Loading...
HomeMy WebLinkAboutResolution - 4927 - Contract-Iron Mountain Forge Corporation-Playground Construction, Various Parks - 08/24/1995Resolution No. 4927 August 24, 1995 Item #15 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 Iron Mountain Forge Corporation, of Farmington, Missouri to furnish and install all services and materials as bid for the Playground Construction at Various Parks, for the City of Lubbock 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 ATTEST: 4ry'-, AAk coo� Betty M. Johnson, City gecretary APPROVED AS TO CONTENT: Victor Kilman,Turchasing Manager APPROVED AS TO FORM: Dofiald G. Vandiver, H Assistant City Attorney dp\ccdocslmnxes August 14, 1995 CITY OF LUBBOCK SPECIFICATIONS FOR PLAYGROUND CONSTRUCTION AT VARIOUS CITY PARKS BID #13332 CITY OF LUBBOCK z 0 Lubbock, Texas N V i City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 606-767-2167 MAILED TO VENDOR: CLOSE DATE: Office of Purchasing July 17, 1995 August 1, 1995 @ 2:00 P.M. BID #13332 - PLAYGROUND CONSTRUCTION AT VARIOUS CITY PARKS ADDENDUM # i Please find enclosed Page 1 of 8 for the Playground Construction blueprints. Y , RONSHUFF SENIOR BUYER PLEASE RETURN ONE COPY WITH YOUR BID r CITY OF LUBBOCK REQUEST FOR BIDS FOR I' TITLE: PLAYGROUND CONSTRUCTION AT VARIOUS CITY PARKS ADDRESS: LUBBOCK, TEXAS BID NUMBER: 13332 PROJECT NUMBER: 9018.9246 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 9 9 NOTICE TO BIDDERS BID #13332 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 L04, Lubbock, Texas, 79401, until 2:00 o'clock P.m. on the 1st day of AuQust.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: "PLAYGROUND CONSTRUCTION AT VARIOUS CITY PARKS" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. �. The City of Lubbock will consider the bids on the 10th day of August. 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 Ra ine of B or superior. 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. �.., Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. rte. 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 25th day of July.1995. at 10:00 o'clock a.m., in the Personnel Conference Room, 108, 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 5159x, 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 L04 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Department 62513th Street, Room L04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164. GENERAL INSTRUCTIONS TO BIDDERS WIN. GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the PLAYGROUND CONSTRUCTION AT VARIOUS CITY PARKS. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. BIDDER INOUMMS No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: RON SHUFFIELD SENIOR BUYER CITY OF LUBBOCK .•• P.O. BOX 2000 LUBBOCK, TEXAS 79457 FAX (806)767-2164 5. TIME AND ORDER FOR COMPLETION ,.. The construction covered by the contract documents shall be fully completed within 120(ONE HUNDRED TWENTY) a consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. r 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 r"' 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. P� 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. rMW 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 r 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 furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 10. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 11. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 12. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 15. EXPLOSIVES The use of explosives will not be xp 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 f further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 16. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 17. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The insurance certificates furnished shall name the City as an additional insured and shall further state that all r-� 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. r 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the = requirements of Article 5159x, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract :documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. - Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the --- Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 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 l �5 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. t Each bid shall be enclosed in a sealed envelope, addressed as speed in the Notice to Bidders, and endorsed on the outside �-of the envelope in the following manner: (a) Bidder's name (b) Bid for (description of the project).Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 22. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (fl General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) 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. i I BID SUBMITTAL !MW BID PROPOSAL LUMP SUM PROPOSAL CONTRACT PLACE:TQ„Y'mjng4m, Mfssoari DATE: J'; -),,l 3) i 1995- 13352 - PROJECT 95- (3332 - PROJECT NUMBER 'BM - PLAYGROUND RENOVATIONS AT VARIOUS CITY PARKS Proposal of - Lroel MOLLeoF n To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: (hereinafter called Bidder) The Bidder, in compliance with your invitation for bids for the construction of a _ 1" agQYOy- hd t,-0 )s4ruc4ion o-4 Va r 1a us 014t4_ Pa*,5 having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes 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. BID ITEM NO. 1: SITE I -CASEY PARK PLAYGROUND MA SERVICES111tIP-' -G ve/ and "A/10O (s N035" 0o � -ed 4-vienij o-ne, and "ts )9 g z►.Co TOTAL BID TTEM NO. i:"thl 4V Ar -et -11i ousand +o uy h u i Jre d (s 33 qa &.0Q BID ITEM NO. 2: SITE II-DUPREE PARK PLAYGROUND -Iran M ow-,-a�n Forge, -4- GrL)J.24>) and- !hobo (s 140X.7.U0 sERVICE . w"-fboUsf -4%)o h u.KdrJ -Ppt r4ew " noboa (s ,20 z 4.Od TOTAL BID ITEM NO. 2: ' wr w d " 4r (s �42 4). (gyp � the a 3A me 1106 _F 1 BID ITEM NO. 3: SITE IH-HIGINBOTHAM PARK PLAYGROUND 12 `i TOTAL BID ITEM NO. 3:01.li -9. Ve, -fh O�S uy�V� 9,f rw onCL vw too BID ITEM NO. 4: SITE NMA ZIE PARK I PLAYGROUND AND SOFTBALL f MA seven ow PG (s 33.fb , >o (s 35-7f3.00 , FIELDS ro r, 1W 6L.tr 4&l /1 f;r r (s CM47.00 o (s11o1O77.00 TOTAL BID ITEM N0.4: SIX ou—s Au ✓�uJlc�ted �W (s 2(o4+Z4-crD � Kohoo BID ITEM NO. 5: SITE R-MACKENZIE PARK H PLAYGROUND AT BROADWAY :11 6"n &' LTM ,TERIAi.s:N,neAousund n 6.hdyd swet-L sem to a cs X7-7 SERVICES: Aou -qtr hu t&ed �: t (s TOTAL BID ITEM NO. S: ei art" Gvr hs co 0 BIDZTEM NO.6: SITE VI MAHON PARK PLAYGROUND Mb LA-rrk;r) E Y * QT4 12625 MATERIALS: t nirl-f ,au o( --If vee, hundrevl e 9 h# -dive and- /vD(s 133m.co , SERVICES - Pe -{,Yee,-N6usa#J Sekal I*ldred hinvit, Pve $ 7 , TOTALBID ITEM No. i� <r�N' Q1�► d &w- bu kx o.&d y 5 ?q � � tr.M � BID ITEM NO. T: SITE VH -SMITH PLAYGROUND Vbn 6u.r4r) rarae. Qi r4l2_ 4 SER' TOT, TOT. Im BID ITEM NO.' mi Lir wxxig ct "" 1 m o usa>xd 400 ku,ndred hih eight avLd N us" Six l,.u.tldrtci ScAilen (S T*W91760 (s 132800 (s�1018,00 � tjft 4v H0ai3m , BID ITEMS 1 THROUGH T: ttl't P� t Ousand ($ 922$-5, 30 p0 , TE 1: (OPTION 1- PER PARK PLAYGROUND) Ls.Two ku.ixdr?_ Bolla m a vLd h0ltoo (s X00.00 ($ 0.00 �,,, TOTAL ALTERNATE 1: (PER PARK PLAYGROUND) 16�L k tA_Ir .d aorteljq$ „Z00,(� , (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 r thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $100.00 (ONE 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 proposal 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. 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. 1 ' The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, I 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 whether or not a required, payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without I^ recourse to the order of the City of Lubbock in an amount not less than five percent (S% ) of the total amount of the bid submitted as ,± a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of o Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents 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 proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Jt; McA)I�s-�er V.P.F� nonce, (Seal if Bidder is a Corporation) ATTEST: Secretary !� Iron MotLm4a,n 6YAe; Orporcclion Compan * 1 �ror, NovAain Dr, ggdddress Farm, ; w► St. Pra.nco' Vi , aCounty M i sso uxi (oSG40 State Zip Code Telephone: -7r,7 — 45q I Fax Numbe LBID BOND { KNOW ALL BY THESE PRESENTS, That we, Iron Mountain Forge Corporation ",of One Iron Mountain Drive, Farmington, MO 63640 (hereinafter called the Principal), aillrincipal. and SAFEr.0 INSURANCE COMPANY 0 her-einatter cal Surety), as Surety, are held and ,. firmly bound unto i City of Lubbock, Lubbock, TX "T" (hereinafter called the Obligee) in the penal sum of Five Percent of total amount bid t ---------------------------------------------------------Dollars (S 5% ------------------ the Surety bind themselves; etc eus, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit f a proposal to the Obligee on a contract for Supply and install playground equipment at 7 parks NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as r may be specified, eater into the contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 1st day of August 919 95 . r ,..� Witness i R9 woo Iron Mountain Fore Corporation (Sea;) Principal -10if- /Achdishr V.P. Oi-ihQ,11Cd/ Tiiie SAFECO INSURANCE COMPANY OF A,%AERICA By Alice V. Halter Attorney -in -Fact SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA r SAFECO FIRST NATIONAL INSURANCE COMPANY OF AMERICA NOME OFFICE: SAFECO PLAZA SEATTLE. WASHINGTON 9L IRS 10. LBID BOND { KNOW ALL BY THESE PRESENTS, That we, Iron Mountain Forge Corporation ",of One Iron Mountain Drive, Farmington, MO 63640 (hereinafter called the Principal), aillrincipal. and SAFEr.0 INSURANCE COMPANY 0 her-einatter cal Surety), as Surety, are held and ,. firmly bound unto i City of Lubbock, Lubbock, TX "T" (hereinafter called the Obligee) in the penal sum of Five Percent of total amount bid t ---------------------------------------------------------Dollars (S 5% ------------------ the Surety bind themselves; etc eus, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit f a proposal to the Obligee on a contract for Supply and install playground equipment at 7 parks NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as r may be specified, eater into the contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 1st day of August 919 95 . r ,..� Witness i R9 woo Iron Mountain Fore Corporation (Sea;) Principal -10if- /Achdishr V.P. Oi-ihQ,11Cd/ Tiiie SAFECO INSURANCE COMPANY OF A,%AERICA By Alice V. Halter Attorney -in -Fact 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. LIST OF SUBCONTRACTORS round e�s�r�ars � Minority Owned Yes No ❑ X y1154a r ier ❑ ❑ 0 0 ❑ 0 ❑ ❑ 0 ❑ ❑ 0 0 ❑ 0 0 ❑ ❑ PAYMENT BOND BOND CHECK BEST RATING -f'f' LICENSEXBY XAS MiE"g Bond No.5830174 v 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 Iron Mountain KNOW ALL MEN BY THESE PRESENTS. that_ Forge Corp. (hereinafter called the Principal(s), as Principal(s), and Safeco Inguranep fnmpg"v of Ampri rn (hereinafter cal d'th s) 'W' 'M '('M hel firml bound unto the City of Lubbock (hereinafter called the Obligee), in the amount 1Gin°e i;n r.A i'fsRVO - " nrn f3}�M6 (S 229, 930.) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves. and their heirs, administrators, executors, successors and assigns, ,jointly and severally. firmly by these presents. WIdEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 15t1&y of September .19 U,, to Su12121y and Install playgrau-nd equip 1PTt at seven (7) Parks to a Pd in Dtbhnek, TAxaa 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 CONDTITON OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of 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. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 15th day of September 1925,. Safeco Insurance Company of America Surety kALkA.�,. itk) Attorney in—fact r Iron Mountain Force C Principal By: �✓ (/ ` (Title) Carl Rbrrn �J:.ICi V. f. of z tiers By: crime) By: critic) low D The undersigned suret7 y company represents that it Is duly qualified to do business in Texas, and heretry designates Howard Cowanan agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of Process may be had in matters arising out of such suretyship. Safeco'Insurance Company of America Surety *Br. �Coun�itle)Lubbock Approved as to Form Resident Agent City of Lubbock14 s By; ity Attorney ' Note: If signed by an officer of the Surety Company, there must be on file a certificd 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 cagy of power of attorney for oar files. 7r 7i+ir Vft PERFORMANCE BOND ,ow, BOND CHECK _ BEST RATING ''" _ LICENSE: I TEXAS DATES The undersigned surety company represents that It is duly qualified to do business in Texas, and hereby designates Howard Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, Safeco Insurance Company of America Surety • By: (Title) Lubbock County Approved as to farm: Resident Agent City bock By: Ci ttorney a 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 POWER � OF ATTORNEY SAFEW 7 KNOW ALL BY THESE PRESENTS: SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SEATTLE. WASHINGTON 08185 No. 4357 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint aaaasALICE V. HALTER; G. P. BOLGER; PATRICIA WARD; PAUL V. HAVENER, Cleveland, Ohionavesseae■es 7 its true and lawful attomey(s)-in-fact. with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. 7 IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each I - executed and attested these presents this 3rd day of May . 1994 . CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: `Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President. the Secretary. and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character Issued by the company In the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company. the seal. or a facsimile thereof. may be impressed or affixed or in any other manner reproduced: provided. however. that the seal shall not be necessary to the validity of any such instrument or undertaking Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. On any certificate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of Article V. Section 13 of the By -Laws. and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto. and (III) Certifying that said power-of-attorney appointment is in full force and effect. the signature of the certifying officer may be by facsimile. and the seal of the Company may be a facsimile thereof" L R. A. Pierson. Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations. and of a Power of Attorney issued pursuant thereto. are true and correct, and that both the By -Laws. the Resolution and the Power of 1 Attorney are still in full force and effect. 7 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 15th flay of September . 19 95 7 pw 3474/EP V03 Registered trademark of SAFECO Corporation. €. CERTIFICATE OF INSURANCE i .. ::::. .. .. + n. :. } • v?'•:...•}::. •;r'1,, -' ::'y1�3•y�+(:;v.. .�rrr... ;. ..ryn..:}. ...:4:• :v. y+......: T): .:S:: yC;�i: ..{F •, n }: ¢t :-.. k. �• - --- -- {xx3&x:: .r......._. . {•i%+' .{., •i,J'wc. :}• .:'CIA"%,. r 4rF �. •. /.•tel' ,/ •..�� .::vj.v: 'i}j�:{f}.0.::: .F... v,:;:i{rt} .v::' �h:.} r...I. �r}ri :{: :F:�B.F. :jryj.^ 5{ .�'} •h .v}.}l� d�.•,}7F, $' ,14,.t4�:4I/n •..... :�{•. i�` J. ... ..::�...:.......::.:::.;{:.�::. : • n 9/11/95 Marsh &MCL@nnan, IIICOrporat@d OIIe Clevelan$ C@IIt@r 1375 East Ninth Street THIS CEATIFl TE I I LIED AS A MATT ER OF INFORMATI N ONLYAND CONFERS NO RIGHTS UPON THE CERTIFlCATE HOLDER. THIS CERTIFICATE DOES NOTAMEND, EXTEND OR ALTER THE COVERAGEAFFORDED BY THE POLIaEs BELow. COMPANIES AFFORDING COVERAGE Cleveland, OH 44114 COMPANY mmm A NATIONAL UNION FIRE INS. CO. � B LUMBERMENS MUTUAL CASUALTY NSUREO Iron Mountain Forge Corp. c/o Rubbermaid Incorporated UcEorwrEARw C ARBELLA MUTUAL INSURANCE CO. 1147 Akron Road MA D AETNA CASUALTY & SURETY CO. Rooster, OH 44691 COWAw LE771ER E .-/�v ..:J': f{C, ++x•>i•}.:rn,:{x:#:x��pp..1. v.:.v:.F : t /..•n .}:..{:•. • . •`--::: •::.......... �0.+'E�:: X '•^' S S `S F.h{ F {� .; ...:x •{ •$:}r }. ti{ ..:.. x:: • x;$• O :::�{+.ny: ': :4:;'r}x% •,:C}.0+J,y , Y mnvmvmwwvvew+:JPL• a•.{r'S ix3vC•.S.:�x :t :�r h}�� ♦:}. nr y $• %#�. ih0• .: {{. •.}: •: ••• .. ........ w�isa-Ai +i0G4�•5}..•L•:Pfia74A 1kL�}M�-0t7F}2•n:rn�r"$�{v' {{.. }�,}� •�• '., :�1'v7.S'.%�`x. ,} . , •. 3:: r.: .; F :;r•••';`-:`•v5'tii-'{:''}i4ti`y'F: •�'::-::: �:'. •'•:,v•>••%;::...:{::: ..: •ry•�;-i::.}....,.':::....... THIS IS 70 CERTIFY THAT THE POLICIES OF INSUR/WCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NO7WiTHSTANDINGRNY REQUIREMENT, TERM OR COND)TION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHJCH THIS CERTIFICATE MAYBE 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 CWMS. LTR LIR TYPE OF INSURANCE POLICY NUMBER POLICY EFFEC7W GATE (MM/DD/YY) POLICY EVIRATION DATE WM/0u/m A OENERALUABETTY z totMER= GENERAL U489M #> aA1Ms MADE ®ocDUR OWNER'S a CONTRACTOWS PRCT• z Broad Form Vend GL 1210724 1/01/95 1/01/96 GENEAALAGGREGATE S Soo 000 AXP AM : 3000000 PERSONAL a ADV. INJURY $ 1000000 EACH OOC $ 1000000 FIRE QAWGE ON one Ire) 5 50000 MED. EXPENSE W+Y wwpmm) E 5000 B B B C AUTOMOG EUAeim ANYAUTO AM OWNED AUTOS SCI£DIMAUTOS HIRED AUTOS 5DO06215-01 AOS 5DO06216-01 HI/ iSDO06213-01 T% 3P082044-01 MA 1/01/95 1/01/95 1/01/95 1/01/95 1/01/96 1/01/96 1/01/96 1/01/96 UwT $ 1000000 8 GODE.YWUFTY 'Pe`Pe—) _ NON•OWNED AUM GODLY INJURY (Per aaideng t GAFUGE UABIJTY PFIOPERTY DAMAGE $ D EmEnU%um $ UMSFaiA FORM OIXS24641311SCA 1/01/95 1/01/96 EACH OOCUFLRENOE t 1000000 AGGREGATE S 1000000 OTHER 71'IAN UMSFaLA FORM % :} 2kx�x ' ^'4 .. rr�:.+.,{: sTATUTORYUmn H B B B wom mcompma TION EMPLOYES IOiaearrY BA038100-02 BA038102-02 DED BA0 3 810 3 -0 2 LAKSA iBA038438-00 T8 1/01/95 1/01/95 1/01/95 1/01/95 1/01/96 1/01/96 1/ 01/ 9 6 1/01/96 EC"AOC4XNT E 1000000 DL°EASE•FOUCY LAar 5 1000000 0I EASE.EACHEWWVW $ 1000000 oT}IER WWRPTION OF OPERA7TONS/LOC MONSJVENCUM/11 ECIAL REMS ......._......._..:...... ................................ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Lubbock EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO Attn s Purchasing MNL . 2 0 DAYS WRITTEN NOTICE TO THE CERTIFICA7E HOLDER NAMED TO THE P. 0. Box 2000 LEFT, BUT FAILURE TO MNL SUCH NOTICE $Kali IMPOSE NO OBLIGATION OR Lubbock, Ta 79457 UABILTYOFANY IGNOUPON 'THE COMPA :ITS OR REPRESENTATIVES. &M4OROEDREPRESEffA1BIEjk & O nCOrpor^a-" - B. • v.•.v .�}}�{yp�y}jj��}}�� �Y -}i��� i}:fi {ti'i'•+ #:s;;:�r .!:: {xx:;> }$. •. ^v^•�yi}::xT}�vM,: •:{:F'{:. :?:}:: :.�V: '�x:••xX..:}: :, .Y• vR :} ..:M.;: AV�/A+y,:��:4 �. i$ y{5.:,>.iY.{%v::::6/.4:::rF.Y.. }:}. +:C• . }' .'-0:4\.. }:::ri•:{{ v :• i}:: }.. .n.}.{:{x 3%::•$r. • :. i:•':6'.: ,•:�'•'; ti' • . •{ +: . �� ,{:: �3- :...�•...•s..,.:.�.. ,� . s#�v:.AC�D; : " itAT1aN';�#�f�}� oarFMoonn EVIDENCE OF PROPS INSURANCE 09/27/95 THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY. ODUCER COMPANY Marsh b McLennan, Incorporated American Protection Insurance Co. a^ FIDE iu8-CODE i URED .FN Rubbermaid Incorporated/ Iron Mountain Forge Corporation i' LOAN NUMBER POLICY Iduhm R UG 00438600 EFFECTIVE DATE (MMIDD/YY) EXPIRATION DATE (MV40ONY)NT. UNTIL 07101/94 07/01 99 % CKFCKM MIS REPLACES PRIOR 010(:w(e OATRU. CATIONiDESCRIaZ10N . CASEY PLAYGROUND, DUPREE PLAYGROUND HIGINBOTHAM PLAYCROUND, MACKENZIE I PLAYGROUND MACKENZIE II PLAYGROUND, MAHON PLAYGROUND SMITH PLAYGROUND COVERAMPERILSIFORMS I COVERACE PROVISIONS OF POLICY 3ZG 004386-00 ARE ALL RISIW OF LOSS OR DAMAGE SUBJECT TO POLICY TERMS & CONDITIONS. COVERAGE PROVISIONS OF POLICY 3ZG 004386-00 PBOVIa FOR COVERAGE OF PROPERTY WHILE IN TRANiSIT TO AND WHILE AT JOBSITE(S) AS INDICATED WHILE BEING INSTALLED. COVERAGE PROVIDED CEASED UPON COMPLETION OF THE INSTALLATION(S). AMOUNT OF INSURANCE DEDUCTI9LE CONTRACT VALUE OF NOT LESS THAN $228,530. THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY PERIOD. SHOULD r THE POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW 1 WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT THAT INTEREST, IN ACCORDANCE WITH THE POLICY PROVISIONS OR AS REQUIRED BY LAW. -rtc A/ro At►atress ADD' L NAMED INSURED CITY OF LUBBOCK LUBBOCK, TEXAS �:DRD Z7 (?J88) MATURE Or wnTxwT MORTGASEE LOSS PAYEE ADDITIONAL INSURED (yHm) V ACORD CORPORATION 1988 90n7 ATAIYY:., , t,„.