.,:$; :T' I♦ :#:.. k 3. A,•t, 3, kK.d Y x!hk'' •:#.} :3•>.kxx,'#,x}i•i :xk�.eC,Fik a. :hR, .i t5 q.!} ,y, .. !R�in`•'+u ¢'.. , 'f !a � .1�r i5 . .'�.. �.91:$:i ,T,�.., 1... ..:.Vn ..1 .. 3.{L:4.ri... J.V ... T�r.Svi r.w.r..V.ar.v.ray.J.Vr.v.r.ay., �v.a .aer.w�+t4r.V. :.r nV. w.V.Vv.Y.V.aJ.r u�.VArI.V ��J �\�t �\M1 T.:T�„VYih':TTTSriY'�i
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
#?p EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
xY
City of Lubbock ,P; MAIL 10 DAYS WfflTrF.N NOTICE TO YHE CERTIFICATE HOLDE ED TO THE
AIT0 CHRIS CHRISTIAN BUT FAILURE TO MAIL SUCH NOTICCI. ALL IMPOSE NO O IGAT1 R
PO IiOJ< f000 ANY KIND U E C ANY, AGENTW ;ENT VES.
Lubbock Tx 70457
'!t.
�-,•r,y �'"".�. �':.,�:��
.,_";',�':".Y'`.'r�'rixA.4��'•"4•r�."`..'"w' 'Y ,�'��.+.,'; ,7 .]�+�?�: :"�•r,M tiv�G.r-
,.{ r,1r ,��+W,� L ��"':;�Rl}v; ).�. .;;;x� .rya•�F'�$.�. ,ik'��R'„� "�'��r'�>;a, �; ,Ad '�`+?''�"
M Irk}}: }}::}:i.}; i ;. L; �> �: ::.::. � '• .. .. :.,::r::':::i.::::.:..::.:.:.•,
.�'itPisic:iYi;.;`5.;:•:':ki%�:i�$•�$$<.`•5$:2Y:'tta?.:`;•r,::•$•}.i#�:$$:�}:$:Y:::::r.?{t?4i:.;:;:;c:;>:;r:;:;}::{
��i:x;
... ............
,; }::$Rkk:$.k:$'i �'v'': it ISSUE
:. •$c•kt}: DATE :.: D
. .'•#::.
...........:....................... €...:... ,x. 1one1ss
M.
THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE
j
SIDE OF THIS FORM.
i
PRODUCER _ ...
COMPANY _ ._............. ...,bNDeR NO. ..- ..........
CNA•Amerlcan Ces.fnsA/as € 94l98.1
Sanford Insurance Agency
............... ........... .
EFF[�TN4E Exppx iotN --
P.O. Box 84790
DATE TIME DATE TIME
................... ...................+r........ ..................... ........ .........
6303 Indiana Avenue
` Z AM Z 12A1 AM
Lubbock TZ 78484
_....., PM 12I01195 NOON
11101l85 12401
CODE SUB'CODE
THIS BINDER 6 ISSUED TO OM310 COVERAGE N THE ABOVE NAND
; COMPANY PER EXPRNG POLICY NO
089920040
OESCRIPTTDN OF OPERA
IN
OWNERS CONTRACTORS PROTECTIVE
Wallace Sprinkler Systems
c/o Tracy Wallace
4210 97th Place
Lubbock TX 7942E
x„
..,
:•$::
':::::.�:.�::.�:.:�::::::::.�::::::::::::.:•::$..:.:.G...{..:....�:..:..�:::::.:::::::::::::::::::::. :v:.n...x:.i•.{:....:...{:r:L}}r}i:•}}:4:•}:+:i}}:•:{v}:•}$i$$}r:•i}};•}}:•:.•..x:.{.�:r,•}:{v.r}:4:rn.:v:::::::•.ri}}rr:.}ii$'ri
:k:t�, ..5::,+.:}::%Y$::•?:$i$:: `:i•:}:':.:}:iL ti:.'::`.•:$: tf�ff.�
$:•$1�• ;r:},: y•.(
��ii:�:tJ.. •:•x:•:::.v::: v•.v:•:.:::::'.::::. r{:r .: .......... ..
..........,n3.$.f..r.r........r.r...:.......r..:.v...:.,........,.•fr..
TYPE OF INSURANCE COVERAGE FORMS AMOUNT DEDUCTIBLE CONSUR.
...........................................................................................................................................................
PROPERTY CAUSES OF LASS
•...•...................................................... ......................... •................................ :.....................
BASIC '. BROAD : SPEC.'
�..
GENERAL LNAIMM
GENERAL AGGREGATE i 2000000
,_.
COMMERCL4L GENERAL LIAB0. RY
__
:. ... ......_.... ..... ....... ...... _..._...... .......
:PRODUCTS - COMPAOP AGO.... _
2000000
........
CLAIMS MADE OCCUR
.....
PERSONAL 6 AM. NAM s t000000
Z OWNERS & CONTRACTORS PROT.
;.. .
EACH OCCURRENCE i 1000000
...
:....... ............. ......... ...... ....... ......?................................... .....
FIRE DAMAGE (Any one fire) i 60000
Rn.
FEW DATE FOR CLAIMS MADE:
;AEU. EXPENSE (My one Person)': s BOOO
AUTOMDBIE UABLITY
COMBINED SINGLE LIMIT F)
ANY ALTO
BODILY NAM (Per person) s
ALL OWNED AUTOS
......................................................................................
BODILY INJURY (Per eccidenq S
,:.
SCHEDULED AUTOS
PROPERTY DAMAGE _
HIRED AUTOS
...............................................................................
MEDICAL PAYMENTS ? s
NON -OWNED AUTOS
PERSONAL INJURY PROT. : s
,y
ie
GARAGE LIABILITY
............ ........ ........................... {........................................
UNINSURED MOTORIST s
i
.AUTO
PHYSICALDAMAGE DEDUCTIBLE ALL VEHICLES i SCHEDULED VEHICLES ; ACTUAL CASH VALUE
: COLLISION:
.....................
:..FATED AMOUNT ..... s
}..........................................
OTHER THAN COL'
: OTHER
_
EXCESS LJABLTY
EACH OCCURRENCE : i
•
€�
ULIBRFLLA FORM
...... .....I..
AGi3is GATE s
;. . ........
OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE:
E SELF4NSUFED RELENTION : s
STATUTORY LIMITS
E
WORKER'S COMPENSATION
.
• E EACH ACCIDENT s
AND:.............
................................... c.......................................
EMPLOYERS LIABLITY
06FASE-POLICY LNIT s
c DISEASE -EACH EMPLOYEE
§filc.
JOB MACKENZIE PARK IRRIGATION SYSTEM BID 813989
.,.
t�« �+
` F...$........................................ r } .{
I7Ii711�.. at..t►1Vi%FaR�... ..>.•{..,.. .:..:....... :..::. :......:................ r... }. � ............{:........:......
::.....:........
# .{.. .. r...k.. .
r................. ..:.... .�{........:r................................ rr:. .... }. :'}•:: #...:c:;nti.:;:;•;::t;:::•:;:::::::::.: ..: .ti...
MORTGAGEE ADDITIONAL INSURED
PAYEE X : OWNERS' S CONTRACTOR'S
CITY OF LUBBOCK:LOSS
PO BOX 2000
LOM
LUBBOCK TX 79457
ETA
-
?:::?::.}:::•:::{.r:nv::;:n;-:::::::::{::•'.??�:i::�::�:>.:!�{':?};:x,.}y,{{:.�:•}:?c•}:4:<•i:?•i:•}}:r:•:Or,:.,y}};;fE,.,:k::.:.....
�/�/y�y • P%::{.}}}r:p;{.;4:•ii:::YCr:•}::.:•}}:i:???4:{???4ri}:�i:n:S:•}::•:{?: r:
�v:.4:::.:+:: :.?.:.. :v,:::.:.::.,: /y *tom ' �}{<•.,y�}�y
i ..
.#llI.M4!+!.. ..�■}y}y..r.$::•:},C::::::::::.�:.�:::::::::::::::::::.
.�.....:..........
�.... .......,{'. ........ ......:{•::.�::r>:>:}:?•i:.t•;:•}:t.r;.}:^},.${ if/ ... 1��!#�!�{i::;F.iiV.�:�iii
IRSM.. �.. r
CONDITIONS
This Company binds the kind(s) of insurance stipulated on the preceding page. The Insurance Is
subject to the terms, conditions and limitations of the policy(les) in current use by the Company.
This binder may be cancelled by the Insured by surrender of this binder or by written notice to
the Company stating when cancellation will be effective. This binder may be cancelled by the
Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled
when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled
to charge a premium for the binder according to the Rules and Rates in use by the Company.
APPLICABLE IN NEVADA
Any person who refuses to accept a binder which provides coverage of less than
$1,000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (B)
Is liable to the party presenting the binder as proof of Insurance for actual damages sus-
tained therefrom.
ACORD 75-S (7/90)
R Y
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed
„ by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of
Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance
r„ certificate to the City meeting all of the requirements defined in this bid/proposal.
Agent (Signature) Agent (Print)
Name of Agent/Broker:
Address of Agent/Broker:
City/State/Zip:
Agent/Broker Telephone #: ( )
Date:
i
4
CONTRACTOR'S NAME:
(Print or Type )
CONTRACTOR'S ADDRESS:
r
i.
r—
NOTE TO AGENTIBROKER
If this time requirement is not met, the City has the right to reject this bid/proposal and award the contract to
another contractor. If you have any questions concerning these requirements, please contact the Purchasing
Manager for the City of Lubbock at (806)767-2165.
P"
BID 913369 - MACKENZIE PARK IRRIGATION SYSTEM
r■
F
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1)
provide coverage for its employees providing services on a project, for the duration of the project based on proper
reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2)
provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to
beginning work on the project;
(3)
provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during
the duration of the project;
(4)
obtain from each person providing services on a project, and provide to the goveriuuental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity
will have on file certificates of coverage showing coverage for all persons providing services on the
project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of
coverage, if the coverage period shown on the current certificate of coverage ends during the duration of
the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
r
(6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor
r, knew or should have known, of any change that materially affects the provision of coverage of any person
providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are required to be
covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice
+ does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be
printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common
r 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:
r
a
r
r
F
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
I reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
I materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or
status as an employee."
"Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for
coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to
provide coverage." and
b (8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any
coverage agreements for all of its employees providing services on the project, for the duration of the
project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends during the
duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during the
duration of the project;
(1) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within 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
(11) contractually require each other person with whom it contracts, to perform as required by paragraphs
(A) - (I), with the certificate of coverage to be provided to the person for whom they are providing
services. 0
t
E
CONTRACT
P"
r
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 12th day of October, 1995, by and between the City of Lubbock, County of
Lubbock, State of Texas, acting by and through David R Langston, Mayor, thereunto authorized to do so, hereinafter referred to as
OWNER, and WALLACE SPRINKLER COMPANY of the City of Lubbock, County of Lubbock , and the State of Texas,
hereinafter termed CONTRACTOR
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby
agrees with OWNER to commence and complete the construction of certain improvements described as follows:
BID #13369 - MACKENZIE PARK IRRIGATION SYSTEM - $184,500.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories
and services necessary to complete the said construction in accordance with the contract documents as defined in the General
Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid
submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account
thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas, in the
year and day first above written.
(" APPROVED AS T FORM:
i
ity Attorney
j" ATTEST:
Corporate Secretary
CONTRACTOR
WallaceeS j rinkler Co y
/I
PRINTED N / K /,eI
14,
COMPLETE ADDRESS:
Wallace Sprinkler Company
4210 97th Place
Lubbock, Texas 79423
F
I
F
GENERAL CONDITIONS OF THE AGREEMENT
1.
2.
4.
S.
6.
7
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be
understood as referring to the City of Lubbock, Texas.
CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
to mean the person, persons, co -partnership or corporation, to -wit: WALLACE SPRINKLER COMPANY who has
agreed to perform the work embraced in this contract, or to his or their legal representative,
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to
JOHN WEBB, PARK DEVELOPMENT SUPERVISOR City of Lubbock, under whose. supervision these contract
documents, including plans and specifications, were prepared, and who will inspect constructions; or to such other
representative, supervisor, or inspector as may be authorized by said Owner to act in any p t ticular under this agreement.
Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not
directly supervise the Contractor or men acting in behalf of the Contractor.
CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement,
Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any),
Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in
accordance with the Notice to Bidders.
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated,* "Required," "Considered Necessary," "Prescribed," or words of
like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of
the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable.," "Satisfactory," or words of like
import shall mean approved by or acceptable or satisfactory to the Owner's Representative.
SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shell have no responsibility to any
Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents,
but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor.
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 him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the
execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be
new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory
evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known,
technical or trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED s
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been
made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor
miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this
work in a manner acceptable to the Owver'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 accordancewith the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he
shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and
to determine, in general, if the work is proceeding in accordance azth the contract documents. He will not be required to
make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for
the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His
efforts will be directed towards providing assurances for the Owner that the completed project will conform to the
requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in
accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever 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 his 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 him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's
Representative at Contractor's expense.
r"
14. , OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative
shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further
l agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
l which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction
thereof, and shall, in all uses, decide every question which may arise relative to the execution of this contract on the part of
said Contractor. The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any
action on the contract, and to any rights of the Contractor to receive any money under this contract.
^, The Owners Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a
written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work
or the interpretation of the contract, specifications and plans.
r 15. SUPERINTENDENCE AND INSPECTION
i
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time
such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the
materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is
done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance
required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
a
supervisor or inspector, the Contractor may within six (6) days make written appeal to the: Owner's Representative for his
decision.
!.. 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 his absence and all directions given to him shall be
s binding as if given to the Contractor. 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 will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
I
17. CONTRACTOR'S UNDERSTANDING
r It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of
j1 the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions,
and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any
officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of
the terms or obligations herein contained.
s
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required
under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that
any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be
discharged from the work and shall not again be employed on the work without the Owner's Representative's written
consent
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also
understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials,
tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's
Representative shall 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 Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location
wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be
contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be
ready for such observation. Owner or Owner's Representative may reject any 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 Observer has previously accepted the work through oversight or otherwise. If any
work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's
Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being
fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make
observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require
Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such
tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any 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 bome by
the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests,
inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the
requirements of the contract documents shall be considered defective. Such defective work 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 this agreement to make such inspections, tests, or approvals shall relieve
the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents.
F
l
22. DEFECTS AND THEIR REMEDIES
It is frther 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 Owners' Representative as unsuitable or not in conformity with
plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's
rRepresentative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full
accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at
Contractoes expense.
r
23. CHANGES AND ALTERATIONS
r- 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 any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the
Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work
as shown on the plans and specifications or contract documents and not covered by Contractoes bid, except as provided
under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when
presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor
w 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 actual field cost of the work, plus fifteen (1511e) percent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply
and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics
t 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
A." cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements
of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or
Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same
shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any
orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an
adjustment in the construction time, he shall 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). The Contractor will thereby preserve the right to submit the matter of payment to
arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other
contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances
necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's
Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents,
he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully
understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with
these plans and specifications. It is further understood that any request for clarification must be submitted no later than five
(5) days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work
with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in
writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor
shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of
compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation
laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and
others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building
and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the
"Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible
with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend,
indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any
character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons
or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the
execution and supervision of said contract, and the project which is the subject matter of this contract, 'on account of the
failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to
pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the
Contractor or any of his subcontractors.
F28. CONTRACTOR'S INSURANCE
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 prior to
contract execution.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of 250 000 Combined Single
Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
For bodily injuries, including accidental death and or property damage, $250,000 Combined Single Limit. This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability InsuranceiA1th limits of not less than;
Bodily Injury/Property Damage, $250,000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned
rVehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the
L endorsement doing so is to be attached to the Certificate of Insurance.
7 D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (0% of potential
loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $0.00 on all contracts with coverage to
correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
r
r
i
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -
insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or —
TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's
employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
contractor's/person's work on the project has been completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in 0406.096) - includes all persons or entities
performing all or part of the services the contractor has undertaken to perform on the project, regardless of
whether that person contracted directly with the contractor and regardless of whether that person has
employees. This includes, without limitation, independent contractors, subcontractors, leasing companies,
motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor
Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the
duration of the project. —
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded
the contract.
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 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.
F
8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the
Texas Workers' Compensation Commission, informing all persons providing services on the project that
they are required to be covered, and stating how a person may verify coverage and report lack of coverage.
i 9. The contractor shall contractually require each person with whom it contracts to provide services on the
project, to:
r-
(a) provide coverage, based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services on the project, for the duration of
the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person providing
services on the project, for the duration of the project;
(c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project; and
(2) a new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the person knew or should have known, of any change that materially affects the provision
of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by paragraphs
(1) - (7), with the certificates of coverage to be provided to the person for whom they are
providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is
representing to the governmental entity that all employees of the contractor who will provide services on
the project will be covered by worker's compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured,
with the commission's Division of Self-insurance Regulation. Providing false or misleading information
may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil
actions.
11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor
which entitles the governmental entity to declare the contract void if the contractor does not remedy the
breach within ten (10) days after receipt of notice of breach from the governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for
approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of
I
compliancemith the above insurance requirements, signed by an authorized representative of the insurance
company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such
certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at the
address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten (10) 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 mill have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(ii) no later than (7) 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 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; `
(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
r
1.
failure to provide coverage. This notice does not satisfy other posting requirements imposed by
the Act or other commission rules. This notice must be printed in at least 19 point normal type,
and shall be in both English and Spanish and any other language common to the worker
population. The text for the notices shall be the following text provided by the commission on
the sample notice, without any additional words or changes:
REQUIRED WORKERS' COAIPENSATION 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 512-440-3789 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage " and
(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 language in subsection (e)
(3) of this rule;
(iv) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage showing
extension of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(vi) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery, within
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
(viii) contractually require each other person with whom it contracts, to perform as required
by paragraphs (A) - (11), with the certificate of coverage to be provided to the person for
whom they are providing services.
r
r
29. DISABLED EMPLOYEES
Contractors having more than 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
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of
subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, _
power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When
Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated
have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those
designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after
demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the —
unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to
discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
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. The
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the
Owner 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 harmless
from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, _
which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims
arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the
Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work.
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his 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 his full obligations to the Owner, as provided by this
contractual agreement.
F
I 34. TRAE FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
time for completion as specified in the contract 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 on a date to be
specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
extension thereof granted by the Owner, 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 $200.00 (TWO
HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the
work described herein is reasonable time for the completion of the same, taking into consideration the average climatic
change 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 of the impracticability and
.� extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for
payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
35. TIME AND ORDER OF COMPLETION
r�
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be
allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most
Flo conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the
work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications,
and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done,
either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work
done under this contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which
shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the
several parts of the work and estimated dates of completion of the several parts.
36. EXTENSION OF TDAE
The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this
7 project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has
considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor
will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the
r 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. The Contractor may apply in writing for
an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an
extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for
an extension of time by the Contractor supported by all requested documentation shall then submit such written request to
the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City
Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
r
a
i~
37. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether
growing out of delays in securing material or workmen or otherwise. 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 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 for the various classes of work to be done and material to be furnished under this contract,
they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
bids offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be
famished 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.
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 he shall be liable for any and all claims for such damage on
account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the
Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing
out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work.
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 bid 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 him 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 famish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made,
Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by
reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a
waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract.
r
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 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; said statement
shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's
Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final
payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this
agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by
rOwner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the
t Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion
of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been
completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said
time, if the work be found to be completed or substantially completed in accordance with the contract documents, the
Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
duty of the (honer within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and
prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and
shall certify same to the Owner, who shall pay to the Contractor on or before the 31 st day after the date of certificate of
completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual
obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the
Contractor. Neither the certificate of acceptance 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 special conditions (if
any) of this contract or required in the specifications made a part of this contract.
r 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his
own expense promptly replace such condemned materials with other materials conforming to the requirements of the
contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or
replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written
r"r notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for
faulty materials or workmanship, and he 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 substantial completion. The Owner
or the Owner's Representative shall give notice of observed defects with reasonable promptness.
r
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to
such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. THV E OF FILING CLAIMS
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) days after the Owner's Representative has given any
directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to
such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal
from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative
and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of
the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from
the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative,
when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, 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.