� "�. �ncLennan, Incorporated eland Center 1375 East Ninth Street Cleveland, ON 44114 Oil IMAM City Of Lubbock, Texas c/o Iran Mountain Forge Corp. Attn: Mr. Lee Miller 1147 Akron Road Wooster, Og 44691 ISSIX DATE sMMAWM [1 10/02/95 S UPON EXTEND I COMPANIES AFFORDING CO'V P -RAGE I COMPAW Lmm A NATIONAL UNION FIRE INS. CO. COMPAWwrm 8 COMPAW C COAl.PA LETRNY D � � a ` E Tl•il$ IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED E1FLDW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PMJCY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS PON CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORIQO BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, PeXCLUSIONS AND CONDITIONS Or SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID W1MS. o LTR OF P=RAMCF POLICY NUbiUR PQIGT ltFE�TNE DA7E (UM/OD/M POLICY t� PIM7S0lt r>AiE NM=/YY) LINM r i A cml!mLuAII mrPROL VCWMMUU& GENVAL UACLM txZ CL = MADE = .. ' OCCUR. $ OWNER 3 It fYNfTRA 0w'%PROT. 12113051 10/09/95 1/15/96 MOCALAGAEATE t PRODUCTS F/OP AGCY i FERSONAL & ADV, $UURY ! -� EAOH OCCURREI= i FIRE DAMAGE (Any ene Aro) f EACM AGCOW S AND AU 0=111lc UASO r AW AUTO ALL OYVNED ALTOS $CHEDLA£D AUTOS W RBD ALTOS NON OWNED Autos CAPAW UASILn EMPLOYERS UABLITY COMBINED SINGLE UMn' ! ^ DWwE-EAC?i EI.tP[.oYkE i 50016Y 04AM (Per person) ; BODILY INJLIFiY Quer aaado.0 6 PROPERTY DAMAGE $ EXCM L%04” EAIX QS G17MMX s AGGAWATE r ; UMBRELLA FORM vw`'rw xiiiis D r, OTHER THAN UMBRELLA FORM WORKER'S CONWENSATIOM S[ATUTORY LIMITS N •• EACM AGCOW S AND MwAged'OGJCYUMT ! EMPLOYERS UABLITY DWwE-EAC?i EI.tP[.oYkE i 2000000 1000000 DESCFWTICN OF 0PERATIONSA=TIONS1YMCLES/SFE=L I1FM Regarding installation of playground equipment at seven sites in Lubbock, WB. (Casey, Dupree, aiginbotham, MacKenzie I, MacKenzie II, Mahon, and Smith Playgrounds) o FIR -0,51 �Yit�r.klx•s' ..a,A>.1r�s<+�xe'.?:3:+e.•:±,•.:.yR.�..��' :wxi':%rzs::x-by;x;•»'ewi ,"ek:l,4.�..''.�j_wpt'> �. }Y'�:����;Cf�:i:...•#eL•.: A.,, z,,..,:5:,.�it„°i:�E•;3: >?.x.�. L !'iw' t:a �. s :•: �:."K. �"1# E: �•d rr>i.b « a �4 :t ��is•fx. r . �mr,t•F..r-•. �x'x..:s:�..w.n:�:tl:�.esrrSnw:�tkn` .;�,5.1Gyyitbxt�,�w�A SHOULD ANY OF T1 M ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Lubbock, TI EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR T4 Attn: INS* Laura Ritchie 5 MAIL --.6U DAYS WRITTEN NOTICE To THE CERTIFICATE HOLDER NAMED TO THE . 1625 - 13th Street, Room L-04 LEFT. BUT FAILURE TO MAIL Such NOTICE 1 1AIt IMP= NO OBUCATiR7N OR - Lubbock, TZ 79401 LIABILITY OF ANY IOND UPON THE E R>=7RE3ENTATIM. AuTIIORL'ED RE P=MTATw 2' � / �. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance 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 certificate to the City meeting all of the requirements defined in this bid/proposal. Agent (Signature) Name of Agent/Broker: Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone #: ( ) Date: CONTRACTOR'S NAME: (Print or Type ) CONTRACTOR'S ADDRESS: Agent (Print) NOTE TO AGENT/BROKER 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. BID #13332 - PLAYGROUND CONSTRUCTION AT VARIOUS CITY PARKS CONTRACTOR CHECKLIST 70, A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: s REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must (see reverse) be F 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." i PON, "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 1.. provide coverage." and I (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; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (G) notify the governmental entity in writing by certified mail or personal delivery, within 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 (I1) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 0 i CONTRACT 7 CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK 5 7 r THIS AGREEMENT, made and entered into this 24th day of August, 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 IRON MOUNTAIN FORGE CORPORATION of the City of Farmington, County of St. Francais, and the State of Missouri 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 # 13332 - PLAYGROUND CONSTRUCTION AT VARIOUS CITY PARKS - S229,930.00 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 year and day first above written. �!,•�`' _ Lal ..• V1 • •' / trI� � �_ ill �►1 .. '�► ATTEST: Corporate Secretary K�_N- R" L "A-- _Ww W. Texas in the CONTRACTOR: By: �_•-�C /�-/a� PRINTED NAME: i iso hrZ_e^J lG TITLEV Ce ifeslc�lef'L0-.19" -T .� r�iCA5 � COMPLETE ADDRESS: Iron Mountain Forge Corporation #1 Iron Mountain Drive Farmington, Missouri 63640 n•. f GENERAL COMMONS OF THE AGREEMENT r r4 's GENERAL CONDITIONS OF THE AGREEMENT 1. 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. 2. 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: IRON MOUNTAIN FORGE CORPORATION who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to City of Lubbock, under whose supervision these contract documents, including JOHN WEBB, PARK DEVELOPMENT. City of Lubbock, under whose supervision these contract document, 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 particular 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. 4. 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. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative:. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to 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. t 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by. the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished 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 with 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. 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 agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The 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. r The Owner's 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. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the r 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 s 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, r" 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 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 bome 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 It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way 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. 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 arty 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 borne 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. r Neither observations the Owner or Owner's Representative, nor b3' p 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. 22. DEFECTS AND THEIR REMEDIES It is further 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 Representative, 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 Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond.` If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor soused, 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 Contractor's bid, except as provided under Changes and Alterations herein. l 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 fFlo 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 r the Contractor shall be paid the actual field cost of the work, plus fifteen (155/o) per cent. 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 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 Workmen's 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 1001/o, 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 (1501a) of the actual field cost to be paid to Contractor shall 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 arty 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 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. r r. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's 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 arty 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. 28. 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 1000 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, 1000 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 Insurance with limits of not less than; Bodily Injury/Property Damage, 1,000,000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (1001/a of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of1S ,000.000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. 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. 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 contmctor'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. r• E 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract 4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. S. The contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (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. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in forcethereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (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; PIN (b) provide a certificate'of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; r• (c) provide the governmental entity, prior to the end of the coverage period, anew certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of overage showing coverage for all persons providing services on the project; and no later than seven days after receipt by the contractor, a new certificate of overage 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 overage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report r failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE { The law requires that each person working on this site or providing services related to this construction project must he 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 512/4'40-3789 to receive information on the legal requirementfor 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: r (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 4 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; r 1. (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 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 r d from any loss on account thereof. If the material or process speed 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. 34. TIME 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 rof this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of 5100(ONE 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 r work. i 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 finiher agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. TDAE AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by 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 TIME The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 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 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. 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 furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 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 famishing 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. PAY VIENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate G 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 r~ waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS 7 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 loft agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the 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 (3 1) 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 Owner within thirty-one (3 1) 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 31st 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. a 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 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. 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. TIME 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 (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. 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 shrill 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 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. 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, whichh estimate shall include the value 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 aidfinal statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, _ Vernods 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. 52. SPECIAL CONDMONS — 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 speed 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. a CURRENT WAGE DETERMINATIONS DGV:da RESOLUTION Resolution #2502 January 8, 1987 Agenda Item #18 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. ett"oyd, City Secretary APPROVED T ONTENT: Bi 1 Pyne, Dilrector of Building Services S. e. � zh� B.C. McMINN, MAYOR , APPROVED AS TO FORM: rlv�,) r) I A e2o A *%—n Do ld G. Vandiver, First Assistant City Attorney EXHIBIT A City.of Lubbock Building Construction Trades PrevailingRates Craft Hourly Rate Acoustical Ceiling Installer $11.60 'Air Conditioner Installer 8.35 Air Conditioner Installer -Helper 5.50 Bricklayer 10.50 Bricklayer -Helper 5.00 Carpenter 11.00 °Carpenter -Helper 5.50 ,Cement Finisher 7.35 Drywall Hanger 8.70 Electrician 10.50 Electrician -Helper 5.25 Equipment Operator - Heavy 8.00 Light 5.70 Floor Installer 8.00 Glazier 7.50 Insulator, Pip ing/Boiler 9.50 Insulator -Helper 5.00 Iron Worker 1;.30 Laborer, General 4.75 Mortar Mixer 5.60 Painter 8.75 Plumber 9.25 Plumber -Helper 6.00 Roofer 7.65 Roofer -Helper. 4.75 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder - Certified 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 Hourly 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 40.45 Lineman Apprentice Series 8.90 Groundman Series 725 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is l 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. SPECIFICATIONS 0 Playground Renovation Bid Community Development Projects - 1995 Parks Capital Project - 1995 , Parks & Recreation Department City of Lubbock, Texas L GENERAL SECTION 01 SUMMARY OF WORK 1.1 Scope of Project A. To renovate the playgrounds at: Site I Casey Park 66th St. @ Avenue W, 79412 Site II Dupree Park 58th St. @ Toledo Ave., 79414 Site III I-Eginbotham Park 19th St. @ Vicksburg, 79416 Site IV MacKenzie (I) Park P18 @ Softball Fields, 79403 Site V MacKenzie (II) Park P18 @ Broadway, 79403 Site VI Mahon Park 29th St. @ Chicago, 79410 Site VII Smith Park 15th St. @ Chicago, 79416 B. Contractor shall supply all supervision, perform all work, furnish all labor, tools, materials, equipment, and incidentals necessary to fully and properly renovate and/or construct playgrounds at the parks listed above, and as described in the plans and specifications. All construction and other work shall be completed in accordance with all governing codes and ordinances, with the best engineering and construction practices, including material mfrs. recommendations for installation and workmanship, for the skill or trade involved.Playground construction, equipment, and domolition shall be furnished by contractor. C. We request that your proposal be made in conformance with the guidelines contained in the specifications and on all plans. The contract will be awarded to the company with the proposal determined to be the most advantageous to the city of Lubbock. D. Work to be performed in such an order that the remaining park amenities do not suffer due to the work being performed in the playground. This will be accomplished by the existing utilities being re- routed prior to the demolition and construction of the new playground facilities. When completion of the construction is final, the final utility work will then be completed. 2 1.2 Work Included A. Section 02 - Product Substitution B. Section 03 - Park Equipment C. Section 04 - Play Surface Material D. Section 05 - Concrete Work E. Section 06 - Earthwork & Grading F. Section 07 - Irrigation System G. Section 08 - Lighting 1.3 Additional Information A. All information under General Instructions To Bidder, General Conditions of Agreement, and Special Conditions apply to this section. B. These plans and specifications were prepared by the Parks Department (which shall be called Owner). Owner shall verify all construction stakes for locations of elements at project sites. C. Bidder shall be prepared to send owner a price breakdown of any and/or all items he has bid on. Price breakdowns will only be requested after the bid opening has taken place. 2. Quality Assurance 2.1 Contractors on Site Responsibilities A. All playground equipment shall be enclosed within a minimum 48" wide concrete border walk, with minimum 48" inside radius curves that includes a safety zone for all playground equipment. B. Contractor shall take all precautions necessary to protect all existing trees, shrubbery, sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done or that may be located adjacent to or in - route across park property to the job site. The Contractor shall rebuild, restore, and make good at his own expense, all injury and damage to same which may result from work being carried out under this contract. C. The Contractor shall not park or drive any vehicles or equipment beneath the drip line of on-site trees and shrubs. Contractor and employees shall not park on unsurfaced park property and shall not drive vehicles across park land unless it is directly necessary to deliver materials to the job site. Pre -mix concrete trucks delivering concrete to the site shall not dump slag or wash down their vehicles on park property or adjacent private property. Contractor shall be responsible for notifying concrete truck drivers of this policy. D. The Contractor shall take all necessary precautions to assure the safety of the park visitors during the construction and clean-up operations. The Contractor shall maintain and keep in good repair the work intended under these Plans and Specifications and shall perform all necessary repair, construction, and renewal to the date of acceptance by Owner. r E. Any utility and irrigation lines shown on plans are for design and construction information and are accurate as to location. The depth of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities include irrigation systems, and park lighting, all others are public utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist that the Owner is not aware of. The owner does not assume any responsibility for any public utilities which are not shown on plans. It is the Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's Expense. Park development staff will assist in the design and relocation of utility lines. F. Contractor shall be responsible for protection of unfinished work and shall be responsible for the safety of park users utilizing the unfinished equipment. 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. G. Contractor shall furnish, supply, store, handle, deliver and install one (1) complete playground system at each playground of the parks listed in the specifications and on the plans. H. The contractor shall be responsible for all damage to work due to the failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by the contractor at his own expense. The contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to contractor of City's certificate of acceptance of the project. 1. Contractor shall be responsible for removal, hauling, and disposal of all existing playground equipment (except existing swing sets), railroad ties, concrete, and all construction debris and unusable material from proposed playground areas and designated sites as shown on plans and in specifications. Owner shall retain the right to any existing playground materials deemed to have value. I Contractor shall install 48" minimum wide concrete border walk to enclose each playground area, attach transfer station, and connect handicap accessibility/ramps to playground. Contractor shall leave a section open to playground area for construction, and pour remaining concrete section after all construction is complete. K. Contractor is responsible for inspection of each site, to verify all existing conditions. Contractor shall be responsible to fully and 4 properly complete all work as described in the specifications and shown on plans. L. Contractor shall be responsible for verification of all utilities and irrigation systems. Contractor shall fully and properly relocate, and install all utilities and irrigation systems around the perimeter of playground. No construction shall take place over any existing utilities or irrigation system. M. To furnish and supply all supervision, equipment, and labor necessary to perform excavation, grading, backfill, compaction, and stock piling of material as specified herein and on the plans. 2.2 Safety A. All equipment shall be free of sharp edges, corners, and extremely rough surfaces. B. All raised platforms, walks, slides, and ramps shall have handrails. C. All equipment shall meet or exceed the safety guidelines as outlined by the Consumer Product Safety Commission (CPSC) by the National Bureau of Standards (NBS) as it pertains to the Americans with Disabilities Act (ADA). All equipment 'shall meet current American Society for Testing and Materials (CPSC/ASTM) safety guidelines and specifications (F 1487-93). 2.3 Allowable Tolerances A. Metal shall be straight or at design radii and bends, shall not have kinks, shall not be bent or crimped, and shall be true to shape. B. All metal parts and hardware, unless specified as aluminum, shall be hot dip galvanized, have electrostatically bonded color, or have an approved corrosion -resistant coating. C. Any material that does not conform to standards listed in section will be rejected by owner and replaced by Manufacturer at his expense. 2.4 Product Delivery, Storage, and Handling A Protect all materials from inclement weather: wet, damp, extreme heat, or cold,theft, damage, or vandalism. B. All manufacturer's labels, installation instructions, and architectural, structural and construction drawings shall be in included for each item ordered. 2.5 Equipment Check A. The Contractor shall, `one week after installation of equipment, check that all parts are secure and are in good working condition. PM S 2.6 Clean-up A. Demolition debris shall be removed from the site prior to comencement of construction work . B. Within three days after completion of each playground and designated sites, the contractor shall clean, remove rubbish and temporary structures from the site, restore in an acceptable manner all property, to It's original integrety both public and private, which has been damaged during the prosecution of work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as a part of the cost of the various items of work involved, .. and no direct compensation will be made for this work. This work shall be done before final acceptance by the owner will be considered. C. Contractor shall clean up and haul off all construction debris, including excavated rock material. Area shall be graded back into existing grade smoothly. D. All spare parts such as nuts, bolts, washers, or any other piece of equipment shall be turned over to Owner following completion of project. E. Contractor is to remove all part label stickers before final inspection is conducted. 2.7 Warranty A. Contractor shall guarantee all labor, workmanship, and materials supplied by contractor for a period of one (1) year from date of acceptance. After a period of one year, the Contractor may be required at the discretion of Owner, to make one final check for tightness of all parts. B. Repairs made necessary due to faulty workmanship shall be made promptly by Contractor at Contractor's expense. C. Contractor shall guarantee that all equipment shall meet or exceed the safety guidelines as outlined by the Consumer Product Safety Commission (CPSC) by the National Bureau of Standards (NBS) as it pertains to the Americans with Disabilities Act (ADA). End -of -Section SECTION 02 PRODUCT SUBSTITUTION Playground Sites - Casey, Dupree, Higinbotham, Mackenzie I & II, Mahon, Smith Parks, Lubbock, Texas 1.1 Work included A. Section 01 - Summary of Work B. Section 03 - Park Equipment C. Section 04 - Play Surface Material D. Section 05 - Concrete Work E. Section 06 - Earthwork & Grading F. Section 07 - Irrigation System G. Section 08 - Lighting 2. Substitutions 2.1 Conditions for substitutions ("OR EQUAL") A. In the event that the clause "OR EQUAL" is used in the specifications pertaining to materials, the Bidder desiring to make substitutions for specified equipment shall submit the following: 1. Product identification, including manufacture's name, address, and product literature. 2. Product description. 3. Product performance and test date. 4. Reference standards. 5. Manufacturer instructions for maintanence and repairs. B. Request for substitution should be included with the overall bid and will be considered before contract is awarded. C. After contract is awarded, no substitutions will be considered. It will be Bidder/Contractor's responsibility to ensure the availability of specified product or substitution before bid date. D. Bidder shall provide the same ,guarantee for substitution as for product or method specified. E. Bidder shall coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all aspects. F. Bidder shall waive all claims for additional costs related to substitution which consequently becomes apparent. G. Bidder shall be prepared to send owner a price breakdown of any and/or all items he has bid on. Price breakdowns will only be requested after the bid opening has taken place. l:. 7 2.2 Substitutions will not be considered if: A. They are indicated or implied on shop drawings or project data submittals without being formally described in detail as to their differences from what was originally specified. B. Acceptance will require substantial revision of the original layout of the project. PW II, DESIGN SECTION 03 PARK EQUIPMENT 7 8 Playground Sites - Casey, Dupree, Higinbotham, Mackenzie I & II, Mahon, Smith Parks, Lubbock, Texas 1.1 Work included A. Section 01 - Summary of Work B. Section 02 - Product Substitution C. Section 04 - Plgy Surface Material D. Section 05 - Concrete Work E. Section 06 - Earthwork & Grading F. Section 07 - Irrigation System G. Section 08 - Li' hting 1.2 Park Equipment Breakdown per Park: Each Park shall contain the items listed herein and as shown on plans: Site I Casey Park • 2 Benches (Base Bid) • 2 Hopscotch • 2 Four -Square • 1 Handicap Transfer Station • Decks - Highest @ 64" (as shown) • Deck Posts (as shown) • 2 Stainless Steel Double Wide Slides • 1 Spiral Climber • 1 Arch Climber • 2 Slide Poles • `S' Horizontal Ladder • Track Ride - 12' • Chatter Bridge - 12' shown preferred, 10' allowable • Rung Ladder • Safety Rails (as shown) • Metal Stairs (as shown) • Deck -to -Deck Steps (as shown) • Posts (as shown) • Step Ladder • Snake Pole • Ladder Panel • Tic -Tac -Toe Panel • Math Panel • Spelling Panel • Tot Swing 2 -Seat 2 Spring Toys 9 • 1 Spring -A -Bout • Gravel # 53, 10" min. cover • Safety Tile @ transfer station Site I Casey Park • 2 Posts (Bid Option 1) • 1 Chinning bar • 1 turning bar • 1 banister rails • Delete Rung Ladder Site H Dupree Park • 2 Benches -- (Base Bid) • 2 Hopscotch • 2 Four -Square • 1 Handicap Transfer Station -" • Decks - Highest @ 64" (as shown) • Deck Posts (as shown) • 2 Stainless Steel Double Wide Slides • 1 Spiral Climber • 1 Arch Climber • 2 Slide Poles • Track Ride - 12' • Chatter Bridge - 12' shown preferred, 10' allowable • `S' Horiz. Ladder • Rung Ladder • Step Ladder • Snake Pole • Safety Rails (as shown) • _ Metal Stairs (as shown) • Deck -to -Deck Steps (as shown) • Posts (as shown) • Ladder Panel • Tic -Tac -Toe Panel • Math Panel -- • Spelling Panel • Swing 4 -Seat: 2 belt seats 2 tot seats • 2 Spring Toys • Gravel #5, 10" min. cover • Safety Tile @ transfer station Site R Dupree Park • (Bid Option 1) Site III Hiiginbotham Park (Base Bid) 10 Posts (as shown) • 1 Turning Bar • 1 Chinning bar • 1 Banister Rails • Delete Rung Ladder • 2 Benches • 2 Hopscotch • 2 Four -Square • 1 Handicap Transfer Station • Decks - Highest @ 64" (as shown) • Deck Posts (as shown) • 2 Stainless Steel Double Wide Slides • 1 Spiral Climber • 1 Arch Climber • 2 Slide Poles: 1-36" high deck and 1-64" high deck • Snake Pole • Step Ladder • Track Ride 12' • Chatter Bridge - 12' shown preferred, 10' allowable • `S' Horiz. Ladder • Rung Ladder • Safety Rails (as shown) • Metal Stairs (as shown) • Deck -to -Deck Steps (as shown) • Posts (as shown) • Ladder Panel • Tic -Tac -Toe Panel • Math Panel • Spelling Panel • 2 Spring Toys • Gravel #5, 10" min. cover • Safety Tile @ transfer station Site III • Higinbotham Park • (Bid Option 1) • • Site IV MacKenzie I • @ Softball Fields • (Base Bid) • Posts (as shown) 1 Turning Bar 1 Chinning Bar 1 Banister Rails Delete Rung Ladder 2 Benches 2 Hopscotch 2 Four -Square • 1 Handicap Transfer Station • Decks - Highest @ 64" (as shown) • Deck Posts (as shown) • 1 Stainless Steel Double Wide Slide • 1 Spiral Climber • 1 Snake Pole • 1 Step Ladder • 1 Arch Climber • 1 Slide Pole • Track Ride - 12' • `S' Horiz. Ladder • Rung Ladder • Safety Rails (as shown) • Metal Stairs (as shown) • Deck -to -Deck Steps (as shown) • Posts (as shown) • Ladder Panel • Tic -Tac -Toe Panel • Swing 4 -Seat: 2 Belt Seats, 2 Tot Seats Spring -A -Bout • 2' Spring Toys • Gravel #5, 10" min. cover • Safety Tile @ transfer station Site IV MacKenzie I • Posts (as shown) @ Softball Fields • 1'Turining Bar (Bid Option 1) • 1 Chinning Bar • 1 Banister Rails • Delete Rung Ladder Site V MacKenzie 11 • @ Broadway • (Base Bid) • 2 Benches 2 Hopscotch 2 Four -Square 1 Handicap Transfer Station Decks - Highest @ 64" (as shown) Deck Posts (as shown) 1 Stainless Steel Double Wide Slide 1 Spiral Climber 1 Arch Climber 1 Slide Pole 1 Snake Pole 1 Step Ladder Track Ride - 12' 11 r 12 • `S' Horiz. Ladder • Rung Ladder • Safety Rails (as shown) • Metal Stairs (as shown) • Deck -to -Deck Steps (as shown) Posts (as shown) • 1 Ladder Panel • Tic -Tac -Toe Panel • Swing 4 -Seat: 2 Belt Seat, 2 Tot Seat • Spring -A Bout • 2 Spring Toys • Gravel #5, 10" min. cover • Safety Tile @ transfer station Site V MacKenzie II • Posts (as shown) @ Broadway • 1 Turining Bar (Bid Optionl) • 1 Chinning Bar • 1 Banister Rails • Delete Rung Ladder Site VI Mahon Park • 2 Benches (Base Bid) • 2 Hopscotch • 2 Four -Square • 1 Handicap Transfer Station • Decks - Highest @ 64" (as shown) • Deck Posts (as shown) • 2 Stainless Steel Double Wide Slides • 1 Spiral Climber • 1 Arch Climber • 2 Slide Poles • 1 Snake Pole • 1 Step Ladder • Track Ride - 12' • Chatter Bridge - 12' shown preferred, 10' allowable • `S' Horiz. Ladder • Rung Ladder • Safety Rails (as shown) • Metal Stairs (as shown) • Deck -to -Deck Steps (as shown) • Posts (as shown) • Ladder Panel • Tic -Tac -Toe Panel P 13 • Math Panel • Spelling Panel • 2 Spring Toys • Gravel #5, 10" min. cover • Safety Tile @ transfer station Site VI Mahon Park • Posts (as shown) (Bid Option 1) • 1 Turning Bar •- • 1 Chinning Bar • 1 Banister Rails • Delete Rung Ladder -' Site VII Smith Park • 2 Benches (Base Bid) • 2 Hopscotch i • 2 Four -Square • 1 Handicap Transfer Station • Decks - Highest @ 64" (as shown) • Deck Posts (as shown) • 2 Stainless Steel Double Wide Slides — • 1 Spiral Climber • 1 Arch Climber • 2 Slide Poles - • 1 Snake Pole • 1 Step Ladder • Track Ride - 12' • Chatter Bridge - 12' shown preferred, 10' allowable • . `S' Horiz. Ladder • Rung Ladder • Safety Rails (as shown) • Metal Stairs (as shown) • Deck -to -Deck Steps (as shown) • Posts (as shown) • Ladder Panel • Tic -Tac -Toe Panel •' Math Panel • Spelling Panel • 2 Spring Toys • Gravel #5, 10" min. cover • Safety Tile @ transfer station r.Q .• !"' 14 Site VII Smith Park • Posts (as shown) (Bid Option 1) • 1 Turning Bar • 1 Chinning Bar • 1 Banister Rails • Delete Rung Ladder 1.3 Proposal Compliance 1. In addition to the above, the following specifications must be met in order to qualify the proposal; to furnish materials for one modular playground structure per park for the City of Lubbock A. Chain Ladders or Chain bridges shall not be used. B. Tire Swings or Tire Ladders shall not be used. C. Crawl Tunnels or Tunnel Slides shall not be used. D. Rotor or whirls shall not be used. E. See -Saws without springs shall not be used. F. Roofs shall not be used. G. Barriers shall not be made of materials other than metal pipe. H. Windows and/orBubbles shall not be used. 2. Bid Option 1 is to be attached to the Equipment Base Bid and shall be installed by the Contractor as an addition to the Equipment Base Bid. Owner reserves the right to delete individual components from Bid Option 1. 2. Products 2.1 Park Equipment A. All equipment and material shall be new, unused, and the standard product of the manufacturer. B. All equipment shall be intended for users of ages 2 -12. 2.2 Material - All park equipment to be furnished by contractor. 2.3 Equipment to be installed as shown on the following pages. 2.4 All equipment shall meet the safety guidelines as outlined by the Consumer Product Safety Commission (CPSC) by the National Bureau of Standards NBS) as it pertains to the Americans with Disabilities Act (ADA). 2.5 The Owner will select colors and notify the contractor in writing, within (10) ten days after contract has been awarded. Subsequent orders, if any, will include color selection. Touch-up paint to be supplied for each structure. 2.6 All openings, and interior opposing surfaces shall have no distances greater than 3.5 inches and 9 inches in size. 2.7 Contractor shall submit one copy of each of the following to Owner before final approval; 1. Manufacturer's assembly instructions. i 15 2. Manufacturer's erection drawings. 3. Manufacturer's repair procedures. 4. Manufacturer's maintenance procedures, checklists, programs, schedules, inspections, etc. 16 i 3. Execution 3.1 Installation A. Prior to installation of equipment, Contractor is to stake location of all footings according to the manufacturer's specifications and contact Owner for verification and approval. This is to ensure that pieces are properly spaced to Owner's satisfaction and that the minimum requirements for "safety zones" are met. Owner shall solve any final installation discrepancies contractor may have at this time. B. All equipment shall be installed according to manufacturer's specifications and erection drawings. Contractor shall be responsible for obtaining erection drawings, installation specifications, and a bill of materials for each piece of ,., equipment from the manufacturer. C. It shall be the Contractor's responsibility to acquire any missing pieces of equipment or replace any damaged pieces through the r" manufacturer. D. All footings shall be as recommended by manufacturer or as specified sand backfill in regard to equipment installation +- height. (Note: All pieces are to be installed to manufacturer's directions as to specific height requirements.) Concrete to be as specified in section 05 . E. All pieces to be installed level regardless of slope, unless otherwise directed by manufacturer or owner. F. Contractor to replace any pieces damaged during installation with replacement material from the manufacturer. This is to be done at Contractor's expense. G. Contractor shall submit one set of erection drawings to Owner showing footing layout and any departures from original plans. H. Contractor is to touch-up all chips in paint to match existing colors. 1. Contractor shall close all "S" hooks completely using "S" hook pliers as specified by equipment manufacturer. "S" hooks shall never reused or reclosed. I Technical consultation visits before and during construction shall be provided by the owner as needed. 4. Materials 17 4.1 General Specifications A. Tubing: All tubing shall be an electrical resistance welded cold rolled high strength steel tubing. All upright steel tubing shall be 5" min. O.D., 11 guage, (.120 min thickness). The minimum yield strength _ shall be 55,000 pd. and the minimum tensile strength shall be 55,000 psi. Tubing to comply with ASTM stds. A-500 or A-513. The exterior coating will consist of patented in line hot -dipped uniform zinc _ galvanizing to include both ends, chromate conversion. After fabrication, all posts shall have a baked -on electrostatically applied polyester dry powder coating as specified. The interior coating will consist of a special organic acrylic modified polyester. The bottom portion of all upright tubes shall be flattened to enhance retention in concrete footings. Metal caps shall fit into the uncrimped end of the tubing. B. Metal deck products: All metal decking products shall be fabricated from 12 guage punched/expanded hotrolled sheet steel welded to -- 1/4" x 2" flat steel on edge channel iron with cross brace reinforced frame. The assembly shall be dipped in poly -vinyl chloride with a minimum thickness of 1/8", and oven cured. Deck products shall have a pattern of equally spaced holes in each side of frame channel to provide flush mounting of play events. The coating shall have a hardness of Shore A with a durometer of 88. Coating shall also contain ultraviolet inhibitors and a fungicide to prolong coating life. C. Powder coat Finish: Shall be an electrostatically applied polyester dry powder coating. All components shall be free of sharp edges and _ excess weld splatter and shall be cleaned in a three stage bath system with an iron phosphate wash, as a rust inhibitor before coating. The coating shall have a super tough finish with maximum exterior durability and will have the very best adhesion characteristics available. Typical characteristics are: 1.5 - 2.5 mil thickness and oven cured at a _ minimum of 375 degrees Fahrenheit. Pencil hardness H (ASTM D- 3363), Abrasion (ASTM 1907), Impact (ASTM D-2794-69), Wedge Bend (ASTM D-522-68), Adhesion Cross Hatch ASTM D-3359 and Knife Scratch ASTM D-2197), Environmental (Stain Resistance ASTM D-1308, Humidity ASTM D-2242, Salt spray ASTM B-117 and Fadometer 300 hours with no loss of gloss). Overbake Stability 100% at 400 degrees Fahrenheit D. Plastic products: shall be (except for LEXAN which is a registered trademark of General Electric (or equal) rotationally molded polyethylene. All polyethylene shall be either linear low-density, linear medium density, or cross link material. All materials shall be UV stabilized with the color molded in and shall have a minimum wall thickness of 1/4". All plastic products shall meet or exceed the 18 following specifications: ASTM D 1248, type 2, class A and Federal specification LP -390C, type 1, class M grade 2, category 3; Density (ASTM D-1505); Brittleness Temperature (ASTM D-746); Tensile Values (ASTM D-638); Flexural Modules (ASTM D-790). 19 4.2 Equipment Specifications 1. Decks - All decks shall be constructed of punched/expanded hot rolled sheet steel and coated with a polyvinyl coating. Decks are elevated platforms upon which play stations are attached. All decks and/or elevation changes shall have Rung Enclosures and/or Activitiy Panels on all sides. Transfer Station shall include handholds. A. Hex deck shall have no center hole. B. Deck shall be punched/expanded hot rolled 12 gauge min. sheet steel welded to 1/4" x 2" min. flat steel with a polyvinyl coating. See 5.1B this section for general deck finish specifications. C. Safety panels and deck to deck steps shall be located between deck elevation changes as recommended by ADA and CPSC guidelines. Panels shall be high density plastic. Steps shall be precision punched/expanded steel with a baked -on -poly -vinyl chloride coating. D. Hardware shall be Zinc or cadmium plated with a clear chromate finish. E. Transfer point shall have flush punched or molded in handholds. Two pipe rail handholds shall also be included to assist users when transferring from wheelchairs onto the deck system. All other elements necessary to meet or exceed CPSC and ADA guidelines. 