After receiving said notice of abandonment, 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten
(10) days after service of such notice, then the Owner may provide for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said
Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment,
tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the
Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under
this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference.
In case such expense is greater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to
the Owner; or
7,
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under
r. 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. However, 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.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of
completion and acceptance, as provided in paragraph 42 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, 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 thirty (30) days after the date of certificate 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 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. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety 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 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 subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) 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. Such sale
may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
machinery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the
Contractor or his Surety, to their proper owners.
r
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms
within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the
work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been
included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's
Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value
t of all work actually completed by said Contractor at the prices stated in the attached bid, The value of all partially completed
work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the
whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of
the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums
that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to
the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said
final statement as due the Contractor, under the terms of this Agreement.
7 51. BONDS
` The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160,
r� Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds
$25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if
required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to
do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so
furnished.
r
52. 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
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss 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 and the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the
Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct,
supervise, and control his 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 his 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.
55. 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 he shall remove all such debris and also his 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.
r
CURRENT WAGE DETERMINATIONS
Resolution #Z02
January 8, 1987
Agenda Item #18
r
DGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day of January , 1987.
Ranett oyd, City Secretary
APPROVED T ONTENT:
Bi 1 P yne, D rector of Building
Services
I
"LIT e. � -h_U01A
B.C. McMINN, MAYOR
APPROVED AS TO FORM:
DoWAld G. Vandiver, First
Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -
Heavy
Light
Floor Installer
Glazier
Insulator, Piping/Boiler
Insulator -Helper
Iron Worker
Laborer, General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder - Certified
Hourly Rate
$11.60
8.35
5.50
10.50
5.00
11.00
5.50
7.35
8.70
10.50
5.25
8.00
5.70
8.00
7.50
9.50
5.00
7.30
4.75
5.60
8.75
9.25
6.00
7.65
4.75
8.75
5.50
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing. Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourlv Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00`
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Oroundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
F
F
7
SPECIFICATIONS
r
CITY OF LUBBOCK, TEXAS
PARKS & RECREATION DEPARTMENT
MACKENZIE PARK IRRIGATION SYSTEM
SUPPLEMENTARY GENERAL CONDITIONS
AND
TECIINICAL SPECIFICATIONS
JULY 1995
Parkhill, Smith & Cooper, Inc.
Engineers • Architects • Planners
SECTION 00003
TABLE OF CONTENTS
CITY OF LUBBOCK, TEXAS
MACKENZIE PARK IRRIGATION
l
r
f
DIVISION 0 - CONDITIONS OF THE CONTRACT
00805
Supplementary General Conditions
r
l
DIVISION 1 - GENERAL REQUIREMENTS
01010
Summary of Work
01019
Contract Considerations
r
01025
Measurement and Payment
E
01040
Coordination and Meetings
01340
Submittals
r
01500
Construction Facilities and Temporary Controls
6
01560
Environment Protection
01600
Material and Equipment
01650
Facility Start -Up and Commissioning
01700
Contract Closeout
01800
Operation and Maintenance Data
DIVISION 2 - SITE WORK
..
02810
Irrigation System
DIVISION 3 - CONCRETE
y
03300
Concrete
DIVISION 4 - MASONRY
Not Required
r
DIVISION 5 - METALS
Not Required
r'^
'! t
DIVISION 6 - WOOD AND PLASTICS
!, r"
i
Not Required
r�
2556-95
00003 - 1
r
i
NUMBER OF
PAGES
3
2
1
2
2
2
4
2
2
2
T
7
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
Not Required
DIVISION 8 - DOORS AND WINDOWS
Not Required
DIVISION 9 - FINISHES
Not Required
DIVISION 10 - SPECIALTIES
Not Required
DIVISION 11- EQUIPMENT
Not Required
DIVISION 12 - FURNISHINGS
Not Required
DIVISION 13 - SPECIAL CONSTRUCTION
Not Required
DIVISION 14 - CONVEYING SYSTEMS
Not Required
DIVISION 15 - MECHANICAL
Not Required
DIVISION 16 - ELECTRICAL
Not Required
2556-95 00003 - 2
SECTION 00805
E SUPPLEMENTARY GENERAL CONDITIONS
PART1 GENERAL
The following paragraphs identify and describe changes to specific paragraphs in the General
Conditions.
1.1 ADDITIONS, DELETIONS, AND REVISIONS
1.1.1 General Conditions "11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE",
delete the entire paragraph and replace with the following:
The Contractor will be furnished five (5) sets of the full-sized drawings and five (5) sets of the
specifications for use during construction. This shall include all plans and specifications
furnished to material suppliers and subcontractors but does not include executed contract copies.
Plans and specifications for use during construction will be furnished directly only to the
contractor.
1.1.2 General Conditions "21. OBSERVATION AND TESTING", add a forth paragraph as follows:
The Contractor shall pay all costs for pre -construction testing called for in the Technical
Specifications and for all failing tests during construction. The Owner shall pay for all
construction testing expect for failed tests. The Contractor shall be billed. directly for failed tests
^' by the testing laboratory at the rate per test being paid by the Owner. Failure of Contractor to
pay for failed tests will result in a reduction of that amount from final payment.
1.1.3 General Conditions "26. RIGHT OF OWNER TO MODIFY METHODS AND
EQUIPMENT", delete the first paragraph of this section.
1.1.4 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE
PUBLIC", modify as follows:
Delete the fourth sentence of the first paragraph, i.e., "The Contractor, his sureties... including
attorney's fees." and replace it with the following: "The Contractor, his sureties and insurance
carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents,
including Engineer, and employees from all suits, actions, or claims of any character
whatsoever, brought for or on account of any injuries or damages received or sustained by any
person or persons or property, on account of any negligent act or fault of the Contractor or any
subcontractor, their agents or employees, in the execution and supervision of said contract, and
project which is the subject matter of this contract, on account of the failure of the Contractor
or any subcontractor to provide necessary barricades, warning lights, or signs and will be
required to pay any judgment with costs which may be obtained against the Owner or any of
its officers, agents, including Engineer, or employees including attorney's fees."
7
r 2556-95 00805 - 1
1.1.5 General Conditions "28. CONTRACTOR'S INSURANCE", modify as follows:
A. Add the following paragraph after the first paragraph: "All insurance, as hereafter
specified, shall include a waiver of subrogation against the Owner, the Owner's agents,
and the Owner's Engineer."
B. In addition to the City, the Engineer is to be named as an additional insured on the
Comprehensive General Liability Insurance, the Owner's Protective or Contingent Public
Liability and Property Damage Liability Insurance, the Comprehensive Automobile
Liability Insurance and the Excess or Umbrella Liability Insurance policies, and a copy
of the endorsement doing the foregoing is to be attached to the Certificates of Insurance
for such policies.
C. The Engineer is to be named as an additional insured on the Builder's Risk Insurance
Policy, as its interests may appear.
1.1.6 General Conditions "39. PROTECTION OF ADJOINING PROPERTY", modify as follows:
Delete the last sentence of the paragraph, i.e., "The Contractor agrees to... out of the existence
or character of the work." and replace it with the following: "The Contractor agrees to
indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for
damages due to any adjacent or adjoining property arising or growing out of the performance
of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work."
1.1.7 General Conditions "53. SPECIAL CONDITIONS", modify as follows:
Delete the paragraph and replace it with the following: "In the event any special or
supplementary general conditions that are a part of the contract documents conflict with any of
the general conditions contained in this contract, then in such event the special or supplementary
general conditions shall control."
1.1.8 General Conditions "56. CONSTRUCTION PROCEDURES AND SAFETY", add the
following paragraph:
"Owner's Representative and the Engineer shall not specify construction or service -related
procedures and shall not manage, control or have charge of construction, nor shall Owner's
Representative or Engineer implement or -be responsible for health or safety procedures.
Owner's Representative and Engineer shall not be responsible for the acts or omissions of
Contractor or other parties on the project and shall not be responsible for construction means,
methods, techniques, sequences, or procedures, nor for precautions or programs. All of these
matters shall be responsibility of the Contractor. Owner's Representative's and Engineer's
monitoring or review of portions of the work performed under any construction contracts shall
not relieve the Contractor from its responsibility for performing the work in accordance with
the applicable contract documents." Contractor shall defend, indemnify and hold harmless
Owner, Engineer, their officials, officers, directors, consultants, agents and employees from and
against all claims, damages, whether direct, indirect or consequential, losses and expenses
(including but not limited to attorney's fees and court costs) connected with any illness, injury
or loss to the person or property of Contractor, its subcontractors, suppliers, their employees
and agents, or any other person, arising out of or resulting from Contractor's responsibilities
under this paragraph; the foregoing shall apply notwithstanding the negligence of any person
or entity indemnified hereunder.
2556-95 00805 - 2
Not withstanding the above, the Contractor will not be required to indemnify the Owner's
Representative or the Engineer to causes arising out of the Engineer's negligent acts, errors, or
omissions.
END OF SECTION
2556-95 00805 - 3
r
I � '
SECTION 01010
SUMMARY OF WORK
PART1 GENERAL
1.1 SECTION INCLUDES
A. Work covered by Contract Documents
B. Contractor use of site.
C. Owner occupancy.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
1.3 WORK COVERED BY CONTRACT DOCUMENTS
A. Identification: City of Lubbock, Texas "MacKenzie Park Irrigation Systems."
B. Location: City of Lubbock, Texas, MacKenzie Park.
C. Verbal Summary: Without force or effect on requirements of the Contract Documents
a description of the Project is as follows:
The project will consist of a Base Bid and three Additive Alternates as follows:
■ Base Bid - PlayingFields
ields
Provide and install new irrigation system piping, valves, sprinkler heads,
controllers and appurtenances in accordance with the Plans and Specifications. Tie
into existing backflow preventors already located on site.
■ Additive Alternate Area No. I
Provide and install new irrigation system piping, valves, sprinkler heads and
appurtenances as indicated on the drawings.
■ Additive Alternate Area No. 2
Provide and install new irrigation system piping, valves, sprinkler heads and
appurtenances as indicated on the drawings.
■ Additive Alternate Area No. 3
Provide and install new irrigation system piping, valves, sprinkler heads and
appurtenances as indicated on the drawings.