2. Step Deck - Punched/expanded hot rolled sheet steel rectangular deck used at an entry point to a play deck system. A. Step Deck shall have the same specifications as deck specifications listed above. Unit shall be dipped in poly- vinyl chloride and oven cured. Deck to deck elevation changes shall be enclosed with high density plastic panels. Mounting shall be two handrails which have a polyester dry powder paint finish. 3. Ramps & Bridges - Punched/expanded hot rolled sheet steel ramps and bridges for wheel chair accessibility A. Ramps/bridges shall be constructed of same products and using same techniques as decks specified above. Ramps/bridges shall be completely compatible with deck system (see 5.1B this section). B. Ramps/bridges shall include rails and curbs along the two long sides. These rails shall conform to Rung Enclosures, this section. 20 4. Deck Post - vertical supports to elevate decks and ramps. A. Deck posts shall be 1/8" min. gavanized steel tubes. B. The bottom portion of all upright posts shall be flattened slightly to enhance retention in concrete footings. C. Posts shall be topped with vandal proof metal resistant caps. two All posts shall be powder coated, color to be determined. D. All upright posts shall have a finished grade line mark, to indicate proper burial depth. E. Bidder shall insure that the posts supplied will elevate the platforms to the levels listed in the specifications while allowing 12" of play surface material to be placed over top of footing. F. See section 5.1 of this section for related specifications. 5. Metal Stairs --Metal stairway with dual handrails and enclosed steps, unit shall attach to platform. Sizes Required to a deck elevated 36" 48" +/-, 64+/-. A. Ladder to be fastened together to form one piece. Side rails to be 12 gauge nun. galvanized formed steel channel; steps to be die formed galvanized steel with dimpled surface. B. Ladder handrails to be 1-1/8" min. O.D. galvanized pipe. Cap to be 1-1/8" min. O.D. galvanized casting. Handrail assembly to be an all welded construction. Handrail finish shall be a powder coat finish or equal. C. Mounting plate to be fabricated from 3/16" hot rolled steel with hot rolled steel ear welded to it. All welded construction. D. All inter -deck steps shall have gaps no larger than 4" between any two levels. E. See Deck specifications above. F. Units shall be designed to function with 12" of play surface material placed over top of footing. 6. Deck -to -Deck panels A. Deck -to -Deck panels shall be fabricated from 10mm min. thickness, high density, impact resistant, UV stabilized high strength polyethylene. Panels shall have pre -punched holes for mounting. Mounting brackets shall be fabricated from 7 guage flat sheet steel and dichromate washed. After fabrication all steel components shall have a baked -on electrostatically applied polyester dry powder coating. 7. Safety Rails A: Safety rail frames shall be fabricated from 1-1/8" O.D. min. galvanized 'steel tubing. B. Vertical rungs of the safety rail shall be fabricated from 1" min. O.D. galvanized steel tubing and shall be continuosly welded around the entire perimeter (or approved equal). C.' After -fabrication safety rails shall have a baked -on electrostatically applied polyester dry powder coating. 21 8. Stainless Steel Slides A. Bedway shall be formed from a single piece of 16 gauge no. 304 stainless steel with a 2B finish. B. Bedway handrails shall be fabricated from 1" min. O.D. stainless steel and be continuosly welded in critical areas to the side walls and turned down at both ends. C. Bedway shall be designed with 4" high side walls; 18"wide for single bedways, and min. 30" wide for double bedways. D. Slides shall have an average slope not to exceed 30 degrees. E. Exit section shall not be more than 4 degrees of level. 9. Sliding Pole An angled pole used for climbing and sliding, shall attach to a 36",48" or 64" +/- deck. A. Sliding Pole Shall be an all welded assembly fabricated of 1-5/8", min. O.D. galvanized steel pipe and shall have a powder coated finish as specified, color to be determined. B. All nuts, bolts, screws, tee -nuts, and lock washers are zinc or cadmium plated with a clear chromate finish. C. Unit shall be designed to function with 12" of play surface material placed over top of footings. 10. Spiral Climber - spiral twisted pipe climber, shall attach to a 36" & 48" +/- elevated deck. A. Climber shall be 'of a design which will not allow children to climb into or become lodged in the interior of the coil. B. Coil shall be fabricated from 1-5/16" min. outside diameter galvanized steel pipe. Coil shall have a powder coat finish as specified, color to be determened. C. The center support post shall be fabricated of 1-5/8" min. O.D. galvanized steel pipe and have a powder coat finish, color to be determined. D. Unit shall be designed to function with 12"of play surface material placed over top of footing 13. Ladders - horizontal pipe rungs (2 rungs fora 36" deck, 3 rungs for a 48" deck) attached to deck supports so that decks may be accessed. A. Ladder shall be fabricated from 15/16" O.D. min. galvanized steel pipe, with a powder coat finish or equal, color be determined B. Ladder shall be designed to be attached to the deck and climber supports. 14 Arch Climber - Climber which curves from deck level to ground level. A. Climber shall be a one piece all welded construction with rungs welded to side rails. B. Siderails shall be fabricated from 1-5/8" min. outside diameter galvanized steel pipe. C. Rungs shall be fabricated from 1-5/16" min. outside diameter galvanized pipe. D. Unit shall be designed to function with 12" of play surface material placed over top of footings PM 22 11. Track Ride - An elevated rail upon which one may slide from one end to the other while hanging from a hand -hold. A. Each end of the track shall be equipped with rubber stops. Tack rail assembly shall be fabricated 11 guage, 2-3/8" min. O.D. galvanized steel tubing. B. The roller assembly shall of four load supporting wheels with ball bearings and lateral supporting wheels to prevent the roller assembly from rubbing the beam. C. The handle shall be fabricated 1" min. outside diameter galvanized steel pipe. D. After fabrication, the steel components shall have a baked -on electrostatically applied polyester dry powder coating. 12. Suspension Bridge - connects two separate deck areas. A. The bridge planks shall be dipped in polyvinyl -chloride and oven cured. ''' r•• B. Planks shall assemble so that no open gaps occur between planks such that user has no possibility of being pinched from plank movement. �- C. Cables or chains shall not be used in connection with the assembly of the planks. D. Bridge shall have a dual rail side enclosure, curved to match the *� curve of the bridge. E. All steel pipe components shall comply with ASTM standards A- 135, A-500, or A-513. All steel components shall be powder j' coated (or equal) after fabrication, color to be determined. 13. Ladders - horizontal pipe rungs (2 rungs fora 36" deck, 3 rungs for a 48" deck) attached to deck supports so that decks may be accessed. A. Ladder shall be fabricated from 15/16" O.D. min. galvanized steel pipe, with a powder coat finish or equal, color be determined B. Ladder shall be designed to be attached to the deck and climber supports. 14 Arch Climber - Climber which curves from deck level to ground level. A. Climber shall be a one piece all welded construction with rungs welded to side rails. B. Siderails shall be fabricated from 1-5/8" min. outside diameter galvanized steel pipe. C. Rungs shall be fabricated from 1-5/16" min. outside diameter galvanized pipe. D. Unit shall be designed to function with 12" of play surface material placed over top of footings PM 23 15.-,Chinniug'Bars - Horizontal bars for pull-ups. A. Chinning bars shall be designed to attach to the standard type deck posts. 'B.:Chinning bars shall be fabricated from 15/16" min. O.D. galvanized steel pipe.. All steel pipe components shall comply with ASTM standards: A135, A 500, or A-513. The steel pipe shall have superior galvanic protection achieved through the following process: 1. The pipes shall meet tube specifications listed above, and shall be hot dipped in zinc for a uniform galvanizing. 2. The interior of pipes are sprayed with zinc rich cold - galvanizing compound. 3. The components are freed of excess weld spatter and shall be cleaned in a three bath system which shall induce a rust - inhibitive iron phosphate wash prior to painting. After fabrication, all of these components shall be powder coated (or equal), color to be determined. 16. "S"Horizontal Ladder -Horizontal Ladder formed into an "S" shape A. Side rails shall be fabricated from 2 3/8" min. O.D. galvanized steel pipe and shall have 1-5/16" min. O.D. galvanized steel pipe rungs welded to the side rails. B. Intermediate supports shall be fabricated from 15/8" min. O.D. galvanized steel pipe and ^shall be' offset for a wider play area. C. After fabrication all components shall be powder coated. 17. Ladder Rungs • Horizontal pipe rungs (2 rungs for a 36" deck, 3 rungs for a 48" deck, 4 rungs for a 34" deck), attached to deck supports so that decks may be accessed. A. Ladder shall be fabricated from 15/16" O.D. galvanized steel pipe, with a powder coat finish as specified. Color to be determined. Ladder shall be designed to be attached to the deck and climber supports. 18. Spring:Toys - Cast aluminum single seat' spring action figures attached to coil springs. A. Figure to be cast in one piece from aluminum. An aluminum plate shall be cast to the figure (The spring bolts to this plate). The plate shall be an integral part of the animal, not bolted or welded to the animal. The plate shall be drilled to receive four mounting bolts. B. ` Handholds shall be 3/4 min. dia. aluminum loops or round bars with rounded knobs formed on the outer ends. 24 C. Spring construction shall be of tempered steel with the foot rest welded to the top plate. The top and bottom plate shall be of hot rolled steel and secured to the spring with malleable iron castings and hex head bolts. The animal shall be bolted to the top plate with 3/8" hex head bolts. Spring mount brackets shall be cast of high strength malleable iron. D. Finish of the animal figures shall be finished in bright primary colors. The spring, plates, and castings shall be finished in primary black. E. Unit shall be designed to function properly with 12" play surface material placed over footings. 25 19. 8 -Leg Heavy Duty Modern Swing - 2 Belt Seats, 2 Tot Seats A. Top rail shall be fabricated of 3-1/2" O.D. galvanized pipe. Top rail shall be 10' above play surface finish elevation. B. Legs shall be fabricated of 2-3/8" O.D. galvanized pipe. Legs shall be of sufficient length to allow 18" min. to enter concrete footings and allow for 12" of play surface material to be placed over footing while maintaining top rail height of 10'. C. Fittings shall be yoke type with 3 legs on each end and 2 legs supporting interior sections. Yokes shall be fabricated of galvanized steel pipe providing a close fit to legs and beams and shall be formed without distortion with continuous bead weld. Yokes shall be secured to the legs and top beams by socket set screws. 20. 6 -Leg Heavy Duty Modern Swing - 2 Tot Seats A. Top rail shall be fabricated of 3-1/2" O.D. galvanized pipe. Top rail shall be 10' above play surface finish elevation. B. Legs shall be fabricated of 2-3/8" O.D. galvanized pipe. Legs shall be of sufficient length to allow 18" min. to enter concrete footings and allow for 12" of play surface material to be placed over footing while maintaining top rail height of 10'. C. Fittings shall be yoke type with 3 legs on each end. Yokes shall be fabricated of galvanized steel pipe providing a close fit to legs and beams and shall be formed without distortion with continuous bead weld. Yokes shall be secured to the legs and top beams by socket set screws. 21. Belt Seat - Rubber belt swing seat with a steel insert. A. Belt Seat shall be fabricated from a martinsite shell with three wire cables fastened to the insert. End brackets shall be fabricated from hot rolled steel, zinc of cadmium plated, with _ stainless steel grommets. Seat covering shall be molded 50 durometer EPDM rubber to deter vandals slashing the belt. B. Swing hanger, chain, and `S" hooks shall be included for each _ swing. 22. Tot Seats: Fully enclosed rubber swing seat with steel insert to be used by young children, include hangers and chain, and S hooks. A. Tot Seat covering shall be molded 50 Durometer EPDM rubber, 3/8" thick B. The seat shall be molded in special dies over solid martinsite steel inserts. C. Swing Hanger shall have a non -slip serrated surface. The lower half of the swing hanger body shall have a sintered bronze bearing incorporated in to it to reduce wear. 26 D. Swing Chain material shall be Hot dipped galvanized 40 welded link coil chain. The material shall be a low carbon steel with a minimum tensile strength of 55,000 psi. E. "S" Hooks shall be fabricated from medium low carbon grade cold drawn steel. Minimum yield strength of 50,000 psi. All "S" Hooks shall have a bright zinc plating to .5 mil min. thickness with a chromate finish. 23. Spring -A -Bout - Spring action sea -saw type toy for up to two users. A. Unit shall be supported on four rubber springs. Springs shall be attached to spring mount plates with hex head bolts. B. Frame support arms shall be fabricated of min. 3-1/2" O.D. galvanized pipe. C. Base plate shall be fabricated of 3/8" x 18" H.R. steel and precision drilled to receive 3/4" anchor bolts. Spring mount bracket shall be fabricated of 1/4" H.R. steel. D. Springs shall be durable rubber fused tosteel plates. Spring mechanism shall be fully enclosed with a 12 gauge steel covering. E. Two Saddle Shaped Steel Seats shall be included with each unit. A loop hand -hold shall be molded to each seat. Finish shall be powder coat. 24. Park Bench - Expanded metal park bench mounted on 2 straight legs. A. Frames shall be formed of 2-3/8"min. O.D. galvanized steel pipe, including long stream -lined leg which is electrically welded to the frame. Finish shall be painted galvanized steel. B. Legs to be 2-3/8" min. O.D. galvanized steel pipe and of sufficient length to extend 24" into concrete footings. Leg finish shall be unpainted galvanized steel. C. Exposed open ends of frames shall be capped. D. Seats and Backs shall be made with heavy duty 3/4" 9 guage punched or expanded metal and framed by 2" x 2" x 1/8" angle. All center braces, shall be made of 3/16" x 1-1/2" flat steel. Color of seats and backs to be determined. The coating shall be hot dipped baked on plastisol with ultra -violet retardants and a fungicide. Overall length shall be G-011 . PM 27 5. Warranty 6.1 Contractor shall guarantee all labor, workmanship, and materials s supplied by contractor for a period of one (1) year from date of acceptance. After a period of one year, the Contractor may be required at the discretion of Owner, to make one final check for tightness of all parts. 6.2 Repairs made necessary due to faulty workmanship shall be made promptly by Contractor at Contractor's expense. End of Section '- III. CONSTRUCTION SECTION 04 PLAY SURFACE MATERIAL Playground Sites- Casey, Dupree, Higinbotham, Mackenzie I & H, Mahon, Smith Parks, Lubbock, Texas 1. Work included: A. Section 01 - Summary of Work B. Section 02 - Product Substitution C. Section 03 Park Equipment D. Section 05 Concrete Work E. Section 06 - Earthwork & Grading F. Section 07 - Irrigation System G. Section 08 - Lighting 2. Material 2.1 Play surface within concrete border walk shall be the following: A. #5 Gravel. All playground area surfaces shall be level. 2.2 Handicap play surface at transfer station shall be the following: A. Poured in place safety surface with sufficent thickness as per manufacturer's specifications. 2.3 Approval A. Contractor shall submit sample of both types above for approval prior to installation. 3. Execution 3.1 Play surface shall be installed as equipment is installed. Allfootings of the playground equipment shall have a minimum of 10" #5 gravel cover. 4. Safety surface installation 4.1 General Work Included: This work includes finishing and installing the Poured -in -Place Safety Surface at all Transfer Station locations. 4.2 Description of System Safety Surface shall be poured in place and trawled to provide for a resilient, seamless, rubber surface installed over the specified base. The surfacing contractor shall be responsible for all labor, materials, tools, equipment and applicable taxes to perform all work and services for the installation of the surface. Safety surface shall be poured over a concrete surface (see Playground Details sheet). It is the primary intent of this specification to provide a seamless, porous safety surface. t -s -- 28 '- III. CONSTRUCTION SECTION 04 PLAY SURFACE MATERIAL Playground Sites- Casey, Dupree, Higinbotham, Mackenzie I & H, Mahon, Smith Parks, Lubbock, Texas 1. Work included: A. Section 01 - Summary of Work B. Section 02 - Product Substitution C. Section 03 Park Equipment D. Section 05 Concrete Work E. Section 06 - Earthwork & Grading F. Section 07 - Irrigation System G. Section 08 - Lighting 2. Material 2.1 Play surface within concrete border walk shall be the following: A. #5 Gravel. All playground area surfaces shall be level. 2.2 Handicap play surface at transfer station shall be the following: A. Poured in place safety surface with sufficent thickness as per manufacturer's specifications. 2.3 Approval A. Contractor shall submit sample of both types above for approval prior to installation. 3. Execution 3.1 Play surface shall be installed as equipment is installed. Allfootings of the playground equipment shall have a minimum of 10" #5 gravel cover. 4. Safety surface installation 4.1 General Work Included: This work includes finishing and installing the Poured -in -Place Safety Surface at all Transfer Station locations. 4.2 Description of System Safety Surface shall be poured in place and trawled to provide for a resilient, seamless, rubber surface installed over the specified base. The surfacing contractor shall be responsible for all labor, materials, tools, equipment and applicable taxes to perform all work and services for the installation of the surface. Safety surface shall be poured over a concrete surface (see Playground Details sheet). It is the primary intent of this specification to provide a seamless, porous safety surface. t -s 29 4.3 Quality Assurance Test Results A. Impact Attenuation -ASTM 1292-93; Impact attenuation test results shall be provided to the owner or owner's representative. These test results shall be submitted on the letterhead of an independent testing lab. Test results shall meet or exceed U.S. Consumer Product Safety Commission guidelines for impact attenuation (G -Max and Head Injury Criteria (HIC). Test results must be administered and evaluated under the same test and these results must be shown for three drops at each required temperature: 32, 72, and 120 degrees; yield less than 200 G's and less than 1,000 H.I.C. Only test results from ASTM testing approved laboratories, F8 committee will be acceptable. Approved testing laboratories are U.S. testing, Northwest Testing and Detroit Testing. B. Coefficient of Friction -ASTM D2047-82; All products must meet a minimum standard on coefficient of friction of .9 -wet, 1.0 -dry. No exceptions will be made to this requirement in an effort to ensure ample slip -resistant conditions. C. Permeability; Product shall meet or exceed a coefficient of permeability of five (5) feet per minute. NOTE: From a geotechnical standpoint, the permeability of a material is a measure of the velocity at which water will flow through the void spaces or pores under a given hydraulic gradient. The product shall have a minimum of 8" of rainfall per hour. D. Flammability of Finished Floor Cover -ASTM D2859. E. Contractor Pre -Qualifications - 1. A list of (3) surfacing projects completed with a similar product within the last five (5) years. List shall include names of project representatives and respective telephone numbers. At least one (1) of these projects must be at least three (3) years old. 4.3 Submittals Submittal packages shall include, but not be limited to; (1) reference list, (2) two samples measuring 2'x2' in 2" thickness with tapered edges, (3) a written guarantee from manufacturer of the proposed product against all defects in material and/or workmanship, (4) impact attenuation, coefficient of friction, permeability and flammability test r 30 Ln 6 results from independent testing laboratory, and (5) Manufacturer instructions for maintenance and repairs. Any alternate product must be submitted with prior approval packages a minimum of ten days prior to bid date. 4.4 Warranty Poured -in -Place safety surface shall be warranted for labor and materials for a period of no less than two (2) years. Written warranty must be submitted by the surface installer. 4.5 Products Materials A. Polyurethane Primer and Binder - 100% Polyurethane Binding Agent - Methylene Dephenyl Isocyanate (TDI) added. Poured Cap -EPDM pigmented synthetic rubber granules (1-3 mm. peroxide) with a minimum EPDM content of 20%. Strand, shaved, chipped or shredded rubber is not acceptable in the poured cap. B. Poured Mat - SBR or EPDM select rubber. The impact layer is to be a precise combination or recycled black rubber and polyurethane binder. C. Colors - Colors will be chosen by owner. 4.6 Procedure Base Requirements The base shall have the specific minimum slope (2%) and shall vary no more than 1/8" when measured in any direction with a 10' straight edge. The new concrete base shall be allowed to cure a minimum of seven (7) days prior to commencement of surfacing. A time shorter then specified will be subject to penalty. 4.7 Preparation Cleaning- The entire surface shall be clean and free from any foreign and loose material. 4.8 Installation Thickness - Total depth of the surface will be a 2" min. Surface thickness shall vary according to fall height. The contractor shall contact the playground equipment manufacturer to determine fall height requirements. 31 Impact Course - The 3/8" poured cap material shall be composed of EPDM granular rubber only. The cap will be poured in place by means of screeding and hand troweled to maintain a seamless application. All rubber shall remain consistent in gradation and size. Edges - Surface edges shall be flush with edge of adjacent area or tapered as to provide safe transition. Surface shall be sloped to drain as indicated on plans. The entire surface to be poured at a single time to asure an even color and seamless application. 4.9 Protection Surface installer shall be responsible for the protection of the safety surface during the installation process. Contractor shall be responsible for the protection of the surface during the curing period upon completion of the installation. End of Section i 32 SECTION O5 CONCRETE WORK Playground Sites - Casey, Dupree, Higinbotham, Mackenzie I & II, Mahon, Smith Parks, Lubbock, Texas 1.1 Work included A. Section 01 - Summary of Work B. Section 02 - Product Substitution C. Section 03 - Park Equipment D. Section 04 - Play Surface Material E. Section 06 - Earthwork & Grading F. Section 07 - Irrigation System G. Section 08 - Lighting 1.2 Subgrade Preparation A. Subgrade preparation to include removal, hauling, and disposal of all excavation of sub -soil, railroad ties, concrete, construction debris, unusable material, and any other obstructions shown on plans or as designated by Owner. 1.3 Site Preparation A. Contractor is responsible for layout of work based on plan t ' dimensions, excavation, grading, leveling, and compaction of subgrade and fill material. B. Owner will approve initial elevation of slabs for structures and ro, contractor shall be responsible for all sidewalk grades. C. Contractor shall verify work to Owner after subgrade preparation is completed prior to actual construction. D. Prior to installation of concrete, Contractor shall stake location of proposed concrete border walk and contact Owner for verification or approval. This is to ensure that r concrete is properly spaced from play equipment, and to Owners satisfaction so that minimum requirements for "safety zones" are met. 1.4 Codes and Standards: A. Comply with the provisions of the following codes, specifications and standards, except where more stringent requirements are shown or specified. B. ACI 347 "Recommended Practice for Concrete Form Work." ACI 304 Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete." Concrete Reinforcing Steel Institute, "Manual of Standard Practice." C. All handicap accessibility and ramps shall comply with current ADA guidelines and recommendations. 33 1.5 Workmanship: A. The Contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances and finishes. Correct deficient concrete as directed by the Owner. B. Contractor to have a minimum of 3 years experience in forming and pouring concrete of a similar nature and scope. C. Concrete shall meet minimum strength specified on details. D. Contractor shall, at Owner's request, submit proof or test data of concrete to be used. Contractor shall be responsible for type of concrete delivered by ready mix plant. 2. Products 2.1 Form Material: A. Forms for Concrete: Unless otherwise 'shown or specified, construct all Form work for concrete surfaces with plywood, metal, metal -framed, plywood -faced, or other acceptable panel -type materials, to provide continuous, straight, smooth, surfaces. Finish in largest practicable sizes to minimize number of joints, and to conform to joint system shown on drawings. Provide form material with sufficient thickness to withstand pressure of newly -placed concrete without bow or deflection. Forms used for this class of concrete shall be new or "good -as -new." B. Use Plywood complying with U.S. Product Standard PS -1 "b -B (Concrete Form) Plywood" Class 1, Exterior Grade or better, mill - oiled and edge -sealed, with each piece bearing legible trademark of an approved inspection agency, unless otherwise acceptable to Owner. 2.2 Reinforcing Materials: A. Welded Wire Fabric: ANSVASTM A 615, with Supplementary Requirements (sl), and as follows: Provide Grade 60, except No. 3 ties and stirrups may be Grade 40. B. Welded Wire Fabric: ANSVASTM A 185, welded steel wire fabric. C. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wore fabric in place. Use wire bar type supports complying with CRSI, unless otherwise specified. Wood, brick and other devices will not be acceptable. i 34 1. For slabs -on -grade, use supports with sand plates for horizontal runners where wetted base materials will not support chair legs. 2. For exposed -to -view concrete surfaces, where legs of supports PM are in contact with forms, provide supports with legs which are jhot / dip galvanized, or plastic protected or stainless steel protected. I 2.3 Concrete Materials: 0 A. Portland Cement: ANSI/ASTM C 150, Type I, unless otherwise acceptable to Owner. B. Portland Cement: ANSI/ASTM C 150, Type II, with fibermesh, unless otherwise acceptable to Owner. C. Use only one brand of cement throughout the project, unless otherwise acceptable to Owner. D. Aggregates: d 1. Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. a. Dune sand, bank -run sand, and manufactured sand are not acceptable. 3. Coarse Aggregate: ANSI/ASTM C33. Clean, uncoated, processed aggregate containing no clay, mud, loam, or foreign matter as follows: a. Crushed stone, processed form natural rock or stone. b. Washed gravel, either natural or crushed. Use of pit or bank- run gravel is not permitted. c. Provide aggregate from a single source for all exposed concrete. 4. Maximum Aggregate Size: Not larger than one-fifth of the narrowest dimension between sides of forms, one-third of the depth of slabs, nor three-fourths of the minimum clear spacing between individual reinforcing bars or bundles of bars. 35 5. These limitations may be waived, if in the judgment of the Owner, workability and methods of consolidation are such that concrete can be placed without honeycomb or voids. 2.4 Water: Clean, fresh, drinkable. 2.5 Air -Entraining Admixture: ANSVASTM C 260. 2.6 Water -Reducing Admixture: ANSI/ASTM C 490, Type A, containing not more than 1% chloride ions. 2.7 Set -Control Admixtures: ASST. C 494, as follows: Type B, Retarding. Type C, Accelerating. Type D, Water -reducing and Retarding. Type E, Water -reducing and Accelerating. A. Calcium chloride will not be permitted in concrete, unless otherwise authorized in writing by Owner. 2.8 Related Materials: A. Expansion Joints: Redwood 1" x 4" select heart grade lumber as specified on detail. Joints of 12' or less shall be one continuous piece installed as shown on detail. B. Preformed Expansion Joint Fillers: Pre -molded fiber fill expansion joint filler 1/2" wide and shall extend the full depth of the concrete as g specified on detail. The top of the filler shall have a 1/8" radius; the top of 1/2" of the joint shall be filled with Urethane Sealant colored to match surrounding finish color. Joints of 12' or less shall be one continuous piece installed as shown on detail. C. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. pr. sq. yd., complying with AASHO M 182, Class 3. D. Moisture -Retaining Cover: One of the following, complying with ASTM C 171. Waterproof paper Polyethylene film Polyethylene -coated burlap 36 7" 2.9 Proportioning and Design of Mixers: A. Exterior concrete shall contain six (6) sacks (564 lb.) of cement per cubic yard of concrete, 6% plus or minus 1% of entrained air, coarse aggregate 1" or smaller and shall be poured with a slump of 5" plus or minus 1" unless noted otherwise. 2.10 Admixtures: A. Use air -entraining admixture in exterior exposed concrete, unless otherwise indicated. Add air -entraining admixture at the manufacture's prescribed rate to result in concrete at the point of placement having air content within the following limits: 1. Concrete structures and slabs exposed to freezing and thawing or subjected to hydraulic pressure: 2. 6% for maximum 1" aggregate. 6% for maximum 3/4" aggregate. B. Use admixtures for water -reducing and set -control in strict compliance with the manufacturer's directions. C. Use amounts of admixtures as recommended by the manufacturer for climactic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. 2.11 Slump Limits: A. Proportion and design mixes to result in concrete slump at the point of placement as follows: 1. Ramps and Sloping Surfaces: Not more than 3". 2. All Other Concrete: Not less than 1" and not more than4". r 37 2.12 Concrete Mixing: A. Ready -Mix Concrete: Comply with the requirements of ANSI/ASST. C 94, and as herein specified. B. Delete the references for allowing additional water to be added to the batch for material with insufficient slump. Addition of water to the batch will not be permitted. C. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ANSI/ASTM C 94 may be required. D. When the air temperature is between 85 degrees F. and 90 degrees F. , reduce the mixing and delivery time from 1-1/2 hours to 75 minutes, and when the air temperature is above 90 degrees F. , reduce the mixing and delivery time to 60 minutes. 3. Execution --- 3.1 Forms: A. General 1. Plan out the layout of formwork to allow for access to the inside of the playground for the concrete truck to reduce the impact on the site. The section will be formed and poured when the rest of the pour is finished. 1 2. Design, erect, support, brace, and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct form work so concrete members and structures are of correct size, shape, alignment, elevation and position. 3. Design form work to be readily removable without impact, shock, or damage to cast -in-place concrete surface and adjacent materials. 4. Forms shall not leak cement paste. 38 S. Fabricate forms for easy removal without hammering or prying against the concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. keep wood inserts for forming key ways, reglets, recesses and the like, to prevent swelling and for easy removal. 6. Provide temporary openings where interior area of formwork is inaccessible for clean-out, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and set tightly to form to prevent loss of concrete mortar. Locate temporary openings on forms at inconspicuous location. 7. Chamfer exposed comers and edges as shown, using wood, metal, PVC or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. B. Form Ties: 1. Factory -fabricated, adjustable -length, removable, or snap off metal form ties, designed to prevent form deflection, and to prevent spalling concrete surfaces upon removal. 2. Unless otherwise shown, provide ties to portion remaining within concrete after removal is at least 1 1/2" inside concrete. Unless otherwise shown, provide form ties which will not leave holes larger than 1" diameter in concrete surface. C. Cleaning and Tightening: 1. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is placed. 2. Re -tighten forms after concrete placement if required to eliminate mortar leaks. L 3.2 Placing; Reinforcing: A. Comply with the specified codes and standards, and Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement placement and supports, and as herein specified. r- 39 B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement by Form work, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. D. Place reinforcement to obtain at least the minimum coverage for concrete protection. Arrange, space and securely tie bars and bar supports to hold reinforcement in position during concrete placement �. operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Do not place reinforcing bars more than 2" beyond the last leg of continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. — F. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. 3.3 Joints: General A. Construction Joints: Locate and install construction joints so as not to impair the strength and appearance of the structure, as acceptable to the Owner. 1. Provide key ways at least 1 1/2" deep in all construction joints in walls, slabs and between walls and footings; acceptable bulkheads designed for this purpose may be used for slabs. 2. Place construction joints perpendicular to the main reinforcement. Continue all reinforcement across construction joints. B. Control Joints: shall be used (in conjunction with expansion joints -see 3.3D) as specified on plans. Placement of control joints shall correspond to plans. Control joints shall be placed every four to eight feet in most cases but shall never be more than twenty feet apart in any direction. When possible, jointed panels shall be approximately square in shape. Control joints shall be continuous, not staggered or offset. Control joints shall be 1/2" wide and 3/4" deep, tooled or sawn in place. Tooled control joints shall have a 1/8" radius. 40 C. Isolation Joints in Slabs -on -Ground: Construct isolation joints in slabs on ground at all points of contact between slabs on ground and vertical surfaces, such as column pedestals, foundation walls, grade beams and elsewhere as indicated. D. Expansion Joints: Provide Pre -molded joint filler or other specified material for expansion joints abutting concrete curbs, catch basins, manholes, inlets, structures, walks, and other fixed objects. 1. Expansion joints shall be at 20' o.c., unless otherwise shown. 2. Extend joint fillers full -width and depth of joint, and not less than 1/2" or more than 1" below finished surface. Furnish joint filler in one-piece lengths for the full width being place, wherever possible. Where more than one length is required, lace or clip joint filler section together. Form top edge of filler to conform to top profile of concrete. 3. Protect the top edge of the joint filler during concrete placement with a metal cap or other temporary materials. Remove protection after both sides of joint are placed. 4. Expansion joints shall be located at the intersections of all concrete elements and at least every 30' in sidewalks or every 15' to 20' each way in larger areas. Expansion joints shall be 1/2" wide and contain a 1/2" premolded fiberfill expansion joint filler. The top of the joint shall have a 1/8" radius; the top 1/2" of the joint shall be filled with a gray colored urethane sealant. E. Edge Forms and Screed Strips for Slabs: Set edge forms for bulkheads and intermediate screed strips for slabs to obtain the required elevations and contours in the finished slab surface. Provide and secure units sufficiently strong to support the types of screeds required. Align the concrete surface to the elevation of the screed strips by the use of strike -off templates or accepted compacting type screeds. F. Preparation of Form Surfaces: Coat the contact surfaces of forms with a form -coating compound before reinforcement is placed. Provide commercial formulation form -coating compounds that will not bond with, stain nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compounds. 41 Thin form -coating compounds only with thinning agent of type, and in amount, and under conditions of the form -coating compound manufacturer's directions. Do not allow excess form -coating material to accumulate in the forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. 3.4 Concrete Placement: A. General: 1. Comply with ACI 614, and as herein specified. 2. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein specified. 3. Deposit concrete as nearly as practicable to its final location to avoid segregation due to re -handling or flowing. B. Pre -Placement Inspection: 1. Before placing concrete, inspect and complete the Formwork installation, reinforcing steel, and items to be embedded or cast - in. 2. Thoroughly wet wood forms immediately before placing concrete, as required where form coatings are not used. C. Placing Concrete in Forms: 1. Deposit concrete in forms in horizontal layers not deeper than 18" and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding or tamping. Use vibrators designed to operate with vibratory element submerged in concrete, maintaining a speed of not less than 6000 impulses per minute. r 42 3. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced PM locations not farther than the visible effectiveness of the t machine. Do not insert vibrators into lower layers of concrete that have begun to set, At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and k complete embodiment of reinforcement and other embedded items without causing segregation of the mix. D. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. 2. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 3. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats or Darbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. No not disturb the slab surfaces prior to beginning finishing operations. 4. Maintain reinforcing in the proper position during concrete placement operations. 3.5 Finish of Formed Surfaces: A. Finishing Procedures: 1. After striking -off and consolidating concrete, smooth the surface by screeding and floating. Do not use "Jitterbugs'. Use hand methods only where mechanical floating is not possible. Adjust the floating to compact the surface and produce a uniform mixture. 2. After floating, test surface for trueness with a 10" straightedge. Distribute concrete as required to remove surface irregularities, and refloat repaired areas to provide a continuous, smoother finish. 43 3. Work edges of slabs, gutters, back top edge of curb, and formed joints with an edging tool, and round to 1/2" radius, unless otherwise shown. Eliminate any tool marks on concrete surface. 