1.4 CONTRACT TIME AND LIQUIDATED DAMAGES
A. Completion of the Project in a timely manner is of utmost importance. The Contractor
will be required to complete the project within 120 calendar days from the date of the
Notice to Proceed.
B. Liquidated Damages will be incurred at $100.00 per day after the 120-day contract time
not including Owner approved Weather Days.
r■ 2556-95 01010 - 1
a
C
1.5 CONTRACTOR USE OF SITE
A. Limit use of site to allow one Owner occupancy. B. Construction Operations will be limited to areas adjacent to construction site as
designated by the Owner.
1.6 OWNER OCCUPANCY —
A. The Owner will occupy the site during construction for the conduct of normal —
operations.
B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations.
C. Schedule the Work to accommodate this requirement.
PART 2 PRODUCTS
Not Used -
PART 3 EXECUTION
Not Used `-
END OF SECTION
2556-95 01010 - 2
SECTION 01019
CONTRACT CONSIDERATIONS
PART1 GENERAL
1.1 SECTION INCLUDES
A. Application for Payment.
B. Change procedures.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
1.3 APPLICATIONS FOR PAYMENT
A. Submit four copies of each application to the Owner.
B. Payment Period: As defined in Owner -Contractor agreement.
C. Waiver of liens from subcontractor.
1.4 CHANGE ORDER PROCEDURES
A. The Owner will advise of minor changes in the Work not involving an adjustment to
Contract Sum/Price or Contract Times.
B. Execution of Change Orders: Owner will issue Change Orders for signatures of parties
as provided in the General Conditions of the Contract.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2556-95 01019 - 1
r"
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 GENERAL
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 prices on the various items.
1.1 BASE BID - PLAYING FIELDS
Provide and install complete new irrigation system piping, potable water piping, valves,
sprinkler heads, controllers and appurtenances including connections with existing water
supply piping. Price will include all labor, equipment and superintendence necessary to
install system as indicated on the plans and in accordance with the specifications. Payment
will be made for lump sum price bid.
1.2 ADDITIVE ALTERNATE AREA NO. 1
Provide and install complete new irrigation system branch piping, valves, sprinkler heads and
appurtenances. Price will include all labor, equipment and superintendence necessary to
install system as indicated on the plans and in accordance with the specifications. Payment
will be made for lump sum price bid.
1.3 ADDITIVE ALTERNATE AREA NO. 2
Provide and install complete new irrigation system branch piping, valves, sprinkler heads and
appurtenances. Price will include all labor, equipment and superintendence necessary to
install system as indicated on the plans and in accordance with the specifications. Payment
will be made for lump sum price bid.
1.4 ADDITIVE ALTERNATE AREA NO. 3
Provide and install complete new irrigation system piping, valves, sprinkler heads and
appurtenances. Price will include all labor, equipment and superintendence necessary to
install system as indicated on the plans and in accordance with the specifications. Payment
will be made for lump sum price bid.
1.5 FINAL CLEANUP
The Contractor shall perform final cleanup of all parts of the work before final acceptance
of the work by the Owner. This cleanup shall include removing all construction materials
and in general preparing and leaving the site in an orderly manner.
2556-95 01025 - 1
r
The cost of 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.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2556-95 01025 -2
1"
SECTION 01040
COORDINATION AND MEETINGS
PART
1 GENERAL
1.1 SECTION INCLUDES
A. Coordination.
B. Field engineering.
C. Alteration project procedures.
D. Cutting and patching.
E. Preconstruction conference.
F. Progress meetings.
1.2 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to
assure efficient and orderly sequence of installation of interdependent construction
elements with provisions for accommodating items installed later.
B. Verify that utility requirement characteristics of operating equipment are compatible with
existing utilities. Coordinate work of various Sections having interdependent
responsibilities for installing, connecting to, and placing in service, such equipment.
C. Coordinate completion and clean up of Work of separate Sections in preparation for
Substantial Completion and for portions of Work designated for Owners occupancy.
D. After Owner occupancy of premises, coordinate access to site for correction of defective
Work and Work not in accordance with Contract Documents, to minimize disruption of
Owner's activities.
1.3 FIELD ENGINEERING
A. Provide field engineering services. Establish elevations, lines, and levels, utilizing
recognized engineering practices suitable for the work being performed.
1.4 ALTERATION PROJECT PROCEDURES
A. Materials: As specified in product Sections; match existing products and work for
patching and extending work.
B. Remove, cut, and patch work in a manner to minimize damage and to provide a means
of restoring products and finishes to original condition.
C. Where new work abuts or aligns with existing, perform a smooth and even transition.
Patched work to match existing adjacent work in texture and appearance.
D. When finished surfaces are cut so that a smooth transition with new work is not possible,
terminate existing surface along a straight line at a natural line of division and make
recommendation to Owner.
E. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or
showing other imperfections.
F. Finish surfaces as specified in individual product Sections.
r" 2556-95 01040 - 1
1.5 CUTTING AND PATCHING
A.
Employ skilled and experienced installer to perform cutting and patching.
B.
Execute cutting, fitting, and patching including excavation and fill, to complete Work,
and to:
1. Fit the several parts together, to integrate with other Work.
2. Uncover Work to install or correct ill-timed Work.
3. Remove and replace defective and non -conforming Work.
4. Remove samples of installed Work for testing.
5. Provide openings in elements of Work for penetrations of mechanical and electrical
Work.
C.
Execute work by methods which will avoid damage to other Work, and provide proper
surfaces to receive patching and finishing.
D.
Cut rigid materials using masonry saw or core drill.
E.
_
Restore Work with new products in accordance with requirements of Contract
Documents.
F.
Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces.
1.6 PRECONSTRUCTION CONFERENCE
A.
Owner will schedule a conference after Notice of Award.
B.
Attendance Required: Owner and Contractor. ,
C.
Agenda
1. Execution of Owner -Contractor Agreement. _
2. Submission of executed bonds and insurance certificates.
3. Distribution of Contract Documents.
4. . Submission of list of Subcontractors, list of products, Schedule of Values, and
progress schedule.
5. Designation of personnel representing the parties in Contract.,
6. Procedures and processing of field decisions, submittals, substitutions, applications
for payments, proposal request, Change Orders and Contract closeout procedures.
7. Scheduling.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2556-95 01040 - 2
SECTION 01340
SUBMITTALS
PART GENERAL
1.1 SECTION INCLUDES
A. Submittal procedures.
B. Schedule of submittals.
C. Proposed products list.
D. Shop drawings.
E. Product data.
F. Samples.
G. Manufacturers' instructions.
H. Manufacturers' certificates.
1.2 RELATED SECTIONS
A. Section 01700 - Contract Closeout: Contract warranty and manufacturer's certificates
closeout submittals.
B. Section 01800 - Operation and Maintenance Data.
1.3 SUBMITTAL PROCEDURES
A. Transmit each submittal with Owner accepted form.
B. Sequentially number the transmittal forms. Resubmittals to have original number with an
alphabetic suffix.
C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail
number(s), and specification Section number, as appropriate.
D. Apply Contractor's stamp, signed or initialled certifying that review, verification of
Products required, field dimensions, adjacent construction Work, and coordination of
information, is in accordance with the requirements of the Work and Contract Documents.
E. Identify variations from Contract Documents and Product or system limitations which may
be detrimental to successful performance of the completed Work.
F. Provide space for Contractor and Owner review stamps.
G. Revise and resubmit submittals as required, identify all changes made since previous
submittal.
H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly
report any inability to comply with provisions.
1.4 SCHEDULE OF SUBMITTALS
A. Section 02810, Irrigation Systems
y 1.5 PROPOSED PRODUCTS LIST
' A. Within 15 days after date of Notice to Proceed, submit complete list of major products
proposed for use, with name of manufacturer, trade name, and model number of each
rproduct.
r I '
2556-95 01340 - 1
B. For products specified only by reference standards, give manufacturer, trade name, model
or catalog designation, and reference standards. _
1.6 SHOP DRAWINGS
A. Submit the number of copies which Contractor requires, plus four copies which will be
retained by Owner.
B. After review, reproduce and distribute in accordance with Article on Procedures above and
for Record Documents described in Section 01700 - Contract Closeout.
1.7 PRODUCT DATA
A. Submit the number of copies which the Contractor requires, plus four copies which will
be retained by the Owner. _
B. Mark each copy to identify applicable products, models, options, and other data.
Supplement manufacturers' standard data to provide information unique to this Project.
C. After review, distribute in accordance with Article on Procedures above and provide copies
for Record Documents described in Section 01700 - Contract Closeout.
1.8 SAMPLES
A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with
integral parts and attachment devices. Coordinate sample submittals for interfacing work.
B. Include identification on each sample, with full Project information.
C. Submit the number or samples specified in individual specification Sections; one of which
will be retained by Owner.
1.9 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification Sections, submit manufacturers' printed '—
instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing,
in quantities specified for Product Data.
B. Identify conflicts between manufacturers' instructions and Contract Documents. --
1.10 MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit manufacturers' certificate to
Owner for review, in quantities specified for Product Data.
B. Indicate material or product conforms to or exceeds specified requirements. Submit
supporting reference date, affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product, but must be
acceptable to the Owner.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION _
Not used
END OF SECTION
2556-95 01340 - 2
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART1
GENERAL
1.1
SECTION INCLUDES
A.
Temporary Utilities: Electricity, and water facilities.
B.
Temporary Controls: Barriers, protection of the Work and water control.
C.
Construction Facilities: Parking, progress cleaning and temporary buildings.
1.2
RELATED SECTIONS
A.
Section 01650 - Facility Startup and Commissioning.
B.
Section 01700 - Contract Closeout.
1.3
TEMPORARY ELECTRICITY
A.
Provide and pay for power service required from Public Utility source.
B.
Provide temporary electric feeder from existing electrical service at a convenient
location as directed by the utility company.' Power consumption shall not disrupt
Owner's need for continuous service.
C.
Provide main service disconnect and overcurrent protection at convenient location.
1.4
TEMPORARY WATER SERVICE
A.
Connect to existing water source for construction operations.
B.
Owner will pay cost of water used. Exercise measures to conserve water.
C.
Extend branch piping with outlets located so water is available by hoses with threaded
connections.
D.
Notify Owner before tying into existing water line.
1.5
BARRIERS
A.
Provide barriers to prevent unauthorized entry to construction areas, to allow for
Owner's use of site, and to protect existing facilities and adjacent properties from
damage from construction operations and demolition.