4. After completion of floating and excess moisture or surface sheen has disappeared complete, surface finishing as follows: A. Broom Finish: 1. Broom finish, by lightly drawing a fine broom across concrete surface. Repeat operation if required to provide a fine line texture acceptable to the Owner. 2. On inclining slab surfaces, provide a coarse, non -slip finish by scoring surface with a stiff -bristled broom. 3.6 Concrete Curing and Protection: A. General: Contractor shall be responsible for the protection of uncured — concrete. Contractor shall allow no stray marking or footprints to be placed in the uncured concrete. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and — maintain without drying at a relatively constant temperature for a period of time necessary for hydration of cement and proper hardening. 1. Start initial curing application as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 72 hours. 2. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 168 cumulative hours (not necessarily consecutive) during which concrete has been exposed to air temperatures above 50 degrees F. Avoid rapid drying at end of final curing period. B. Curing Methods: Perform curing of concrete by moist curing or by moisture retaining cover curing or by combinations thereof, as herein specified. 1. Provide moisture curing by following methods: 2. Keep concrete surface continuously wet by covering with water. Continuously water -fog spray. e 44 3. Covering concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. 4. Provide moisture -cover curing as follows: Covering concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3" and sealed by water proof tape or adhesive. Immediately repair any holes or tears during curing period using cover materials and waterproof tape. C. Curing Formed Surfaces: Cure formed concrete surfaces, including undersides of beams, supported slabs and other similar surfaces, by moist curing with forms in place for full curing period, or until forms are removed. If forms are removed, continue curing by methods specified above, as applicable. D. Curing Unformed Surfaces: Initially cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by moist curing. 1. Final cure unformed surfaces, unless otherwise specified, by methods specified above, as applicable. 2. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of moisture -retaining cover, unless otherwise directed 3.7 Miscellaneous Concrete Items A. Filling -In: Fill- in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place and cure concrete as herein specified, to blend with in-place construction. Provide other miscellaneous concrete filling shown or required to complete work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 45 C. Sleeve : Provide sleeves where need for poles within concrete pad for underground service elements as shown on plan. Sleeves shall be 4" PVC Schedule 40 pipe oras specified on plans, and have 4" of cover minimum. These sleeves shall be made aware to owner upon completion. 3.8 Concrete Surface Repairs: A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removal'of forms, but only when acceptable to Owner. B. Cut out honeycomb. rock pockets. voids over 1/4" in any dimension, and holes left by tie rods and bolts, down to solid concrete but, in no case to a depth of less than 1". Make edges of cuts perpendicular to the concrete surface. Before placing cement mortar or proprietary patching compound, thoroughly clean, dampen with water and brush - coat the area to be patched with neat cement grout, or proprietary bonding agent. C. For exposed -to -view surfaces, blend white portland cement and standard portland cement so that, when dry, patching mortar will match color surrounding. Provide test areas at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. D. Repair of Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Owner. Surface defects, as such, include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form ties holes, fill with dry pack mortar, or precast cement cone plugs secured in place with bonding agent. E Repair finished unformed surfaces that contain'defects with adversely affect durability of concrete.. Surface defects, as such, include crazing, cracks in excess of 0.01" wide or which penetrate to reinforcement or completely through non -reinforced sections regardless of width, spalling, pop -outs, honeycomb, rock pockets, and other objectionable conditions. F. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days. 7 46 r G. Correct low areas in unformed surfaces during, or. immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when Pak acceptable to Owners. H. Repair defective areas, except random cracks and single holes not exceeding 1" diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3/4" clearance all around. Dampen concrete surfaces in contact with patching concrete, and brush with a neat cement grout coating or concrete bonding agent. Mix patching concrete of same materials to provide concrete of the same type or class as original concrete. Place, compact and finish to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. I. Repair isolated random cracks and single holes not over 1" in diameter by dry -pack method. Groove top of cracks and cut-out holes to sound concrete and clean of dust, dirt and loose particles. Dampen cleaned concrete surfaces and brush with neat cement grout coating or concrete bonding agent. Nix dry -pack, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for not less than 72 hours. 1. Use epoxy -based mortar for structural repairs, where directed by Owner. 2. Repair methods not specified above may be used, subject to acceptance of Owner. 3.9 Quality Control Testing During Construction: A. Sampling, and testing for quality control during the placement of concrete may include the following, as directed by the Owner: Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. Slump: ASTM C 143; one test for concrete load at point of discharge; and one test for each set of compressive strength test specimens. 47 Air Content: ASTM C 173, volumetric method for lightweight concrete; ASTM C 231 pressure for normal weight concrete; one for each set of compressive strength test specimens. Concrete Temperature: Test hourly when air temperature is 40 degrees F. and below, and when 80 degrees F. and above; and each time a set of compression test specimens is made. Compression Test Specimen: ASST. C 31; one set of 6 standard cylinders for. each compressive strength test, unless otherwise directed. Mold, label, and store cylinders (do not leave on site) for laboratory cured test specimens except when field -cure test specimens are required. Compressive Streng1h Tests: ASST. C 39; one set for each 100 cu. yd. or fraction thereof, of each concrete class placed in any one day or for each 5,000 sq. ft. of surface area place; 2 specimens tested at 7 days, 3 specimens tested at 28 days, and one specimen retained in reserve for later testing if required. Testing will be done by the contractor with on expense to the owner. 1. When the frequency of testing will provide less than 5 strength test for a given class of concrete, conduct testing from at least 5 randomly selected batches, or from each batch if fewer than 5 are used. 2. When the total quantity of a given class of concrete is less than 50 cu. yd., the strength test may be waived by the Owner if, in his judgment, adequate evidence of satisfactory strength is provided. 3. When the strength of field -cured cylinders is less than 85% of companion laboratory -cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in-place concrete. End of Section 48 7, Section 06 Earthwork and Grading Plaxmound Sites - Casey, Dupree, H'iginbotham, Mackenzie I & H, Mahon, Smith Parks, Lubbock, Texas PM 1.1 Work included A. Section 01 - Summary of Work B. Section 02 - Product Substitution C. Section 03 - Park Equipment D. Section 04 - Play Surface Material E. Section 05 - Concrete Work f F. Section 07 - Irrigation System ' G. Section 08 - Lighting 2.1 Material -Site Fill A. Fill material to be free from trash, lumber, debris, roots over 1" in diameter, matted roots, rocks over 3" in diameter, topsoil, highly plastic soils or other deleterious material. 2.2 Material -Top Soil A. Natural, fertile, friable soils possessing characteristics of soils in the vicinity which produce heavy growth of crops, grass, or other vegetation. B. Top soil to be free of subsoil, brush, organic litter, objectionable weeds, Clods, shale, stones 2" dimension or larger, stumps, roots, or other materials harmful to grading, planting, plant growth, or maintenance operations. 3.1 Protection A. Carefully maintain bench marks, layout stakes, and other reference points. B. Protect property, including adjoining property and public right- of-way, from damage by trucks and equipment. C. Protect active utilities to be retained on site, whether shown on drawings or uncovered during excavation operations. If damaged, repair at Contractor's expense. D. Protect existing trees and plant material to be retained from damage by trucks and equipment. E. Keep excavations free of water. 49 3.2 Site Preparation A. Clearin 1. Strip existing topsoil from areas affected. Stockpile on site for re -use. 2. Remove trash, debris, and other obstructions found at or above existing grade from areas of proposed structures, walks, curbs, and paving (if applicable). 3. Remove existing plant material (if applicable) only as directed by the Owner. 4. Owner reserves the right to designate certain items of old playground equipment that are to be salvaged for use at other locations. All other demolition debris shall be disposed of by contractor. B. Grubbing (if applicable) 1. Remove stumps, roots over 1" in diameter, matted roots and other obstructions found at or below existing grade from cleared areas. 2. Remove waste materials daily as it accumulates. 3. Comply with applicable codes and ordinances regarding waste transportation and disposal. 4. Burning and blasting on site will not be permitted. 3.3 Excavation A. Excavate to bring areas to grade and subgrades indicated. Scarify excavated areas occurring under concrete to a depth of 6", then compact to required .density. B. Stockpile all excavated material on site; exact location to be determined by Owner. C. Contractor to separate top soil and subsoils into two (2) piles. D. Remove underground obstructions. Where rock is encountered at subgrade, undercut minimum of 15" below and backfill with approved fill. 3.4 Fill and Backfill A. Placing: Place material in loose, even successive lifts not to exceed the following depths: , (if applicable). 1. Fill below concrete slabs: Max. 8" high lifts to overall compacted depth as indicated on drawings. 2. Site fill and backfill : Max. 12" high lifts. B. Compaction: Thoroughly and evenly compact each lift to the following densities: 1. Fill below concrete slabs: Not less than 95% standard density to at least four (4) feet outside the slab. 2. Site fill: Not less than 90% standard density. 50 Flo k C. Cushion Sand: Provide uniform, smooth, compacted sand layer to 2" depth below site flatwork. Moisten and compact sufficiently to prevent undue displacement during the placement of reinforcing and concrete. D. Moisture Control: When moisture must be added prior to compaction, uniformly apply water to surface, but do not flood. Free water shall not appear on surface during or after compaction operations. Remove and replace, or scarify air-dry soil too wet to allow proper compaction. 3.5 Grading A. Uniformly grade areas, including adjacent transition areas to smooth surface at required grades and elevations. Adjust contours to eliminate water ponding and provide positive drainage. B. Concrete subgrade: Excavate or fill as required to provide finish grade shown on plans. Shape subgrade to true and even lines to provide for uniform thickness of sand cushion. C. Finish Grades Adjacent to Pavement: Cut or fill so that turf and planting areas adjacent to concrete are 1" below said concrete. Slope soil smoothly back to adjacent grade. 3.6 Finish Grading u A. Fine grade areas to achieve final contours indicated. Leave areas to receive topsoil 4" below final desired grade. PM B. Provide uniform roundings at top and bottom of slopes and 4 other breaks in grade. Correct irregularities and areas where water will stand. r End - of - Section i C. Topsoil: 1. Place topsoil to 4" depth over areas modified by work or this contract which are not covered by buildings, walks, or pavings. 2. Uniformly distribute topsoil to required grades; feather back to where grades remain unchanged. 3. Place and compact topsoil in a manner conducive to the growth and maintenance of good turf. 4. Degree of finish shall be that ordinarily obtainable with blade or scraper operations. Remove rubbish, vegetation, and rocks over 1- 1/2" in diameter. Leave areas smooth and suitable for establishment of lawns and planting. Correct irregularities and areas where water will stand. r End - of - Section i PM 51 SECTION 07 IRRIGATION SYSTEM Playground Sites - Casey, Dupree, Higinbotham, Mackenzie I & H, Mahon, Smith Parks, Lubbock, Texas 1.1 Work included A. Section 01 - Summaa of Work B. Section 02 - Product Substitution C. Section 03 - Park Equipment D. Section 04 - Play Surface Material E. Section 05 - Concrete Work F. Section 06 - Earthwork & Grading G. Section 08 - Lighting 2.1 Qualifications of Bidder -Licensing A. Bidder shall be a registered Contractor and be a licensed irrigation installer in the state of Texas or from the state where Contractor is based. Out of state licensing shall only be acceptable if the licensing state shares reciprocity with Texas. License will be verified by city staff prior to issuance of building permit. A licensed irrigator or installer shall be on the job site at all times irrigation work is in progress. B. Bidder shall have satisfactorily completed a minimum of 3 comparable size automatic systems and be prepared to provide written references from each. C. Owner reserves the right to reject any bid if bidder is not qualified based on *- the above given criteria. 2.2 Codes and Standards A. Bidder to conform to all local, state, and federal codes and ordinances. 2.3 Discrepancies A. It is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice of the area, and in the event of any discrepancies between the plans and specification arise or doubts as to the meaning and intent of any portion of the contract, the Owner shall define which is intended to apply to the work. 3. Site Conditions 3.1 Examination of Sites A. Bidder shall visit the project site and compare drawings and specifications to actual site. Failure to do so will in no way relieve the successful Bidder from the responsibility of completing the project in accordance to project specifications at additional cost to the Owner. B. Note: The Dupree Site contains a hydraulic irrigation system. 52 3.2 Utilities A Contractor's attention is directed to the fact that other underground utility lines may exist that Owner is not aware of. It is Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. B. Water Supply (if applicable) Meter or other water source already installed. Contractor is responsible for hook-up from meter to system. C. Electrical Power Supply(if applicable) - Power to the meter box to be installed by Contractor. Contractor shall set the meter box. Contractor shall run power to the controller. Contractor must satisfy City of Lubbock electrical codes for hook-up. Contractor is required to have a licensed electrician provide the electrical hook-ups. D. Bores ( if applicable) - Contractor is responsible for bores and sleeving necessary to go under city streets to provide any utility service to the project site. Bored holes shall be of the smallest diameter which will permit installation of encasement pipe. Pipe sleeving under city streets shall be 16 gauge smooth steel pipe with a minimum wall thickness of one-quarter (1/4) inch. Irrigation lines crossing sidewalks shall be sleeved with P.V.C. pipe. Pipe to be large enough for irrigation pipe and conduit for electrical control wires (if necessary). 4. Field Quality Control 4.1 Responsibility of Materials A Contractor shall be responsible for all materials furnished by him and shall replace at his own expense all material found to be defective in manufacture or if it has become damaged in handling after shipment. 4.2 Responsibility of Property A. Contractor shall be responsible for the protection and preservation of all plant material, monuments, and structures during installation. Any damage shall be repaired or replaced by Contractor at his own expense to the satisfaction of the Owner. B. All trenching or any excavation is to be no less than six (6) feet from the trunk of any plant material. If questions arise, Contractor shall contact Owner for clarification. 4.3 Barricades and Protective Measures A Contractor shall be responsible for the protection of unfinished work. 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. 53 I PW B. 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 7 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. 2 5. Submittals 5.1 Shop Drawings A. Contractor shall submit shop drawings to owner before any irrigation installation has begun. 'Shop drawings to include complete layout and detail drawings illustrating the location and type of all heads, valves, piping circuits, controls, and accessories. 5.2 Maintenance Materials A. At completion of job Contractor shall furnish spare parts, special tools, and equipment required to operate and maintain system. 5.3 Maintenance Data A. Contractor shall furnish two (2) copies of parts list and repair manuals for controllers, valves, and heads. 5.4 Project Record Document A Contractor shall prepare an "as -built" plan of system after final check. Work to be done on vellum paper with legend describing symbols for equipment. "As -built" plans shall be accurate. Inaccurate plans will not be accepted. Final payment will not be made until "as -built" plan is submitted to Park Development staff. 6. Products 6.1 Performance of Specified Material A. All specifications given for materials are based on the performance of the equipment. This is to insure the integrity and proper hydraulics that the system is designed for. If bid material does not conform to given performance specifications, the bid will be rejected by Owner based on grounds that proper function of system could not be maintained by using equipment that does not meet the performance specifications required. B. All material to be new, unused, and current. C. All material must be a standard product of a manufacturer. D. Contractor shall provide performance records to verify equipment �^ capabilities. r 54 6.2 Materials A. P.V.C. Pipe 1. All polyvinyl chloride pipe shall be class 200. SDR 21 un -plasticized polyvinyl chloride, Type I, Grade I, except when using a pump. When using a pump, refer to the following chart. PIPE SIZE CHART Pine Size Schedule/Class 1/2" 200 3/4" 200 1" 200 11/4" 200 11/2" 200 2" 40 21/2" 40 30# 40 4"40 6" 200 (USE ONLY WITH PUMP) 2. All pipe must have manufacturer's markings clearly printed on them dunng installation. 3. All class 200 pipe must conform to ASST. D-2241. All schedule 40 and 80 pipe must conform to ASTM D-1785. 4. All piping under four (4) inch shall be solvent weld. 5. All piping over four (4) inch shall utilize belled ends or belled couplings using rubber gaskets in twenty (20) foot laying lengths. 6. All fittings for 4" or larger mainline shall be epoxy coated steel. B. PVC Fittings 1. Schedule 40 fittings must conform to ASTM D-2466. 2. Schedule 80 fittings must conform to ASTM D-2464. 3. All threaded fittings must be schedule80. C. Tubing 1. Tubing shall be constructed of linear low density polyethylene resin. 2. 19/32" tubing shall be Rainbird RBT-716/52 or approved equal. 3. 1/4" emitter distribution tubing shall be Rainbird RBT-250P or approved equal. 