B.
Provide protection for plant life designated to remain. Replace damaged plant life.
C.
Protect non -owned vehicular traffic, stored materials, site and structures from damage.
1.6
WATER CONTROL
A.
Grade site to drain. Maintain excavations free of water.
B.
Protect site from puddling or running water.
2556-95 01500 1
1.7
PROTECTION OF INSTALLED WORK
A.
Protect installed Work and provide special protection where specified in individual --
specification Sections.
B.
Provide temporary and removable protection for installed Products. Control activity in
immediate work area to minimize damage. _
C.
Prohibit traffic from landscaped areas.
1.8
PROGRESS CLEANING _
A.
Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean
and orderly condition. _
B.
Remove waste materials, debris, and rubbish from site periodically or when directed by
the the Owner and dispose off -site.
1.9
REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A.
Remove temporary above grade or buried utilities, equipment, facilities, materials, prior
to Final Application for Payment.
B.
Remove underground installations to a minimum depth of 2 feet. Grade site as
indicated.
C.
Clean and repair damage caused by installation or use of temporary work.
D.
Restore existing facilities used during construction to original condition. Restore
permanent facilities used during construction to specified condition.
PART 2
PRODUCTS
Not Used
PART 3
EXECUTION
Not Used
_
END OF SECTION _
2556-95 01500 - 2
SECTION 01560
ENVIRONMENTAL PROTECTION
PART 1 GENERAL
1.1 REFERENCES
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.
CODE OF FEDERAL REGULATIONS (CFR)
29 CFR 1910-SUBPART G Occupational Health and Environmental Control
CORPS OF ENGINEERS (COE)
COE EP-1165-2-304 1976 Flood Plain Regulations for Flood Plain Management
1.2 DEFINITIONS
i
A. Sediment
Soil and other debris that have eroded and have been transported by runoff water or
wind.
B. Solid Waste
Rubbish, debris, garbage, and other discarded solid materials resulting from industrial,
'.,
commercial, and agricultural operations and from community activities.
C. Rubbish
Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal,
r
lumber, cans, and bones.
D. Debris
Combustible and noncombustible wastes such as ashes and waste materials resulting
from construction or maintenance and repair work, leaves, and tree trimmings.
E. Chemical Wastes
This includes salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent
products which serve no purpose.
F. Sanitary Wastes
1. Sewage
Wastes characterized as domestic sanitary sewage.
f "
2. Garbage
Refuse and scraps resulting from preparation, cooking, dispensing, and
consumption of food.
*"
G. Oily Waste
f
Petroleum products and bituminous materials.
C"
1.3 ENVIRONMENTAL PROTECTION REQUIREMENTS
Provide and maintain, during the life of the contract, environmental protection as defined.
,•
i?
Plan for and provide environmental protective measures to control pollution that develops
E
2556-95 01560 - 1
i
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.
A. Storm Water Pollution Prevention Plan (SWPPP)
Prepare and comply with SWPPP in accordance with "NPDES General Permits for
Storm Water Discharges From Construction activities that are classified as 'Associated _
with Industrial Activity"', Federal Register, Vol. 57, No. 175, September 9, 1992.
Submit SWPPP to the Owner within fifteen days after Notice to proceed.
B. Preconstruction Survey _
Perform a preconstruction survey of the project site with the Owner, and pollution
prevention measures necessary to assess existing environmental conditions in, and
adjacent to the site. _
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
3.1 PROTECTION OF NATURAL RESOURCES
Preserve the natural resources 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.
A. Land Resources .—
Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or
shrubs without the Owner's permission. Do not fasten or attach ropes, cables, or guys
to existing nearby trees for anchorages unless authorized by the Owner. Where such _
use of attach ropes, cables, or guys is authorized, the Contractor shall be responsible
for any resultant damage.
1. 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.
2. Replacement
Remove trees and other landscape features scarred or damaged by equipment
operations, and replace with equivalent, undamaged trees and landscape features.
Obtain Owner's approval before replacement.
2556-95 01560 - 2
b -
3. Temporary Construction
Remove traces of temporary construction facilities such as haul roads, work areas,
structures, foundations of temporary structures, stockpiles of excess or waste
t materials, and other signs of construction. Grade temporary roads, parking areas,
and similar temporarily used areas to conform with surrounding contours.
B. Water Resources
1. Oily Wastes
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.
C. Fish and Wildlife Resources
Do not disturb fish and wildlife. Do not alter water flows or otherwise significantly
disturb the native habitat adjacent to the project and critical to the survival of fish and
wildlife, except as indicated or specified.
3.2 HISTORICAL AND ARCHAEOLOGICAL RESOURCES
A. Carefully protect in -place and report immediately to the Owner historical and
archaeological items or human skeletal remains discovered in the course of work. Stop
work in the immediate area of the discovery until directed by the Owner to resume
work. If historical and archaeological resources such as artifacts (stone tools), features
(stone walls), deposits (sea shells and charcoal stained soil), human bones and other
cultural remains are encountered, stop that portion of work and notify the Owner
immediately. Within thirty-six (36) hours the Owner will determine if a change
pursuant to the Contract should be issued or to direct the Contractor to proceed without
change. No adjustment in contract price or completion time will be allowed for delays
that do not exceed thirty-six (36) hours from the time the Contractor is notified to stop
work. The Owner retains ownership and control over historical and archaeological
resources.
3.3 EROSION AND SEDIMENT CONTROL MEASURES
A. Burnoff
Burnoff of the ground cover is not permitted.
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 from the construction site. This
includes construction of diversion ditches, benches, and berms to retard and divert
runoff to protected drainage courses.
r„ 2556-95 01560 - 3
3.4 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES
Pick up solid wastes, and place. 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 of waste.
A. Disposal of Rubbish and Debris
Dispose of rubbish and debris in accordance with the requirements specified in area as
directed by Owner.
B. Garbage Disposal
Place garbage in approved containers, and move to a pickup point or disposal area,
where directed.
3.5 DUST CONTROL
Contractor will be fully responsible for dust control along all haul roads and in the project
area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat,
with dust suppressants, the soil at the site, haul roads, and other areas disturbed by
operations.
END OF SECTION
2556-95 01560 - 4
r
k
SECTION 01600
MATERIAL AND EQUIPMENT
PART GENERAL
1.1 SECTION INCLUDES
A. Products.
B. Product delivery, storage and handling.
C. Product options.
1.2 RELATED SECTIONS
r A. General Conditions of the Agreement.
t B. Section 00805 - Supplementary General Conditions.
C. Section 01400 - Quality Control: Product quality monitoring.
r
1.3 PRODUCTS
Products mean new material, components, and systems forming the Work. Does not include
machinery and equipment used for preparation, fabrication, conveying and erection of the
Work.
1.4 PRODUCT DELIVERY, STORAGE AND HANDLING
A. 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 with requirements,
quantities are correct, and products are undamaged.
3.
Provide equipment and personnel to handle products by methods to prevent
soiling, disfigurement, or damage.
4.
Arrange deliveries in accordance with the construction schedule and in ample time
to facilitate inspection prior to installation to avoid unnecessary delays in the
construction process.
B. Storage
1.
Store and protect products in accordance with manufacturer's instructions, with
y '
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.
e
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.
7 2556-95 01600 - 1
r
5. Store loose granular materials on solid flat surfaces in a well -drained area.
Provide cover to stockpile to prevent windblown contaminants from mixing with
the stockpile. Granular materials shall not be stored on bare ground or asphalt
surfaces.
C. Handling
1. Handle materials, products and equipment in a manner prescribed by manufacturer
or specified to protect from damage during storage and installation.
1.5 PRODUCT OPTIONS
Products Specified by Reference Standards or by Description Only: Any product meeting
those standards or description and approved by the Owner.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not used
END OF SECTION
2556-95 01600 - 2
SECTION 01650
FACILITY START-UP AND COMMISSIONING
PART GENERAL
1.1 SECTION INCLUDES
A. Starting systems.
B. Demonstration and instructions.
1.2 RELATED SECTIONS
A. Section 01700 - Contract Closeout: System operation and maintenance data and extra
materials.
1.3 STARTING SYSTEMS
A. Submit a written report that equipment or system has been properly installed and is
functioning correctly.
1.4 DEMONSTRATION AND INSTRUCTIONS
A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior
to date of Substantial Completion.
B. Utilize operation and maintenance manuals as basis for instruction. Review contents of
manual with Owners' personnel in detail to explain all aspects of operation and
maintenance.
C. Prepare and insert additional data in operations and maintenance manuals when need for
additional data becomes apparent during instruction.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2556-95 01650 - 1
i
SECTION 01700
4
CONTRACT CLOSEOUT
PART GENERAL
1.1 SECTION INCLUDES
A. Closeout procedures.
B. Final cleaning.
C. Adjusting.
D. Project record documents.
E. Warranties.
F. Spare parts and maintenance materials.
1.2 RELATED SECTIONS
A. General Conditions
B. Supplementary Conditions
C. Section 01500, Construction Facilities and Temporary Controls: Progress cleaning.
D. Section 01650, Facility start-up and Commissioning.
1.3 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 Owner's inspection.
B. Provide submittals to Owner 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.
1.4 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Clean equipment and fixtures to a sanitary condition.
C. Remove waste and surplus materials, rubbish, and construction facilities from the site.
1.5 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered operation.
1.6 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.
w 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.
s,
2556-95 01700 - 1
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.
E. Record Documents and Shop Drawings: Legibly mark each item to record actual
construction including:
1. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
2. Measured locations of internal utilities and appurtenances concealed in construction, _
referenced to visible and accessible features of the Work.
3. Field changes of dimension and detail.
4. Details not on original Contract Drawings. _
F. Submit documents to Owner.
1.7 WARRANTIES
A. Provide notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
C. Submit prior to final Application for Payment.
D. For items of Work delayed beyond date of Substantial Completion, provide updated
submittal within ten days after acceptance, listing date of acceptance as start of warranty
period.
1.8 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance materials and extra materials in quantities
specified in individual specification Sections. Provide products in appropriate containers,
clearly marked with the appropriate product name, number, model, etc.
B. Deliver to Project site and place in location as directed; obtain receipt prior to final
payment.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
2556-95 01700 - 2
t
SECTION 01800
OPERATION AND MAINTENANCE DATA
PART GENERAL
1.1 SECTION INCLUDES
A. Quality assurance.
B. Format.
C. Contents, each volume.
D. Manual for equipment and systems.
E. Instruction of Owner personnel.
F. Submittals.
1.2 RELATED SECTIONS
A. General Conditions
B. Supplementary Conditions
C. Section 01340, Submittals
D. Section 01700, Contract Closeout
E. Individual Specifications Sections
1.3 QUALITY ASSURANCE
A. Prepare instructions and data by personnel experienced in maintenance and operation of
described products.
1.4 FORMAT
A. Text: Manufacturer's printed data, or typewritten data on twenty pound paper.
B. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger
drawings to size of text pages.
1.5 CONTENTS, EACH VOLUME
A. For Each Product or System: List names, addresses and telephone numbers of
Subcontractors and suppliers, including local source of supplies and replacement parts.
B. Product Data: Mark each sheet to clearly identify specific products and component parts,
and data applicable to installation. Delete inapplicable information.
C. Warranties and Bonds: Bind in copy of each.
1.6 MANUAL FOR EQUIPMENT AND SYSTEMS
A. Each Item of Equipment and each System: Include description of unit or system, and
l component parts. Identify function, normal operating characteristics, and limiting
conditions. Include performance curves, with Engineering data and tests, and complete
nomenclature and commercial number of replaceable parts.
B. Maintenance Requirements: Include routine procedures and guide for trouble -shooting;
disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and
r- checking instructions.
b
2556-95 01800 - 1
C. Include manufacturer's printed operation and maintenance instructions.
D. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams
required for maintenance.
E. Additional Requirements: As specified in individual product specification Sections.
1.7 INSTRUCTION OF OWNER PERSONNEL
A. Before final inspection, instruct Owner's designated personnel in operation, adjustment,
and maintenance of products, equipment, and systems, at agreed upon times.
B. Use operation and maintenance manuals as basis for instruction. Review contents of
manual with personnel in detail to explain all aspects of operation and maintenance.
C. Prepare and insert additional data in Operation and Maintenance Manual when need for
such data becomes apparent during instruction.
1.8 SUBMITTALS
A. Submit two copies of preliminary draft or proposed formats and outlines of contents.
Owner will review draft and return one copy with comments.
B. Submit one copy of completed volumes in final form 15 days prior to final inspection.
Copy will be returned after final inspection, with Owner comments. Revise content of
documents as required prior to final submittal.
C. Submit four copies of revised volumes of data in final form within ten days after final
inspection.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2556-95 01800 - 2
SECTION 02810
IRRIGATION SYSTEM
PART
1-GENERAL
1.1 DESCRIPTION OF MATERIALS
A. The equipment to be furnished under these specifications consists of the necessary
piping, valves, sprinklers, controllers and related appurtenances for the installation of
complete irrigation systems.
1.2 SUBMITTALS
A. The bidder shall submit four (4) copies of complete manufacturer's technical data and
installation instructions for all items of equipment to be furnished.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. All equipment is subject to compliance with the requirements of these specifications.
2.2 GUARANTEES
A. Provide a guarantee for all labor and material for a period of one year, from the date
of substantial completion.
B. Provide a manufacturer's guarantee for all sprinkler system components, i.e.,
controllers, valves and heads, for a period of five years, from the date of substantial
completion.
C. Service calls during the one-year warranty period shall require a qualified technician
on site within 24 hours.
2.3 PIPE MATERIALS
A. PVC Pipe - All PVC Pipe labeled Fresh Water shall be approved by the National
Sanitation Foundation (NSF) for use in the transportation of potable water and shall
bear the NSF seal of approval.
1. Type Class 200 PVC, ASTM D2241.
2, Connections:
Four inches and larger Bell -and Spigot type with
elastomeric rings, ASTM C1869.
Less than four inches Socket, solvent -weld, ASTM C 1466
and ASTM D2564.
B. Fittings: Type and style of connection to match pipe.
C. Cleaner/Primer: ASTMF 656 for PVC pipe and fittings.
D. Solvent Cement: ANSIIASTM D2564 for PVC pipe and fittings.
2556-95 02810-1
E. Sleeve Material: PVC, Schedule 40.
2.4 OUTLETS
A. Manufacturers:
1. Toro Model 640.
2. Rainbird Model 1800 PRS Series.
3. Weathermatic #101 - RL and #144 - RL.
B. Outlets: Stainless steel construction.
C. Rotary Sprinkler Heads, Gear Driven
1. Sprinklers shall be 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. Sprinklers shall be Toro model 640 for flow rates ranging between 9 and
25 gpm, or approved equal. The sprinkler shall be mounted up to 'h inch below
finished grade and shall include rubber covers.
D. Spray Type Sprinkler Head:
1. Sprinklers shall be fixed pop-up type for full circle, part circle or pattern
coverage as indicated on the plans. All heads shall contain a built-in stem
pressure regulator and appropriate Pressure Compensating Screens (PCS) to
control nozzle pressure. The type shall be determined from the manufacturer's
requirements based upon the specified nozzle performance at each head. Heads
shall be Rainbird model 1800 PRS series with 6" Pop-up height, or approved
equal. Variable arc nozzles to be used in odd shaped areas as required.
E. Quick Coupling Valves
1. Valves shall be heavy-duty brass construction, equal to Weathermatic #101 RL
for valves inside the in -field and equal to weathermatic #144 RL for valves
outside of baselines.
2.5 VALVES
A. Manufacturers
1. Weathermatic Model 8000 CR Series.
2. Brooks Products, Inc., Model 1419.
B. Automatic Control Valves
1. Electric Valves. Shall be operated by low -wattage solenoid, dual ported
diaphragm design, normally closed, with manual flow adjustment. Valves shall
have a maximum inlet pressure of 150 psi, be suitable for underground burial
without protection. Valves shall be Weathermatic 8000 CR Series, or approved
equal. All valves shall be installed in an approved type valve box that includes
a 3-inch layer of clean crushed gravel as shown on the plans. Valves shall carry
a 7-year limited warranty.
C. Valve Box and Cover: 17" x 21" x 12" polypropylene with polypropylene, bolt down
covers. Valve Box Extensions shall be used to obtain proper depth.
D. Gravel
1. The bottom of each valve box shall be filled with clean gravel as specified.
Gravel shall be washed clean and graded such that none are less than 3/8 inch
and none larger than 3/4 inch. Gravel sizes shall be equally proportioned and
thoroughly mixed.
E. Gate Valves for 4" Main Line Piping All gate valves shall be resilient seat, iron body,
bronze mounted throughout and shall meet all requirements of AWWA C 509. The
2556-95 02810-2
ii
valves shall be of the type of joint used in the piping. All valves shall open by turning
to the left, and unless otherwise specified, shall have non -rising stem when buried and
r" outside screw and yoke when exposed, and be furnished with a two-inch operating nut
when valves are buried and shall be furnished with hand wheels when exposed. Gate
valves shall be furnished with O-ring stem packing.
too F. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves
where the top of the operating nut is more than 36-inches below finished grade. Top
of the extension stem shall not be more than 9-inches below the top of the valve box.
Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed
to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension
from the top of the valve to within 8-inches of the ground surface. The box shall have
a heavy cast iron cover marked "WATER". The box shall have a flange type base,
with the base being approximately 4 inches larger in diameter than the outside diameter
of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required
for the extension shall be considered as a part of the box.
G. Gate Valves smaller than 4" shall be standard brass gate valves, double disc or wedge
type, designed for a maximum working pressure of 150 psi.
2.6 CONTROLS
A. Manufacturers:
1. Weathermatic Model LMC Series.
B. Controllers: The device shall be micro -processor based, solid state electronic in
operation. The control panel shall provide micro -processor programming for day/date,
station start times and duration of watering times. Clock and calendar shall be LCD
display. Back-up power shall be provided by NiCD - Quick Charge type batteries
which shall retain all user entered data. The control panel shall have two (2)
independent programs. Controller shall not have fuses or circuit breakers which would
shut down watering in the event of a shorted valve. The controller program shall
include a short sensor to advise the operator that a valve short exists for up to three (3)
shorted stations. The controller shall be housed in an industrial -grade high -impact
molded housing with hinged cover and padlock latche. Controller is to be grounded
with solid 8' copper grounding rod adjacent to the controller. Units shall have output
surge protection factory installed. The Owner will provide power (120V) to the
controller. The station ability of the controller shall be as indicated on drawings.
C. Controller Housing: NEMA 3, V.L outdoor; weatherproof, watertight, with lockable
access door.
D. Wire Conductors: Color coded.
PART 3 EXECUTION
! 3.1 EXAMINATION
A. Verify site conditions under provisions of Section 01040.
B. Verify location of existing utilities.
C. Verify that required utilities are available, in proper location, and ready for use.
t
3.2 PREPARATION
t
r
i
2556-95 02810-3
r
r
A. Piping layout indicated is diagrammatic only. Route piping to avoid plants, ground
cover, and structures.
B. Before installation begins, the Contractor shall place a flag stake where each and every
sprinkler is to be located in accordance with the plans. The staking shall be approved
in writing by the Owner. Should a discrepancy in the plans become apparent at this
time, in regard to size, shape or coverage of the areas, the discrepancy shall be
submitted in writing to the Owner.
C. Review layout requirements with other affected work. Coordinate locations of sleeves
under paving to accommodate system.
3.3 TRENCHING
A. Trench Size:
1. Minimum Width: 6 inches
2. , Minimum Cover Over Installed Supply Piping: 18 inches
3. Minimum Cover Over Installed Branch Piping: 14 inches
4. Minimum Cover Over Installed Outlet Piping: 14 inches
B. Trench to accommodate grade changes.
C. Maintain trenches free of debris, material, or obstructions that may damage pipe.
D. Trenches are to be over excavated by 3 inches to allow for a 3" layer of finely grad
ed
sand under all piping. After the piping is installed, finely graded sand shall be placed
around the piping un to a point 3" above the piping.
E. All trenches are to be inspected and approved by Owner before covering.
F. 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. 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 provisions 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.
G. 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 which will not endanger the work or existing structures and which
will cause the least obstruction to roadways.
H. The Contractor will be required to locate all known utility lines far enough in advance
of the trenching to make proper provisions for protecting the lines and to allow for any
deviations that may be required from the established lines and grades.