55 D. End Line Drain/ Flush Valves r" 1. Shall be placed at end of each section of drip tubing 2. Shall be Agricultural Products Inc. 7000EFCH-H or approved equal t E.` Swing Joints �- 1. Nipples: Schedule 80 with molded threads on both ends. (unless R specified otherwise in construction details 2. Elbows: (90 degree) Schedule 40 FIPT X FIPT. is 3. Pre -fabricated swing joints are not acceptable. 4. Lateral line fittings: Schedule 40 ,., i a F. Valves "' 1. Double check with double gate valves (back flow prevention). (Wilkins 3" or "approved equal") �.. A. Two independently operated spring-loaded pop up type t. check valves. B. Two gate valves - screw type C. Maincase shall be epoxy coated inside and outside and consist of four test cocks which provide for in-line testing and maintenance.' t D. Stainless steel springs and corrosion resistant materials shall be used through -out. E. Check valve to be accessible from top of device without removing check valve body from line F. Install Double Check Valve with unions of appropriate size before and after valve. i" M 2. Manual Control Gate Valve (if used) A. Brass body - standard type B. Non -rising stem C. Solid wedge disk D. Cold service - 250 P. S.I. 56 3. Quick Coupler Valves (Rainbird 44RC or "approved equal") A. Single lug, 2 piece body, heavy cast bronze B. Standard cover C. Installed with min. 10" diameter concrete doughnut. (For 1", 1 1/2", 2" valves) Donuts shall be installed flush with finished ground level and shall not shift when walked upon. 4. Section Valve (Weather-matic 8024BCR-30 3", Weather-matic 8024BCR-20 2", or "approved equal") A. Direct burial, remote control electric valve normally closed B. Solenoid - Waterproof molded epoxy resin construction having no carbon steel components exposed C. Actuator Stainless steel enclosed in a watertight protection capsule with a molded in place rubber exhaust port seal. Spring shall be stainless steel. D. Diaphragm - Dual ported, made of nylon reinforced Buna-N rubber. E. Flow adjustment system. F. Cold water working pressure -150 P.S.I. G. Bronze body and cover with stainless steel cover bolts. H. The valve shall be equipped with a pressure regulating device. 5. Section Valve (Weather-matic 7024E-07 3/4" or "approved equal") A. Direct burial, remote control electric valve normally closed B. Solenoid - Waterproof molded epoxy resin construction having no carbon steel components exposed C. Actuator - Stainless steel with a rubber orifice seal and a stainless steel spring for positive seating D. Diaphragm - Dual ported, made of nylon reinforced Buna- N rubber E. Brass flow control stem F. Coldwater working pressure -150 P.S.I. r° 57 r° G. Shock eliminate water hammer .. f G. Valve Boxes 1. Double Check Valve Boxes i i A. Supplied by Contractor B. To be installed by Contractor r C. Minimum Dimensions: 24" x 18" x 36" deep, molded plastic. Extensions shall be used as necessary to and shall be compatible with box to achieve depth required. D. Bolt -in in green lid with cover lift holes (rectangular, lid shall have snap lock tab closure). r- H. Sprinkler Heads (if applicable). P" 1. Specified Head #1 (Rainbird 15 Series or "approved equal") A. Body: Shall be Rainbird 1 1804 PRS and 1806 PRS (or "approved equal") Non -corrosive cycolac and stainless steel construction. B. Pop-up design with pressure regulation .•. C. 15' radius at 30 p.s.i. with .93 G.P.M. on 90 deg., 2.48 G.P.M. on 240 deg. emitter, 1.85 G.P.M. on 180 deg. emitter. D. Precipitation Rate 1.83 "/hr for 90 deg. head, 1.83 "/hr for 240 deg. head. 2. Specified Head #2 (Rainbird FS -16 or "approved equal"). A. Solid fan type spray pattern nozzle B. Body shall be high pop-up spring retraction sprinkler (Rainbird 1812 PRS or approved equal) C. Pop-up height 12" D. High impact ABS body, cover and ., flow tube E. Flow Rate- 12.4 G.P.H. with 9.2' diameter spray at 10 PSI. I I i i■ 58 3. Specified Head #3 (Rainbird 10 Series or "approved equal"). A. Body: Shall be Rainbird 1812 PRS 12" Pop-up (or "approved equal") Non- corrosive cycolac and stainless steel construction. B. Pop-up design with pressure . regulation. C. W radius at 20 P.S.I. with 1.3 G.P.M. on 360 deg.,'.65 G.P.M. on 180 deg., 43 G.P.M. on 120 deg., 33 G.P.M. on 90 deg. emitter. D. Precipitation rate 1.96"/hr for all spray patterns. 4. Specified head #3 (Hardie Turbo Key S.C., 2GPH or "approved equal") for drip on trees A. Install 2 emitters per tree on opposite sides. B. Attach emitters to 1/4" emitter distribution tubing. 5. Toro 644-02 44 or approved equal, 360 deg. 6. Toro 642-02-44 or approved equal, 180 deg. 7. Toro 641-02-44 or approved equal. 8. Toro 644-02-43 or approved equal, 360 deg. 9. Toro 642-02-43 or approved equal, 180 deg. 10. Toro 641-02-43 or approved equal, 90 deg. 11. Rainbird 1802 -PRS -15F or approved equal. 12. Rainbird 1802 -PRS -15H or approved equal 13. Rainbird 1802 -PRS -15Q or approved equal. 16. Rainbird 1812 -PRS -8F or approved equal. 17. Rainbird 1812 -PRS -8H or approved equal. 18. Rainbird 1812 PRS -8Q or approved equal. 19. Toro 570C -FB -25 -PC or approved equal. r+� 59 s I. Controller(s) (if applicable) PM 1. Central Controller (Weather-matic Mark 224 or "approved equal") A. 12 Stations B. Solid-state timer with two independent programs variable from 0 to 99 minutes on each station in 1 -minute ,., increments. f C. Battery back-up to retain program and clock time for 60 minutes if power fails (requires two NCd rechargeable batteries which shall be provided by the contractor). D. Electricity - Input - 115 V. AC. Output - 24 V. AC., input r- and output surge protectors. E. Size: Approximately 11" W, x 17" H, x 8.5"D. F. Housing: Raintight, urethrae coated heavy -gauge steel, with a hinged cover having two side toggle latches and cylinder lock. 2. Satellite Controller (if applicable) r• J. Screen Filter (if applicable) 1. Shall be Agricultural Products, Inc. 4E-1" or approved equal 2. Spin clean screen filter !^ 3. All stainless steel screen- 150 Mesh Size p K. Lightning Arrestors with Grounding Rods (if applicable) 1. Arrestor To Be: A. Installed at controller by Contractor. Lightening rods shall be installed by contractor. 2. Ground Rods -Copper coated steel using copper coated or bronze one piece clamps. L. Control Wiring 1. All 24 volt wiring to be 12 AWG -annealed copper, Baron UF, 600 volt, PVC coated UL approved direct burial. 2. All wire to be single stranded, one wire for each electric valve and a common wire. 60 3. All control wires to be installed at minimum depth of 18" and directly alongside any pipe if the same ditch is used. M. Control Pressure Pump Station (if applicable) 1. Not Applicable N. Miscellaneous Equipment 1. Wire Connectors A. Provide moisture -proof connection for underground wiring. B. Copper crimp sleeves must be used inside moisture -proof connectors to secure wires 2. F.V.C. Solvent and Primer A. Solvent used on P.V.C. pipe shall be of type approved by both the manufacturer of the pipe and manufacturer of fittings. Primer used shall be type approved in same fashion. Primer will be color tinted. 3. Thrust Blocks A. Concrete "ready -mix" - 3,000 p.s.i. in 28 days with 3 number 3 rebar installed. To be placed at all angles and terminal ends of 2 1/2" or greater pipe. To be placed at all angles (90's, 45's, tees) and at terminal ends of pipe. (Refer to Thrust Block detail) Thrust blocks must be installed against the pipe and extend to an undisturbed vertical wall of the trench. 7. Execution ' 7.1 Handling of Materials A. Contractor shall exercise care in handling, loading, and unloading of all equipment. All P.V.C. pipe, fittings, and other equipment shall be adequately covered and protected from the elements. Pipe and fittings also shall be transported in such a fashion as to be protected from excessive bending and from external, concentrated load at any point. 7.2 Trenching A. To have straight, flat bottoms and of sufficient depth for sprinkler head and operable swing joint B. Depth of Trench 1. 4" pipe or smaller - 18" minimum cover. 2. Pipe larger than 4" - 24" minimum cover. C. Pipe pulling is not acceptable. 61 7.3 Laying of P.V.C. Pipe A. Pipe to be snaked from side to side of trench bottom to allow for expansion and contraction of pipe. B. All foreign matter to be removed from inside of pipe prior to joining. Keep clean during laying operations by means of plugs or other approved methods. r C. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe shall have firm, uniform bearing for the entire length of each pipe line to prevent uneven settlement. D. When trench is cut through rock or rock ground, the pipe must be bedded three inches on all sides with approved sand. r' E. Do not lay pipe in water, or when trench or weather conditions are unsuitable for work. r- F. When work is not in progress, securely close open ends of pipe fittings so that no trench water, earth, or other substance will enter pipes or fittings. G. Take up and relay any pipe that has the grade or joint disturbed after laying. H. Fittings at bends in the pipe line and at ends of lines shall be firmly wedged against the vertical face of the trench, but not against rock. I. Thrust blocks to be used. (See 7.4 Thrust Blocks) I Make joints in all screwed fittings by applying Teflon tape on male threads. Use of Teflon dope is prohibited. L. Where threaded P.V.C. connections are required, use threaded P.V.C. l adapters. ^* M. There shall be no less than nine (9) inches of pipe between any two fittings, except for close nipples used in swing joints. G �., N. No cross tees or street ells are to be used at any time. 0. On cut pipe, all burrs to be removed, tees and pipe to be cleaned, and primer and solvent applied as to standard application process. b P. After pipe has been solvent weld, do not apply water pressure for a minimum of twenty-four (24) hours. ?� Q. All pipe shall be installed so that manufacture's markings are facing in the ` up position. R. Excess PVC Solvent shall be removed from joints before drying to prevent pipe weakening. Pipe connections made with excess solvent will not be accepted. I" 62 S. The owner must be given twenty-four (24) hour notice before pipe trenches are covered so that owners representative may be present for inspection.' After pipe system has been inspected and approved, trenches may be closed. 7.4 Installation of Valves (gate, double check, and section valves.) A. Install all new valves on a level grade with the mainline. Valve boxes shall extend a minimum of 3" below bottom of valve. Valve box extensions shall be used as necessary and shall be compatible with the valve box. B. Install double check valve with PVC unions before and after valve as shown on detail. C. PVC unions shall be used for all connections through the exit side of the section valve. D. After installing valves and valve boxes, backfill holes with pea gravel up to bottom of valve. E. Quick coupler valve to be installed on double swing joint as specified on plans. Top to be flush with finish grade. 7.5 Sprinkler Heads A. All sprinkler heads to be installed at spacing indicated on plans. B. Install heads so that top of head is slightly above ground level to allow for settling. C. All sprinkler heads to be set to proper are by Contractor. D. All heads to be installed six (6) inches from back of curb, sidewalk, or jogging track edge (when applicable). 7.6 Flushing A. The mainline and valves will be flushed after installation. Full working pressure must be used to flush all lines. On a loop system the two valves the greatest distance from the water source will be opened. On any other configuration of mainline, the last valve on each mainline will be opened for flushing. The Owner's representatives must be given twenty-four (24) hours notice before flushing begins so they may be present for inspections. After mainlines have been inspected and flushed the lateral lines may be installed. B. The lateral lines will be flushed just prior to head installation. Flushing procedure will consist of pointing all swing joints away from ditch line to prevent contamination. The next step is to open the valve with full working pressure and begin capping each swing joint with a threaded cap, beginning with the swing joint closest to the valve and ending with the swing joint the greatest distance form the valve. Twenty-four (24) hour notice must be given to Owner's representatives for inspection. 63 C. Flush pipes until free of all rock, dirt, trash, pipe shavings, and debris. 7.7 Leakage Test A. After pipe is laid, line to be pressurized and all air expelled from line at highest point of each section. B. Each line to be inspected for leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and ,replaced with good material. 7.8 Backfill A. Trenches to be backfilled with the excavated earth from trench work. All rocks and debris to be removed and no item larger than two (2) inch diameter to be placed back in trench. A warning tape to be placed approx. 6" above the top of the pipe or 2nd wire for the entire length of the exposed area. Backfill is to be compacted and flooded to settle trench. Contractor shall add more backfill if needed to bring trenches to existing grade. 7.9 Controller (if applicable) A. Contractor to locate controller as indicated on plans. B. Contractor shall install a concrete slab four (4) inches thick flush to ground. Owner will provide and Contractor will install prefabricated metal raintight box for Contractor to install controller in. Contractor shall install grounding rod through concrete slab. C. Contractor shall install rigid conduit from edge of slab, ell up through and attach to controller box. One conduit for power source; one conduit for common/section wires. D. Power wire conduit to be 3/4" diameter rigid conduit to meet city code. E. One duplex plug shall be installed in the controller box. 7.10 Wiring A. Control wires from controller to valves shall be laid in sprinkler line trenches ('if applicable -wiring to be installed along wiring route on plan). B. Control wires to be taped together every twenty (20) feet along trench. C. Expansion loops shall be made every 50 foot length of wire run by wrapping at least five (5) turns of wire around a one (1) inch rod or pipe, then withdraw the rod. D. All wire connections or splicing work shall have moisture proof connectors, and their location must be denoted on the as -built plan. Contractor shall minimize amount of splices. E. Common valve wiring shall be white through entire system. 64 F. Section valve wires shall each be a separate color up to nine (9) different colors. Each section must maintain consistent color from controller to valve. White wire may not be used as section wire. 7.11 Lightning Arrestors and Rod _ A. A lightning arrestor and rod shall be installed at each controller. The rod shall be installed by the contractor and placed within the concrete slab below the controller. B. Rod shall be copper coated steel, minimum 8 feet long and 5/8" diameter. C. Rod shall have minimum resistance of twenty five (25) OHMS or less. D. Rod to be connected to controller by a copper coated or bronze one piece clamp. E. Wire used to connect controller to lightning rod shall be 6 gauge solid copper wire or one gauge larger than power wires,; whichever is largest. 8. Inspection/Acceptance 8.1 Preliminary Inspection A. When all initial installation is done and all incidentals necessary to the proper function of the system is done Contractor shall request Owner to walk through system and visually check the operation of the system. At this time Owner and Contractor will discuss repairs that may need to take place. 8.2 Final Inspection A. After preliminary inspection has taken place and all corrections and repairs have been completed by the Contractor, Contractor and Owner will again walk through system to check operation. This procedure will be repeated until system operates to Owner satisfaction. At this time Owner will accept system from Contractor. An acceptance form will follow from Owner to Contractor. 9. Cleanup 9.1 Removal of Site Debris A. Contractor shall: 1. Make final clean-up of all parts of work. 2. Remove all construction material and equipment. 3. Prepare site in an orderly and finished appearance. 4. Remove from site any rock or extra dirt that resulted from this and restore site to its original condition. End -of -Section 65 10. Warranty r i 10.1 Guarantee ` A Contractor shall: 1. Make all needed repairs or replacements due to defective workmanship or materials for exactly one (1) year following date of final acceptance. 2. Be responsible for all expenses necessary for repairs and replacement. 3. Pay all expenses incurred if Contractor fails to act upon a request from Owner for repairs to system. If Contractor fails to do work within ten (10) days after request has been made by Owner, Owner r" will proceed with repairs and charge all expenses to Contractor. 4. Pay for expenses incurred to project due to vandalism prior to final �.. acceptance. B. Owner shall pay for all expenses incurred due to vandalism after final acceptance. End -of -Section 66 SECTION 08 ELECTRIC Playground Sites - Casey, Dupree, Higinbotham, Mackenzie I & H, Mahon, Smith Parks, Lubbock, Texas 1.1 Work included A. Section 01 - Summary of Work B. Section 02 - Product Substitution C. Section 03 - Park Equipment D. Section 04 - Play Surface Material j E. Section 05 - Concrete Work F. Section 06 - Earthwork & Grading G. Section 07 - Irrigation System 1.2 Inspection of Site A. The bidders for the work under these sections of the specifications shall inspect the existing installations and thoroughly acquaint themselves with conditions to be met and the work to be accomplished in removing and modifying the existing work, and in installing the new work. Failure to comply with this shall not constitute grounds for:, any additional payments in connection with removing or modifying any part of the existing installations and/or installing any new work. r 1.3 Manufacturer Directions { A. All manufactured articles shall be applied, installed and handled as recommended by the manufacturer. 1.4 Materials and Workmanship A. All materials shall be new unless otherwise specified and of the quality specified. Materials shall be free from defects. All materials of a type for which the Underwriters Laboratories, Inc. have established a standard shall be listed by the Underwriters Laboratories, Inc. and shall bear their label. B. The Owner reserves the right to call for samples of any item of material offered in substitution, together with a sample of the specified materials, when, in the Owner's opinion, the quality of the material and/or the appearance is involved and it is deemed that an evaluation of the two materials may be better made by visual inspection. C. The Contractor shall be responsible for transportation of his materials to and on the job, and shall be responsible for the storage and protection of these materials and work until the final acceptance of the job. r 67 D. The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract. E. The workmanship shall in all respects be of the highest grade and all construction shall be done according to the best practice of the trade. 1.5 Substitution of Material A. In general, where a definite material or only one manufacturer's name is mentioned in'these specifications, it has been done in order to establish a'standard. The product of the particular manufacturer mentioned is of satisfactory construction and any subtitling must be of quality as good as or better than the named article. No substitution shall be made without review by the Owner, who will be the sole judge of equality. B. The Contractor shall submit for approval a complete list of the materials he proposes to use. This list shall give manufacturers' names and designations corresponding to each and every item and the submission shall be accompanied by complete descriptive literature and/or any supplementary data, drawings, etc., necessary to give full and complete details. C. Should a substitution be accepted under the provisions of the conditions of these specifications, and should this substitute prove to be defective or otherwise unsatisfactory for the service for which it is intended within the guarantee period, the Contractor who originally requested the substitution shall replace the substitute material with the specified material. 