I. Excess trench excavation, not used for backfilling, shall be disposed of by the
Contractor, and at the Contractor's expense as directed by the Owner.
J. All trenches and adjoining areas shall be hand raked to leave the grade in as good or
better condition than before construction.
K. All trench backfill shall be flooded to prevent settling to 95% Standard Proctor
Maximum Density. Tamping is required, at road crossings 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 a least 95%
of maximum density at optimum moisture as determined by ASTM D698.
L. All settling and low areas that occur within the first six (6) months will be the
responsibility of the Contractor to fill and level.
M. It is understood that the piping layout is diagrammatic and piping shall be routed in
such a manner to achieve the intent of the plan.
2556-95 02810-4
r
7, 3.4 INSTALLATION
.r
A.
Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions.
B.
Connect to utilities.
C.
Set outlets and box covers at finish grade elevations.
D.
E.
Provide for thermal movement of components in system.
Swing Joints
1. Swing joints shall be used on all rotary gear driven sprinklers and shall be of the
same diameter as the inlet opening.
2. Premanufactured swing joints shall be used as manufactured by Spears swing
l
l
joint schedule 80t, or approved equal.
3. Swing joints for quick coupling valves shall be made up using galvanized pipe
and fittings.
F.
Use flexible risers on all fixed head pop-up sprinklers.
G.
Wiring
r
1. All wiring shall be No. 12, Type UF, copper direct bury type made for the
Y
irrigation industry. Wiring shall be color -keyed: white for ground, red for
operation of equipment.
j'
2. Wire splices will only be allowed to occur within an accessible control box. In -
line direct burial splices will not be allowed. Wire splices shall be DBY model
as manufactured by 3M Company or approved equal.
3. Provide looped slack at valves and snake wires in trench to allow for contraction
s
of wires.
4. All wire passing under existing paving, sidewalk, etc., shall be encased in plastic
y-
conduit extending at least 12" beyond edges of paving or construction.
5. All electrical control wiring shall be wrapped together on 10-feet increments with
plastic straps. An electrical wiring schematic shall be furnished with the
�•
equipment.
I
6. Tracer wire and warning tape shall be installed with all fresh water piping.
H.
After piping is installed, but before outlets are installed and backfilling commences,
I.
open valves and flush system with full head of water.
Dissimilar Materials Piping Joints: Construct joints using adapters that are compatible
with both piping materials, outside diameters, and system working pressure.
J.
Concrete Thrust Blocks
r1.
Thrust blocks are required at all turns and dead -ends on pipe sizes 3 inches and
over. Pipe of smaller sizes may also require thrust blocks if so directed by the
Owner. Concrete shall have a 28 day compressive strength of 3000 psi,
minimum.
3.5 OPEN CUTS IN PAVING
A. Cutting asphalt for open trenches: Saw cut full depth of existing asphalt as shown on
project drawings.
B. Backfill: 6" lean concrete.
C. Asphalt trench cap: Construct to dimensions shown on project drawings using hot mix
asphaltic concrete conforming to TXDOT, Type D.
3.6 TESTING AND INSPECTION
r'
2556-95 02810-5
r
R
A. 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 Owner's Representative.
B. Prior to backfilling the main line and with control valves in place but before the lateral
lines are connected, completely flush and test the main line.
C. Fill the main line with water for a 24-hour period prior to testing.
D. Pressure test main lines with 150 psi for a period of 2 hours. Allowable leakage shall
be as determined by the formula listed in AWWA C600. Owner will witness and
approve all tests. Notify Owner at least 24 hours in advance of all testing.
E. Provide all testing equipment and personnel required to complete the testing procedure.
Repeat testing as required.
F. Flush, clean, adjust and balance all systems.
G. Adjust heads for proper coverage.
H. Potable Water Lines: Hydrostatically test for 6 hours at 150 psig. There shall be no
leaks whatsoever.
3.7 CLEANING AND ADJUSTING
A. Flush dirt and debris from piping before installing sprinklers and other devices.
B. Adjust automatic control valves to provide.flow rate of rated operating pressure required for
each sprinkler circuit.
C. Carefully adjust lawn sprinklers so they will be flush with, or not more than 'h inch below
finish grade after completion of landscape work.
D. Adjust settings of controllers and automatic control valves.
E. Contractor will be required to remove all construction debris from the site. Final clean up
by the contractor must be acceptable to the owner.
3.8 COMMISSIONING
A. Starting Procedures: Follow manufacturer's written procedures. If no procedures are
prescribed by manufacturers, proceed as follows:
1. Verify that specialty valves and their accessories have been installed correctly and
operate correctly.
2. Verify that specified tests of piping are complete.
3. Check that sprinklers and devices are correct type.
4. Check that damaged sprinklers and devices have been replaced with new materials.
5. Check that potable water supplies have correct type backflow preventers.
6. Energize circuits to electrical equipment and devices.
7. Adjust operatingcontrols.
B. Operational Testing: Perform operational testing after hydrostatic testing is completed,
backfill is in place, and sprinklers are adjusted to final position.
3.9 DEMONSTRATION
A. Demonstrate to Owner that system meets coverage requirements and that automatic controls
function properly.
B. Demonstrate to Owner's maintenance personnel operation of equipment, sprinklers,
specialties, and accessories. Review operating and maintenance information.
C. Provide 7 days' written notice in advance of demonstration.
END OF SECTION
2556-95 02810-6
G,
r
SECTION 03300
CONCRETE
1. SCOPE
This section governs all concrete work required on this project. The Contractor shall furnish all
materials, equipment, labor, superintendence and incidentals necessary for the concrete work as shown
on the plans and specified herein. All materials shall be subject to test and inspection as specified in this
section.
2. CONCRETE MATERIALS TESTS
2.1 Mix Design
A laboratory mix design will not be required for this specific project. However, the proposed
mix design shall be submitted to the Owner for approval prior to placing any concrete. The Owner may
request strength records of test cylinders from other projects using the proposed mix design.
3. CONCRETE STRENGTH
Concrete mix shall be designed to secure a dense, low -absorption concrete having a compressive
strength of not less than 3,000 psi at 28 days, as determined by making and breaking a standard 6-inch
by 12-inch cylinder in accordance with the provisions of ASTM Designations C31 and C39.
4. CONCRETE MATERIALS
4.1 Cement
Portland cement shall conform to the latest revisions of A.S.T.M. Designation C-150, Type
I or Type II, and shall be of an approved brand. Type III cement may be used only after approved by
the Owner.
4.2 Fine Aggregate
Fine aggregate shall comply with the requirements of ASTM Designation C-33 including the
specified soundness test.
4.3 Coarse A rgg egate
Coarse aggregate shall comply with the requirements of ASTM Designation C-33 including
the specified abrasion and soundness tests. Gradation shall not be coarser than Size Number 467 (1-1/2
inch to No. 4).
4.4 Water
Water shall be clear and free from injurious amounts of oil, acid, alkali, organic matter, or
other deleterious substances.
4.5 Air -entraining Admixture'
An air -entraining admixture shall be used in all Class A concrete. The air -entraining
admixture shall conform to the requirements of ASTM Designation C 260. The air content of the
concrete sampled at the point of discharge from the transportation unit shall be between 3 and 6 percent.
F
2556-95 03300-1
r
The manufacturer shall furnish an affidavit certifying that the material furnished complies with this
specification.
5. REINFORCING
5.1 Mesh Reinforcing
Mesh reinforcing shall conform to the requirements of ASTM Designation A185.
6. PROPORTIONS
6.1 General
Materials in the concrete shall be so proportioned that a workable mix, which will readily fill
all form angles and properly embed the reinforcement without excessive manipulation, segregation or
water gain, will result. The Contractor shall submit mix designs for concrete as set forth in paragraph
2.2, above, stating the proposed slump and proportional weights of cement, saturated surface dry
aggregates, water and admixtures. High density and low water absorption shall be obtained with the
mixes proposed and harsh mixes or those with which the required finishes cannot be obtained will not
be approved. Adjustments in the approved mixes shall be made during construction to compensate for
variations in aggregates or whenever field tests indicate such adjustments are required. Changes in
approved mixes required in order to bring the concrete into conformity with the specifications shall be
made by the Contractor without additional compensation.
6.2 Measurements
Bulk cement shall be measured by weight to within 1 % of the required amounts. Cement in
standard sacks will be considered as weighing 94 pounds and need not be weighed. Water shall be
measured by either weight or volume to within 1-1/2% of the required weight.
Admixtures shall be prepared and added in strict compliance with the manufacturer's
recommendations and shall be measured to within 1 % of the required amount.
The complete plant assembly shall meet the approval of the Owner, and facilities shall be
provided for ready adjustment of aggregate weights for varying moisture content; accurate proportioning
of water to cement; accurate control of all materials including positive shutoff where delivery to mixer
is from bins; prompt removal of excess materials in hoppers; easy checking of weights of each separate
aggregate; delivery to hopper of cement without waste; and for checking accuracy of measuring devices.
6.3 Proportions
The actual quantities of materials used in each batch shall be in accordance with the approved
mix design for the class and slump of concrete being produced. The amount of moisture in the
aggregates shall be considered in determining the amount of water to be added to each batch. Total water
content of any batch shall not exceed that of the approved mix design. Adequate means shall be furnished
by the Contractor for determining and controlling the amount of water in the aggregate.
6.4 Control
The Owner shall have free access to the plant at all times and the Contractor shall furnish
materials for samples of all tests required to determine conformity with the specifications. Changes in
the mix shall be made promptly whenever such tests indicate changes are required or whenever the quality
of concrete produced fails to meet the requirements.
2556-95 03300-2
r
a.
1.
t�
7. SLUMP
7.1 General
Slump tests shall be made by the Owner. The number or frequency of such tests shall be
entirely at the discretion of the Owner. If the slump falls outside the specified limits, a check test shall
be made immediately on another portion of the same sample. In the event of a second failure, the
concrete shall be considered as not meeting the requirements of these specifications.
7.2 Mum
r- The slump of all concrete shall be between 3 inches and 5 inches with the conditions of
placement governing the exact slump to be used. In all cases the Owner shall specify the slump to be
used. When a 3 inch slump is specified, the allowable tolerance shall be 1/24nch. When the specified
slump is greater than three inches, the allowable tolerance shall be 1-inch. In no case shall the slump
be outside the range given above.
8. MIXING AND PLACING
8.1 Mixing Equipment
Ready -mix trucks shall be used for mixing the concrete. The procedure used in loading the
mixture and in mixing the concrete shall be subject to approval by the Owner.
Truck mixes shall have adequate water supply and metering devices. No water shall be added
to the concrete after the initial mixing water without the permission of the Owner.
8.2 Mixing and Delivery
The maximum time interval between the introduction of the mixing water to the cement and
aggregates, or the introduction of the cement to the aggregates, and the placing of the concrete shall not
exceed the following:
Air or Concrete Temperature
(Whichever is higher)
Maximum Time
90° F or above
45 minutes
750 F to 890 F
60 minutes
350 F to 740 F
90 minutes
Concrete shall not be placed when the ambient temperature is less than 40° F. and falling but
may be placed when the ambient temperature is not less than 350 F if the temperature is rising. The
temperature of the concrete at the time of placement in the forms shall be not less than 50° F nor more
than 90° F.
r" 8.3 Transporting
l Concrete shall be handled from the mixer to the place of final deposit in a manner which will
prevent segregation and when practicable shall be deposited in its final position without rehandling or
flowing. All equipment used in transporting concrete shall be maintained in a clean condition. Concrete
shall not be delivered from hoists or spout or trough, nor dumped into carts, with a free fall of more than
4 feet. Every precaution shall be taken to prevent separation or loss of ingredients while transporting the
concrete. Runways for carts or buggies shall not bear upon the reinforcing or fresh concrete. Pumping
2556-95 03300-3
i
r
and conveying of concrete shall be done only after approval by the Owner and with equipment which will
insure a continuous flow without segregation.
8.4 Placing
Concrete shall not be placed until all reinforcement is securely and properly fastened in its
correct position. Form ties shall be checked and retightened where necessary. Forms and reinforcement
shall be inspected and approved by the Owner before beginning placement of concrete. All embedded
items shall be in place and anchored and the forms and reinforcement shall be cleaned and cleanout
openings closed before such inspection. A representative of the Owner will be on the job during
placement of concrete and concrete shall not be placed unless the Owner or his representative is present.
Concrete shall be placed in a manner which will prevent segregation, thoroughly embed all
reinforcement and fixtures, fill all angles in the forms and prevent formation of aggregate pockets or
honeycomb. Placement in walls, columns or other deep forms shall be done through openings in the
forms, spaced at frequent intervals, or through tremies so that the free fall shall not exceed 6 feet. Points
of depositing the concrete shall be spaced so that the concrete surfaces can be kept level without flowing
it into place.
Concrete shall be placed with the aid of approved mechanical vibrating equipment. Vibration
shall be applied directly to the concrete and shall be of sufficient intensity and duration to cause flow or
settlement of the concrete, thorough compaction and complete embedment of reinforcement and fixtures.
Supplement forking and spading by hand may be required to secure dense uniform surfaces and complete
filling of corners and angles. Excess spading or vibrating causing undue water gain or segregation will
not be permitted. If moderate working causes excessive water gain the mix shall be adjusted. Excess
water shall be removed when it appears and concrete shall not be deposited in accumulations of such
water. Where concrete in floors or slabs is deposited on the ground, the subgrade shall be thoroughly
compacted and moistened before concrete is placed. Complete sections shall conform to the details on
the plans and the concrete shall be dense, uniform and free of aggregate pockets or honeycomb.
9. JOINTS & STOPPAGES
9.1 General
Certain expansion joints shall be required where concrete is to be poured adjacent to existing
structures or concrete. If it becomes necessary to stop placement of concrete between joints, such
construction joints shall be made only at locations approved by the Owner and all such joints shall be
constructed in accordance with the details shown on the drawings.
Before concreting operations are resumed at any construction joint, or wherever fresh concrete
is to be bonded to hardened concrete, the surface of the hardened concrete shall be cut or chipped to
remove laitance and expose aggregate. The surface of the concrete shall be thoroughly cleaned, saturated,
then slushed with a coating of neat cement grout against which the fresh concrete shall be placed before
the grout has attained initial set. Care shall be taken to insure that the first layer of new concrete contains
sufficient mortar for adequate bond.
9.2 Expansion Joint Material
Where premolded expansion joint material is shown on the plans such material, unless
otherwise noted, shall be a non -extruding and resilient bituminous joint filler composed of asphalt and
cork formed between two sheets of asphalt saturated felt and meeting the requirements of ASTM
2556-95 03300-4
Designation D1752. Premolded expansion joint material using cane or other fibers in lieu of granulated
cork is not acceptable.
10. FORMS
10.1 Material
k Forms for all concrete work shall be of wood or approved metal forms. Wood sheeting,
1 forming surfaces exposed to sight or weather, shall be plywood or plywood lined of a quality to produce
smooth even surfaces. Whatever material is used shall produce a sightly surface, free from excessive
form marks and shall meet the approval of the Owner before use. The same type of form shall be used
for all exposed portions of the work unless specifically approved by the Owner.
10.2 Construction
Forms shall be constructed true to lines, grades and sections shown on the plans and shall be
mortar -tight and sufficiently rigid to prevent displacement or sagging between supports. All exposed
edges on all structures, including edges at all joints shall be finished with an edging tool unless otherwise
j noted on the plans. Forms shall be set plumb and true and rigidly braced to maintain them in correct
position and alignment.
10.3 Wetting and Oiling
The inside surface of forms shall be coated with a non -staining mineral oil or other approved
coating and shall be cleaned and oiled after each use. Forms which have dried out between uses shall
be recoated just prior to placing of concrete. Excess oil or grease shall be wiped from the form surface.
10.4 Removing Forms
Forms may be removed only upon approval of such removal by the Owner. In general,
removal of forms will be permitted within 24 hours, but only if no further loads are to be placed on such
members and if removal of forms and ties will not damage the concrete.
It shall be the responsibility of the Contractor, in all form removal, to prevent structural
damage or marring of the concrete surfaces.
11. PATCHING
Concrete work obviously out of horizontal or vertical alignment or which shows serious surface
defects shall be removed and replaced by the Contractor at his expense. Patching of minor defects will
be permitted provided such patching removes the defect. Immediately after removing forms the concrete
shall be inspected for defects. All defects permitted to be patched and all form tie holes shall be patched
before the concrete is thoroughly dry. Defective areas shall be chipped away to a depth of not less than
one inch with edges perpendicular to the surface. This and the surrounding area shall be wetted to
prevent absorption of water from the patching mortar. The patching mortar shall be of the same materials
and of the proportions as used for the concrete except that the coarse aggregate shall be omitted and the
amount of water used shall be as little as is consistent for proper handling and placing. The mortar shall
be re -tempered without the addition of water by allowing it to stand for one hour and mixing to prevent
setting. The mortar shall be thoroughly compacted into place, screeded off slightly higher than the
surrounding surface and left undisturbed for a period of one to two hours. Final finishing shall conform
to the finish of the surrounding areas.
n 2556-95 03300-5
12. FINISHING
12.1 Exposed Formed Surfaces
All exposed formed surfaces shall have all tie rod holes filled, fins and rough edges removed,
and all defects removed or patched prior to finishing as specified below. All surfaces above finished
grade and six inches or less below finished grade shall be considered exposed formed surfaces.
Exposed formed surfaces shall be rubbed with a Carborundum stone to remove all form marks
and other imperfections and to leave the surfaces with a neat and uniform appearance.
12.2 Unexposed Formed Surfaces
All surfaces which are not normally exposed to view shall require no finishing other than
filling tie rod holes, removing fins and rough edges, and patching or removing of any defects.
12.3 Slabs
Special care shall be used in finishing these surfaces to obtain true plane surfaces with no
pockets or depressions except. Any such area which does not drain properly shall be corrected by
removal and replacement of the concrete.
Slab shall be brushed, after troweling, to provide a "non-skid" surface.
13. CURING AND PROTECTING
13.1 Curing
The purpose of curing procedures is to provide the most favorable conditions practicable for
development of the strength of the concrete without the formation of cracks or other defects. Such
favorable conditions include the maintenance of proper moisture conditions and protection from large
changes in temperature. The procedures specified herein are designed to maintain these favorable
conditions and will be strictly enforced to this end.
The curing period for all concrete begins immediately after placing and/or finishing operations
are completed. Delay in initiation of curing measures will not be tolerated. All concrete shall be
protected from large changes in temperature, and from freezing, for a period of four (4) days after
placement. Immediately after removal of forms, or finishing of unformed concrete, all exposed surfaces
shall be cured by the method specified herein.
13.1.1 Slabs
Slabs shall be cured by covering with poly -ethylene sheets. Poly -ethylene sheets shall
be at least 0.0041 inch thick and shall be approved by the Owner. Sheeting shall cover the entire section
being cured and shall be held in place at the bottom and ends of the section so that free air circulation
between sheeting and slab is prevented. Where required to lap sheeting, sheeting shall be lapped a
minimum of 3 inches and shall be continuously taped. All holes in sheeting shall be securely taped.
Sheeting shall remain in place a minimum of four (4) days.
13.1.2 Protecting
Concrete shall be protected against all adverse conditions, including weather, and
against mechanical damage, until completion of the project. Any such damage incurred shall be promptly
repaired by the Contractor at his own expense, in a manner approved by the Owner.
2556-95 03300-6
ft
Concrete shall be protected against low temperatures by maintaining a placement
` temperature not less than 70' F. and by maintaining a temperature of not less than 50° F. for five (5)
r days after placement. Concrete shall also be protected against extremes of high temperature, low humidity
and wind movement, by means of curing methods specified herein or other methods approved by the
Owner. It shall be the responsibility of the Contractor to anticipate, as nearly as possible, changes in
weather conditions which would affect the placement and protection of the concrete. He shall be prepared
at all times, with proper materials, equipment and personnel, to protect freshly placed concrete when
sudden changes in the weather make such protection necessary. Failure to have available proper
materials, equipment or personnel for expeditious placement and adequate protection of the concrete will
rbe grounds for postponement of placing of concrete.
14. MEASUREMENT AND PAYMENT
Separate measurement and payment for work under this section will not be made. Payment shall
be included in the total price bid.
END OF SECTION
r 2556-95 03300-7
1.