1.6 Protection of Apparatus A. The Contractor shall at all times take such precautions as may be necessary to properly protect existing equipment to be reused or his new apparatus from damage. This shall include the erection of all required temporary shelters to adequately protect any apparatus stored in the open on the site. 1.7 Laws, Codes, and Ordinances A. All work shall be executed in strict accordance with all local, state and national "codes, ordinances and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these specifications and the accompanying drawings conflict with these requirements, -the Contractor shall report the matter to the Owner, shall prepare any supplemental drawings required illustrating how the work may be installed so as r 68 to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. 1.8 Terminology A. Whenever the words "furnish", "provide", "furnish and install," "provide and install', and/or similar phrases occur, it is the intent that the materials and equipment described be furnished, installed and connected under this Division of the Specifications, complete for operation unless specifically noted to the contrary. B. Where a material is described in detail, listed by catalogue number or otherwise called for, it shall be the Contractor's responsibility to furnish and install the material. C. The use of the word "shall" conveys a mandatory condition to the contract. D. "The project" includes all work in progress during the construction period. E. Indescribably the various items .of equipment, in general, each item will be described singularly, even though there may be a multiplicity of identical or similar items. 1.9 Cooperation and Clean-up A. The contractor for the work under each section of these specifications shall coordinate his work with the work described in all other sections of the specifications to the end that, as a whole, the job shall be a finished one of its kind, and shall carry on his work in such a manner that none of the work under any section of these specifications shall be handicapped, hindered or delayed at any time. B. At all times during the progress of the work, the Contractor shall keep the premises clean and free of unnecessary materials and debris. The Contractor shall, on direction at any time contact the Owner, clear any designated areas or area of materials and debris. On completion of any portion of the work, the Contractor shall remove from the premises all tools and machinery and all debris occasioned by the work, leaving the premises free of all obstructionsand hindrances. C. Trenching shall not be left open overnight. Trenching shall only be performed to the extent that it can' be completed and back-filled during the same day. Any trenches that must remain open overnight shall be barricaded and lighted with approved flashing lights to prevent injury to park users or pedestrians. 69 1.10 Salvage. Materials A. The Contractor shall remove existing equipment, piping, duct, conduit, wire, junction boxes, light fixtures and other items associated with the electrical systems where shown on the drawings. Where such items are exposed to view or uncovered has no continuing function (as determined by the Owner), they shall be removed by the contractor. Owner reserves the right to retain any materials for use in other areas. B. Existing items (see above) where concealed which is not disturbed, abandon in place, Plug, cap, disconnect or otherwise render harmless all such items. C. All items or materials removed from the project shall be made available for the Owner's inspection.. The Owner retains the option to claim any item or material. Contractor shall deliver any claimed item or material in good condition to the place designated by the Owner. All item not claimed become the property of the contractor and shall be removed from the site. 1.11 Guarantee A., Unless a longer guarantee is hereinafter called for, all work, material and equipment items shall be guaranteed for a period of one year after acceptance by the Owner. All defects in labor and materials occurring during this period, as determined by the Owner, shall be repaired and/or replaced to the complete satisfaction of the Owner. Guarantee shall be in writing and in triplicate. 1.12 Completion Requirements A. 1. Before acceptance and final payment the Contractor shall furnish an "as -built" plan of system after final check. Work to be done on vellum paper with legend describing symbols for equipment.. "As -built" plans shall be accurate. 'Inaccurate plans will not be accepted. Final payment will not be made until "as -built" plan is submitted to Park Development staff. 2. All manufacturers' guarantees. 3. All operatingmanuals. 4. Guarantees 1.13 Contractor's Responsibility for Final Inspection A. Before calling for the final inspection, the Contractor shall carefully, inspect his work to be sure it is complete and according to plans and specifications. 70 1. 14 Existing Utilities A. The Owner will provide the Contractor with plans of the existing utilities and will assist the Contractor in locating and flagging existing electric lines, conduit, etc.. However, the plans shall not be construed as certified survey drawings. The Owner shall assume no liability for the accuracy of the existing drawings nor for not indicating or designating existing systems. B. The Contractor shall assume all responsibility for the location of all existing utilities. Care shall be taken in the excavation for p., installation of new work. Damage to existing systems shall be repaired by the Contractor with no additional cost to the Owner. r 2. Raceways and Fittings l 2.1 Note A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 2.2 Submittals A. Submit manufacturer's data on all materials. 2.3 Scope A. The work shall include furnishing and installing all rigid steel and flexible metallic conduit, intermediate metallic conduit, electrical metallic tubing, polyvinyl chloride conduit, wireways, pull and junction boxes and outlet boxes, together with all supporting devices and other accessories required. 2.4 Products 1. Conduits A. Rigid Steel Conduit: Rigid, threaded, thick -wall; galvanized inside and outside or galvanized outside with a protective coating inside; UL listed and labeled according to Standard UL6; conforming to ANSI Standard C80.1; Pittsburgh, Republic Steel, Robroy or Allied. B. Flexible Metal Conduit: Spiral wound with hot dip galvanized steel strips (commercial Greenfield); conforming to UL Standard UL 1 and UL listed and labeled; Triangle Conduit and Cable Company, or equivalent. 71 C. Liquid tight Flexible Metal Conduit: Spiral wound with hot dip galvanized steel strips as for flexible metal conduit; with polyvinyl chloride cover extruded over the exterior to make conduit liquid light; UL listed; Electri-flex type "LA" or equivalent. 2. Conduit Fittings A. Couplings and Termination's for Rigid Steel Conduit: Factory made steel threaded couplings; bushing at all boxes and cabinets, with locknuts inside and outside box or cabinet. B. Couplings and Termination's for Electrical Metallic Tubing: Join lengths of EMT with steel compression type couplings and connectors where exposed to the weather or in wet locations. Otherwise use steel, set -screw couplings and connectors. The connectors shall have insulated throats or a smooth interior so as not to damage the insulation during wire pulling operations. C. Couplings and Termination's for Flexible Metal Conduit: T & B 440 Series couplings at connections between flexible and rigid conduit; T & B 3110 or 3130 Series nylon insulated throat, steel connectors at box or cabinet termination's. D. Couplings and Termination's for Liquid tight Flexible Metal Conduit: T & B 5271 Series adapters at connections between flexible and rigid conduit; T & B 5331 Series nylon insulated throat, steel connectors at box or cabinet termination's. 3. Pull Boxes and Junction Boxes A. Sheet steel, galvanized inside and outside, with galvanized covers. B: Small Boxes: For boxes where the volume required is not over 100 cubic inches, use standard outlet boxes. C. Larger Boxes: For boxes where the volume required is over 100 cubic inches, use cabinets as specified for panelboard cabinets with covers of same gauge as boxes, secured with corrosion resistant bolts or screws. 2.5 Installation of Pull and Junction Boxes A. Sizing: Size all pull and junction boxes in accordance with NEC, using larger sizes than required by code where job conditions so indicate. B. Mounting: Fasten all boxes securely to the building construction, independent of conduit systems. On concealed conduit systems where boxes are not otherwise accessible, set box covers flush with finished surfaces for access. r 72 C. Identification of Pull and Junction Boxes: Each pull and junction box shall be labeled with indelible ink to indicate the wiring contained inside the box. The label shall indicate the panel and circuit number of the wiring contained. The cover plates of boxes serving emergency circuits shall be painted red. Boxes serving other systems shall be indicated by name (Fire Alarm, P.A., Telephone, Data Cable, Nurse Call, Etc.) 3. Underground Electrical Duct 3.1 Note A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 3.2 Submittals A. Submit manufacturer's data on all materials. 3.3 Scope A. The work shall include furnishing and installing all underground electrical duct and direct burial conduit, together with all other accessories required. (^ 3.4 Products 1. Conduits A. Underground Plastic Conduit: Type 40, heavy wall, high impact rigid virgin polyvinyl chloride (PVC) conduit and fittings, conforming to NEMA Publications TC2 and TO and UL listed for direct burial use; Carson or equivalent. B. Rigid Steel Conduit: As specified under Raceways and Fittings. C. PVC Coated Steel Conduit: The conduit before coating shall conform to UL Standard UL6 and ANSI Standard C80.1. The conduit after coating shall meet NEMA Standard C80.1. The conduit after coating shall meet NEMA Standard TNI -1974. The r., polyvinyl chloride coating shall be bonded to the galvanized outer surface of the conduit. The coating shall be a minimum of .020 inches (20 mil). A loose coupling shall have a PVC .., coating bonded to the outer surface with a PVC sleeve extending from both ends such that when the coupling and conduit are joined there shall be no exposed metal. 2. Pullboxes A. Pullboxes for underground lighting circuits shall be buried, fiberglass type with a bolted on cover. Boxes shall be equal to Carson Industries Model 1491-13B. 73 3.5 Excavation A. Perform all excavation work required in connection with the installation of the work under this Division. After the electrical work has been installed, tested and approved, backfill all excavations with suitable material. Include the cutting of all sidewalks, streets and other pavement and repairing the openings in them to return to the surface to approximately its original condition. B. Perform all excavations of every description of whatever substances encountered and to the depths required for installation of the work under this Division. C. During excavation, stack material suitable for backfilling in an orderly manner a sufficient distance from the banks of the trenches to prevent slides or cave-ins. Remove all excavated material not required or suitable for backfill, or waste as directed. Control grading to prevent surface water from flowing into excavations and remove any water accumulating therein by pumping. D. Use open cut grading and make trenches of the necessary width for proper installation of the lines with banks as nearly vertical as possible. E. Grade the bottom of trenches accurately to provide uniform bearing and support for conduit or duct on undisturbed soil at every point along its entire length. F. Refer to this section on protection and location of existing irrigation, control, and electric lines. 3.6 Backfilling A. Carefully backfill trenches with earth, sandy clay, sand and gravel, soft shale or other approved material free from large clods of earth or stone, deposited in thoroughly and carefully rammed 6 -inch layers. Do not use blasted rock, broken concrete or pavement, or large boulders as backfill material. Settling the backfill with water will be permissible and will be requirement when so directed. Re -open any trenches improperly filled or where settlement occurs to the depth required for proper compaction, then refill, mound over and smooth off. B. Backfill open trenches across sidewalks, or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6 -inch layers, each layer moistened and compacted to a density of not less than 95% Standard Proctor in such manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing value and permit paving of the area immediately after backfilling is completed. Along all other portions of the trenches, grade the ground to a 74 reasonable uniformity and leave the mounding over the trenches in a uniform and neat condition. 3.7 Opening and Closing Pavement A. Where excavation requires the opening of existing walks, streets, drives or other existing pavement, including "black topping," cut the pavement as required. Hold the size of the cut to a minimum consistent with the work to be accomplished. After the installation of the new work is completed and the excavation has been backfilled patch the paving using materials to match those cut out. Take care that the patches are level with the original surfaces and thoroughly bond with them. �— 3.8 Installation of Underground Plastic Conduit A. Install at least 30 inches below finished grade unless noted to the contrary. Assemble and install raceways in accordance with manufacturer's instructions. Make joints with couplings and solvent cement. Fabricate bends of 30 degrees or more with factory -made elbows, or make field bends with proper heating equipment. Bends showing signs of overheating or flattening are unacceptable. Ream ends of all conduit before joining. B. "Snake" plastic conduit in trench, from side to side, with a complete cycle every 40 feet to allow for expansion and contraction. Maintain this configuration during backfilling. C. Where conduit turns up out of earth, or floor slabs, change from plastic to rigid galvanized steel conduit below grade and outside of such structures. Do not extend any plastic conduit above grade. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. D. A warning tape to be placed approx. b" above the top of the pipe or 2nd wive for the entire length of the exposed area. E. The owner must be given twenty-four (24) hour notice before trenches are covered so that owners representative may be r present for inspection. After electric system has been inspected R and approved, trenches may be closed. r 3.9 Installation of Underground Steel Conduit P A. All steel conduit in earth shall be rigid galvanized steel conduit. Wrap such conduit with 3M Company 0.020 inch thick No. 51 f"scotchrap" vinyl plastic tape, half lapped to give a double thickness wrap. Remove all oil, grease and dirt from conduit with a suitable solvent, and clean and dry conduit before wrapping. If conduit is r" pre -wrapped in the shop and then cut and joined on the job, wrap all joints on the job, overlapping pipe wrapping 3" on both sides of joints. I" r - i 75 3.10 Installation of PVC coated Conduit A. During installation, visually examine the conduit for cuts. Patch these areas with a paste containing a PVC solvent obtained from the conduit manufacturer. The patch shall be built up to the original thickness of the coating and feathered out on all sides of the damaged area a minimum of 1/2 inch to provide a complete bonded seal over the damaged area. 4. Conductors 4.1 Note A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, an Supplemental Conditions. 4.2 Submittals A. ..Submit manufacturer's data on all materials. 4.3 Scope A. The work shall include the furnishing of all conductors, together with all splices, connections, identification, including pulling devices. 4.4 Products 1. Conductors (600 volts and under) A. Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross- section, free from flaws, scale and other imperfections; Okonite, Triangle, Anaconda or Simplex.. `No. 8 and larger shall be stranded; No. 10 and smaller shall be solid. B. Insulation: Branch circuits shall have type THW or THWN insulation unless the type is specifically designated or specified. Service feeders shall by type THW or THWN. Feeder circuits shall be Type THW or THWN. C. Circuits Subjected to High Temperatures: Type THHN or THWN conductors for wiring in proximity to boilers, and for motors and devices subject to high temperature because of high ambient temperature or, convection or radiant heat. D. Lighting Fixture Conductors: Type and size approved by the NEC for the purpose. i 76 2. Joints and Splices A. Stranded Copper Conductors: UL approved solderless bolted pressure connectors or Thomas and Betts Series 54000 l compression connectors. All connectors shall be of proper sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. ,., B. Stranded Aluminum Conductors: UL approved (AL/CU) solderless i bolted pressure connectors. All terminal lugs and connectors shall " be aluminum bodies and UL listed AL/CU. Equipment suppliers r.. shall be instructed to supply equipment with aluminum compatible termination's. Compression type lugs shall be used wherever space permits, two hole lugs for #2/0 AWG and larger, one hole for #1/0 -• AWG and smaller. If incompatible mechanical lugs are installed in vendor supplied equipment, they shall be replaced by compression type lugs if space permits. If not, a short length of copper conductor shall be pigtailed to the aluminum conductor with a UL fisted AL/CU aluminum alloy compression type splice connector sized for the conductor. C. Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL approved electrical spring connectors of "Scotchlok", Ideal or T & B "Piggy" make. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are w not acceptable. 4.5 Color Coding A. Use standardized color -coding of conductors throughout. All color coding shall be continuous for the entire length of the conductors, and shall be permanent and readily distinguished after installation. In cases where the specified colors of insulated wire and cable are unavailable, such conductors shall be color -coded, as specified above, by means of Brady, or equivalent, slip-on colored plastic sleeves or plastic tape at all pull boxes, support boxes, outlet boxes, panelboards, and other terminal and splicing points. be Grounding B. Neutral conductors shall white or natural gray. conductors shall be green, or green with one or more yellow stripes. C. Phase conductors shall be black, red and orange for phases AB, and C respectively in the 240 volt system. 77 4.6 Wirepulling A. Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling line to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. All conductors to be installed in a single conduit shall be pulled in together. Pull no conductors into conduits until all work of a nature which may cause injury to conductors is completed. Use an Underwriters' listed cable pulling compound where necessary. B. Cable Lubricants: All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. C. Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring. Lines shall be free from splices and shall have ample exposed length at each end. Identify each end of each line with a linen tag bearing complete information as to the purpose of the raceway and the location of its other end. All lines shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds.