Loading...
PA0801-CN081021 T H E - C 1 T Y •O F COPPELL *, 0 A s INVITATION TO BID INSTRUCTIONS/TERMS OF CONTRACT SPECIFICATIONS BID SHEET(S) FOR TRAIL AMENITIES PER THE CITY OF COPPELL SPECIFICATIONS AT THE CITY OF COPPELL TOWN CENTER PURCHASING DEPARTMENT OPENING DATE: TUESDAY, OCTOBER 21, 2008 AT 2:00 P.M. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 T H E C 1 T Y O F COPPELL A s 1 INVITATION TO BID Return Bid To: City of Coppell Purchasing Department PO Box 9478 Coppell, Texas 75019 The enclosed Invitation To Bid and accompanying Specifications with Bid Sheets are for your convenience in bidding the enclosed referenced products and/or services for the City of Coppell. Sealed bids shall be received no later than: 2:00 P.M., TUESDAY, OCTOBER 21, 2008. A Pre -Bid Conference will be held at 2:00 P.M., TUESDAY, OCTOBER 7, 2008, at the City of Coppell, 255 Parkway Blvd., Coppell, TX 75019. ATTENDANCE IS MANDATORY. Please reference Bid No. Q- 1008 -01, "TRAIL AMENITIES," in all correspondence pertaining to this bid and affix this number to outside front of bid envelope for identification. All bids shall be to the attention of the Purchasing Department. The City of Coppell appreciates your time and effort in preparing a bid. Please note that all bids must be received at the designated location by the deadline shown. Bids received after the deadline will be returned unopened and shall be considered void and unacceptable. Bid opening is scheduled to be held in the Office of the Purchasing Agent, 255 Parkway Boulevard, Coppell, Texas. You are invited to attend. If Bidder desires not to bid at this time, but wishes to remain on the commodity bid list, please submit a "NO BID" response (same time /location). The City of Coppell is always very conscious and extremely appreciative of the time and effort expended to submit a bid. However, on "NO BID" responses please communicate any bid requirement(s) which may have influenced your decision to "NO BID." If response is not received in the form of a "BID" or "NO BID" for three (3) consecutive Invitation To Bid, Bidder shall be removed from said bid list. However, if you choose to "NO BID" at this time but desire to remain on the bid list for other commodities, please state the specific product/service for which your firm wishes to be classified. Awards should be made approximately three weeks following the bid opening date. To obtain results, or if you have any questions, please contact the Purchasing Department at 972 - 304 -3644. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 2 BID Q- 1008 -01 TRAIL AMENITIES T H E • G 1 T Y O F COPPELL 9 A s s INVITATION TO BID INSTRUCTIONS /TERMS OF CONTRACT BID NO. Q- 1008 -01 TRAIL AMENITIES By order of the City Council of the City of Coppell, Texas, sealed bids will be received for: TRAIL AMENITIES IT IS UNDERSTOOD that the City Council of the City of Coppell, Texas reserves the right to reject any and /or all bids for any /or all products and /or services covered in this bid request and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City of Coppell. BIDS MUST BE submitted on the pricing forms included for that purpose in this packet. Each bid shall be placed in a separate sealed envelope, with each page manually signed by a person having the authority to bind the firm in a Contract, and marked clearly on the outside as shown below. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED! SUBMISSION OF BIDS: Sealed bids shall be submitted no later than 2:00 P.M., TUESDAY, OCTOBER 21, 2008 to the address as follows: City of Coppell Purchasing Department 255 Parkway Blvd. Coppell, Texas 75019 MARKENVELOPE: "BID NO. Q- 1008 -01, TRAIL AMENITIES" ALL BIDS MUST BE RECEIVED IN THE CITY'S PURCHASING DEPARTMENT BEFORE OPENING DATE AND TIME. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio /visual devices, and amanuenses) for participation in or access to the City of Coppell sponsored public programs, services and/or meetings, the City requests that individuals make request for these services forty-eight (48) hours ahead of the scheduled program, service and/or meeting. To make arrangements, contact Vivyon V. Bowman, ADA Coordinator or other designated official at (214) 462 -0022, or (TDD 1- 800 - RELAY, TX 1- 800 - 735- 2989). CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES FUNDING: Funds for payment have been provided through the City of Coppell budget approved by the City Council for this fiscal year only. State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current fiscal year shall be subject to budget approval. LATE BIDS: Bids received in the City of Coppell Purchasing Department after submission deadline will be considered void and unacceptable. The City of Coppell is not responsible for lateness or non - delivery of mail, carrier, etc., and the date /time stamp in the Purchasing Department shall be the official time of receipt. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineation, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF BID: A bid may not be withdrawn or canceled by the Bidder without the permission of the City for a period of ninety (90) days following the date designated for the receipt of bids, and Bidder so agrees upon submittal of their bid. SALES TAX: The City of Coppell is exempt by law from payment of Texas State Sales Tax and Federal Excise Tax. Bidder shall include any sales taxes from concession sales of taxable items on City property in the total price of the sale, and shall be responsible to report and pay such taxes in a timely manner. BID AWARD: The City reserves the right to award any combination of the three sections as is deemed in the best interest of the City. The City also reserves the right to not award one or none of the sections. CONTRACT: This bid, when properly accepted by the City of Coppell, shall constitute a Contract equally binding between the successful Bidder and the City. No different or additional terms will become a part of this Contract with the exception of Change Orders. CHANGE ORDERS: No oral statement of any individual shall modify or otherwise change, or affect the terms, conditions or Specifications stated in the resulting Contract. All Change Orders to the Contract will be made in writing by the City's Purchasing Agent. IF DURING THE life of the Contract, the successful Bidder's net prices to other customers for items awarded herein are reduced below the Contracted price, it is understood and agreed that the benefits of such reduction shall be extended to the City of Coppell. A PRICE redetermination may be considered by the City only at the anniversary date of the Contract and shall be substantiated in writing (i.e., Manufacturer's direct cost, postage rates, Railroad Commission rates, Wage /Labor rates, etc.). The Bidder's past history of honoring Contracts at the bid price will be an CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES important consideration in the evaluation of the lowest and best bid. The City reserves the right to accept or reject any /all of the price redetermination as it deems to be in the best interest of the City. DELIVERY: all delivery and freight charges (F.O.B. City of Coppell) are to be included in the bid price. DELIVERY TIME: Bids shall show number of days required to place goods ordered at the City's designated location. Failure to state delivery time may cause bid to be rejected. Successful Bidder shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful Bidder shall give written notice to the Purchasing Agent. The City has the right to extend delivery time if reason appears valid. Successful Bidder must keep the Purchasing Department advised at all times of the status of the order. CONFLICT OF INTEREST: No public official shall have interest in this Contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5. Subtitle C, Chapter 171. DISCLOSURE OF CERTAIN RELATIONSHIPS Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, this questionnaire must be filed with the records administrator of the City of Coppell not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. ETHICS: The Bidder shall not offer or accept gifts of anything of value nor enter into any business arrangement with any employee, official or agent of the City of Coppell. EXCEPTIONS /SUBSTITUTIONS: All bids meeting the intent of this Invitation To Bid will be considered for award. Bidders taking exception to the Specifications, or offering substitutions, shall state these exceptions in the section provided or by attachment as part of the bid. In the absence of such, a list shall indicate that the Bidder has not taken exceptions and shall hold the Bidder responsible to perform in strict accordance with the Specifications of the Invitation. The City of Coppell reserves the right to accept any and all, or none, of the exception(s)/ substitution(s) deemed to be in the best interest of the City. ADDENDA: Any interpretations, corrections or changes to this Invitation To Bid and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Coppell Purchasing Agent. Addenda will be mailed to all who are known to have received a copy of this Invitation To Bid. Bidders shall acknowledge receipt of all addenda. DESCRIPTIONS: Any reference to model and/or make /manufacturer used in bid Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City's Purchasing Agent. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES Addenda will be mailed to all who are known to have received a copy of this invitation to Bid. Bidders shall acknowledge receipt of all addenda. BID MUST COMPLY with all federal, state, county, and local laws concerning these types of service(s). DESIGN, STRENGTH, QUALITY of materials must conform to the highest standards of manufacturing and engineering practice. All items supplied against credit must be new and unused, unless otherwise specified, in first -class condition and of current manufacturer. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective Bidder must affirmatively demonstrate Bidder's responsibility. A prospective Bidder must meet the following requirements: 1. Have adequate financial resources, or the ability to obtain such resources as required; 2. be able to comply with the required or proposed delivery schedule; 3. have a satisfactory record of performance; 4. have a satisfactory record of integrity and ethics; 5. be otherwise qualified and eligible to receive an award. The City may request representation and other information sufficient to determine Bidder's ability to meet these minimum standards listed above. REFERENCES: The City requests Bidder to supply, with this Invitation To Bid, a list of at least three (3) references where like products and/or services have been supplied by their firm. Include name of firm, address, telephone number and name of representative. BIDDER SHALL PROVIDE with this bid response, all documentation required by this Invitation To Bid. Failure to provide this information may result in rejection of bid. SUCCESSFUL BIDDER SHALL defend, indemnify and save harmless the City of Coppell and all its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful Bidder, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any Contract which may result from bid award. Successful Bidder indemnifies and will indemnify and save harmless the City from liability, claim or demand on their part, agents, servants, customers, and /or employees whether such liability, claim or demand arise from event or casualty happening or within the occupied premises themselves or happening upon or in any of the halls, elevators, entrances, stairways or approaches of or to the facilities within which the occupied premises are located. Successful Bidder shall pay any judgment with costs which may be obtained against the City growing out of such injury or damages. In addition, Contractor shall obtain and file with Owner City of Coppell a Standard Certificate of Insurance and applicable policy endorsement evidencing the required coverage and naming the owner City of Coppell as an additional insured on the required coverage. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES WAGES: Successful Bidder shall pay or cause to be paid, without cost or expense to the City of Coppell, all Social Security, Unemployment and Federal Income Withholding Taxes of all such employees and all such employees shall be paid wages and benefits as required by Federal and /or State Law. TERMINATION OF CONTRACT: This Contract shall remain in effect until Contract expires, delivery and acceptance of products and /or performance of services ordered or terminated by either party with a thirty (30) day written notice prior to any cancellation. The successful Bidder must state therein the reasons for such cancellation. The City of Coppell reserves the right to award canceled Contract to next lowest and best Bidder as it deems to be in the best interest of the City of Coppell. TERMINATION FOR DEFAULT: The City of Coppell reserves the right to enforce the performance of this Contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach or default of this Contract. The City of Coppell reserves the right to terminate the Contract immediately in the event the successful Bidder fails to: 1. Meet schedules; 2. defaults in the payment of any fees; or 3. otherwise perform in accordance with these Specifications. Breach of Contract or default authorizes the City of Coppell to exercise any or all of the following rights: 1. The City may take possession of the assigned premises and any fees accrued or becoming due to date; 2. the City may take possession of all goods, fixtures and materials of successful Bidder therein and may foreclose its lien against such personal property, applying the proceeds toward fees due or thereafter becoming due. In the event the successful Bidder shall fail to perform, keep or observe any of the terms and conditions to be performed, kept or observed, the City shall give the successful Bidder written notice of such default; and in the event said default is not remedied to the satisfaction and approval of the city within two (2) working days of receipt of such notice by the successful Bidder, default will be declared and all the successful Bidder's rights shall terminate. Bidder, in submitting this bid, agrees that the City of Coppell shall not be liable to prosecution for damages in the event that the City declares the Bidder in default. NOTICE: Any notice provided by this bid (or required by law) to be given to the successful Bidder by the City of Coppell shall conclusively deemed to have been given and received on the next day after such written notice has been deposited in the mail in the City of Coppell, Texas by Registered or Certified Mail CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES with sufficient postage affixed thereto, addressed to the successful Bidder at the address so provided; provided this shall not prevent the giving of actual notice in any other manner. PATENTS /COPYRIGHTS: The successful Bidder agrees to protect the City of Coppell from claims involving infringement of patents and /or copyrights. CONTRACT ADMINISTRATOR: Under this Contract, the City of Coppell may appoint a Contract Administrator with designated responsibility to ensure compliance with Contract requirements, such as but not limited to, acceptance, inspection and delivery. The Contract Administrator will serve as liaison between the City of Coppell Purchasing Department (which has the overall Contract Administration responsibilities) and the successful Bidder. PURCHASE ORDER: A Purchase Order(s) shall be generated by the City of Coppell to the successful Bidder. The Purchase Order number must appear on all itemized invoices and packing slips. The City of Coppell will not be held responsible for any orders placed /delivered without a valid current Purchase Order number. PACKING SLIPS or other suitable shipping documents shall accompany each special order shipment and shall show: (a) name and address of successful Bidder, (b) name and address of receiving department and /or delivery location, (c) Purchase Order number, and (d) descriptive information as to the item(s) delivered, including product code, item number, quantity, number of containers, etc. INVOICES shall show all information as stated above, shall be issued for each Purchase Order and shall be mailed directly to the City of Coppell Finance /Accounts Payable Department, 255 Parkway Blvd., Coppell, Texas 75019. PAYMENT will be made upon receipt and acceptance by the City of Coppell for any item(s) ordered and receipt of a valid invoice, in accordance with the State of Texas Prompt Payment Act, Article 601 f V.T.C.S. Successful Bidder(s) required to pay subcontractors within ten (10) days. ITEMS supplied under this Contract shall be subject to the City's approval. Items found defective or not meeting Specifications shall be picked up and replaced by the successful Bidder at the next service date at no expense to the City of Coppell. If item is not picked up within one (1) week after notification, the item will become a donation to the City for disposition. SAMPLES: When requested, samples shall be furnished free of expense to the City of Coppell. WARRANTY: Successful Bidder shall warrant that all items /services shall conform to the proposed Specifications and /or all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. A copy of the warranty for each item being bid must be enclosed. Failure to comply with the above requirements for literature and warranty information could cause bid to be rejected. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES REMEDIES: The successful Bidder and the City of Coppell agree that both parties have all rights, duties and remedies available as stated in the Uniform Commercial Code. VENUE: This Agreement will be governed and construed according to the laws of the State of Texas. This Agreement is performable in the City of Coppell, Texas. ASSIGNMENT: The successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without prior written consent of the City of Coppell. SPECIFICATIONS and model numbers are for description only. Bidder may bid on description only. Bidder may bid on alternate model but must clearly indicate alternate model being bid. Bidder must enclose full descriptive literature on alternate item(s). SILENCE OF SPECIFICATION: The apparent silence of these Specifications as to any detail or to the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these Specifications shall be made on the basis of this statement. Each insurance policy to be furnished by successful Bidder shall include, by endorsement to the policy, a statement that a notice shall be given to the City of Coppell by Certified Mail thirty (30) days prior to cancellation or upon any material change in coverage. ANY QUESTIONS concerning this Invitation To Bid and Specifications should be directed to the Purchasing Department at 972 - 304 -3643. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES T H E C 1 T Y O F COPPELL pk, „,„ A s , a BID Q- 1008 -01 TRAIL AMENITIES BIDDERS PLEASE NOTE: ONE COPY OF THE FOLLOWING BID SHEETS HAVE BEEN ENCLOSED FOR YOUR CONVENIENCE (SPECIFICATIONS AND CONFLICT OF INTEREST FORM) TWO COPIES MUST BE RETURNED TO THE PURCHASING DEPARTMENT NO LATERTHAN 2:00 P.M., TUESDAY, OCTOBER 21, 2008. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE ONLY Government Code by a person doing business with the governmental entity. Date Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Name of person doing business with local governmental entity. 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. 4 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. Adopted 11/02/2005 CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendor or other person doing business with local governmental entity 5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES. This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? ❑ Yes ❑ No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? ❑ Yes ❑ No C. Is the filer of this questionnaire affiliated with a corporation or other business entity_that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? LJ Yes ❑ No D. Describe each affiliation or business relationship. 6 Signature of person doing business with the governmental entity Date Adopted 11/02/2005 CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID Q- 1008 -01 TRAIL AMENITIES City of Coppell, Texas This Agreement is made by and between the City of Coppell, Texas, a home -rule municipality (hereinafter referred to as the "Owner ") and , (hereinafter referred to as the "Contractor ") for construction of , (hereinafter referred to as the "Project "), the Owner and the Contractor hereby agreeing as follows: ARTICLE I 1.4 No PRIVITY WITH OTHERS THE CONTRACT AND THE CONTRACT 1.4.1 Nothing contained in this Contract shall DOCUMENTS create, or be interpreted to create, privity or any other contractual agreement between the Owner and any 1.1 THE CONTRACT person or entity other than the Contractor. 1.1.1 The Contract between the Owner and 1.5 INTENT AND INTERPRETATION the Contractor, of which this Agreement is a part, consists of the Contract Documents. It shall be 1.5.1 The intent of this Contract is to require effective on the date this Agreement is executed by complete, correct and timely execution of the Work. the last party to execute it. Any Work that may be required, implied or inferred by the Contract Documents, or any one or more of 1.2. THE CONTRACT DOCUMENTS them, as necessary to produce the intended result shall be provided by the Contractor for the Contract 1.2.1 The Contract Documents consist of this Price. Agreement, the Invitation to Bid, Requirements and Instructions to Bidders, the Specifications, the 1.5.2 This Contract is intended to be an Drawings, the Project Manual, all Change Orders and integral whole and shall be interpreted as internally Field Orders issued hereafter, any other amendments consistent. What is required by any one Contract hereto executed by the parties hereafter, together with Document shall be considered as required by the the following (if any): Contract. Documents not enumerated in this Paragraph 1.2.1 1.5.3 When a word, term or phrase is used in are not Contract Documents and do not form part of this Contract, it shall be interpreted or construed, this Contract. first, as defined herein; second, if not defined, according to its generally accepted meaning in the 1.3 ENTIRE AGREEMENT construction industry; and third, if there is no generally accepted meaning in the construction 1.3.1 This Contract, together with the industry, according to its common and customary Contractor's performance and payment bonds for the usage. Project, all General Conditions, Special Conditions, Plans and Specifications, and Addenda attached 1.5.4 The words "include ", "includes ", or thereto, constitute the entire and exclusive agreement "including ", as used in this Contract, shall be deemed between the Owner and the Contractor with reference to be followed by the phrase, "without limitation ". to the Project. Specifically, but without limitation, this Contract supersedes any bid documents and all 1.5.5 The specification herein of any act, prior written or oral communications, representations failure, refusal, omission, event, occurrence or and negotiations, if any, between the Owner and condition as constituting a material breach of this Contractor not expressly made a part hereof. Contract shall not imply that any other, non - specified act, failure, refusal, omission, event, occurrence or condition shall be deemed not to constitute a material breach of this Contract. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 16 BID Q- 1008 -01 TRAIL AMENITIES 1.5.6 Words or terms used as nouns in this establishing the extent or scope of the Work to be Contract shall be inclusive of their singular and plural performed by Subcontractors. forms, unless the context of their usage clearly requires a contrary meaning. 1.6 OWNERSHIP OF 1.5.7 The Contractor shall have a continuing CONTRACT DOCUMENTS duty to read, carefully study and compare each of the Contract Documents, the Shop Drawings, the Product 1.6.1 The Contract Documents, and each of Data, and any Plans and Specifications, and shall them, shall remain the property of the Owner. The give written notice to the Owner of any Contractor shall have the right to keep one record set inconsistency, ambiguity, error or omission which the of the Contract Documents upon completion of the Contractor may discover with respect to these Project; provided, however, that in no event shall documents before proceeding with the affected Work. Contractor use, or permit to be used, any or all of The issuance, or the express or implied approval by such Contract Documents on other projects without the Owner or the Architect of the Contract the Owner's prior written authorization. Documents, Shop Drawings or Product Data shall not relieve the Contractor of the continuing duties imposed hereby, nor shall any such approval be evidence of the Contractor's compliance with this ARTICLE II Contract. The Owner has requested the Architect to only prepare documents for the Project, including the THE WORK Drawings and Specifications for the Project, which are accurate, adequate, consistent, coordinated and 2.1 The Contractor shall perform all of the sufficient for construction. HOWEVER, THE Work required, implied or reasonably inferable from, OWNER MAKES NO REPRESENTATION OR this Contract. WARRANTY OF ANY NATURE WHATSOEVER TO THE CONTRACTOR CONCERNING SUCH 2.2 WORK DOCUMENTS. By the execution hereof, the Contractor acknowledges and represents that it has 2.2.1 The term "Work" shall mean whatever received, reviewed and carefully examined such is done by or required of the Contractor to perform documents, has found them to be complete, accurate, and complete its duties under this Contract, including adequate, consistent, coordinated and sufficient for the following: construction of the whole or a construction, and that the Contractor has not, does designated part of the Project; furnishing of any not, and will not rely upon any representation or required surety bonds and insurance, and the warranties by the Owner concerning such documents provision or furnishing of labor, supervision, as no such representation or warranties have been or services, materials, supplies, equipment, fixtures, are hereby made. Further, the Contractor represents appliances, facilities, tools, transportation, storage, and warrants that it has had a sufficient opportunity power, permits and licenses required of the to inspect the Project site and assumes any and all Contractor, fuel, heat, light, cooling and all other responsibility for inadequacies or ambiguities in the utilities as required by this Contract. The Work to be plans, drawings or specifications as well as for latent performed by the Contractor is generally described as conditions of the site where the work is to be follows: performed. 1.5.8 As between numbers and scaled measurements on the Drawings and in the Design, the numbers shall govern, as between larger scale and smaller scale drawings, the larger scale shall govern. 1.5.9 Neither the organization of any of the Contract Documents into divisions, sections, paragraphs, articles, (or other categories), nor the 2.2.2 The Contractor shall be responsible for organization or arrangement of the Design, shall control the Contractor in dividing the Work or in paying for and procuring all materials and labor and furnishing all services necessary or appropriate for CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 17 BID Q- 1008 -01 TRAIL AMENITIES the full performance of the Work and the for the full damages representing an estimate of delay damages completion of the Project. All materials shall be new likely to be sustained by the Owner, estimated at or and materials and workmanship shall be of good before the time of executing this Contract. When the quality. Upon request, the Contractor shall furnish Owner reasonably believes that Substantial satisfactory proof of the type, kind, and quality of Completion will be inexcusably delayed, the Owner materials. shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. if and ARTICLE III when the Contractor overcomes the delay in achieving Substantial Completion, or any part CONTRACT TIME thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor 3.1 TIME AND LIQUIDATED DAMAGES those funds withheld, but no longer applicable, as liquidated damages. 3.1.1 The Contractor shall commence the Work within 10 days of receipt of a written Notice to 3.1.3 In the event that the Contractor achieves Proceed, and shall achieve Substantial Completion of certification of substantial completion prior to the the Work no later than calendar days from the scheduled completion date, the Owner shall pay to date specified in the Notice to Proceed. The parties the Contractor the sum of $ per day for each acknowledge that time is of the essence in the calendar day that substantial completion is certified performance of the terms of this Contract. The term in advance of the scheduled completion date. "calendar days" shall mean any and all days of the week or month, no days being excepted. "Hours 3.1.4 No claim shall be made by the worked before 8:00 a.m. after 5:00 p.m., all weekends Contractor to the Owner, and no damages, costs or and holidays are subject to overtime. Overtime request extra compensation shall be allowed or paid by the must be made in writing and approved by the City of Owner to the Contractor for any delay or hindrance Coppell. Seventy-two hours notice required. All from any cause in the progress or completion of the overtime incurred by the City for inspection services Work or this Contract. The Contractor's sole remedy shall be paid by the Contractor. If not paid, such cost in the event of any delay or hindrance shall be to may be deducted from partial payments." It is request time extensions by written change orders as contemplated by the parties that the progress of the provided for hereinafter. Should the Contractor be Work may be delayed by certain conditions beyond delayed by an act of the Owner, or should the Owner the control of the parties; these delays have been order a stoppage of the Work for sufficient cause, an contemplated by the parties and considered in the extension of time shall be granted by the Owner by time allotted for performance specified herein and written authorization upon written application, which includes, but is not limited to delays occasioned on extension shall not be unreasonably denied, to account of adverse weather, temporary unavailability compensate for the delay. of materials, shipment delays, and the presence and potential interference of other contractors who may 3.1.5 The Owner shall have the authority to be performing work at the Project site unrelated to suspend the Work wholly or in part for such period or this agreement. periods of time as it may deem appropriate due to unsuitable conditions considered unfavorable for the The number of calendar days from the date on which proper prosecution of the Work or for the failure of the Work is permitted to proceed, through the date set the Contractor to carry out instructions from the forth for Substantial Completion, shall constitute the Owner or Owner's representative. During any period "Contract Time ". in which the Work is stopped or during which any of the Work is not actively in progress for any reason, 3.1.2 The Contractor shall pay the Owner the Contractor shall properly protect the site and the sum of $ per day for each and every Work from damage, loss or harm. calendar day of unexcused delay in achieving Substantial Completion beyond the date set forth 3.2 SUBSTANTIAL COMPLETION herein for Substantial Completion of the Work. Any sums due and payable hereunder by the Contractor 3.2.1 "Substantial Completion" shall mean shall be payable, not as a penalty, but as liquidated that stage in the progression of the Work when the CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 18 BID Q- 1008 -01 TRAIL AMENITIES Work is sufficiently complete in accordance with this acknowledged and accepted in writing by the Contract that the Owner can enjoy beneficial use or Architect and the Owner. occupancy of the Work and can utilize the Work for its intended purpose, even though minor 5.2 PAYMENT PROCEDURE miscellaneous work and/or adjustment may be required. 5.2.1 The Owner shall pay the Contract Price to the Contractor as provided below. 3.3 TIME IS OF THE ESSENCE 5.2.2 PROGRESS PAYMENTS — Based upon the 3.3.1 All limitations of time set forth in the Contractor's Applications for Payment submitted to Contract Documents are of the essence of this the Architect and upon Certificates for Payment Contract. subsequently issued to the Owner by the Architect, the Owner shall make progress payments to the Contractor on account of the Contract Price. ARTICLE IV 5.2.3 On or before the 25th day of each month after commencement of the Work, the CONTRACT PRICE Contractor shall submit an Application for Payment for the period ending the 15th day of the month to the 4.1 THE CONTRACT PRICE Architect in such form and manner, and with such supporting data and content, as the Owner or the 4.1.1 The Owner shall pay, and the Architect may require. Therein, the Contractor may Contractor shall accept, as full and complete payment request payment for ninety percent (90 %) of that for all of the Work required herein, the fixed sum of portion of the Contract Price properly allocable to $ Contract requirements properly provided, labor, materials and equipment properly incorporated in the The sum set forth in this Paragraph 4.1 shall Work, less the total amount of previous payments constitute the Contract Price which shall not be received from the Owner. Such Application for modified except by written Change Order as provided Payment shall be signed by the Contractor and shall in this Contract. constitute the Contractor's representation that the Work has progressed to the level for which payment is requested m accordance with the Schedule of Values, that the Work has been properly installed or ARTICLE V performed in full compliance with this Contract, and that the Contractor knows of no reason why payment PAYMENT OF THE CONTRACT PRICE should not be made as requested. Thereafter, the Architect will review the Application for Payment 5.1 SCHEDULE OF VALUES and may also review the Work at the Project site or elsewhere to determine whether the quantity and 5.1.1 Within ten (10) calendar days of the quality of the Work is as represented in the effective date hereof, the Contractor shall submit to Application for Payment and is as required by this the Owner and to the Architect a Schedule of Values Contract. The Architect shall determine and certify allocating the Contract Price to the various portions to the Owner the amount properly owing to the of the Work. The Contractor's Schedule of Values Contractor. The Owner shall make partial payments shall be prepared in such form, with such detail, and on account of the Contract Price to the Contractor supported by such data as the Architect or the Owner within thirty (30) days following the Architect's may require to substantiate its accuracy. The receipt and approval of each Application for Contractor shall not imbalance its Schedule of Values Payment. The amount of each partial payment shall nor artificially inflate any element thereof. The be the amount certified for payment by the Architect violation of this provision by the Contractor shall less such amounts, if any, otherwise owing by the constitute a material breach of this Contract. The Contractor to the Owner or which the Owner shall Schedule of Values shall be used only as a basis for have the right to withhold as authorized by this the Contractor's Applications for Payment and shall Contract. The Architect's certification of the only constitute such basis after it has been Contractor's Application for Payment shall not CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 19 BID Q- 1008 -01 TRAIL AMENITIES preclude the Owner from the exercise of any of its (d) evidence that the balance of the Work rights as set forth in Paragraph 5.3 hereinbelow. cannot be completed in accordance with the Contract for the unpaid balance of 5.2.4 The Contractor warrants that title to all the Contract Price, Work covered by an Application for Payment will pass to the Owner no later than the time of payment. (e) evidence that the Work will not be The Contractor further warrants that upon submittal completed in the time required for of an Application for Payment, all Work for which substantial or fmal completion; payments have been received from the Owner shall be free and clear of liens, claims, security interest or (f) persistent failure to carry out the Work other encumbrances in favor of the Contractor or any in accordance with the Contract; other person or entity whatsoever. (g) damage to the Owner or a third party to 5.2.5 The Contractor shall promptly pay each whom the Owner is, or may be, liable. Subcontractor out of the amount paid to the Contractor on account of such Subcontractor's Work, In the event that the Owner makes the amount to which such Subcontractor is entitled. written demand upon the Contractor for amounts In the event the Owner becomes informed that the previously paid by the Owner as contemplated in this Contractor has not paid a Subcontractor as herein Subparagraph 5.3.1, the Contractor shall promptly provided, the Owner shall have the right, but not the comply with such demand. The Owner shall have no duty, to issue future checks in payment to the duty to third parties to withhold payment to the Contractor of amounts otherwise due hereunder Contractor and shall incur no liability for a failure to naming the Contractor and such Subcontractor as withhold funds. joint payees. Such joint check procedure, if employed by the Owner, shall create no rights in 5.4 UNEXCUSED FAILURE TO PAY favor of any person or entity beyond the right of the named payees to payment of the check and shall not 5.4.1 If within fifteen (15) days after the date be deemed to commit the Owner to repeat the established herein for payment to the Contractor by procedure in the future. the Owner, the Owner, without cause or basis hereunder, fails to pay the Contractor any amount 5.2.6 No progress payment, nor any use or then due and payable to the Contractor, then the occupancy of the Project by the owner, shall be Contractor may after ten (10) additional days' written interpreted to constitute an acceptance of any Work notice to the Owner and the Architect, and without not in strict accordance with this Contract. prejudice to any other available rights or remedies it may have, stop the Work until payment of those 5.3 WITHHELD PAYMENT amounts due from the Owner have been received. Late payments shall not accrue interest or other late 5.3.1 The Owner may decline to make charges. payment, may withhold funds, and, if necessary, may demand the return of some or all of the amounts 5.5 SUBSTANTIAL COMPLETION previously paid to the Contractor, to protect the Owner from loss because of: 5.5.1 When the Contractor believes that the Work is substantially complete, the Contractor shall (a) defective Work not remedied by the submit to the Architect a list of items to be completed Contractor nor, in the opinion of the or corrected. When the Architect on the basis of an Owner, likely to be remedied by the inspection determines that the Work is in fact Contractor; substantially complete, it will prepare a Certificate of Substantial Completion which shall establish the date (b) claims of third parties against the of Substantial Completion, shall state the Owner or the Owner's property; responsibilities of the Owner and the Contractor for Project security, maintenance, heat, utilities, damage (c) failure by the Contractor to pay to the Work, and insurance, and shall fix the time Subcontractors or others in a prompt within which the Contractor shall complete the items and proper fashion; listed therein. Guarantees required by the Contract shall commence on the date of Substantial CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 20 BID Q- 1008 -01 TRAIL AMENITIES Completion of the Work. The Certificate of otherwise due the Contractor an amount then Substantial Completion shall be submitted to the believed by the Owner to be adequate to recover Owner and the Contractor for their written liquidated damages applicable to such delays. If and acceptance of the responsibilities assigned to them in when the Contractor overcomes the delay in such certificate. achieving final completion, or any part thereof, for which the Owner has withheld payment, the Owner Upon Substantial Completion of the Work, and shall promptly release to the Contractor those funds execution by both the Owner and the Contractor of withheld, but no longer applicable, as liquidated the Certificate of Substantial Completion, the Owner damages. shall pay the Contractor an amount sufficient to increase total payments to the Contractor to one 5.6.2 The Contractor shall not be entitled to hundred percent (100 %) of the Contract Price less final payment unless and until it submits to the three hundred percent (300 %) of the reasonable cost Architect its affidavit that all payrolls, invoices for as determined by the Owner and the Architect for materials and equipment, and other liabilities completing all incomplete Work, correcting and connected with the Work for which the Owner, or the bringing into conformance all defective and Owner's property might be responsible, have been nonconforming Work, and handling all unsettled fully paid or otherwise satisfied; releases and waivers claims. of lien from all Subcontractors of the Contractor and of any and all other parties required by the Architect 5.6 COMPLETION AND FINAL PAYMENT or the Owner; consent of Surety, if any, to fmal payment. If any third party fails or refuses to provide 5.6.1 When all of the Work is fmally a release of claim or waiver of lien as required by the complete and the Contractor is ready for a fmal Owner, the Contractor shall furnish a bond inspection, it shall notify the Owner and the Architect satisfactory to the Owner to discharge any such lien thereof in writing. Thereupon, the Architect will or indemnify the Owner from liability. make final inspection of the Work and, if the Work is complete in full accordance with this Contract and 5.6.3 The Owner shall make final payment of this Contract has been fully performed, the Architect all sums due the Contractor within ten (10) days of will promptly issue a final Certificate for Payment the Architect's execution of a fmal Certificate for certifying to the Owner that the Project is complete Payment. and the Contractor is entitled to the remainder of the unpaid Contract Price, less any amount withheld 5.6.4 Acceptance of final payment shall pursuant to this Contract. If the Architect is unable to constitute a waiver of all claims against the Owner by issue its final Certificate for Payment and is required the Contractor except for those claims previously to repeat its final inspection of the Work, the made in writing against the Owner by the Contractor, Contractor shall bear the cost of such repeat final pending at the time of final payment, and identified inspection(s) which cost may be deducted by the in writing by the Contractor as unsettled at the time Owner from the Contractor's final payment. of its request for fmal payment. 5.6.1.1 If the Contractor fails to achieve fmal 5.6.5 Under no circumstance shall Contractor completion within the time fixed therefor by the be entitled to receive interest on any payments or Architect in its Certificate of Substantial Completion, monies due Contractor by the Owner, whether the the Contractor shall pay the Owner the sum set forth amount on which the interest may accrue is timely, hereinabove as liquidated damages per day for each late, wrongfully withheld, or an assessment of and every calendar day of unexcused delay in damages of any kind. achieving fmal completion beyond the date set forth herein for fmal completion of the Work. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner reasonably believes that final completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 21 BID Q- 1008 -01 TRAIL AMENITIES ARTICLE VI cause of such stoppage will be eliminated or corrected, then the Owner may, without prejudice to THE OWNER any other rights or remedies the Owner may have against the Contractor, proceed to carry out the 6.1 INFORMATION, SERVICES AND THINGS subject Work. In such a situation, an appropriate Change Order shall be issued deducting from the REQUIRED FROM OWNER Contract Price the cost of correcting the subject deficiencies, plus compensation for the Architect's 6.1.1 The Owner shall furnish to the additional services and expenses necessitated Contractor, at the time of executing this Contract, any thereby, if any. If the unpaid portion of the Contract and all written and tangible material in its possession Price is insufficient to cover the amount due the concerning conditions below ground at the site of the Owner, the Contractor shall pay the difference to the Project. Owner. Such written and tangible material is furnished to the Contractor only in order to make complete disclosure of such material and for no other purpose. By ARTICLE VII furnishing such material, the Owner does not represent, warrant, or guarantee its accuracy either in THE CONTRACTOR whole, in part, implicitly or explicitly, or at all, and shall have no liability therefor. The Owner shall also 7.1 The Contractor is again reminded of its furnish surveys, legal limitations and utility locations continuing duty set forth in Subparagraph 1.5.7. The (if known), and a legal description of the Project site. Contractor shall perform no part of the Work at any time without adequate Contract Documents or, as 6.1.2 Excluding permits and fees normally appropriate, approved Shop Drawings, Product Data the responsibility of the Contractor, the Owner shall or Samples for such portion of the Work. If the obtain all approvals, easements, and the like required Contractor performs any of the Work knowing it for construction and shall pay for necessary involves a recognized error, inconsistency or assessments and charges required for construction, omission in the Contract Documents without such use or occupancy of permanent structures or for notice to the Architect, the Contractor shall bear permanent changes in existing facilities. responsibility for such performance and shall bear the cost of correction. 6.1.3 The Owner shall furnish the Contractor, free of charge, one copy of the Contract Documents 7.2 The Contractor shall perform the Work for execution of the Work. strictly in accordance with this Contract. 6.2 RIGHT TO STOP WORK 7.3 The Contractor shall supervise and direct the Work using the Contractor's best skill, 6.2.1 If the Contractor persistently fails or effort and attention. The Contractor shall be refuses to perform the Work in accordance with this responsible to the Owner for any and all acts or Contract, or if the best interests of the public health, omissions of the Contractor, its employees and others safety or welfare so require, the Owner may order the engaged in the Work on behalf of the Contractor. Contractor to stop the Work, or any described portion thereof, until the cause for stoppage has been 7.3.1 The Contractor shall give adequate corrected, no longer exists, or the Owner orders that attention to the faithful prosecution of the Work and Work be resumed. In such event, the Contractor shall the timely completion of this Contract, with authority immediately obey such order. to determine the manner and means of performing such Work, so long as such methods insure timely 6.3 OWNER'S RIGHT TO PERFORM WORK completion and proper performance. 6.3.1 If the Contractor's Work is stopped by 7.3.2 The Contractor shall exercise all the Owner under Paragraph 6.2, and the Contractor appropriate means and measures to insure a safe and fails within seven (7) days of such stoppage to secure jobsite in order to avoid and prevent injury, provide adequate assurance to the Owner that the damage or loss to persons or property. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 22 BID Q- 1008 -01 TRAIL AMENITIES 7.4 WARRANTY bound by the provisions of this Subparagraph 7.6.2 as though such individuals had been listed above. 7.4.1 The Contractor warrants to the Owner that all labor furnished to progress the Work under 7.7 The Contractor, within fifteen (15) days of this Contract will be competent to perform the tasks commencing the Work, shall submit to the Owner undertaken, that the product of such labor will yield and the Architect for their information, the only first -class results, that materials and equipment Contractor's schedule for completing the Work. The furnished will be of good quality and new unless Contractor's schedule shall be revised no less otherwise permitted by this Contract, and that the frequently than monthly (unless the parties otherwise Work will be of good quality, free from faults and agree in writing) and shall be revised to reflect defects and in strict conformance with this Contract. conditions encountered from time to time and shall All Work not conforming to these requirements may be related to the entire Project. Each such revision be considered defective. shall be furnished to the Owner and the Architect. Failure by the Contractor to strictly comply with the 7.5 The Contractor shall obtain and pay for provisions of this Paragraph 7.7 shall constitute a all permits, fees and licenses necessary and ordinary material breach of this Contract. for the Work. The Contractor shall comply with all lawful requirements applicable to the Work and shall 7.8 The Contractor shall continuously give and maintain any and all notices required by maintain at the site, for the benefit of the owner and applicable law pertaining to the Work. the Architect, one record copy of this Contract marked to record on a current basis changes, 7.6 SUPERVISION selections and modifications made during construction. Additionally, the Contractor shall 7.6.1 The Contractor shall employ and maintain at the site for the Owner and Architect the maintain at the Project site only competent approved Shop Drawings, Product Data, Samples and supervisory personnel. Absent written instruction other similar required submittals. Upon final from the Contractor to the contrary, the completion of the Work, all of these record superintendent shall be deemed the Contractor's documents shall be delivered to the Owner. authorized representative at the site and shall be authorized to receive and accept any and all 7.9 SHOP DRAWINGS, PRODUCT communications from the Owner or the Architect. DATA AND SAMPLES 7.6.2 Key supervisory personnel assigned by the Contractor to this Project are as follows: 7.9.1 Shop Drawings, Product Data, Samples and other submittals from the Contractor do not NAME FUNCTION constitute Contract Documents. Their purpose is merely to demonstrate the manner in which the Contractor intends to implement the Work in conformance with information received from the Contract Documents. 7.9.2 The Contractor shall not perform any portion of the Work requiring submittal and review of Shop Drawings, Product Data or Samples unless and until such submittal shall have been approved by the Architect. Approval by the Architect, however, shall not be evidence that Work installed pursuant So long as the individuals named above remain thereto conforms with the requirements of this actively employed or retained by the Contractor, they Contract. shall perform the functions indicated next to their names unless the Owner agrees to the contrary in writing. In the event one or more individuals not listed above subsequently assume one or more of those functions listed above, the Contractor shall be CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 23 BID Q- 1008 -01 TRAIL AMENITIES 7.10 CLEANING THE SITE INCLUDING CLAIMS AND DAMAGES ARISING IN WHOLE OR IN PART FROM THE AND THE PROJECT NEGLIGENCE OF OWNER, WITHOUT, HOWEVER, WAIVING ANY GOVERN -MENTAL 7.10.1 The Contractor shall keep the site IMMUNITY AVAILABLE TO THE OWNER reasonably clean during performance of the Work. UNDER TEXAS LAW AND WITHOUT WAIVING Upon final completion of the Work, the Contractor ANY DEFENSES OF THE PARTIES UNDER shall clean the site and the Project and remove all TEXAS LAW. THE PROVISIONS OF THIS waste, rubbish, temporary structures, and other 1NDEMNI- FICATION ARE SOLELY FOR THE materials together with all of the Contractor's BENEFIT OF THE PARTIES HERETO AND NOT property therefrom. Contractor shall dispose of all INTENDED TO CREATE OR GRANT ANY refuse at a Texas Natural Resource Conservation RIGHTS, CONTRACTUAL OR OTHERWISE, TO Commission approved landfill. The Contractor shall ANY OTHER PERSON OR ENTITY. IT IS THE further restore all property damaged during the EXPRESSED INTENT OF THE PARTIES TO THIS prosecution of the Work and shall leave the site in a AGREEMENT THAT THE INDEMNITY clean and presentable condition. No additional PROVIDED FOR IN THIS CONTRACT IS AN payment shall be made by the Owner for this work, INDEMNITY EXTENDED BY CONTRACTOR TO the compensation having been considered and INDEMNIFY AND PROTECT OWNER FROM included in the contract price. THE CONSEQUENCES OF THE CONTRACTOR'S AS WELL AS THE OWNER'S 7.11 ACCESS TO WORK AND INSPECTIONS NEGLIGENCE, WHETHER SUCH NEGLIGENCE IS THE SOLE OR PARTIAL CAUSE OF ANY 7.11.1 The Owner and the Architect shall have SUCH INJURY, DEATH, OR DAMAGE. IN access to the Work at all times from commencement ADDITION, CONTRACTOR SHALL OBTAIN of the Work through final completion. The AND FILE WITH OWNER CITY OF COPPELL A Contractor shall take whatever steps necessary to STANDARD CERTIFICATE OF INSURANCE provide access when requested. When reasonably AND APPLICABLE POLICY ENDORSEMENT requested by the Owner or the Architect, the EVIDENCING THE REQUIRED COVERAGE Contractor shall perform or cause to be performed AND NAMING THE OWNER CITY OF COPPELL such testing as may be necessary or appropriate to AS AN ADDITIONAL INSURED ON THE insure suitability of the jobsite or the Work's REQUIRED COVERAGE. compliance with the Contract requirements. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost 7.12.2 The Contractor will secure and maintain may be deducted from partial payments." Contractual Liability insurance to cover this indemnification agreement that will be primary and 7.12 INDEMNITY AND DISCLAIMER non - contributory as to any insurance maintained by the Owner for its own benefit, including self - 7.12.1 OWNER SHALL NOT BE LIABLE insurance. In addition, Contractor shall obtain and OR RESPONSIBLE FOR, AND SHALL BE file with Owner City of Coppell a Standard INDEMNIFIED, DEFENDED, HELD HARMLESS Certificate of Insurance and applicable policy AND RELEASED BY CONTRACTOR FROM endorsement evidencing the required coverage and AND AGAINST ANY AND ALL SUITS, naming the owner City of Coppell as an additional ACTIONS, LOSSES, DAMAGES, CLAIMS, OR insured on the required coverage. LIABILITY OF ANY CHARACTER, TYPE, OR DESCRIPTION, INCLUDING ALL EXPENSES OF 7.12.3 In claims against any person or entity LITIGATION, COURT COSTS, AND indemnified under this Paragraph 7.12 by an ATTORNEY'S FEES FOR INJURY OR DEATH TO employee of the Contractor, a Subcontractor, anyone ANY PERSON, OR INJURY OR LOSS TO ANY directly or indirectly employed by them or anyone for PROPERTY, RECEIVED OR SUSTAINED BY whose acts they may be liable, the indemnification ANY PERSON OR PERSONS, INCLUDING THE obligation under this Paragraph 7.12 shall not be CONTRACTOR, OR PROPERTY, ARISING OUT limited by a limitation on amount or type of damages, OF, OR OCCASIONED BY, DIRECTLY OR compensation or benefits payable by or for the INDIRECTLY, THE PERFORMANCE OF Contractor or a Subcontractor under workers' CONTRACTOR UNDER THIS AGREEMENT, CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 24 BID Q- 1008 -01 TRAIL AMENITIES compensation acts, disability benefit acts or other appropriate to insure a safe and secure jobsite and employee benefit acts. shall require its subcontractors to comply with this requirement. The Contractor shall immediately 7.13 NONDISCRIMINATION comply with any and all safety requirements imposed by the Architect during the progress of the Work. 7.13.1 The Contractor shall not discriminate in any way against any person, employee or job 7.16 WARNING DEVICES AND BARRICADES applicant on the basis of race, color, creed, national original, religion, age, sex, or disability where 7.16.1 The Contractor shall furnish and maintain reasonable accommodations can be effected to enable such warning devices, barricades, lights, signs, the person to perform the essential functions of the pavement markings, and other devices as may be job. The Contractor shall further insure that the necessary or appropriate or required by the Architect foregoing nondiscrimination requirement shall be to protect persons or property in, near or adjacent to made a part and requirement of each subcontract on the jobsite, including . No separate compensation this Project. shall be paid to the Contractor for such measures. Where the Work is being conducted in, upon or near 7.14 PREVAILING WAGE RATES streets, alleys, sidewalks, or other rights -of -way, the Contractor shall insure the placement, maintenance 7.14.1 The Contractor shall comply in all and operation of any and all such warning devices as respects with all requirements imposed by any laws, may be required by the City of Coppell and shall do ordinances or resolutions applicable to the Project so until no longer required by the City. Such devices with regard to the minimum prevailing wage rates for shall be in compliance with and conform to the all classes of employees, laborers, subcontractors, manual and specifications for the uniform system of mechanics, workmen and persons furnishing labor traffic control devices adopted by the Texas and services to the Project. The City of Coppell has Department of Transportation. adopted a Prevailing Wage Rate Schedule, available to the Contractor by request, which specifies the 7.17 PROTECTION OF UTILITIES classes and wage rates to be paid to all persons. The Contractor shall pay not less than the minimum wage AND OTHER CONTRACTORS rates established thereby for each class, craft or type of labor, workman, or mechanic employed in the 7.17.1 The Contractor shall use best efforts to execution of this Contract. The failure of the leave undisturbed and uninterrupted all utilities and Contractor to comply with this requirement shall utility services provided to the jobsite or which result in the forfeiture to the City of Coppell of a sum presently exists at, above or beneath the location of not less than Sixty Dollars ($60.00) for each where the Work is to be performed. In the event that person per day, or portion thereof, that such person is any utility or utility service is disturbed or damaged paid less than the prevailing rate. Upon request by during the progress of the Work, the Contractor shall the Owner, Contractor shall make available for forthwith repair, remedy or restore the utility at inspection and copying its books and records, Contractor's sole expense. including but not limited to its payroll records, account information and other documents as may be 7.17.2 The Contractor understands and required by the Owner to insure compliance with this acknowledges that other contractors of the Owner or provision. of other entities may be present at the jobsite performing other work unrelated to the Project. The 7.15 JOB SITE SAFETY PRECAUTIONS Contractor shall use best efforts to work around other contractors without impeding the work of others 7.15.1 The Contractor shall at all times while still adhering to the completion date established exercise reasonable precautions for the safety of its herein. In the event that the Contractor's work is or employees, laborers, subcontractors, mechanics, may be delayed by any other person, the Contractor workmen and others on and near the jobsite and shall shall immediately give notice thereof to the Architect comply with all laws, ordinances, regulations, and and shall request a written Change Order in standards of federal, state and local safety laws and accordance with the procedures set forth by this regulations. The Contractor shall provide such Contract. The Contractor's failure to provide such machinery guards, safe walk -ways, ladders, bridges, notice and to request such Change Order shall and other safety devices as may be necessary or CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 25 BID Q- 1008 -01 TRAIL AMENITIES constitute a waiver of any and all claims associated render written or graphic interpretations necessary for therewith. the proper execution or progress of the Work with reasonable promptness on request of the Contractor. 8.2.4 The Architect will review the ARTICLE VIII Contractor's Applications for Payment and will certify to the Owner for payment to the Contractor, CONTRACT ADMINISTRATION those amounts then due the Contractor as provided in this Contract. 8.1 THE ARCHITECT 8.2.5 The Architect shall have authority to 8.1.1 When used in this Contract the term reject Work which is defective or does not conform "Architect" does not necessarily denote a duly to the requirements of this Contract. If the Architect licensed, trained or certified architect; as used herein, deems it necessary or advisable, the Architect shall the term shall be used interchangeably and shall have authority to require additional inspection or mean a designated Architect, Engineer, or Contract testing of the Work for compliance with Contract Administrator (who may not be an architect or requirements. engineer) for the Owner, said person to be designated or redesignated by the Owner prior to or at any time 8.2.6 The Architect will review and approve, during the Work hereunder. The Architect may be an or take other appropriate action as necessary, employee of the Owner or may be retained by the concerning the Contractor's submittals including Owner as an independent contractor but, in either Shop Drawings, Product Data and Samples. Such event, the Architect's duties and authority shall be as review, approval or other action shall be for the sole set forth hereinafter. The Contractor understands and purpose of determining conformance with the design agrees that it shall abide by the decisions and concept and information given through the Contract instructions of the Architect notwithstanding the Documents. contractual relationship between the Owner and Architect. All of the Owner's instructions to the 8.2.7 The Architect will prepare Change Contractor shall be through the Architect. Orders and may authorize minor changes in the Work by Field Order as provided elsewhere herein. In the event the Owner should fmd it necessary or convenient to replace the Architect, the Owner shall 8.2.8 The Architect shall, upon written retain a replacement Architect and the status of the request from the Contractor, conduct inspections to replacement Architect shall be that of the former determine the date of Substantial Completion and the Architect. date of fmal completion, will receive and forward to the Owner for the Owner's review and records, 8.2 ARCHITECT'S ADMINISTRATION written warranties and related documents required by this Contract and will issue a fmal Certificate for 8.2.1 The Architect, unless otherwise directed Payment upon compliance with the requirements of by the Owner in writing, will perform those duties this Contract. and discharge those responsibilities allocated to the Architect as set forth in this Contract. The Architect 8.2.9 The Architect's decisions in matters shall be the Owner's representative from the effective relating to aesthetic effect shall be fmal if consistent date of this Contract until final payment has been with the intent of this Contract. made. 8.3 CLAIMS BY THE CONTRACTOR 8.2.2 The Owner and the Contractor shall communicate with each other in the first instance 8.3.1 The Architect shall determine all claims through the Architect. and matters in dispute between the Contractor and Owner with regard to the execution, progress, or 8.2.3 The Architect shall be the initial sufficiency of the Work or the interpretation of the interpreter of the requirements of the drawings and Contract Documents, including but not limited to the specifications and the judge of the performance plans and specifications. Any dispute shall be thereunder by the Contractor. The Architect shall submitted in writing to the Architect within seven (7) days of the event or occurrence or the first CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 26 BID Q- 1008 -01 TRAIL AMENITIES appearance of the condition giving rise to the claim assumes all risks and additional costs associated or dispute who shall render a written decision within therewith. a reasonable time thereafter. The Architect's decisions shall be fmal and binding on the parties. In 8.3.4 CLAIMS FOR ADDITIONAL COSTS - If the the event that either party objects to the Architect's Contractor wishes to make a claim for an increase in determination as to any submitted dispute, that party the Contract Price, as a condition precedent to any shall submit a written objection to the Architect and liability of the Owner therefor, the Contractor shall the opposing party within ten (10) days of receipt of give the Architect written notice of such claim within the Architect's written determination in order to seven (7) days after the occurrence of the event, or preserve the objection. Failure to so object shall the first appearance of the condition, giving rise to constitute a waiver of the objection for all purposes. such claim. Such notice shall be given by the Contractor before proceeding to execute any 8.3.2 Pending fmal resolution of any claim of additional or changed Work. The failure by the the Contractor, the Contractor shall diligently Contractor to give such notice and to give such notice proceed with performance of this Contract and the prior to executing the Work shall constitute a waiver Owner shall continue to make payments to the of any claim for additional compensation. Contractor in accordance with this Contract. 8.3.4.1 In connection with any claim by the 8.3.3 CLAIMS FOR CONCEALED, LATENT OR Contractor against the Owner for compensation in UNKNOWN CONDITIONS - The Contractor expressly excess of the Contract Price, any liability of the represents that it has been provided with an adequate Owner for the Contractor's costs shall be strictly opportunity to inspect the Project site and thoroughly limited to direct costs incurred by the Contractor and review the Contract Documents and plans and shall in no event include indirect costs or specifications prior to submission of its bid and the consequential damages of the Contractor. The Owner's acceptance of the bid. Subject to the Owner shall not be liable to the Contractor for claims conditions hereof, Contractor assumes full of third parties, including Subcontractors. The Owner responsibility and risk for any concealed, latent or shall not be liable to the Contractor for any claims unknown condition which may affect the Work. No based upon delay to the Contractor for any reason claims for extra work or additional compensation whatsoever including any act or neglect on the part of shall be made by Contractor in connection with the Owner. concealed, latent or unknown conditions except as expressly provided herein. Should concealed, latent 8.3.5 CLAIMS FOR ADDITIONAL TIME - If the or unknown conditions encountered in the Contractor is delayed in progressing any task which performance of the Work (a) below the surface of the at the time of the delay is then critical or which ground or (b) in an existing structure be at variance during the delay becomes critical, as the sole result of with the conditions indicated by this Contract, or any act or neglect to act by the Owner or someone should unknown conditions of an unusual nature acting in the Owner's behalf, or by changes ordered differing materially from those ordinarily in the Work, unusual delay in transportation, encountered in the area and generally recognized as unusually adverse weather conditions not reasonably inherent in Work of the character provided for in this anticipated, fire or any causes beyond the Contract, be encountered, the Contract Price shall be Contractor's control, then the date for achieving equitably adjusted by Change Order upon the written Substantial Completion of the Work shall be notice and claim by either party made within seven extended upon the written notice and claim of the (7) days after the first observance of the condition. Contractor to the Owner and the Architect, for such As a condition precedent to the Owner having any reasonable time as the Architect may determine. Any liability to the Contractor for concealed or unknown notice and claim for an extension of time by the conditions, the Contractor must give the Owner and Contractor shall be made not more than seven (7) the Architect written notice of, and an opportunity to days after the occurrence of the event or the first observe, the condition prior to disturbing it. The appearance of the condition giving rise to the claim failure by the Contractor to make the written notice and shall set forth in detail the Contractor's basis for and claim as provided in this Subparagraph shall requiring additional time in which to complete the constitute a waiver by the Contractor of any claim Project. In the event the delay to the Contractor is a arising out of or relating to such concealed, latent or continuing one, only one notice and claim for unknown condition and the Contractor thereby additional time shall be necessary. If the Contractor fails to make such claim as required in this CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 27 BID Q- 1008 -01 TRAIL AMENITIES Subparagraph, any claim for an extension of time 9.2 AWARD OF SUBCONTRACTS shall be waived. The procedures and remedies provided by this provision shall be the sole remedy of 9.2.1 Upon execution of the Contract, the Contractor and Contractor shall not assert nor be Contractor shall furnish the Owner, in writing, the entitled to any additional delays or damages names of persons or entities proposed by the associated therewith. Contractor to act as a Subcontractor on the Project. The Owner shall promptly reply to the Contractor, in 8.4 FIELD ORDERS writing, stating any objections the Owner may have to such proposed Subcontractor. The Contractor 8.4.1 The Architect shall have authority to shall not enter into a subcontract with a proposed order minor changes in the Work not involving a Subcontractor with reference to whom the Owner has change in the Contract Price or in Contract Time and made timely objection. The Contractor shall not be not inconsistent with the intent of the Contract. Such required to subcontract with any party to whom the changes shall be effected by Field Order and shall be Contractor has objection. binding upon the Contractor. The Contractor shall carry out such Field Orders promptly. 9.2.2 All subcontracts shall afford the Contractor rights against the Subcontractor which 8.5 MEDIATION correspond to those rights afforded to the Owner against the Contractor herein, including those rights 8.5.1 In the event that a dispute arises under afforded to the Owner by Subparagraph 12.2.1 the terms of this Contract, following an adverse below. All subcontracts shall incorporate by determination by the Architect and proper reference the provisions hereof and shall provide that preservation of the issue as required herein, the no claims, causes or demands shall be made by any parties agree to submit to mediation. In such event, Subcontractor against the Owner. the parties shall agree to a designated person to serve as mediator and each party shall be responsible for 9.2.3 The Contractor shall indemnify, defend payment of one -half of the total mediation fees. The and hold harmless the Owner from and against any parties shall submit the dispute to mediation as soon and all claims, demands, causes of action, damage, as practical and in no event later than one (1) year and liability asserted or made against the Owner by after the Architect's written decision on the matter. or on behalf of any Subcontractor. At least one designated representative of each party must attend and participate in good faith in an effort to resolve the matters in dispute. ARTICLE X 8.5.2 In no event shall the foregoing provision justify or authorize any delay in the CHANGES IN THE WORK progress of the Work; the parties shall abide by the decision of the Architect in accomplishing the timely 10.1 CHANGES PERMITTED completion of the Project. 10.1.1 Changes in the Work within the general scope of this Contract, consisting of additions, deletions, revisions, or any combination thereof, may ARTICLE IX be ordered without invalidating this Contract, by Change Order or by Field Order. SUBCONTRACTORS 10.1.2 Changes in the Work shall be 9.1 DEFINITION performed under applicable provisions of this Contract and the Contractor shall proceed promptly 9.1.1 A Subcontractor is an entity which has a with such changes. direct contract with the Contractor to perform a portion of the Work. No Subcontractor shall be in 10.2 CHANGE ORDER DEFINED privity with the Owner. 10.2.1 Change Order shall mean a written order to the Contractor executed by the Owner and CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 28 BID Q- 1008 -01 TRAIL AMENITIES the Architect, issued after execution of this Contract, payments on account shall be made to the Contractor authorizing and directing a change in the Work or an on the Architect's Certificate for Payment. adjustment in the Contract Price or the Contract Time, or any combination thereof. The Contract 10.3.3 If unit prices are provided in the Price and the Contract Time may be changed only by Contract, and if the quantities contemplated are so written Change Order. changed in a proposed Change Order that application of such unit prices to the quantities of Work proposed 10.3 CHANGES IN THE CONTRACT PRICE will cause substantial inequity to the Owner or to the Contractor, the applicable unit prices shall be 10.3.1 Any change in the Contract Price equitably adjusted. resulting from a Change Order shall be determined as follows: (a) by mutual agreement between the Owner 10.4 MINOR CHANGES and the Contractor as evidenced by (1) the change in the Contract Price being set forth in the Change 10.4.1 The Architect shall have authority to Order, (2) such change in the Contract Price, together order minor changes in the Work not involving a with any conditions or requirements related thereto, change in the Contract Price or an extension of the being initialed by both parties and (3) the Contract Time and not inconsistent with the intent of Contractor's execution of the Change Order, or (b) if this Contract. Such minor changes shall be made by no mutual agreement occurs between the Owner and written Field Order, and shall be binding upon the the Contractor, then, as provided in Subparagraph owner and the Contractor. The Contractor shall 10.3.2 below. promptly carry out such written Field Orders. 10.3.2 If no mutual agreement occurs between 10.5 EFFECT OF EXECUTED the Owner and the Contractor as contemplated in Subparagraph 10.3.1 above, the change in the CHANGE ORDER Contract Price, if any, shall then be determined by the Architect on the basis of the reasonable expenditures 10.5.1 The execution of a Change Order by the or savings of those performing, deleting or revising Contractor shall constitute conclusive evidence of the the Work attributable to the change, including, in the Contractor's agreement to the ordered changes in the case of an increase or decrease in the Contract Price, Work, this Contract as thus amended, the Contract a reasonable allowance for direct job site overhead Price and the Contract Time. The Contractor, by and profit. In such case, the Contractor shall present, executing the Change Order, waives and forever in such form and with such content as the Owner or releases any claim against the Owner for additional the Architect requires, an itemized accounting of time or compensation for matters relating to or such expenditures or savings, plus appropriate arising out of or resulting from the Work included supporting data for inclusion in a Change Order. within or affected by the executed Change Order. Reasonable expenditures or savings shall be limited to the following: reasonable costs of materials, 10.6 NOTICE TO SURETY; CONSENT supplies, or equipment including delivery costs, reasonable costs of labor, including social security, 10.6.1 The Contractor shall notify and obtain old age and unemployment insurance, fringe benefits the consent and approval of the Contractor's surety required by agreement or custom, and workers' with reference to all Change Orders if such notice, compensation insurance, reasonable rental costs of consent or approval are required by the Contractor's machinery and equipment exclusive of hand tools surety or by law. The Contractor's execution of the whether rented from the Contractor or others, Change Order shall constitute the Contractor's reasonable costs of premiums for all bonds and warranty to the Owner that the surety has been insurance, permit fees, and sales, use or other taxes notified of and consents to, such Change Order and related to the Work, and reasonable cost of direct the surety shall be conclusively deemed to have been supervision and jobsite field office overhead directly notified of such Change Order and to have expressly attributable to the change. In no event shall any consented thereto. expenditure or savings associated with the Contractor's home office or other non jobsite overhead expense be included in any change in the Contract Price. Pending final determination of reasonable expenditures or savings to the Owner, CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 29 BID Q- 1008 -01 TRAIL AMENITIES ARTICLE XI duty of the Contractor to specifically correct the Work. UNCOVERING AND CORRECTING WORK 11.3 OWNER MAY ACCEPT DEFECTIVE 11.1 UNCOVERING WORK OR NONCONFORMING WORK 11.1.1 If any of the Work is covered contrary to the Architect's request or to any provisions of this 11.3.1 If the Owner chooses to accept Contract, it shall, if required by the Architect or the defective or nonconforming Work, the Owner may Owner, be uncovered for the Architect's inspection do so. In such event, the Contract Price shall be and shall be properly replaced at the Contractor's reduced by the greater of (a) the reasonable cost of expense without change in the Contract Time. removing and correcting the defective or nonconforming Work, and (b) the difference between 11.1.2 If any of the Work is covered in a the fair market value of the Project as constructed and manner not inconsistent with Subparagraph 11.1.1 the fair market value of the Project had it not been above, it shall, if required by the Architect or Owner, constructed in such a manner as to include defective be uncovered for the Architect's inspection. If such or nonconforming Work. If the remaining portion of Work conforms strictly with this Contract, costs of the unpaid Contract Price, if any, is insufficient to uncovering and proper replacement shall by Change compensate the Owner for its acceptance of defective Order be charged to the Owner. If such Work does or nonconforming Work, the Contractor shall, upon not strictly conform with this Contract, the written demand from the Owner, pay the Owner such Contractor shall pay the costs of uncovering and remaining compensation for accepting defective or proper replacement. nonconforming Work. 11.2 CORRECTING WORK ARTICLE XII 11.2.1 The Contractor shall immediately CONTRACT TERMINATION proceed to correct Work rejected by the Architect as defective or failing to conform to this Contract. The 12.1 TERMINATION BY THE CONTRACTOR Contractor shall pay all costs and expenses associated with correcting such rejected Work, including any 12.1.1 If the Work is stopped for a period of additional testing and inspections, and reimbursement ninety (90) days by an order of any court or other to the Owner for the Architect's services and public authority, or as a result of an act of the expenses made necessary thereby. Government, through no fault of the Contractor or any person or entity working directly or indirectly for 11.2.2 If within one (1) year after Substantial the Contractor, the Contractor may, upon ten (10) Completion of the Work any of the Work is found to days' written notice to the Owner and the Architect, be defective or not in accordance with this Contract, terminate performance under this Contract and the Contractor shall correct it promptly upon receipt recover from the Owner payment for the actual of written notice from the Owner. This obligation reasonable expenditures of the Contractor (as limited shall survive final payment by the Owner and in Subparagraph 10.3.2 above) for all Work executed termination of this Contract. With respect to Work and for materials, equipment, tools, construction first performed and completed after Substantial equipment and machinery actually purchased or Completion, this one year obligation to specifically rented solely for the Work, less any salvage value of correct defective and nonconforming Work shall be any such items. extended by the period of time which elapses between Substantial Completion and completion of 12.1.2 If the Owner shall persistently or the subject Work. repeatedly fail to perform any material obligation to the Contractor for a period of fifteen (15) days after 11.2.3 Nothing contained in this Paragraph receiving written notice from the Contractor of its 11.2 shall establish any period of limitation with intent to terminate hereunder, the Contractor may respect to other obligations which the Contractor has terminate performance under this Contract by written under this Contract. Establishment of the one year notice to the Architect and the Owner. In such event, time period in Subparagraph 11.2.2 relates only to the the Contractor shall be entitled to recover from the Owner as though the Owner had terminated the CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 30 BID Q- 1008 -01 TRAIL AMENITIES Contractor's performance under this Contract for (i) Contract prices for labor, materials, convenience pursuant to Subparagraph 12.2.1 equipment and other services hereunder. accepted under this Contract; 12.2 TERMINATION BY THE OWNER (ii) Reasonable costs incurred in preparing to perform and in 12.2.1 FOR CONVENIENCE performing the terminated portion of the Work, and in terminating the 12.2.1.1 The Owner may for any reason Contractor's performance, plus a fair whatsoever terminate performance under this and reasonable allowance for Contract by the Contractor for convenience. The overhead and profit thereon (such Owner shall give written notice of such termination profit shall not include anticipated to the Contractor specifying when termination profit or consequential damages), becomes effective. provided however, that if it appears that the Contractor would have not 12.2.1.2 The Contractor shall incur no further profited or would have sustained a obligations in connection with the Work and the loss if the entire Contract would have Contractor shall stop Work when such termination been completed, no profit shall be becomes effective. The Contractor shall also allowed or included and the amount terminate outstanding orders and subcontracts. The of compensation shall be reduced to Contractor shall settle the liabilities and claims reflect the anticipated rate of loss, if arising out of the termination of subcontracts and any; orders. The Owner may direct the Contractor to assign the Contractor's right, title and interest under (iii) Reasonable costs of settling and terminated orders or subcontracts to the Owner or its paying claims arising out of the designee. termination of subcontracts or orders pursuant to Subparagraph 12.2.1.2 of 12.2.1.3 The Contractor shall transfer title and this Paragraph. These costs shall not deliver to the Owner such completed or partially include amounts paid in accordance completed Work and materials, equipment, parts, with other provisions hereof. fixtures, information and Contract rights as the Contractor has. The total sum to be paid the Contractor under this Subparagraph 12.2.1 shall not exceed the total 12.2.1.4 (a) The Contractor shall submit a Contract Price, as properly adjusted, reduced by the termination claim to the Owner and amount of payments otherwise made, and shall in no the Architect specifying the amounts event include duplication of payment. due because of the termination for convenience together with costs, 12.2.2 FOR CAUSE pricing or other data required by the Architect. If the Contractor fails to 12.2.2.1 If the Contractor persistently or file a termination claim within one (1) repeatedly refuses or fails to prosecute the Work in a year from the effective date of timely manner, abandons the jobsite and fails to termination, the Owner shall pay the resume work within five (5) days of written notice Contractor, an amount derived in thereof by the Owner, fails to grant or allow access to accordance with subparagraph (c) the jobsite by the Owner or Architect, fails to supply below. enough properly skilled workers, supervisory personnel or proper equipment or materials, fails to (b) The Owner and the Contractor may make prompt payment to Subcontractors or for agree to the compensation, if any, due materials or labor, persistently disregards laws, to the Contractor hereunder. ordinances, rules, regulations or orders of any public authority having jurisdiction, or otherwise is guilty of (c) Absent agreement to the amount due a violation of a material provision of this Contract, to the Contractor, the Owner shall then the Owner may by written notice to the pay the Contractor the following Contractor, without prejudice to any other right or amounts: remedy, terminate the employment of the Contractor CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 31 BID Q- 1008 -01 TRAIL AMENITIES and take possession of the site and of all materials, 13.2 TYPES AND AMOUNTS OF equipment, tools, construction equipment and machinery thereon owned by the Contractor and may CONTRACTOR'S INSURANCE fmish the Work by whatever methods it may deem expedient. In such case, the Contractor shall not be 13.2.1. The Contractor shall furnish and entitled to receive any further payment until the maintain during the life of the contract adequate Work is fmished. Worker's Compensation and Commercial General Liability (Public) Insurance in such amounts as 12.2.2.2 If the unpaid balance of the Contract follows: Price does not exceed the cost of fmishing the work, including compensation for the Architect's additional Type of Insurance Amount services and expenses made necessary thereby, such difference shall be paid by the Contractor to the Worker's Compensation as set forth in the Worker's Owner. This obligation for payment shall survive the Compensation Act. termination of the Contract. Commercial General $1,000,000 Each 12.2.2.3 In the event the employment of the Accident/Occurrence. Contractor is terminated by the Owner for cause pursuant to Subparagraph 12.2.2 and it is Liability (Public) $1,000,000 Aggregate subsequently determined by a Court of competent $1,000,000 Products & jurisdiction that such termination was without cause, Completed Operations such termination shall thereupon be deemed a Aggregate. Termination for Convenience under Subparagraph 12.2.1 and the provisions of Subparagraph 12.2.1 Owner's Protective $600,000 per occurrence shall apply. Liability Insurance $1,000,000 aggregate Excess/Umbrella Liability $1,000,000 per occurrence ARTICLE XIII w /drop down coverage INSURANCE 13.1 CONTRACTOR SHALL Endorsement CG 2503 Amendment Aggregate Limit of Insurance per MAINTAIN INSURANCE Project or Owner's and Contractor's Protective 13.1.1 The Contractor at his own expense shall Liability Insurance for the purchase, maintain and keep in force during the life Project. of this contract, adequate insurance that will protect the Contractor and/or any Additional Insured from Automobile Liability $500,000 Combined claims which may arise out of or result from single limit per operations under this contract. The insurance required occurrence. shall provide adequate protections from all claims, whether such operations be by the Contractor or by 133 ADDITIONAL INSURED any Additional Insured or by any Subcontractor or by anyone directly or indirectly employed by any of The Owner shall be named as an additional insured them, or by anyone whose acts of any of them may on the Commercial General Liability (Public), be liable and from any special hazards, such as Owner's Protective Liability, and Excess/Umbrella blasting, which may be encountered in the Liability Insurance Policies furnished by the performance of this contract in the amounts as shown Contractor. below in Paragraph 13.2.1. 13.4 WRITTEN NOTIFICATION 13.1.2 The Contractor shall not commence work on any Contract in the City of Coppell until the Each insurance policy shall contain a provision Contractor has obtained all the insurance required requiring that thirty (30) days prior to expiration, under this paragraph and such insurance has been cancellation, non - renewal or any material change in approved by the City. coverage, a notice there of shall be given by certified CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 32 BID Q- 1008 -01 TRAIL AMENITIES mail to the Division of Purchasing, City of Coppell, (4) obtain from each person providing 255 Parkway Blvd., Coppell, Texas, 75019. services on a project, and provide to the governmental entity: 13.5 PREMIUMS AND ASSESSMENTS (A) a certificate of coverage, prior to that Companies issuing the insurance policies shall have person beginning work on the project, no recourse against the City for payment of any so the governmental entity will have premiums or assessments for any deductibles which on file certificates of coverage are at the sole responsibility and risk of the showing coverage for all persons Contractor. providing services on the project; and (B) no later than seven days after receipt 13.6 CERTIFICATE OF INSURANCE by the contractor, a new certificate of coverage showing extension of Proof that the insurance is in force shall be furnished coverage, if the coverage period to the City on City of Coppell Standard Certificate of shown on the current certificate of Insurance Forms. In the event any insurance policy coverage ends during the duration of shown on the Certificate of Insurance has an the project; expiration date that is prior to the completion and final acceptance of the project by the City of Coppell, (5) retain all required certificates of coverage the contractor shall furnish the City proof of identical on file for the duration of the project and continued coverage no later than thirty(30) days prior for one year thereafter; to the expiration date shown on the Certificate of Insurance. (6) notify the governmental entity in writing by certified mail or personal delivery, 13.7 PRIMARY COVERAGE within 10 days after the contractor knew The coverages provided herein shall be primary and or should have known, of any change that noncontributory with any other insurance maintained materially affects the provision of by the City of Coppell, Texas, for its benefit, coverage of any person providing services including self insurance. on the project; 13.8 WORKER'S COMPENSATION (7) post a notice on each project site INSURANCE COVERAGE informing all persons providing services on the project that they are required to be 13.8.1 The Contractor shall: covered, and stating how a person may verify current coverage and report failure (1) provide coverage for its employees to provide coverage. This notice does not providing services on a project, for the satisfy other posting requirements duration of the project based on proper imposed by the Act or other commission reporting of classification codes and rules. This notice must be printed with a payroll amounts and filing of any title in at least 30 point bold type and text coverage agreements; in at least 19 point normal type, and shall be in both English and Spanish and any (2) provide a certificate of coverage showing other language common to the worker workers' compensation coverage to the population. The text for the notices shall governmental entity prior to beginning be the following text provided by the work on the project; Texas Worker's Compensation Comm- ission on the sample notice, without any (3) provide the governmental entity prior to additional words or changes: the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown REQUIRED WORKERS' COMPENSATION on the contractor's current certificate of COVERAGE coverage ends during the duration of the project; "The law requires that each person working on this site or providing services related to this construction CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 33 BID Q- 1008 -01 TRAIL AMENITIES project must be covered by workers' compensation showing extension of the insurance. This includes persons providing, hauling, coverage period, if the or delivering equipment or materials, or providing coverage period shown on labor or transportation or other service related to the the current certificate of project, regardless of the identity of their employer or coverage ends during the status as an employee." duration of the project; "Call the Texas Workers' Compensation Commission (F) retain all required certificates of at 512- 440 -3789 to receive information on the legal coverage on file for the duration of requirement for coverage, to verify whether your the project and for one year employer has provided the required coverage, or to thereafter; report an employer's failure to provide coverage." (G) notify the governmental entity in and writing by certified mail or personal delivery, within 10 days (8) contractually require each person with after the person knew or should whom it contracts to provide services on a have known, of any change that project, to: materially affects the provision of coverage of any person providing (A) provide coverage based on proper services on the project; and reporting of classification codes and payroll amounts and filing of (H) contractually require each other any coverage agreements for all of person with whom it contracts, to its employees providing services on perform as required by sub - the project, for the duration of the paragraphs (A) - (H) of this project; paragraph, with the certificate of coverage to be provided to the (B) provide a certificate of coverage to person for whom they are the contractor prior to that person providing services. beginning work on the project; (C) include in all contracts to provide ARTICLE XIV services on the project the language in subsection (e)(3) of this rule; MISCELLANEOUS (D) provide the Contractor, prior to the 14.1 LAWS AND ORDINANCES end of the coverage period, a new certificate of coverage showing 14.1.1 The Contractor shall at all times and in extension of coverage, if the all respects observe and comply with all federal, state coverage period shown on the and local laws, ordinances, and regulations applicable current certificate of coverage ends to the Project and Work. The Contractor shall further during the duration of the project; insure that all Subcontractors observe and comply with said laws, ordinances and regulations. (E) obtain from each other person with whom it contracts, and provide to 14.2 GOVERNING LAW the Contractor: 14.2.1 The Contract shall be governed by the (i) a certificate of coverage, laws of the State of Texas. Venue for any causes of prior to the other person action arising under the terms or provisions of this beginning work on the Contract or the Work to be performed hereunder shall project; and be in the courts of Dallas County, Texas. (ii) prior to the end of the coverage period, a new certificate of coverage CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 34 BID Q- 1008 -01 TRAIL AMENITIES 14.3 SUCCESSORS AND ASSIGNS shall not affect the validity or enforceability of the remaining terms, provisions and parts, and this 14.3.1 The Owner and Contractor bind Contract shall be read as if the invalid, void or themselves, their successors, assigns and legal unenforceable portion had not be included herein. representatives to the other party hereto and to successors, assigns and legal representatives of such 14.6 AMENDMENTS other party in respect to covenants, agreements and obligations contained in this Contract. The 14.6.1 This Contract may be amended by the Contractor shall not assign this Contract without parties only by a written agreement duly executed by written consent of the Owner. both parties. The failure of the Owner to object to any nonperformance or nonconforming work or to 14.4 SURETY BONDS enforce any provision hereof shall in no event be regarded as or construed to be a waiver, release or 14.4.1 If the Contract Price exceeds the sum of modification of any term or provision in this $25,000.00, the Contractor shall furnish separate Contract, nor shall such failure to object or enforce performance and payment bonds to the Owner, estop the Owner from insisting on strict compliance according to the requirements set out in the bid with this Contract or from recovering damages, costs documents and state statutes to guaranty full and or expenses arising as a result of such faithful performance of the Contract and the full and nonperformance or nonconforming work. final payment of all persons supplying labor or materials to the Project. Each bond required by the 14.7 NOTICES bid documents or state statute shall set forth a penal sum in an amount not Less than the Contract Price. 14.6.1 All notices required by this Contract Each bond furnished by the Contractor shall shall be presumed received when deposited in the incorporate by reference the terms of this Contract as mail properly addressed to the other party or fully as though they were set forth verbatim in such Architect at the address set forth herein or set forth in bonds. In the event the Contract Price is adjusted by a written designation of change of address delivered Change Order executed by the Contractor, the penal to all parties and the Architect. sum of both the performance bond and the payment bond shall be deemed increased by like amount. The performance and payment bonds furnished by the Contractor shall be in form suitable to the Owner and shall be executed by a surety, or sureties, reasonably suitable to the Owner and authorized to do business in the State of Texas by the State Board of Insurance. 14.4.2 If the Contract Price exceeds the sum of $25,000.00, the Contractor, upon execution of the Contract and prior to commencement of the Work, shall furnish to the Owner a two -year maintenance bond in the amount of one hundred percent (100 %) of the Contract Price covering the guaranty and maintenance prescribed herein, written by an approved surety authorized and duly licensed to conduct business in the State of Texas. The cost of said maintenance bond shall be included in the Contractor's unit bid prices and shall be paid by the Contractor. 14.5 SEVERABILITY 14.5.1 The provisions of this Contract are herein declared to be severable; in the event that any term, provision or part hereof is determined to be invalid, void or unenforceable, such determination CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 35 BID Q- 1008 -01 TRAIL AMENITIES EXECUTED in single or multiple originals, this day of , 20 . CITY OF COPPELL CONTRACTOR: APPROVED: City Manager (Signature) (Type /Print Name and Title) ATTEST: (Street Address) City Secretary (City /State /Zip) CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 36 BID Q- 1008 -01 TRAIL AMENITIES CORPORATE ACKNOWLEDGMENT THE STATE OF COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared: (Print Name) (Print Title) of , the Contractor designated hereinabove, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said Contractor, a corporation, that he was duly authorized to perform the same by appropriate resolution of the board of directors of such corporation and that he executed the same as the act and deed of such corporation for the purposes and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the day of , A.D., 200_ Notary Public In and For County, My Commission expires: CITY MANAGER'S ACKNOWLEDGMENT THE STATE OF TEXAS COUNTY OF DALLAS BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared the undersigned, City Manager of the City of Coppell, Texas, a municipal corporation, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said City of Coppell, Texas, a municipal corporation, that he /she was duly authorized to perform the same by appropriate resolution of the City Council of the City of Coppell and that he /she executed the same as the act of the said City for purpose and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , A.D., 200 Notary Public in and for the State of Texas My Commission expires: CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 37 BID Q- 1008 -01 TRAIL AMENITIES PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DALLAS § KNOW ALL MEN BY THESE PRESENTS: That whose address is hereinafter called Principal, and a corporation organized and existing under the laws of the State of and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF COPPELL, TEXAS a municipal corporation organized and existing under the laws of the State of Texas, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner ", in the penal sum of dollars ($ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Owner, dated the day of , 2006, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the : Trail Amenities Project No. D07311 Bid No. Q- 1008 -01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default of deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 38 BID Q- 1008 -01 TRAIL AMENITIES PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to Contract or to the Work performed thereunder, or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County or Dallas 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, as provided by Article 7.19 -1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this, the day of ., 2006. PRINCIPAL SURETY By: By: Title Title: ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ADDRES S NOTE: Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 39 BID Q- 1008 -01 TRAIL AMENITIES PAYMENT BOND STATE OF TEXAS § COUNTY OF DALLAS § KNOW ALL MEN BY THESE PRESENTS: That whose address is hereinafter called Principal, and a corporation organized and existing under the laws of the State of and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF COPPELL, TEXAS a municipal corporation organized and existing under the laws of the State of Texas, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner ", in the penal sum of dollars ($ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Owner, dated the day of , 2006, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the : Trail Amenities Project No. D07311 Bid No. Q- 1008 -01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made. notice of which modification to the Surety is hereby expressly waived; the this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 40 BID Q- 1008 -01 TRAIL AMENITIES This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County or Dallas 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, as provided by Article 7.19 -1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this, the day of ., 2006. PRINCIPAL SURETY By: By: Title Title: ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ADDRESS NOTE: Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 41 IBM BID FORM Trail Amenities Bid No. Q- 108 -01 City of Coppell, Parks & Recreation Department Bid Opening: October 21, 2008 at 2:00 p.m. Bidder Name: Address Unit Total Section A - Site Construction Unit Cost Cost 1) Park Sign - Allen Road Park; Complete and in place including, but not limited to, brick masonry, caststone logos and sign panels, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. 2a) Park Sign - Andrew Brown Park - Central; Complete and in place including, but not limited to, brick masonry, caststone logos and sign panels, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. 2b) Park Sign - Andrew Brown Park -West; Complete and in place including, but not limited to, brick masonry, caststone logos and sign panels, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. 3) Park Sign - Duck Pond Park; Complete and in place including, but not limited to, brick masonry, caststone logos and sign panels, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. 4) Park Sign - Hunterwood Park; Complete and in place including, but not limited to, brick masonry, caststone logos and sign panels, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. 5) Park Sign - Macarthur Park; Complete and in place including, but not limited to, brick masonry, caststone logos and sign panels, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. Page 1 of 5 6) Park Sign - Thweatt Park; Complete and in place including, but not limited to, brick masonry, caststone logos and sign panels, steel reinforcing, concrete footings, concrete or I.s. 1 masonry interior structure, signed & sealed structural drawings. 7a) Park Sign - Wagon Wheel Park; Complete and in place including, but not limited to, stone masonry, caststone logos and sign panels, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. 7b) Park Sign - Wagon Wheel Park Tennis Center; Complete and in place including, but not limited to, stone masonry, caststone logos and sign panels, steel reinforcing, I.s. 1 concrete footings, concrete or masonry interior structure, signed & sealed structural drawings. 8) Map Monument - Macarthur Park; Complete and in place including, but not limited to, stone masonry, caststone logos and sign panels, decomposed granite paving, concrete curb, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. (Graphic panel to be provided and installed by others.) 9) Map Monument - Lake Park; Complete and in place including, but not limited to, stone masonry, caststone logos and sign panels, decomposed granite paving, concrete curb, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. (Graphic panel to be provided and installed by others.) 10) Map Monument - Andrew Brown Park -East; Complete and in place including, but not limited to, stone masonry, decomposed granite paving, concrete curb, caststone logos and sign panels, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. (Graphic panel to be provided and installed by others.) 11a) Map Monument - Andrew Brown Park -West; Complete and in place including, but not limited to, stone masonry, decomposed granite paving, concrete curb, caststone logos and sign panels, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. (Graphic panel to be provided and installed by others.) 11b) Map Monument - Andrew Brown Park - Central; Complete and in place including, but not limited to, stone masonry, caststone logos and sign panels, decomposed granite paving, concrete curb, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. (Graphic panel to be provided and installed by others.) Page 2 of 5 T B'G' P A R T N E P S 12) Map Monument - Asbury Park; Complete and in place including, but not limited to, stone masonry, caststone logos and sign panels, decomposed granite paving, concrete curb, steel reinforcing, concrete footings, I.s. 1 concrete or masonry interior structure, signed & sealed structural drawings. (Graphic panel to be provided and installed by others.) 13) Educational Monuments (3) - Andrew Brown Park -East; Complete and in place including, but not limited to, stone masonry, caststone logos and sign panels, decomposed granite paving, concrete curb, steel reinforcing, concrete I.s. 1 footings, concrete or masonry interior structure, signed & sealed structural drawings. (Graphic panels to be provided and installed by others.) 14) Flagpole - Wagon Wheel Park; Complete in in place including, but not limited to, footing and hoisting ea 1 15) Flagpole Lights - Wagon Wheel Park; Complete and in place including, but not limited to, fixtures, lamps, conduits, electrical service, permits, signed and sealed shop ea 1 drawings 16) Park Sign Lights - Wagon Wheel Park; Complete and in place including, but not limited to, fixtures, lamps, conduits, electrical service, permits, signed and sealed shop ea 4 drawings 17) Pedestrian Trail Signs Posts; Complete and delivered to the City or Coppell Parks and Recreation Dept.; including, but not limited to, materials, fasteners, spacers fabrication, ea 25 painting 18) Pedestrian Trail Regulation Sign - Double Sided; Complete and delivered to the City or Coppell Parks and Recreation Dept.; including, but not limited to, materials, fabrication, ea 25 painting, lettering, installation 19a) Pedestrian Trial Warning Signs - 'Approaching Road Crossing'; Complete and delivered to the City or Coppell Parks and Recreation Dept.; including, but not limited to, ea 2 materials, fabrication, painting, lettering, installation 19b) Pedestrian Trial Warning Signs -'S Curve'; Complete and delivered to the City or Coppell Parks and Recreation Dept.; including, but not limited to, materials, fabrication, ea 2 painting, lettering, installation 19c) Pedestrian Trial Warning Signs - 'Approaching Intersection'; Complete and delivered to the City or Coppell Parks and Recreation Dept.; including, but not limited to, ea 8 materials, fabrication, painting, lettering, installation 19d) Pedestrian Trial Warning Signs - 'Right Turn'; Complete and delivered to the City or Coppell Parks and Recreation Dept.; including, but not limited to, materials, fabrication, ea 1 painting, lettering, installation Page 3 of 5 OB vaxrn €es 19e) Pedestrian Trial Warning Signs - 'Keep Right'; Complete and delivered to the City or Coppell Parks and Recreation Dept.; including, but not limited to, materials, fabrication, ea 7 painting, lettering, installation 19f) Pedestrian Trial Warning Signs - 'Left Turn'; Complete and delivered to the City or Coppell Parks and Recreation Dept.; including, but not limited to, materials, fabrication, ea 4 painting, lettering, installation 19g) Pedestrian Trial Warning Signs - 'Stop'; Complete and delivered to the City or Coppell Parks and Recreation Dept.; including, but not limited to, materials, fabrication, ea 1 painting, lettering, installation ISub -Total - Section A: (Notes 1) Grading and repair of the landscape and irrigation in areas surrounding each monument should be included in the unit unit price of each monument and sign. 2) The cost of any required permits and /or inspections shall be included in the unit price of each monument and sign. 3) The unit prices list above shall constitute the entire amount do for the installation of the work shown on the drawings and in the specifications. If items have been left off the bid list, the bidder will be required to bring that information to the attention of the City of Coppell Parks and Recreation Dept. and the Landscape Architect. 4) General condition items including, but not limited to; restroom facilities, construction water, temporary electrical power, insurance, etc. are to be included in the unit prices. This bid form may not be modified. Page 4 of 5 11 'Alternate #1 1) Payment & Performance Bond I.s !Total for Alternate #1: Estimated calendar days to complete after written Notice to Proceed: Percentage of work to be performed by MBE/WBE /HUB certified firms: Acknowledgement of Addenda: No. Date Initials Bidder's Information: Firm Name Street Address City, State, Zip Code Phone E -Mail Signature (Officer or Owner only) Date: Title Page 5 of 5 B' PROJECT MANUAL Trail Amenities Coppell, Texas TBG Project #D07311 Date: September 24, 2008 Owner: The City of Coppell — Park and Recreation Department John Elias 816 South Coppell Rd. P.O. Box 9478 Coppell, Texas 75019 TEL: 972.462.5115 FAX: 972.462.5149 Landscape Architect: TBG Partners Jeff Higgins DOCUMENT 00001 - SEALS PAGE Issued for: Trail Amenities TBG Partners Dallas, Texas Mark Meyer Texas Registration Number: 2086 LANDSCAPE ARCHITECTURAL RESPONSIBILITY SPECIFICATION SECTIONS: FOR REVIEW ONLY. Not for regulatory approval, 02396 - Spread and Continuous Footings permitting or construction 02730 - Aggregate Surfacing ISSUE 02810 - Landscape Irrigation FOR 02870 - Site Furnishings BID 02923 - Sodding SEPTEMBER 24, 2CCB 03101 - Concrete Formwork Mark T. Meyer 2086 03201 - Reinforcing Steel 03330 - Cast in Place Concrete 03370 - Concrete Curing 04060 - Masonry Mortaring 04200 - Unit Masonry 04452 - Stone Masonry 04711 - Manufactured Stone 04720 - Cast Stone 07920 - Joint Sealers 16050 - Basic Electrical Materials and Methods 16060 - Grounding and Bonding 16120 - Conductors and Cables 16140 - Wiring Devices 16442 - Panelboards 16512 - Exterior Lighting Fixtures Trail Amenities 00001-1 TBG Partners TBG D07311 September 24, 2008 SECTION 02396 SPREAD AND CONTINUOUS FOOTINGS PART 1 GENERAL 1.1 SCOPE A. Work Included: 1. Furnish all labor, materials, services and equipment as required in conjunction with or properly incidental to excavation and installation of spread and continuous footings as described herein and /or as shown on the Drawings. 2. Drawings and general provisions of Contract, including General Supplementary Conditions and Division -1 specification sections, apply to Work of this Section. 3. Refer to other sections for concrete associated with sitework. 1.2 CODES AND STANDARDS A. The Work described in this Section, unless otherwise noted on the Drawings, or herein specified, shall be governed by the latest editions of the Following codes or specifications. 1. ACI 301, "Specifications for Structural Concrete for Buildings ". 2. ACI 304, "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete ". 3. ACI 305, "Hot Weather Concreting ". 4. ACI 306, "Cold Weather Concreting ". 5. ACI 309, "Standard Practice for Consolidation of Concrete ". 6. ACI 311, "ACI Manual of Concrete Inspection ". 7. ACI 318, "Building Code Requirements for Reinforced Concrete ". 1.3 QUALITY ASSURANCE A. Installation Tolerances: 1. Maximum lateral variation off of centerlines: 2 ". 2. Plan Dimensions: Plus 3 ", minus %' . 3. Thickness: Not smaller than scheduled sizes. 4. Top of Footing Elevation: Plus 0 ", minus 1". Trail Amenities 02396 - 1 TBG Partners TBG D07311 September 24, 2008 3.4 INSPECTION A. Footing excavation shall be scheduled such that the concrete can be placed immediately after inspection. 3.5 PLACING OF CONCRETE A. All concrete shall be placed so as to prevent segregation. Do not allow concrete to free fall over 5' -0 "; provide tremie, chutes or other means of conveyance when drop exceeds this amount. B. Concrete shall be placed as soon as practical after the excavation has been completed. If concrete is not to be placed within twenty -four (24) hours, a 3 inch thick lean concrete "working mat" shall be placed over the bearing surface of the exposed subgrade soils within twenty -four (24) hours after the excavation has been completed. The "working mat" shall not extend above the bottom elevation of the spread or continuous footing. C. All backfilling shall proceed as soon as possible. END OF SECTION Trail Amenities 02396 - 3 TBG Partners TBG D07311 September 24, 2008 SECTION 02730 AGGREGATE SURFACING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Aggregate surfacing. 2. Soil barrier. B. Related Sections: 2. Division 1: Administrative, procedural, and tem porary work requirem ents. 1.2 REFERENCES A. ASTM International (ASTM) D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft- Ibf /ft ) (600 kN- m/m ). 1.3 SUBMITTALS A. Submittals for Review: 1. Samples: a. 1 pint containers of proposed aggregate illustrating color, size, and gradation. b. 12 x 24 inch soil barrier samples. 1.4 QUALITY ASSURANCE A. Furnish aggregate from single source throughout Work. 1.5 PROJECT CONDITIONS A. Do not place aggregate on soft, muddy, or frozen surfaces. PART 2 - PRODUCTS 2.1 MATERIALS A. Aggregate: Refer to Materials Legend. 2.2 ACCESSORIES A. Soil Barrier: Geosynthetic fabric manufactured specifically for control of weeds under paving or in landscape areas. B. Herbicide: Non - selective type. Trail Amenities 02730 - 1 TBG Partners TBG D07311 September 24, 2008 PART 3 - EXECUTION 3.1 PREPARATION A. Correct irregularities in subgrade gradient and elevation by scarifying and reshaping. B. Com pact subgrade to minim um 95 percent of ASTM D698 standard Proctor maximum dry density at or near optimum moisture content. C. Apply herbicide in accordance with manufacturer's instructions. Allow vegetation to die before proceeding. 3.2 INSTALLATION A. Place soil barrier over subgrade; install in accordance with manufacturer's instructions. B. Spread aggregate over subgrade in maxim um 1 inch lifts to minim um compacted thickness indicated on Drawings. C. Level and contour surfaces to elevations and gradients indicated. D. If necessary, add small quantities of fine aggregate to assist in compaction. E. Roller com pact to minimum 90 percent relative density. F. Use mechanical tamping equipment in areas inaccessible to compaction equipment. G. Tolerances: 1. Maximum variation from flat surface: 1/4 inch in 10 feet. 2. Maximum variation from thickness: 1/4 inch. 3. Maximum variation from elevation: 1/2 inch. END OF SECTION Trail Amenities 02730 - 2 TBG Partners TBG D07311 September 24, 2008 SECTION 02810 LANDSCAPE IRRIGATION PART 1 GENERAL 1.1 SECTION INCLUDES A. Pipe and fittings, valves, sprinkler heads, emitters, bubblers, and accessories. B. Control system. 1.2 RELATED SECTIONS A. Section 02315 - Landscape Excavation and Backfill B. Section 02930 — Landscape Planting C. Section 02935 — Ninety -Day landscape Establishment Period 1.3 REFERENCES A. ASTM B32 - Standard Specification for Solder Metal; 2003. B. ASTM B42 - Standard Specification for Seamless Copper Pipe, Standard Sizes; 2002. C. ASTM B88 - Standard Specification for Seamless Copper Water Tube; 2003. D. ASTM D2235 - Standard Specification for Solvent Cement for Acrylonitrile-Butadiene- Styrene (ABS) Plastic Pipe and Fittings; 2001. E. ASTM D2241 - Standard Specification for Poly (Vinyl Chloride) (PVC) Pressure -Rated Pipe (SDR -PR); 2004. F. ASTM D2282 - Standard Specification for Acrylonitrile- Butadiene - Styrene (ABS) plastic pipe (SDR -PR); 1999. G. ASTM D2564 - Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) plastic pipe and fittings; 2002. H. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); National Electrical Manufacturers Association; 2003. 1.3 SUBMITTALS A. See Division 1 - Administrative Requirements, for specific submittal procedures. B. Shop Drawings: Indicate piping layout to water source, location of sleeves under pavement, location and coverage of sprinkler heads, components, plant and landscaping features, site structures, schedule of fittings to be used. C. Product Data: Provide copies of equipment manufacturer's specifications and literature for all specified materials. D. Samples: Provide, as applicable, one head of each type, one valve of each type (not size), one wire sample (with manufacturer's original labeling), one wire splice kit, one 3' section of drip tubing, one of each type of emitter and one of each nozzle type and size. Accepted samples may be used in the Work. Trail Amenities 02810 - 1 TBG Partners TBG D07311 September 24, 2008 E. Record Documents: Within 15 days of completion of the Work, provide a scale drawing showing actual locations (triangulated form two fixed reference points) of all concealed components including water meters, backflow prevention devices, gate valves, control valves, in -line wire splices, sleeves, mainline routing and control wire routing. Provide one (1) hardcopy and three (3) electronic copies saved in .pdf format on individual compact disks. F. Operation and Maintenance Data: 1. Provide on -site instruction of the operation and maintenance of system and controls, emergency shutdown, and seasonal activation and shutdown for the Owner's representative and the Owner's maintenance contractor. Also provide one (1) hardcopy and three (3) electronic copies, saved in .pdf format; of all operation and maintenance literature, material cut sheets and parts lists, and manufacturer's parts catalog. 2. Provide schedule indicating length of time each valve is required to operate to provide 1 /2 inch of water. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. B. Installer Qualifications: Company specializing in the performance, and licensed for the installation of the work of this section with minimum five years of experience. The use of unqualified personnel may result in the Contractor's removal from the project, without any extension of time, until qualified personnel can be provided. C. Do not alter the design hydraulics by installing additional tees or elbows unless approved in writing by the Landscape Architect. Failure to get approval may cause Contractor to expose all buried pipe, at the Contractor's expense, to assure no other alterations have been made. 1.6 REGULATORY REQUIREMENTS A. Conform to federal, state, county and local codes and laws for the installation of landscape irrigation systems. 1.7 PRE - INSTALLATION MEETING A. Convene no later than one week prior to commencing work of this Section. 1.8 COORDINATION A. Coordinate the work with site grading, paving, structural; concrete, landscape grading and installation of plant material. 1.9 WARRANTY AND MAINTENANCE A. Installer's Field Services: Prepare and start systems and adjust all spray patterns, flow controls, and controller programming during installation of the plant material and immediately prior to final acceptance. B. Provide to the Owner warranties and guarantees provided by the manufacturer for all equipment incorporated into the Work. Trail Amenities 02810 - 2 TBG Partners TBG D07311 September 24, 2008 C. Provide, on company letter head or Owner's standard warranty letter, a warranty on all materials and workmanship for a period of one year after final acceptance. The warranty shall include complete repair of any damage to the landscape or grade. 1.10 EXTRA MATERIALS A. See Section 01600 - Product Requirements, for additional provisions, if applicable. PART 2 PRODUCTS 2.1 IRRIGATION SYSTEM A. Automatically controlled underground irrigation system. 1. Source Power: Uninterrupted 120 volt, 10 A., single phase. B. Manufacturers: 1. Per the material schedule and plan legend. No substitutions will be permitted without written authorization from the Landscape Architect. 2.2 PIPE MATERIALS A. PVC Pipe: ASTM D 2241; 200 psi pressure rated upstream from controls, 200 psi downstream; solvent welded sockets 3" diameter and smaller with solvent welded Schedule 40 fittings, 4" and larger Class 200 gasket sealed PVC with ductile iron fittings specified for use with PVC pipe. B. PVC Pipe: ASTM D 2241; Class 200 with solvent welded Schedule 40 fittings. C. Copper Pipe: ASTM B 88 (ASTM B 88M), Type K (A); annealed temper. D. Copper Tube: ASTM B 42, Type M E. Fittings: Type and style of connection to match pipe. F. Solvent Cement: ASTM D 2564 for PVC pipe and fittings. G. Solder and Flux: ASTM B 32 solder, with suitable flux. H. Sleeve Material: Class 200 or Schedule 40. 2.4 VALVES A. Manufacturers: 1. Per the material schedule and plan legend. No substitutions will be permitted without written authorization from the Landscape Architect. B. Gate Valves: Bronze construction non - rising stem. C. Backflow Preventers: Bronze body construction double check valve type, or per local code. D. Valve Box and Cover: Brooks, Carson, Ametek, or per local code. 2.5 CONTROLS A. Manufacturers: 1. Per the material schedule and plan legend. No substitutions will be permitted without written authorization from the Landscape Architect. Trail Amenities 02810 - 3 TBG Partners TBG D07311 September 24, 2008 B. Controller: Automatic controller, microprocessor solid state control with visible readout display, temporary override feature to bypass cycle for inclement weather, programmable for 7 days in one minute increments, with automatic start and shutdown. Whether indicated on the plans or not, all controllers will be equipped with both a rain and freeze sensor. C. Valves: Electronic solenoid controlled; normally closed. D. Wire Conductors: Color coded, 14 gauge minimum. PART 3 EXECUTION 3.1 EXAMINATION A. Verify location of existing utilities. Verify that required utilities are available, in proper location, and ready for use. B. Verify that prepared subsoil, planters, on- structure decks, etc. are ready to receive work. The Contractor assumes all responsibility for the correction of work installed on improper grades. 3.2 PREPARATION A. Piping layout indicated is diagrammatic only. Route piping to avoid plants, ground cover, and structures. B. Layout and stake locations of system components. C. Review layout requirements with other affected work. Coordinate locations of sleeves under paving to accommodate system. 3.3 TRENCHING A. Trench and backfill in accordance with Section 02315 and Section 02316. B. Trench Size: 1. Minimum width: 6 inches. 2. Minimum cover over mainline piping: 18 inches. 3. Minimum cover over lateral line piping: 12 inches. 4. Minimum cover over drip distribution tubing: 12 inches. C. Trench to accommodate grade changes and slope to drains. D. Maintain trenches free of debris, material, or obstructions that may damage pipe. 3.4 INSTALLATION A. Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions. B. Connect to utilities, in accordance with state and local codes. C. Set outlets and box covers at finish grade elevations. D. Provide for thermal movement of components in system. E. Slope piping for self drainage to gravel filled well point. Trail Amenities 02810 - 4 TBG Partners TBG D07311 September 24, 2008 F. Use flexible PVC connections with solvent welded fittings or 0-ring type swing joint assemblies to each outlet. Unless specified otherwise, no other types of flexible connections will be allowed without the written approval of the Landscape Architect. Refer to detail sheet. G. After piping is installed, but before heads or drip tubing is installed and backfilling commences, open valves and flush system with full head of water. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Prior to backfilling, test system for leakage at main piping to maintain 100 psi pressure for one hour. C. System is acceptable if no leakage or loss of pressure occurs and system self drains during test period. 3.6 BACKFILLING A. Provide clean backfill material, free from debris over 1" size. B. Backfill trench and compact to specified sub -grade elevation. Protect piping from displacement. 3.7 ADJUSTING A. Adjust control system to achieve time cycles required. B. Adjust head types for full water coverage as directed. 3.8 DEMONSTRATION A. Instruct Owner's personnel in operation and maintenance of system, including adjusting of sprinkler heads. Use operation and maintenance material as basis for demonstration. END OF SECTION Trail Amenities 02810 - 5 TBG Partners TBG D07311 September 24, 2008 SECTION 02870 SITE FURNISHINGS PART1 GENERAL 1.1 SECTION INCLUDES A. Furnish and install benches. B. Furnish and install trash receptacles. C. Warranty and replacements. 1.2 RELATED SECTIONS A. Section 02930 — Landscape Planting 1.3 QUALITY ASSURANCE A. Applicable Standards: Review by Owner and Landscape Architect. B. Compatibility With Adjacent Materials: Verify that all site furnishings are compatible with adjacent site improvements and that their installation shall not adversely affect either the site furnishings of existing or proposed site improvements. C. Deliver and transfer manufacturers warranty to owner. 1.4 SUBMITTALS A. Product Data: Submit manufacturer's current literature for the following items: 1. Color, finish and size for each type of furnishing. 2. Installation instructions and recommendations for general maintenance. 3. Shop drawings as noted. B. Samples: 1. Material Color Chips and Samples: Required for each furnishing. Chip to be constructed using same material as the manufactured product and shall illustrate texture, color and configuration. 2. Physical Samples: Provide as requested by the landscape architect for review and approval. Sample to be identical to the specified product. C. Shop Drawings: Installation and anchorage details for all manufactured items. Construction details for all pre -cast concrete or custom metal items. 1.Shop Drawings shall fully illustrate the full construction, connections, anchorage and attachment of all items. Shop Drawings shall be drawn to scale and shall include dimensioned and noted plans, elevations, sections and details. Trail Amenities 02870 - 1 TBG Partners TBG D07311 September 24, 2008 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Labeling: Furnish all materials in the manufacturers' unopened, original containers, bearing original labels showing quantity, description and name of manufacturer. B. Delivery: Deliver and unload at the site on pallets and bound in such a manner that no damage occurs to the product. C. Storage: Store products in a manner that will preclude all damages, stains, weathering etc. Damaged materials will be rejected. Remove all damaged materials from the job site immediately, and replace at no cost to Owner. D. Handling: Furnish suitable equipment to locate all site furnishings carefully and efficiently. The installing contractor will be held responsible for damage during handling and installation. Remove, replace and /or repair as directed such damaged products at no cost to Owner. 1.6 SCHEDULE A. Coordinate shop drawings and approvals, lead times, ordering, deliveries and installation of all furnishings such that there will be no delay in either opening the project or in delays to other trades work surrounding and adjacent to the furnishings. PART 2 PRODUCTS 2.1 MANUFACTURERS Alternate manufactures if requested by contractor for consideration, will be required to meet or exceed the selected manufactures finish design including shape and size, color and material, and warranty. A. Benches: 1. Provide benches as shown and specified on plans. B. Trash Receptacles: 1. Provide receptacles as shown and specified on plans. 2.2 CONDITION A. All products are to be new and in first class condition. 2.3 WARRANTY A. Manufacturers Warranty: Contractor shall arrange manufacturers warranty to the effect that all manufactured products shall carry a minimum one year manufactures warranty which shall be transferred to the owner at time of acceptance. The warranty period shall commence based on written documentation to be provided by the Landscape Architect establishing the date of acceptance of the installation. Early delivery shall not limit the installed warranty period. B. Contractors Warranty: Contractor shall warrant all workmanship in addition to the manufacturers warranty for a period of one year from the date of acceptance. Trail Amenities 02870 - 2 TBG Partners TBG D07311 September 24, 2008 2.4 FURNISHED ITEMS A. Refer to materials and finish schedule on the drawings. PART 3 EXECUTION 3.1 GENERAL A. Acceptance: Area will be accepted when furnishings are permanently installed in accepted positions. B. Locations: Layout each item for approval in the general location as shown on the Drawings. Review with the Landscape Architect to confirm exact installation locations prior to final installation. C. Special Precautions: Guard against staining or damaging of existing pavements and plantings where site furnishings are to be installed. D. Paint exposed installation hardware to match furnishing color. E. Shim all furnishings to level as directed in the field. F. Acceptance: Do not install site and street furnishings prior to acceptance by Landscape Architect of area to receive such materials. G. Special Precautions: Guard against staining or damaging of furnishings until acceptance by Landscape Architect. 3.2 CONCRETE PADS AND FOOTINGS A. By Others 3.3 REPLACEMENTS A. Replace all products, materials and workmanship found to be defective through the end of the warranty period. 3.4 TOUCH -UP A. Provide owner with manufactures touch -up paint (1 — US quart minimum) for each painted furnishing. Supply literature necessary for ordering touch -up paint at a later date. 3.5 CLEAN -UP A. Keep all areas of work clean, neat and orderly at all times. B. Clean up and remove all stains, packing and debris from the entire work area prior to Final Acceptance. END OF SECTION Trail Amenities 02870 - 3 TBG Partners TBG D07311 September 24, 2008 SECTION 02923 SODDING PART1 GENERAL 1.1 SECTION INCLUDES A. Preparation of subsoil. B. Sod installation. 1.2 RELATED SECTIONS A. Section 02310 - Grading: Preparation of subsoil and placement of topsoil in preparation for the work of this section. B. Section 02316 - Fill and Backfill C. Section 02935 - Landscape Establishment 1.3 REFERENCES A. TPI (SPEC) - Guideline Specifications to Turfgrass Sodding; Turfgrass Producers International; 1995. 1.4 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Certification: Submit certification of grass species and location of sod source. 1.5 QUALITY ASSURANCE A. Sod Producer: Company specializing in sod production and harvesting with minimum five years experience, and certified by the State of Texas. B. Installer Qualifications: Company approved by the sod producer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver sod on pallets. Protect exposed roots from dehydration. B. Do not deliver more sod than can be laid within 24 hours. 1.7 INSPECTIONS A. Make written request for inspection of finish grade prior to sodding. B. Make written request for inspection that sodding operations have been completed. Such inspection is for the purpose of establishing the Maintenance Period. C. Submit written requests for inspections to the Landscape Architect at least seven (7) days prior to anticipated inspection date. 1.8 WARRANTY PERIOD A. Time Period: Warrant that all lawns and grasses shall be in a healthy and flourishing condition of active growth six (6) months from date of Final Acceptance. Trail Amenities 02923 - 1 TBG Partners TBG D07311 September 24, 2008 B. Appearance During Warranty: Lawns shall be free of dead or dying patches, and all areas shall show foliage of a normal density, size and color. Complete lush cover with no brown sections or cracks showing. C. Delays: All delays in completion of planting operations which extend the planting into more than one planting season shall extend the Warranty Period correspondingly. D. Exceptions: Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during Warranty Period. Report such conditions in writing. E. Replacements: Replace, without cost to Owner, and as soon as weather conditions permit, all lawn and grasses not in a vigorous, thriving condition, as determined by Landscape Architect during and at the end of Warranty Period. F. Matching: Closely match all replacement sod with adjacent areas of lawn or grass. Apply all requirements of this Specification to all replacements 1.9 FINAL ACCEPTANCE A. Work under this Section will be accepted by Landscape Architect upon satisfactory completion of all work, but exclusive of re- application under the Guarantee Period. PART 2 PRODUCTS 2.1 MATERIALS A. Sod: TPI, Certified Turfgrass Sod quality; cultivated grass sod; type indicated in plant schedule on Drawings; with strong fibrous root system, free of stones, burned or bare spots, relatively free of thatch; free from diseases and harmful insects; containing no more than 5 grassy and /or broadleaf weeds per 1000 sq ft; . Minimum age of 18 months, with root development that will support its own weight without tearing, when suspended vertically by holding the upper two corners. B. Sod shall be rejected if found to contain the following weeds:Quackgrass, johnsongrass, poison ivy, nimbleweed, thistle, bindweed, bentgrass, perennial sorrel, bromegrass. C. Topsoil: As specified in Section 02316. 2.2 ACCESSORIES A. Wood Pegs: Softwood, sufficient size and length to ensure anchorage of sod on slope. B. Wire Mesh: Interwoven hexagonal metal wire mesh of 2 inch size. 2.3 HARVESTING SOD A. Machine cut sod in accordance with TPI Guidelines. B. Cut sod in area not exceeding 1 sq yd, with minimum 1/2 inch and maximum 1 inch topsoil base. PART 3 EXECUTION 3.1 SOD BED PREPARATION A. Prepare subgrade in accordance with Section 02310. Trail Amenities 02923 - 2 TBG Partners TBG D07311 September 24, 2008 B. Final Grading 1. Stones, Weeds, Debris: Verify that all areas to receive lawns are clear of stones larger than 1 -1/2 in. diameter, weeds, debris and other extraneous materials. 2. Grades: Verify that grades are within 1 in. plus or minus of the required finished grades. Verify that soil preparation and fertilization has been installed in another section. Report all variations in writing. 3. Rake areas to set exact line and final finish grade. C. Rolling: Roll amended soil with 200 pound water - ballast roller. D. Soil Moisture: 1. Excessive Moisture: Do not commence work of this section when soil moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or that clods will not break readily. 2. Inadequate Moisture: Apply water, as necessary, to bring soil to an optimum moisture content for planting, immediately prior to laying the sod. E. Timing: Sod immediately thereafter, provided the sod -bed has remained friable. 3.2 LAYING SOD A. Moisten prepared surface immediately prior to laying sod. B. Lay sod within 24 hours after harvesting. Sod over 24 hour old will be removed from the site immediately. C. Lay the first row of sod in a straight line, with subsequent rows parallel to and set tight with no open joints visible, and no overlapping; stagger lateral joints 12 inches minimum. Do not stretch or overlap sod pieces. D. Lay smooth. E. Cut sod to fit curves with a sharp knife. F. Place top elevation of sod 1/2 inch below adjoining edging. G. On berms and slopes lay sod with strips parallel to contours. H. On slopes four inches per foot and steeper, lay sod perpendicular to slope and secure every row with wooden pegs at maximum 1 1/2 feet on center. Drive pegs flush with soil portion of sod. I. Water sodded areas immediately after installation. Saturate sod to 6 inches of soil. J. After sod and soil have dried, roll sodded areas to ensure good bond between sod and soil and to remove minor depressions and irregularities. Roll sodded areas with roller not exceeding 200 Ibs . K. Immediately after installation of the sod, remove sod clumps and soil, wash off any plant materials and pavements not to have sod. Keep all areas clean during the maintenance period. 3.3 CLEAN -UP A. General: Keep all areas of work clean, neat and orderly at all times. Keep all paved areas clean during planting operations. Trail Amenities 02923 - 3 TBG Partners TBG D07311 September 24, 2008 B. Debris: Clean up and remove all deleterious materials and debris from the entire work area prior to Final Acceptance. END OF SECTION Trail Amenities 02923 - 4 TBG Partners TBG D07311 September 24, 2008 SECTION 03101 CONCRETE FORMWORK FOR HARDSCAPE PART1 GENERAL 1.1 SCOPE A. Includes furnishing all materials, equipment, transportation and facilities, and performing all labor necessary for constructing concrete formwork. B. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification section, apply to Work of this Section. 1.2 CODES AND STANDARDS A. The Work described in this Section, unless otherwise noted on the Drawings, or herein specified, shall be governed by the codes in effect at the time of permitting and specifications. 1. ACI 301, Specifications for Structural Concrete of Buildings. 2. ACI 318, Building Code Requirements for Reinforced Concrete Buildings. 3. ACI 347, Recommended Practice for Concrete Formwork. 4. U.S. Product Standard for Softwood Plywood, Construction and Industrial PS -1. 5. Timber Construction Manual, American Institute of Timber Construction. 6. Design of Wood Formwork for Concrete Structures, National Forest Products Association. 1.3 QUALITY ASSURANCE A. Design Criteria: 1. The design and engineering of formwork and shoring, as well as its construction, shall be the responsibility of the Contractor. 2. Design criteria shall conform to ACI 347, Chapter 2. B. Allowable Tolerances: 1. Except when close coordination and fitting of various trades' work precludes allowance of tolerance, maximum total permissible deviations from established line, grades and dimensions shall conform to ACI 347, Section 3.3. Set and maintain forms in such manner as to ensure completed work within specified tolerance limits. 2. Variation in location of embedded structural items unless provided with sleeves or other means of adjustment: 1/4 ". Trail Amenities 03101 - 1 TBG Partners TBG D07311 September 24, 2008 1.4 SUBMITTALS A. Submit shop drawings in accordance with Section 01340. B. Shop Drawings: Submit a diagram of proposed construction joints not indicated on Drawings prior to or concurrent with reinforcing steel shop drawings. 1. Shop drawings will be reviewed for proposed construction joint locations with respect to aesthetic criteria and general design conformance only. C. Product Data: Submit complete manufacturer's product data sheets for each specified product. 1.5 STORAGE OF MATERIALS A. Store form materials and accessories on dunnage and under cover with protective sheeting. 1.6 SCHEDULING /SEQUENCING A. Coordinate Work of this Section with work of other Sections as required to properly execute the work and as necessary to maintain satisfactory progress of the work of other Sections. PART 2 PRODUCTS 2.1 MATERIALS A. FORMS: Wood, metal and other approved material that will not adversely affect surface of concrete and will provide or facilitate obtaining specified surface finish: 1. Wood forms for unexposed concrete surfaces shall be built of No. 2 Common Southern Yellow Pine lumber or other material of equal qualifications, of sufficient thickness to be capable of sustaining the loads to be imposed thereon, dressed to uniformly smooth contact surfaces and so constructed as to be readily removable. 2. Metal forms shall be clean, unpainted and in excellent condition. Forms shall at all times be straight to provide members of the widths and depths required. Damaged or indented forms will not be acceptable. 3. Exterior -grade plywood panels, suitable for concrete forms, complying with DOC PS 1, and as follows: a. B -B (Concrete Form), Class 1, or better, mill oiled and edge sealed. 4. Rough- Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. 5. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass- fiber- reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads without detrimental deformation. Trail Amenities 03101 - 2 TBG Partners TBG D07311 September 24, 2008 B. Form release agent shall be non - residual, non - staining chemical release agent containing no kerosene, meeting Corps of Engineer Specification CE -204 requirements. Test for non - staining of concrete. Release agent shall not impair subsequent treatments of concrete surfaces. C. Corner Chamfer: 3/4 inch polyvinyl chloride form strip equal to CSF type as manufactured by The Burke Company or wood chamfers. D. Form ties for exposed concrete surfaces shall be manufactured to allow a positive breakback of no less than one inch (1 ") inside the concrete surface. Ties shall be equipped with a plastic cone of not less than five - eights inch (5/8 ") diameter and one inch (1 ") long which will completely cover the hole and prevent the leakage of any mortar. Form ties for unexposed surfaces shall be bolt rods or patented devices having a minimum tensile strength of three thousand (3,000) pounds when fully assembled. Ties shall be adjustable in length and free of lugs, cones, washers or other features which would leave a hole larger than seven - eights inch (7/8 ") in diameter, or depressions back of the exposed surface of the concrete. Ties shall be of such construction that, when the forms are removed, there will be no metal remaining within one inch (1 ") of the finished surface of the concrete. Ties shall be designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. E. Form Sealer: Synthex by Industrial Synthetics Corp., or Pre -Form by Nox -Crete Co. F. Compressible Filler: Premolded Sponge Rubber and Cork, non - asphaltic, ASTM D1752, Type 1. G. Waterstops: Mastic Waterstop; Synko -Flex Preformed Plastic Waterstop of Synko -Flex Products Co., meeting requirements of FS SS -S- 00210. H. Construction Joint Form: The Burke Company "Keyed -Kold Joint" or equal. I. Dovetail Anchor Slots: No. 305 galvanized steel 24 gage, by Hohmann and Bernard, Inc., or similar by Richmond or Burke. J. Carton Forms: Trapezoidal configuration, Container Corporation of America, "Void -co" or equal, double wall, laminated using water - resistant adhesive and coated with paraffin containing 10% polyethylene, sizes as indicated, structurally sufficient to support weight of plastic concrete and other superimposed loads. PART 3 EXECUTION 3.1 MATERIAL STORAGE A. Form material shall be delivered to the job site as far in advance of its use as is practical, and shall be carefully stacked clear of the ground in such a manner as to facilitate air drying. 3.2 INSTALLATION A. All concrete members shall be adequately shored to safely support all loads and lateral pressures outlined in "Recommended Practice for Concrete Formwork" (ACI 347), without distortion, excessive deflection and other damage. Trail Amenities 03101 - 3 TBG Partners TBG D07311 September 24, 2008 B. All necessary forms, centering, shores and moulds shall be built to conform to the shapes, lines and dimensions of the various members of concrete construction, as shown or scheduled on the Drawings. They shall be sufficiently tight and so substantially assembled as to prevent bulging or the leakage of mortar. All forms shall be assembled to facilitate their removal without damage to the concrete. C. Provide temporary openings at the bottom of cast -in -place walls, columns and elsewhere as required to facilitate cleaning, drainage and inspection. D. Construct forms with such care as to produce concrete surfaces which will not have unsightly or objectionable form marks in exposed (concrete) surfaces. Lumber once used as forms shall have all contact surfaces thoroughly cleaned before reuse. 3.3 FORM TIES A. Form ties shall be employed in such places and at such intervals as to securely hold the forms in position during the placing of concrete, and to withstand the weight and pressure of the wet concrete. Ties of a type intended to be entirely removed shall be coated with release agent to safeguard against damaging the concrete during such removal. The use of wire ties will not be permitted. 3.4 WOOD STRIPS, BLOCKINGS AND MOULDINGS A. Place in the forms wood strips, blocking, moulding, nailers, etc., as required to produce the finished profiles and surfaces shown on the Drawings and to provide nailing for wood members or other features required to be attached to concrete surfaces in such manner. Coat wood strips, blocking, and mouldings with release agent. 3.5 CHAMFERS A. All exposed external angles of concrete members shall have 3/4" chamfer strips placed in the forms to relieve the angles. 3.6 FORM COATING A. Treat forms with release agent. Wipe excess off to leave surface of forms just oily to touch. Assure that release agent is not applied to reinforcing steel nor allowed to contact hardened concrete against which fresh concrete will be placed. 3.7 CONSTRUCTION JOINT A. Except as otherwise specifically indicated on the Drawings, each concrete member shall be considered as a single unit of operation, and all concrete for the same shall be placed continuously in order that such unit will be monolithic in construction. Should construction joints prove to be absolutely unavoidable, the same shall be located in the middle third of spans. B. Additional construction joints shall not be made under any circumstances without prior evaluation by the Architect. All construction joints must be either plumb or level. Provide appropriate keys and dowels in all construction joints, whether horizontal or vertical. Trail Amenities 03101 - 4 TBG Partners TBG D07311 September 24, 2008 3.8 JOINT TREATMENT A. Gasket, plug, tape or caulk joints, gaps and apertures in exposed concrete forms to positively prevent leakage. Form joints allowed only where indicated on shop drawings. Where possible, locate joints behind rustication. Apply joint treatment within 24 hours of scheduled pour. 3.9 CLEANING A. Immediately before placing concrete, clean forms free of chips, sawdust, wire clippings and other debris. 3.10 INSERTS AND ACCESSORIES A. Make provisions for required installation of accessories, bolts, hangers, sleeves, anchor or dovetail slots, and inserts cast in concrete. Provide formed openings where required for pipes, conduits, sleeves and other work passing through concrete. B. Obtain templates or instructions for installation of items. C. Place expansion joint fillers where detailed. D. Maintain in position during concrete placement. 3.11 WALLS AND COLUMNS A. Construct concrete walls and columns to the heights, thicknesses and profiles shown on the Drawings. Provide temporary openings at the bottom of all wall and column forms to facilitate cleaning and inspection. Close such openings securely, immediately in advance of pouring concrete in the wall forms. Provide appropriate keys and haunches in walls to receive edge of concrete floors. 3.12 WATERSTOPS A. Provide continuous water stops in all joints at and below grade. Position waterstops accurately and support against displacement. Splice sections watertight in accordance with manufacturer's recommendations. 3.13 BEAMS AND JOISTS A. Concrete beams and joists shall be of sizes and shapes as shown. B. Forms may be reconditioned and reused if they meet all other specification requirements. 3.14 SLABS A. Form all openings in concrete slabs as required for the vertical passage of ducts, pipes, conduits, etc. Trail Amenities 03101 - 5 TBG Partners TBG D07311 September 24, 2008 3.15 MISCELLANEOUS A. Construct forms for any and all items of concrete work required for or in connection with the satisfactory completion of the project, whether each such item is specifically shown or referred to or not. B. Do not sleeve any columns, beams, or slabs unless such sleeves are indicated on the Structural Drawings, or are previously approved on Shop Drawings by the Structural Engineer. 3.16 REMOVAL OF FORMS A. Forms shall not be removed until the concrete has adequately hardened and set has attained sufficient strength to resist dead loads plus applied live loads. Clamps or tie rods may be loosened twenty -four (24) hours after the concrete is placed; ties, except for a sufficient number to hold the forms in place, may be removed at that time. Throughwall ties that are to be wholly withdrawn shall be pulled toward the inside face of the respective wall or beam. Cutting ties back from the face of the concrete will not be permitted, and care shall be exercised to avoid spalling concrete surfaces. Remove formwork in a manner that will not damage surfaces of concrete; patch work damaged during form removal operations. B. Formwork for concrete members that support the weight of concrete shall remain in place until the concrete has reached 75% of its specified 28 -day strength, unless otherwise specified or permitted. All shoring and reshoring shall comply with ACI 318, ACI 301, and ACI 347. C. Under normal conditions, the minimum period of time to be allowed to elapse before forms may be removed shall be as indicated in ACI 347, but its observance shall not operate to relieve the Contractor of the responsibility for the safety of the structure. Deviations shall be submitted to and reviewed by the Architect prior to removal of forms. D. When the temperature falls below forty degrees Fahrenheit (40 degrees F.), the forms shall remain in place an additional period equal to the time the structure has been exposed to such lower temperature. Adequate measures shall be taken to protect the concrete from cold weather conditions. E. Contractor shall pay for and have Testing Laboratory make additional test cylinders to confirm strength requirements for early form recovery. F. Adequately reshore members subject to additional loads during construction to support both member and construction loads in a manner that will protect member from damage. In multistory construction, extend shoring or reshoring over a sufficient number of stories to distribute loads in such a manner that no floor or member will be excessively loaded or will induce tensile stress in concrete members without sufficient steel reinforcement. Contractor shall pay for and have Testing Laboratory make additional test cylinders to confirm strength requirements for early form recovery. Reshore before removing original shoring. Reshoring shall remain in place until members have attained required compressive strength, or as long as required to support additional construction loads. G. When reshoring is required, the operations shall be planned in advance and shall be the responsibility of the Contractor. H. Reshoring shall remain in place until members have attained required compressive strength, or as long as required to support additional construction loads. Trail Amenities 03101 - 6 TBG Partners TBG D07311 September 24, 2008 3.17 FORM REUSAGE A. Thoroughly clean surfaces of forms and remove nails before reuse. Do not reuse damaged or worn forms. Inspect forms and re- tighten rustications. B. Recoat contact surfaces of forms and liners with a light spray coat of release agent. Do not apply until after joint treatment is complete. END OF SECTION Trail Amenities 03101 - 7 TBG Partners TBG D07311 September 24, 2008 SECTION 03201 REINFORCING STEEL FOR HARDSCAPE PART 1 GENERAL 1.1 SCOPE A. Includes furnishing all material, equipment, transportation, and facilities, and performing all labor necessary for preparation and submittal of shop drawings, furnishing and placing reinforcing. Refer to other sections for reinforcing steel in connection with site concrete. B. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specifications section apply to Work of this section. C. Alternate bids: Refer to other sections for description. 1.2 CODES AND STANDARDS A. The Work described in this section, unless otherwise noted on the Drawings or herein specified, shall be governed by the latest editions of the following Codes or Specifications: 1. ACI 301, "Specification for Structural Concrete for Buildings ". 2. ACI 315, "Manual of Standard Practice for Reinforced Concrete ". 3. ACI 318, "Building Code Requirements for Reinforced Concrete ". 4. ASTM A185, "Standard Specification for Welded Steel Wire Fabric for Concrete Reinforcement ". 5. ASTM A315/A615M, "Standard Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement ". 6. ASTM A706/A706M, "Standard Specification for Low -Alloy Steel Deformed Bars for Concrete Reinforcement ". 7. Concrete Reinforcing Steel Institute, "Manual of Standard Practice" and publications 63 & 65. 8. ASTM A775/A775M, "Standard specification for epoxy- coated reinforcing steel bars ". 9. ACI 117, "Standard Specifications for Tolerances for Concrete Construction and Materials ". Trail Amenities 03201 - 1 TBG Partners TBG D07311 September 24, 2008 1.3 QUALITY ASSURANCE A. If reinforcing steel is purchased direct from a United States mill, manufacturer's test sheets will suffice. Steel supplier shall furnish mill certificate reports. B. If steel is from an undetermined origin or manufacturer's test sheets or mill certificate reports are unavailable, Testing Laboratory shall perform tension and bending tests on three separate samples of each size of bar in every five tons of each type of steel as specified in the appropriate ASTM Specifications. Contractor shall furnish all material for testing and pay for all such tests. 1.4 ALLOWABLE TOLERANCES A. Fabricating: Conform to ACI 315. B. Placing: 1. Concrete cover measured perpendicular to concrete surface in direction of tolerance: a. Member size of 12" or less: -3/8 in. b. Member size of over 12 ": -1/2 in. c. Reduction of cover shall not exceed one -third specified concrete cover. d. Reduction of cover to formed soffits shall not exceed 1/4 in. 2. Clear distance to side forms and resulting concrete surfaces and clear distance to formed and resulting concrete soffits in direction of tolerance: a. Member size of 4" or less: +1/4 ", -3/8 in. b. Member size of over 4" but not over 12 ": +/ -3/8 in. c. Member size of over 12" but not over 2 feet +/ -1/2 in. d. Member size of over 2 feet: +/ -1 in. 3. Distance between reinforcing: a. Joists: +/- 3/8 in. b. Beams, girders: +/- 1/2 in. c. Columns: +/- 1/4 in. d. All other members: one - quarter specified distance not to exceed 1". e. Distance between bars shall not be less than the greater of the bar diameter or 1" for unbundled bars. 4. Conform to ACI 117 for any tolerances not shown. C. Maximum bar relocation to avoid interference with other reinforcing steel, conduits, or other embedded items: 1 bar diameter. 1.5 SUBMITTALS A. Shop Drawings: Submit shop drawings and installation drawings including complete bending diagrams, assembly diagrams, splicing and laps of bars, shapes, dimensions and details of bar reinforcing and accessories. Trail Amenities 03201 - 2 TBG Partners TBG D07311 September 24, 2008 1. Show complete layout plan for each layer of reinforcing of slabs and beams showing number, arrangement, spacing, location, marking, orientation, etc., of reinforcement required for layer being described. B. Certificates: 1. Reinforcing Steel: Certified copies of mill test reports, evidencing compliance with the requirements of these Specifications, shall be delivered to the Architect with deliveries of reinforcing steel. 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver reinforcement to project site in bundles marked with metal tags indicating bar size, length and mark. B. Unload reinforcing carefully to prevent damage. Store above ground in dry, well drained area and protect from mud, dirt, paint, corrosion, etc. 1.7 SCHEDULING /SEQUENCING A. Coordinate Work of this Section with work of other Sections as required to properly execute the Work and as necessary to maintain satisfactory progress of the work of other Sections. PART 2 PRODUCTS 2.1 MATERIALS A. Reinforcing Bars: ASTM A615/A615M, new, deformed billet steel bars, Grade 60 as indicated on Structural Drawings. All reinforcement specifically noted as being welded shall be new billet steel conforming to ASTM A706. B. Welded Wire Fabric Reinforcing: Flat cutsheets ASTM A185, new, steel wire spot welded at intersections and of sizes indicated. C. Metal Accessories: Include spacer, chairs, bolsters, ties and other devices necessary for properly placing, spacing, supporting and fastening reinforcement in place, conforming to the requirements of CRSI "Manual of Standard Practice for Detailing Reinforced Concrete Structures" and ACI 315. Metal accessories shall be plastic protected where legs will be exposed in finished concrete surfaces. Plastic protection shall be the color of the concrete. For epoxy- coated reinforcement, use epoxy- coated or other dielectric - polymer coated wire bar supports. D. Bar supports for concrete resting on earth shall be precast briquettes, having tie wires embedded therein, or Individual High Chairs No. HCP with welded plates on bottom as manufactured by Hohmann & Barnard, Inc. E. Tie Wire: FS QQ -W -461, black annealed steel, 16 ga. minimum. F. Tension Splices: In accordance with Contract Documents. G. Compression Splices (Vertical Reinforcing Bars): In accordance with Contract Documents. Trail Amenities 03201 - 3 TBG Partners TBG D07311 September 24, 2008 H. Epoxy Repair Coating: Liquid, two -part, epoxy repair coating; compatible with epoxy coating on reinforcement and complying with ASTM A775/A775M. 2.2 FABRICATION A. In accordance with CRSI "Manual of Standard Practice" and ACI 315. PART 3 EXECUTION 3.1 PREPARATION A. Cleaning: Before placing in work thoroughly clean reinforcement of loose rust, mill, scale, dirt, oil, and other coating which might tend to reduce bonding. Reinspect reinforcing left protruding for future bonding, or following delay in work, and reclean if necessary. 3.2 INSTALLATION A. Bar Placement: In accordance with ACI 301, ACI 315, ACI 318, and CRSI "Manual of Standard Practice ". B. Bending: Bend bars cold; do not heat reinforcement or bend by makeshift methods. Discard heat bent, kinked or otherwise damaged bars. C. Splices: In accordance with ACI 315. D. Placing: Reinforcement shall be accurately placed and securely saddle tied in accordance with CRSI recommended practice with No. 16 gauge black annealed wire, and shall be rigidly held in place during the placing of the concrete by means of metal chairs or spacers. 1. Bars in concrete walls and columns shall be held in position, and to proper clearance, by means of metal spacers made especially for the locations where spacers are required. 2. Bars in footings, beams and slabs shall be held to exact location during placing of concrete by spacer, chairs, or other necessary supports. E. Supports: In accordance with ACI 301 and ACI 315 for number, type, spacing and placing. F. Protection: Conform to ACI 318, Chapter 7. 3.3 WIRE FABRIC PLACEMENT A. Install in longest practicable lengths. B. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. C. Offset end laps in adjacent widths to prevent continuous lap. Trail Amenities 03201 - 4 TBG Partners TBG D07311 September 24, 2008 D. Keep wire in proper position during concrete placements. E. Lap splices shall be in accordance with ACI 318. 3.4 WELDING A. No welding of reinforcing steel will be permitted unless specifically indicated on the Drawings. B. Welding of reinforcing steel shall conform to AWS D1.4. 3.5 FIELD QUALITY CONTROL A. Testing Laboratory services shall be in accordance with Section 01410. B. Testing Laboratory shall perform visual inspection prior to placement of size, type and quality of materials. C. Testing Laboratory shall observe and report on placement of reinforcement, including size, quantity, vertical location, horizontal spacing, correctness of bends, splices, clearance between bars and forms, firmness of installation, and security of supports and ties, immediately prior to concreting. D. Provide all inspections and testing as required by the 2000 International Building Code. END OF SECTION Trail Amenities 03201 - 5 TBG Partners TBG D07311 September 24, 2008 SECTION 03330 CAST -IN -PLACE CONCRETE FOR HARDSCAPE PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete formwork. 2. Concrete reinforcement. 3. Cast -in -place concrete. 4. Concrete finishing. B. Related Sections: 1. Division 01: Administrative, procedural, and temporary work requirements. 1.2 REFERENCES A. American Concrete Institute (ACI): 1. 301 - Structural Concrete for Buildings. 2. 302.1 - Guide for Concrete Floor and Slab Construction. 3. 305R - Hot Weather Concreting. 4. 306R - Cold Weather Concreting. 5. 318 - Building Code Requirements for Structural Concrete. B. ASTM International (ASTM): 1. A615/A 615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 2. C33 - Standard Specification for Concrete Aggregates. 3. C94 - Standard Specification for Ready -Mixed Concrete. 4. C150 - Standard Specification for Portland Cement. 5. C171 - Standard Specification for Sheet Materials for Curing Concrete. 6. C260 - Standard Specification for Air - Entraining Admixtures for Concrete. 7. C309 - Standard Specification for Liquid Membrane - Forming Compounds for Curing Concrete. 8. C494 - Standard Specification for Chemical Admixtures for Concrete. 9. C618 - Standard Specification for Fly Ash and Raw or Calcined Natural Pozzolans for Use as a Mineral Admixture in Portland Cement Concrete. 10. D1752 - Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. C. Concrete Reinforcing Steel Institute (CRSI) - Manual of Practice. 1.3 SUBMITTALS A. Submittals for Review: 1. Shop Drawings: Indicate reinforcing sizes, spacings, laps, locations, and quantities of reinforcing bars, wire fabric, and accessories. Show complete layout plan for each layer of reinforcing. 2. Concrete Mix Designs: Submit for each type of concrete. Trail Amenities 03330 - 1 TBG Partners TBG D07311 September 24, 2008 1.4 QUALITY ASSURANCE A. Concrete Mix Design: In accordance with ACI 301, Method 1 or 2. 1.5 DELIVERY, STORAGE AND HANDLING A. Mix and deliver concrete to project ready mixed in accordance with ASTM C94. B. Schedule delivery so that pours will not be interrupted for over 15 minutes. C. Place concrete on site within 90 minutes after proportioning materials at batch plant. PART 2 - PRODUCTS 2.1 MATERIALS A. Formwork: 1. Forms: Wood, metal, reusable glass fiber type, tight fitting. 2. Fasteners: Size as required, sufficient strength to maintain forms in place while concrete is placed. 3. Form release agent: Nonstaining, colorless mineral oil that will not absorb moisture, stain concrete, or impair adhesion of coatings to be applied to concrete. B. Reinforcement: 1. Bars: ASTM A615/A615M, deformed billet steel. 2. Chairs, bolsters, bars supports, and spacers: a. Sized and shaped for support of reinforcement during concrete placement. b. Plastic coated steel for surfaces exposed to weather. 3. Tie wire: Annealed steel, 16 gage minimum. C. Concrete Materials: 1. Portland cement: ASTM C150, Type I or III as applicable. 2. Aggregates: ASTM C33, clean, hard, durable, and uncoated. a. Fine: Natural sand, free from silt, loam, and clay. b. Coarse: Crushed stone, maximum size No. 467, Table No. 2. 3. Admixtures: a. Water reducing or water reducing /set retarding: ASTM C494, Type A or D. b. Air entraining: ASTM C260. 4. Fly ash: ASTM C618, maximum 2 percent loss on ignition. D. Expansion Joint Filler: ASTM D1752, Type 1, non asphaltic. E. Curing Materials: 1. Curing compound: ASTM C309, Type 1. 2. Curing paper: ASTM C171, waterproof paper or polyethylene film. F. Bonding Agent: Two component modified epoxy resin. G. Water: Clean and potable. 2.2 MIXES A. Proportions: In accordance with ACI 301. Trail Amenities 03330 - 2 TBG Partners TBG D07311 September 24, 2008 B. Design concrete to yield following characteristics: 1. Minimum 28 day compressive strength: 3000 PSI. 2. Slump: 3 to 5 inches. 3. Air entrainment: 4 to 6 percent air by volume of concrete. 4. Fly ash content: Maximum 20 percent by weight of cementitious material in mix. 2.3 FABRICATION A. Reinforcing: In accordance with CRSI Manual. PART 3 - EXECUTION 3.1 PREPARATION A. Remove water and debris from forms and excavations before concrete is deposited. B. Provide devices for conveying concrete to point of deposit to prevent disturbing forms or reinforcing or segregating concrete. C. Clean reinforcement of loose rust, mill scale, dirt, oil, and other materials that could reduce bonding. D. Prepare previously placed concrete surfaces by cleaning with steel wire brush and applying bonding agent in accordance with manufacturer's instructions. 3.2 INSTALLATION OF FORMWORK A. Construct forms tight to prevent loss of mortar. B. Install chamfer strips in corners of forms to produce beveled edges on permanently exposed surfaces. C. Clean contact and screed surfaces of hardened concrete and foreign materials prior to assembly. D. Apply form release agent to contact surfaces; follow manufacturer's instructions. 3.3 INSTALLATION OF REINFORCEMENT A. Install in accordance with ACI 301 and CRSI Manual. 3.4 PLACEMENT OF CONCRETE A. Place concrete in accordance with ACI 301 and ACI 318. B. Ensure reinforcement, inserts, and embedded parts are not disturbed during concrete placement. C. Deposit concrete as nearly as possible in its final position to minimize handling and flowing. D. Place concrete continuously between predetermined expansion, control, and construction joints. E. Do not place partially hardened, contaminated, or retempered concrete. F. Do not allow concrete to free fall over 8 feet; provide tremies, chutes, or other means of conveyance. Trail Amenities 03330 - 3 TBG Partners TBG D07311 September 24, 2008 G. Consolidate concrete with mechanical vibrating equipment. Hand compact in corners and angles of forms. 3.5 FORM REMOVAL A. Remove forming materials in manner that will not damage surfaces of concrete; patch work damaged during form removal operations. 3.6 FINISHING A. Formed Surfaces: While concrete is still green: 1. Patch voids over 1/2 inch in diameter or depth. 2. Remove fins and other protrusions by rubbing with carborundum stone. B. Horizontal Surfaces: After screeding, finish surfaces with heavy broom finish. C. Allowable Tolerances: In accordance with ACI 301. 3.7 PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Provide artificial heat to maintain temperature of concrete above minimum specified temperature for duration of curing period. D. Keep forms sufficiently wet to prevent cracking of concrete or loosening of form joints. 3.8 CURING A. Cure concrete in accordance with ACI 308: 1. Horizontal surfaces: a. Surfaces to receive additional toppings or setting beds: Use curing paper method. b. Other surfaces: Use either curing paper or curing compound method. 2. Vertical surfaces: Use either wet curing or curing compound method. 3.9 CLEANING A. Remove efflorescence, stains, oil, grease, and foreign materials from exposed surfaces. END OF SECTION Trail Amenities 03330 - 4 TBG Partners TBG D07311 September 24, 2008 SECTION 03370 CONCRETE CURING FOR HARDSCAPE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Initial and final curing of horizontal and vertical concrete surfaces. 1.2 RELATED SECTIONS A. Section 02751 - Portland Cement Concrete B. Section 03300 - Cast -In -Place Concrete C. Section 03345 - Concrete Finishing. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Recommended Practice for Concrete Floor and Slab Construction. C. ACI 308 - Standard Practice for Curing Concrete. D. ASTM C171 - Sheet Materials for Curing Concrete. E. ASTM C309 - Liquid Membrane - Forming Compounds for Curing Concrete. F. ASTM D2103 - Polyethylene Film and Sheeting. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on curing compounds, product characteristics, performance, compatibility with Architectural finishes and limitations. C. Manufacturer's Installation Instructions: Indicate criteria for preparation and application. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301, and ACI 308. B. Maintain one copy of both documents on site. C. Provide all inspections and testing as required by the 2000 International Building Code. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products under provisions of Section 01600. B. Deliver curing materials in manufacturer's packaging including application instructions. Trail Amenities 03370 - 1 TBG Partners TBG D07311 September 24, 2008 PART 2- PRODUCTS 2.1 MATERIALS A. Membrane Curing Compound Type A: ASTM C309, Type 1, Class B, 18 to 22 percent solids. 1. Curecrete Chemical Company "Ashford Formula ". 2. L & M Construction Chemicals, "Dress & Seal WB ". 3. Sonneborn, "Kure -N -Seal W'. 4. Approved Equal. B. Absorptive Mats Type B: ASTM C171, cotton fabric or burlap - polyethylene, minimum 8- oz/sq.yd. bonded to prevent separation during handling and placing; The Burke Company, "Burlene" or approved equal. C. Waterproof Paper Type C: ASTM C171, treated to prevent separation during handling and placing, standard color; Type I- SK -30. Do not use where floor surface material is required to breathe. 1. The Burke company, "Orange Label ". 2. St. Regis, "Orange Label ". 3. Approved Equal. D. Polyethylene Film Type D: ASTM C171, 6 -mil thick, opaque color. Do not use where floor surface material is required to breathe. E. Water: Potable and not detrimental to concrete. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify substrate conditions. B. Verify that substrate surfaces are ready to be cured. 3.2 EXECUTION - HORIZONTAL SURFACES A. Cure floor surfaces in accordance with ACI 308. Use either of the water curing, or applied sealing material procedures listed below. B. Maintain curing procedure for a minimum of 7 -days after concrete placement, or until the concrete has attained 75- percent of its specified compressive strength, whichever is shorter. C. Cure all mass concrete; mat foundations, vaults, special foundations, etc., with a water curing method only. Trail Amenities 03370 - 2 TBG Partners TBG D07311 September 24, 2008 D. Water Curing Procedures: 1. Ponding: Maintain 100 - percent coverage of water over floor slab areas continuously for 4 -days. Allow water to dissipate or evaporate naturally after that period. Do not allow water to freeze. 2. Spraying: Spray water over floor slab areas and maintain wet for 7 -days. Use an approved spray device which will not damage the new concrete. Maintain spray system to be functional throughout the curing period. 3. Absorptive Cotton Fabric Mat: Spread cotton fabric over floor slab areas. Spray with water until mats are saturated and maintain in saturated condition for 7 -days. Do not allow mats to freeze. 4. Absorptive Burlap Polyethylene Mat: Saturate burlap - polyethylene mat and place burlap -side down over floor slab areas, lapping ends and sides; maintain in place for 7 -days. Maintain above freezing temperature throughout curing period. E. Applied Sealing Material Procedures: 1. Concrete surfaces shall be protected against frost and rapid drying and kept moist for at least 7 -days after placing. During this period, concrete shall be maintained above 70 degrees F for at least 3 -days or above 50 degrees F for at least 5 -days. 2. Concrete slabs, except those to receive waterproofing, liquid hardener or toppings, shall be cured with curing compound. Begin curing concrete as soon as concrete surfaces begin to take initial set after finishing. Spray compound on surfaces using two coats, applying second at right angles to first, at rate of 400 sq. ft. per gallon. Restrict traffic on surfaces during cure to prevent "tracking off' of protective film. 3. The compound shall be applied in accordance with the recommendations of the manufacturer immediately after any water sheen which may develop after finishing has disappeared from the concrete surface. It shall not be used on any surface against which additional concrete or other material is to be bonded unless it is proven that the curing compound will not prevent bond, or unless positive measures are taken to remove it completely from areas to receive bonded applications. 4. During the curing period, the concrete shall be protected from damaging mechanical disturbances, such as load stresses, heavy shock and excessive vibration. All finished concrete surfaces shall be protected from damage by construction equipment, materials, or methods, by application of curing procedures and by rain or running water. F. Liquid Hardener: Exposed concrete slabs to receive a liquid hardener shall be sealed by applying one coat of liquid hardener and an additional coat of liquid hardener compound near completion of project. Apply compound to surfaces in accordance to manufacturer's recommendations. G. Curing Paper Method: Slabs to receive waterproofing or toppings shall be cured with curing paper only. Begin curing concrete as soon as concrete surfaces begin to take initial set after finishing. Spread curing paper over surfaces, lapping ends and sides a minimum of 4 inches, and maintain in place by use of suitable weights for at least 7- days, then remove. Trail Amenities 03370 - 3 TBG Partners TBG D07311 September 24, 2008 3.3 EXECUTION - VERTICAL SURFACES A. Cure surfaces in accordance with ACI 308. Use one of the curing methods listed below. B. Loosen vertical formwork as soon as concrete has hardened sufficiently to do so. Apply water between new concrete and the loosened forms, saturating the forming materials. Maintain loosened forms in place for a minimum of 48- hours, and resume curing as specified below for a total curing duration of 7 -days or until the concrete has attained 70- percent of its specified compressive strength, whichever is shorter. C. Spraying: Spray water over surfaces and maintain wet for 7 -days. D. Membrane Curing Compound: Apply curing compound in accordance with manufacturer's instructions in one coat. 3.4 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of other sections. B. Do not permit traffic over unprotected floor surface. END OF SECTION Trail Amenities 03370 - 4 TBG Partners TBG D07311 September 24, 2008 SECTION 04060 MASONRY MORTARING FOR HARDSCAPE PART IGENERAL 1.1 SUMMARY A. Section Includes: 1. Mortar for masonry. B. Related Sections: 1. Division 01: Administrative, procedural, and temporary work requirements. 2. Section 04200 - Unit Masonry. 3. Section 04851 - Stone Assemblies. 1.2 REFERENCES A. ASTM International (ASTM): 1. C144 - Standard Specification for Aggregate for Masonry Mortar. 2. C150 - Standard Specification for Portland Cement. 3. C207 - Standard Specification for Hydrated Lime for Masonry Purposes. 4. C270 - Standard Specification for Mortar for Unit Masonry. B. The Masonry Society (TMS): 1. 402 - Building Code for Masonry Structures. 2. 602 - Specification for Masonry Structures. 1.3 SUBMITTALS A. Submittals for Review: 1. Samples: 1/2 x 1/2 inch x 3 inch long colored mortar samples. B. Quality Control Submittals: 1. Test reports: Indicating mortar compliance with ASTM C270. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with TMS 402 and 602. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver cement and lime in manufacturer's original, unopened packages or containers. B. Protect materials from moisture absorption and damage; reject damaged containers. C. Store aggregate to prevent inclusion of foreign matter. Trail Amenities 04060 - 1 TBG Partners TBG D07311 September 24, 2008 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers - Colorants: 1. Arizona Oxides LLC. 2. Davis Colors. 3. Solomon Colors. 2.2 MATERIALS A. Portland Cement: 1. ASTM C150, Type I. 2. For exposed surfaces, provide cement from one source throughout project. B. Aggregate: 1. ASTM C144, standard masonry type. 2. For exposed surfaces, provide aggregate from one source throughout project. C. Lime: ASTM C207, Type S. D. Colorant: Pure mineral oxide type, color to be selected from manufacturer's full color range. E. Water: Clean and free from oils, acids, alkalies, organic matter, and other substances in amounts deleterious to mortar or metals in masonry. 2.3 MIXES A. Mortar Mixes: To ASTM C270 using the Property Method. 1. Concrete unit masonry: Type S, gray. 2. Stone and brick: Type N, colored. 2.4 MIXING A. Mix mortar in accordance with ASTM C270. B. Mix using mechanical mixer. Hand mixing not permitted. C. Mix approximately three - quarters of required water, all of cement and lime, and one -half of aggregate for minimum of 2 minutes. D. Add remainder of water and aggregate; mix for minimum of 3 minutes. E. Provide uniformity of color in exposed mortar. F. Colorant may not exceed 9 pounds per 94 pound bag of cement. G. Thoroughly mix ingredients in quantities needed for immediate use. H. Discard lumpy, caked, frozen, and hardened mixes. I. Mortar may be retempered by adding water as required. Use mortar within 2 -1/2 hours after initial mixing at ambient temperatures below 80 degrees F and within 1 -1/2 hours after initial mixing at ambient temperatures over 80 degrees F. Trail Amenities 04060 - 2 TBG Partners TBG D07311 September 24, 2008 J. not add accelerators, retarders, water repellents, antifreeze compounds, or other additives without Architect's approval. PART 3 - EXECUTION 3.1 INSTALLATION A. Follow requirements specified in referenced sections. END OF SECTION Trail Amenities 04060 - 3 TBG Partners TBG D07311 September 24, 2008 SECTION 04200 UNIT MASONRY FOR HARDSCAPE PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete unit masonry. B. Related Sections: 1. Division 01: Administrative, procedural, and temporary work requirements. 2. Section 04060 - Masonry Mortaring. 1.2 REFERENCES A. ASTM International (ASTM): 1. A615/A615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 2. A641/A641M - Standard Specification for Zinc - Coated (Galvanized) Carbon Steel Wire. 3. C90 - Standard Specification for Hollow Loadbearing Concrete Masonry Units. B. The Masonry Society (TMS): 1. 402 - Building Code for Masonry Structures. 2. 602 - Specification for Masonry Structures. 1.3 SUBMITTALS A. Submittals for Review: 1. Product Data: Provide information on horizontal reinforcing including sizes, profiles, materials, and finishes. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with TMS 402 and 602. 1.5 DELIVERY, STORAGE AND HANDLING A. Store masonry off ground; prevent contact with materials that could cause staining or damage. B. Protect reinforcement from corrosion. 1.6 PROJECT CONDITIONS A. Environmental Requirements: 1. Hot weather requirements: If ambient temperature is over 95 degrees F or relative humidity is less than 50 percent, protect from direct sun and wind exposure for minimum 48 hours after installation. 2. Cold weather requirements: Do not use frozen materials or build on frozen work. Trail Amenities 04200 - 1 TBG Partners TBG D07311 September 24, 2008 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers - Horizontal Reinforcing: 1. Blok -Lok Ltd. 2. Dur- O -WaI. 3. Heckmann Building Products. 4. Hohmann and Barnard, Inc. B. Substitutions: Under provisions of Division 01. 2.2 MATERIALS A. Concrete Masonry Units: 1. ASTM C90, hollow load bearing type, light weight, Type I - Moisture Controlled. 2. Size: Nominally 8 inches high x 16 inches long x thickness indicated. 2.3 ACCESSORIES A. Mortar: Specified in Section 04060. B. Horizontal Reinforcement: 1. Ladder type; hot dip galvanized steel wire, ASTM A641/A641 M, Class 3 galvanized after fabrication, 9 gage side rods with 9 gage cross ties. 2. Width: Nominal wall thickness less 1 -1/2 inches. 3. Corner and tee fittings: Type to match reinforcement. C. Reinforcing Bars: ASTM A615/A615M, deformed billet steel, Grade 40 or 60. PART 3 - EXECUTION 3.1 PREPARATION A. Remove dirt, loose rust, and other foreign matter from reinforcement. 3.2 INSTALLATION A. Establish lines, levels and courses indicated. Protect from displacement. B. Maintain masonry courses to uniform dimensions. Form horizontal and vertical joints of uniform thickness. C. Lay masonry in running bond. Course one unit and one mortar joint to equal 8 inches. D. Lay masonry plumb and level. Do not adjust masonry units after mortar has set. E. Lay masonry units with face shell bedding on head and bed joints. F. Do not butter corners or excessively furrow joints. G. Machine cut masonry with straight cuts and clean edges; prevent oversized or undersized joints. Discard damaged units. Do not expose cut cells. H. When joining fresh masonry to partially set masonry, remove loose masonry and mortar; clean and lightly wet exposed surface of set masonry. I. Stop horizontal runs by racking back normal bond unit in each course. Toothing not permitted. Trail Amenities 04200 - 2 TBG Partners TBG D07311 September 24, 2008 J. Horizontal Reinforcement: 1. Place reinforcement at maximum 16 inches on center vertically and at topmost course. 2. Center reinforcing in wall. 3. Lap ends 6 inches minimum; use fabricated tee and corner fittings at corners and intersections. K. Finishing Mortar Joints: Cut joints flush. L. Reinforcing Bars: 1. Position reinforcing accurately and hold securely in place to prevent displacement. Maintain minimum 1 inch space between masonry and reinforcing. 2. Grout at intervals of not more than 60 inches in 6 to 8 inch lifts. 3. Vibrate grout during and after placement to ensure complete filling. 4. Stop grout 1 -1/2 inch below top of masonry if grouting is stopped for 1 hour or more, except where completing grouting of finished wall. M. Installation Tolerances; Maximum variation from: 1. True plane of wall: Plus or minus 1/4 inch in 10 feet and 1/2 inch in 20 feet or more. 2. Plumb: Plus or minus 1/4 inch in 10 feet noncumulative; 1/2 inch in 20 feet or more. 3. Level coursing: Plus or minus 1/8 inch in 3 feet; 1/4 inch in 10 feet; 1/2 inch in 30 feet. 4. Joint thickness: Plus or minus 1/8 inch. END OF SECTION Trail Amenities 04200 - 3 TBG Partners TBG D07311 September 24, 2008 SECTION 04452 STONE MASONRY FOR HARDSCAPE PART 1 GENERAL 1.1 SECTION INCLUDES A. Stone Masonry B. Metal Anchors. 1.2 RELATED SECTIONS A. Section 03330 - Cast -in -Place Concrete: B. Section 04060 - Masonry Mortar. C. Secition 04200 - Unit Masonry 1.3 REFERENCES A. ASTM A 167 - Stainless and Heat - Resisting Chromium - Nickel Steel Plate, Sheet, and Strip. B. ASTM C 568 - Limestone Building Stone. C. ILI (Indiana Limestone Institute of America, Inc.). D. IMIAWC (HW) - Recommended Practices & Guide Specifications for Hot Weather Masonry Construction; International Masonry Industry All- Weather Council; current edition. 1.4 SUBMITTALS A. Product Data: Provide data on stone units, and reinforcements. B. Shop Drawings: Indicate layout, pertinent dimensions, anchorages, reinforcement, and jointing methods. C. Samples: Sets for each color, grade, finish, and variety of stone required. Submit three samples illustrating minimum and maximum stone sizes, color range, texture, markings, surface finish, and mortar color. D. Submit stone fabricator's installation instructions and field erection or setting drawings. 1.5 QUALITY ASSURANCE A. Perform in accordance with ILI standard, . B. Stone Supplier Qualifications: Company specializing in quarrying cut stone, with not less than ten years of documented experience. 1. Obtain each variety of stone from a single quarry with resources to provide materials of consistent quality in appearance and physical properties without delaying the work. C. Installer Qualifications: Company specializing in performing the work of this section with minimum five years of documented experience. D. Design anchors and supports under direct supervision of a Professional Structural Engineer experienced in design of this Work and licensed in Texas. Trail Amenities 04452 - 1 TBG Partners TBG D07311 September 24, 2008 1.6 MOCK -UP A. Before installing stone masonry, construct sample wall panels to verify selections made under Sample submittals and to demonstrate aesthetic effects and qualities of materials and execution. Build mockups to comply with the following requirements, using materials indicated for completed Work. B. Locate where directed. C. Build mockups for stone masonry veneer as follows: 1. Approximately 48" long by 48" high by full thickness, including face and back -up, and stone coping /cap at top of mockup. Simulate job conditions by casting sample panels adjacent to each other when plans indicate different colors and textures adjacent to each other. Join adjacent panels using detailed expansion joints. Include required joints and surface treatment. 2. Include stone anchor accessories, mortar joints, corner condition and typical control joint. D. Notify Architect 7 days in advance of the dates and times when mockups will be constructed. E. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 1. Approval of mockups does not constitute approval of deviations from Contract Documents contained in mockups, unless such deviations are specifically approved by Architect in writing. F. When directed, demolish and remove mockups from Project site. G. Mock -up may remain as part of the Work. 1.7 DELIVERY, STORAGE, AND PROTECTION A. Deliver materials to Project site in undamaged condition. B. Store stone under non - staining waterproof cover and elevated above grade on nonstaining skids. C. Store and handle stone and related materials to prevent deterioration or damage due to moisture, temperature changes, contaminants, corrosion, breaking, chipping, or other causes. D. Store cementitious materials off the ground, under cover, and in a dry location. E. Store aggregates, covered and in a dry location, where grading and other required characteristics can be maintained and contamination avoided. F. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.8 PROJECT CONDITIONS A. Coordinate stone masonry installation with size, location and installation of service utilities. B. Sequence installation to ensure utility connections are achieved in an orderly and expeditious manner. 1.9 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and ambient air at minimum 40 degrees Farenheit prior to, during and minimum 48 hours after completion of work. Trail Amenities 04452 - 2 TBG Partners TBG D07311 September 24, 2008 B. Hot Weather Requirements: Comply with IMIAWC (HW). C. During temporary storage on site, at the end of working day, or during rainy weather, cover stone work exposed to weather with non - staining waterproof covering, securely anchored. 1.10 EXTRA MATERIALS A. Provide 50 of each size, color, and type of masonry units for Owner's use in maintenance of project. 1.11 WARRANTY A. Correct defective Work within a five year period after Date of Substantial Completion. PART 2 PRODUCTS 2.1 STONE A. Supplier - As indicated in Drawings. B. Face Size - As indicated in Drawings. C. Fabrication Tolerances: Maximum Variation from Thickness: 1/2 -inch. D. Form external corners to square joint profile. Hand work stone only - no visible sawed joints permitted. 2.2 MORTAR A. Refer to Section 04100 - Masonry Mortar. 2.3 REINFORCEMENT AND ANCHORAGE A. Joint Reinforcement: 1. Buck anchor formed of 14 ga. by 1 -1/2 inches wide galvanized steel, 3 -1/2 inches long where used to anchor 4 -inch nominal stone units. B. Manufacturer: One of the following: 1. Dur -O -WaI, Inc. 2. Heckman Building Products 3. Hohman and Barnard, Inc. 4. Masonry Reinforcing Corporation of America 2.4 ACCESSORIES A. Anchors, Dowels, and Ties: Sizes and Configurations required for support of stone and applicable superimposed loads. B. Spacers: Plastic type. C. Weeps; Manufacturers: 1. Dur -O -WaI, Inc. 2. Heckman Building Products Trail Amenities 04452 - 3 TBG Partners TBG D07311 September 24, 2008 3. Hohman and Barnard, Inc. 4. Masonry Reinforcing Corporation of America D. Joint Filler; Manufacturers: 1. Dur- O -WaI, Inc. 2. Heckman Building Products 3. Hohman and Barnard, Inc. 4. Masonry Reinforcing Corporation of America E. Cleaning Solution: Type which will not harm stone, joint materials, or adjacent surfaces. PART 3 EXECUTION 3.1 EXAMINATION A. Examine surfaces to receive stone masonry and conditions under which stone will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of stone veneer. 1. Examine substrate to verify that inserts, reinforcement, masonry ties, flashing, and other items installed in unit masonry or concrete and required for or extending into stone masonry are correctly installed. 2. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of stone veneer. 3. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Advise installers of other work about specific requirements for placement of reinforcement, anchors, ties, flashing, and similar items to be built into stone masonry. B. Vacuum clean concrete substrates to remove dirt, dust, debris, and loose particles. C. Remove substances from concrete substrates that could impair mortar bond, including curing and sealing compounds, form oil, and laitance. D. Establish lines, levels, and coursing. Protect from disturbance. E. Clean stone prior to erection. Do not use wire brushes or implements which will mark or damage exposed surfaces. Use only mild cleaning compounds that contain no caustic or harsh materials or abrasives. 3.3 INSTALLATION A. Execute stone masonry by skilled masons experienced with the kind and form of stone and installation method indicated. B. Arrange and trim stones for accurate fit, in pattern indicated, with uniform joint widths. C. Arrange stones for uniformity of appearance, with color and size variations uniformly dispersed for an evenly blended appearance. Trail Amenities 04452 - 4 TBG Partners TBG D07311 September 24, 2008 D. Set stone to comply with requirements indicated on Drawings. Install anchors, supports, fasteners, and other attachments indicated or necessary to secure stone masonry veneer in place. Set stone accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. 1. Provide setting bed and pointing mortar in accordance with Section 04100. 2. Place plastic shims and set stone in full mortar setting bed to support stone over full bearing surface and to establish joint dimensions. 3. Shore up units until setting bed will maintain panel in position without movement for seven days after setting. E. Maintain uniform joint widths, except for variations due to stone size variations and minor variations required to maintain bond alignment, if any. 1. Joint Width: As indicated in Drawings. 2. Joint Depth: To accomodate pointing mortar, rake out joints 5/8 to 3/4 -inch. Brush mortar joints clean. Fill joints with point mortar. Pack and work into voids to depth and to profile indicated. F. Provide expansion, control, and pressure - relieving joints of widths and at locations indicated. 1. Sealing expansion and other joints as specified in 07900 -Joint Sealers. 2. Keep expansion joints free of mortar and other rigid materials. G. Install concealed flashing of longest practical length at shelf angles, lintels, ledges, and similar obstructions to downward flow of water to divert water to exterior. 1. Seal flashing water tight to back -up. Lap end joint minimum 6 inches and seal watertight. 2. At lintels and shelf angles, extend flashing a minimum of 4 inches (100 mm) into masonry at each end. At heads and sills, extend flashing 4 inches (100 mm) at ends and turn up not less than 2 inches (50 mm) to form a pan. 3. Cut off flashing flush with face of wall after masonry wall construction is completed. 4. Extend sheet metal flashing 1/2 -inch beyond face of stone masonry veneer at exterior and turn down to form a drip. a. Hem exposed edges of sheet metal flashing. 5. Place weep holes and vents in vertical stone joints where moisture may accumulate including base of walls, above shelf angles and flashings at sixteen inches on center horizontally. a. Install weeps per Manufacturer's instructions. 3.4 CONSTRUCTION TOLERANCES A. Maximum Variation From Plumb: For vertical lines and surfacesl /4 -inch in 10 feet. For external corners, expansion joints, control joints and other conspicuous lines 1/4 -inch in 20 feet. B. Maximum Variation from Level: 1/4 -inch in 20 feet. C. Maximum Offset From True Alignment: 1/4 -inch in 20 feet. D. Variation in Mortar -Joint Thickness: Do not vary from joint size range indicated in Drawings. Trail Amenities 04452 - 5 TBG Partners TBG D07311 September 24, 2008 3.5 CUTTING AND FITTING A. Obtain approval prior to cutting or fitting any item not so indicated on Drawings. B. Do not impair appearance or strength of stone work by cutting. 3.6 ADJUSTING A. Remove and replace stone masonry of the following description: 1. Broken chipped, stained, or otherwise damaged stone. Stone may be repaired if the methods and results are approved by the Landscape Architect 2. Defective joints. 3. Stone masonry and joints not matching approved samples and mockups. 4. Stone masonry not complying with other requirements indicated. B. Replace in a manner that results in stone masonry matching approved samples and mockups, complying with other requirements, and showing no evidence of replacement. 3.7 CLEANING AND PROTECTION A. In- Progress Cleaning: Clean stone masonry as work progresses. Remove mortar fins and smears before tooling joints. B. Final Cleaning: After mortar is thoroughly set and cured, clean stone masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on mockup; leave one -half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and non - masonry surfaces from contact with cleaner by covering them with polyethylene film or waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing thoroughly with clear water. 5. Use non - metallic tools in cleaning operations. C. Protection: Provide final protection and maintain conditions in a manner acceptable to Manufacturer and Installer to ensure stone masonry is without damage and deterioration at the time of Substantial Completion. END OF SECTION Trail Amenities 04452 - 6 TBG Partners TBG D07311 September 24, 2008 SECTION 04711 MANUFACTURED STONE PART 1 — GENERAL 1.01 SECTION INCLUDES A. Manufactured stone veneers. B. Mortar C. Metal nails, staples or screws for fastening lath and accessories 1.02 RELATED SECTIONS A. Section 04200 — Unit Masonry 1.03 REFERENCES A. ASTM C91: Specification for Masonry Cement B. ASTM C 150: Specification for Portland Cement C. ASTM C 207: Specification for Hydrated Lime for Masonry Purposes D. ASTM C 270: Specification for Mortar for Unit Masonry E. UL 723: Test for Surface Burning Characteristics of Building Materials F. UBC Standard No. 26 -10 Parts I and IV: Test Method for Compressive Strength of Cylindrical Concrete Specimens 1.04 SUBMITTALS A. Submit product data under provisions of Section 01340 B. Submit samples for selection under provisions of Section 01340 C. Submit manufacture's installation instructions under provisions of Section 01340 1.05 QUALITY ASSURANCE A. Applicator: Company experienced in installation of manufactured stone veneers of the type specified, with three years experience 1.06 MOCK -UP A. Erect 3 ft. x 4 ft. sample panel at job site at location as directed B. Illustrate field pattern of stone, field cutting units where required and color and tooling of joints Trail Amenities TBG Partners TBG D07311 04711- 1 September 24, 2008 1.07 DELIVERY, STORAGE AND HANDLING A. Store and protect products under provisions of Section 01620 B. Store mortar and other moisture - sensitive materials in protected enclosures; handle by methods which avoid exposure to moisture 1.08 PROJECT CONDITIONS A. Maintain materials and surrounding air temperature to minimum 4 C, 40 F prior to, during, and for 48 hours after completion of work B. Protect materials from rain, moisture, and freezing temperatures prior to, during and for 48 hours after completion of work C. Allow no construction activity on opposite side of wall during installation, and for 48 hours after completion of work 1.09 WARRANTY A. Provide manufacture's warranty PART 2 — MATERIALS 2.01 MANUFACTURERS A. Stone Products Corporation, P.O. Box 270, Napa, CA 94559 -0270 B. Coronado Stone Products as supplied by Featherlite of Dallas, TX, (972) 263- 0890 C. Texas Stone, 6000 Split Trail Road, Plano, TX 75074, (972) 578 -5616 2.02 MATERIALS A. Cultured Stone, Texture: Type 1. Cobblefield: Texas Cream B. Mortar: 1. Portland Cement, ASTM C 150, Type I or masonry cement (Type N), ASTM C91. 2. Masonry sand 3. Lime: ASTM C 207 4. Iron oxide pigments C. Metal Lath: 18 gauge galvanized woven wire mesh, or galvanized [2.51b flat diamond mesh] [3.41b flat rib.] Trail Amenities TBG Partners TBG D07311 04711- 2 September 24, 2008 2.03 MANUFACTURED UNITS — CULTURED STONE A. Shipping Weight of Manufactured Units: 8 to 121b /sq.ft. B. Compressive Strength: Tested in accordance with UBC Standard No. 26 -10, Parts I and IV C. Shear (adhesion) Strength: Tested in accordance with ASTM C 482 using a unit thickness approximately the same as the stone unit D. Thermal Resistance: K factor 2.82 in accordance with the ASTM C 177. R factor is .355 per 1" of thickness E. Fire Hazard Test on 1 7/8 inch Thick Sample: Flame spread of 0, smoke development of 0 in accordance with UL723 PART 3 — EXECUTION 3.01 PREPARATION A. Concrete and Masonry Surfaces, New, Clean and Untreated: (no preparation needed). Examine newly poured concrete closely to ensure that its finished surface contains no releasing agents (form oil). If it does contain form oil, etch surface with muriatic acid, rinse thoroughly and /or score with a wire brush, or use high pressure water or sandblasting to remove. 3.02 MORTAR MIXING A. Thoroughly mix mortar ingredients in quantities needed for immediate use in accordance with ASTM C 270, Type N. B. Do not use anti - freeze compounds to lower the freezing point of mortar 3.03 APPLICATION A. Apply in accordance with manufacture's installation instructions B. Apply 1/2" to 3 /" of mortar to dampened masonry, covering a maximum of 10 square feet at one time.. Press the units firmly into position in soft mortar bed, wiggle and apply slight pressure to unit to ensure firm bonding causing mortar to extrude slightly around edges of units C. Place units with uniform mortar joints. Stone joints should not be over 1 /2 inch in width Trail Amenities TBG Partners TBG D07311 04711- 3 September 24, 2008 D. Plan work to minimize job site cutting. Perform necessary cutting with proper tools to provide uniform edges; take care to prevent breaking unit corners or edges E. Remove excess mortar; do not allow mortar to set up on face units. Point, rake, and tool joints before mortar has set. Clean and finish joints in accordance with manufacturer's instructions. END OF SECTION Trail Amenities TBG Partners TBG D07311 04711- 4 September 24, 2008 SECTION 04720 CAST STONE FOR HARDSCAPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Plant cast simulated stone trim units. B. Related Sections: 1. Division 1: Administrative, procedural, and temporary work requirements. 2. Section 07921 - Joint Sealants. 1.2 REFERENCES A. ASTM International (ASTM): 3. A615 - Standard Specification for Deformed Billet Steel Bars for Concrete. 4. A666 - Standard Specification for Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. 5. C33 - Standard Specification for Concrete Aggregates. 6. C144 - Standard Specification for Aggregate for Masonry Mortar. 7. C150 - Standard Specification for Portland Cement. 8. C207 - Standard Specification for Hydrated Lim e for Masonry Purposes. 9. C260 - Standard Specification for Air - Entraining Admixtures for Concrete. 10. C270 - Standard Specification for Mortar for Unit Masonry. 11. C494 - Standard Specification for Chemical Admixtures for Concrete. 12. C618 - Standard Specification for Fly Ash and Raw or Calcined Natural Pozzolans for use as a Mineral Admixture in Portland Cement Concrete. 13. C979 - Standard Specification for Pigments for Integrally Colored Concrete. B. The Masonry Society (TMS): 1. 402 - Building Code for Masonry Structures. 2. 602 - Specification for Masonry Structures. 1.3 SUBMITTALS A. Submittals for Review: 1. Shop Drawings: a. Provide cross section showing profile, reinforcing, and attachment methods. b. Include plan and elevation of each unit, numbered in sequence for installation. 2. Samples: Sample of typical unit, showing construction, profile, color, and finish. B. Quality Control Submittals: 1. Test reports: Indicating mortar compliance with ASTM C270. Trail Amenities 16160 - 1 TBG Partners TBG D07311 September 24, 2008 1.4 QUALITY ASSURANCE A. Fabricator and Installer Qualifications: Minim um 2 years experience in work of this Section. B. Mockup: 1. Size: Minim um 8 feet long x full height. 2. Show: Stone profile, color, and finish, anchors, and flashings. 3. Locate where directed. 4. Approved mockup m ay remain as part of the Work. C. Perform Work in accordance with TMS 402 and 602. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver cement and lime in manufacturer's original, unopened packages or containers. B. Protect materials from moisture absorption and dam age; reject damaged containers. C. Store sand to prevent inclusion of foreign matter. D. Support and isolate units during shipment on nonstaining spacers. E. Store units to protect from staining and dam age. F. Store units on firm, level, and smooth surfaces; do not place on ground. 1.6 PROJECT CONDITIONS A. W all Protection: 1. During erection, cover tops of partially completed walls with strong waterproof membrane at end of each day or work stoppage. 2. Extend cover minim um of 24 inches down both sides; hold securely in place. B. Environmental Requirements: 1. Hot weather requirements: If ambient temperature is over 95 degrees F or relative humidity is less than 50 percent, protect from direct sun and wind exposure for minim um 48 hours after installation. 2. Cold weather requirements: Do not use frozen materials or build on frozen work. PART 2 - PRODUCTS 2.1 MATERIALS A. Portland Cement: ASTM C150, Type 1. 1. For facing mix: White color. 2. For backing mix: Gray color. Trail Amenities 16160 - 2 TBG Partners TBG D07311 September 24, 2008 B. Aggregates: ASTM C33, clean and uncoated. 1. For backing mix: Washed concrete sand, pea gravel, or graded limestone. 2. For facing mix: Limestone, marble screenings, silica sand, or other light colored sand; same as used in mix of approved sample. C. Admixtures: 1. Water reducing or water reducing /set retarding: ASTM C494, Type A or D. 2. Air entraining: ASTM C260. 3. Coloring: ASTM C979, pure mineral oxide. D. Fly Ash: ASTM C618, maximum 2 percent loss on ignition. E. Reinforcing Bars: 1. ASTM A615, Grade 40 or 60; galvanized or epoxy coated when covered by less than 2 inches of material for bars larger than 5/8 inch and 1 -1/2 inches for bars 5/8 inch or smaller. 2. Recycled content: Minim um 75 percent, with minim um 40 percent classified as post consumer. 2.2 MORTAR MATERIALS A. Portland Cement: ASTM C150, Type I; provide cement from one source throughout project. B. Aggregate: ASTM C144, standard masonry type; provide aggregate from one source throughout project. C. Lim e: ASTM C207, Type S. D. Water: Clean and free from oils, acids, alkalis, organic matter, and other substances in amounts deleterious to mortar. 2.3 ACCESSORIES A. Dowels: Stainless steel, ASTM A666, Type 302 or 304. B. Spacers: Resilient plastic. C. Form work: Steel or overlay plywood, consistent with required finish. D. Masonry Cleaner: Type recommended by stone manufacturer. 2.4 MIXES A. Mix Design: 1. Compressive strength: Minim um 6500 PSI at 28 days. 2. Air entrainment: 5 to 7 percent by volume. 3. Colorant: Maxim um 10 percent of cement used by weight. 4. Fly ash content: Minim um 30 percent by weight of cementitious material in mix. 2.5 FABRICATION A. Fabricate units to match approved samples. B. Construct rigid, tight m olds that will cast required sections with smooth finish. Trail Amenities 16160 - 3 TBG Partners TBG D07311 September 24, 2008 C. Provide smooth fillet on interior corners of m olds to produce slight beveled edge on permanently exposed surfaces. D. Clean surfaces of foreign materials prior to casting. E. Coat contact surfaces with form release agent. F. Provide reinforcing and accessories required for lifting and installation. Before placing in form s, clean reinforcement and accessories of loose rust, mill scale, dirt, oil, and other materials that could reduce bonding. G. Accurately position reinforcement to provide minim um coverage of not less than twice the bar diameter. H. Tam p stone mixture containing minim um water into m olds to produce dense stones with smooth surfaces, free from air pockets and voids. I. Provide uniform surface texture on exposed surfaces, free from holes, voids, and irregularities. J. Water cure units in protected area for 3 days minimum. Maintain units in curing bed for 21 days minimum. K. Fabrication Tolerances: 1. Overall height and width dimensions: Plus or minus 1/8 inch. 2. Unit thickness: Plus or minus 1/8 inch. 3. Bowing or warping: Maxim um L/360. 4. Insert locations: Plus or minus 1/4 inch in any direction. 5. Opening dimensions: Plus or minus 1/8 inch. 2.6 FINISHES A. Color: Refer to Material Schedule on Drawings. B. Surface Finish: Smooth as -cast, free from voids and surface irregularities. 2.7 MIXES A. Mortar Mix: ASTM C270, Type N, using the Property Method. PART 3 - EXECUTION 3.1 INSTALLATION A. Install cast stone in accordance with approved Shop Drawings. B. Maintain uniform spacing between units with plastic spacers. C. Bed each piece in full mortar bed; tap home with non - marring mallet to full and solid bearing. D. Equalize bed and joint openings. Trail Amenities 16160 - 4 TBG Partners TBG D07311 September 24, 2008 E. Completely fill beds and joints, and then rake out to 3/8 inch depth to allow for pointing. F. Point joints with pointing mortar; tool to concave profile. 3.2 CLEANING A. Clean stone with detergent and water applied with fiber brush. B. If initial cleaning does not produce acceptable results, apply cleaner in accordance with manufacturer's instructions. 1. Protect adjacent surfaces. 2. Thoroughly rinse surfaces with clean water after completion of cleaning; remove all traces of cleaning solution. END OF SECTION Trail Amenities 16160 - 5 TBG Partners TBG D07311 September 24, 2008 SECTION 07920 JOINT SEALERS PART 1GENERAL 1.1 SUMMARY A. Section Includes: 1. Joint backup materials. 2. Joint sealers. B. Related Sections: 1. Division 01: Administrative, procedural, and temporary work requirements. 1.2 REFERENCES A. ASTM International (ASTM): 1. C804 - Standard Practice for Use of Solvent - Release Type Sealants. 2. C920 - Standard Specification for Elastomeric Joint Sealants. 3. C1330 - Standard Specification for Cylindrical Sealant Backing for Use with Cold Liquid Applied Sealants. 1.3 SUBMITTALS A. Submittals for Review: 1. Product Data: Indicate sealers, primers, backup materials, bond breakers, and accessories proposed for use. 2. Samples: a. 1/2 x 1/2 x 3 inch long joint sealer samples showing available colors. b. 6 inch long joint backup material samples. 1.4 PROJECT CONDITIONS A. Do not apply sealers at temperatures below 40 degrees F unless approved by sealer manufacturer. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: 1. BASF Building Systems. 2. Dow Corning Corp. 3. GE Silicones. 4. Pecora Corp. 5. Sika Corp. 6. Tremco, Inc. B. Substitutions: Under provisions of Division 01. Alliance Town Center 07920 - 1 Joint Sealers Fort Worth, Texas 2.2 MATERIALS A. Joint Sealer Type 1: 1. ASTM C920, Grade P, multiple component polyurethane type, self - leveling and slope grades. 2. Movement capability: Plus or minus 50 percent. 3. Color: To be selected from manufacturer's full color range. 4. Uses: Joints in horizontal surfaces subject to pedestrian or vehicular traffic. B. Joint Sealer Type 2: 1. ASTM C920, Grade NS, single component silicone type, non sag. 2. Movement capability: Plus or minus 50 percent. 3. Color: To be selected from manufacturer's full color range. 4. Uses: Joints in vertical surfaces. 2.3 ACCESSORIES A. Primers, Bondbreakers, and Solvents: As recommended by sealer manufacturer. B. Joint Backing: 1. ASTM C1330, closed cell polyethylene foam, preformed round joint filler, non absorbing, non staining, resilient, compatible with sealer and primer, recommended by sealer manufacturer for each sealer type. 2. Size: Minimum 1.25 times joint width. 2.4 MIXES A. Mix multiple component sealers in accordance with manufacturer's instructions. 1. Mix with mechanical mixer; prevent air entrainment and overheating. 2. Continue mixing until color is uniform. PART 3 - EXECUTION 3.1 PREPARATION A. Remove loose and foreign matter that could impair adhesion. If surface has been subject to chemical contamination, contact sealer manufacturer for recommendation. B. Clean and prime joints in accordance with manufacturer's instructions. C. Protect adjacent surfaces with masking tape or protective coverings. D. Sealer Dimensions: 1. Minimum joint size: 1/4 x 1/4 inch. 2. Joints 1/4 to 1/2 inch wide: Depth equal to width. 3. Joints over 1/2 inch wide: Depth equal to one half of width. Alliance Town Center 07920 - 2 Joint Sealers Fort Worth, Texas 3.2 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Perform installation in accordance with ASTM C804 for solvent release and ASTM C790 for latex base sealers. C. Install joint backing to maintain required sealer dimensions. Compress backing approximately 25 percent without puncturing skin. Do not twist or stretch. D. Use bondbreaker tape where joint backing is not installed. E. Fill joints full without air pockets, embedded materials, ridges, and sags. F. Tool sealer to smooth profile. G. Apply sealer within recommended temperature range. Consult manufacturer when sealer cannot be applied within these temperature ranges. 3.3 CLEANING A. Remove masking tape and protective coverings after sealer has cured. B. Clean adjacent surfaces. END OF SECTION Alliance Town Center 07920 - 3 Joint Sealers Fort Worth, Texas SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 GENERAL A. The following definitions apply to this Section: 1. EMT: Electrical metallic tubing. 2. FMC: Flexible metal conduit. 3. IMC: Intermediate metal conduit. 4. LFMC: Liquidtight flexible metal conduit. 5. RNC: Rigid nonmetallic conduit. B. Submittals: Product Data and Shop Drawings for electricity metering equipment. Show dimensioned plans and sections or elevation layouts. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. Coordinate chases, slots, inserts, sleeves, and openings with general construction work and arrange in building structure during progress of construction to facilitate the electrical installations that follow. 1. Set inserts and sleeves in poured -in -place concrete, masonry work, and other structural components as they are constructed. E. Coordinate electrical service connections to components furnished by utility companies. Coordinate installation and connection of exterior underground and overhead utilities and services, including provision for electricity metering components. F. Coordinate location of access panels and doors for electrical items that are concealed by finished surfaces. Access doors and panels are specified in Division 8 Section "Access Doors." G. Where electrical identification devices are applied to field finished surfaces, coordinate installation of identification devices with completion of finished surface. H. Where electrical identification markings and devices will be concealed by acoustical ceilings and similar finishes, coordinate installation of these items before ceiling installation. PART 2 PRODUCTS A. EMT: ANSI C80.3, zinc coated steel, with set screw or compression fittings. B. FMC: Zinc coated steel. C. IMC: ANSI C80.6, zinc coated steel, with threaded fittings. D. LFMC: Zinc coated steel with sunlight resistant and mineral oil resistant plastic jacket. E. RNC: NEMA TC 2, Schedule 40 PVC, with NEMA TC3 fittings. Trail Amenities 16050 - 1 TBG Partners TBG D07311 September 24, 2008 F. Raceway Fittings: Specifically designed for the raceway type with which used. G. Supporting Devices: Cold formed steel, with corrosion resistant coating. H. Slotted Steel Channel Supports: Flange edges turned toward web, and 9/16 -inch (14 -mm) diameter slotted holes at a maximum of 2 inches (50 mm) o.c., in webs. I. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps, threaded C- clamps with retainers, ceiling trapeze hangers, wall brackets, and spring steel clamps or click type hangers. J. Pipe Sleeves: ASTM A 53, Type E, Grade A, Schedule 40, galvanized steel, plain ends. K. Cable Supports for Vertical Conduit: Factory fabricated assembly consisting of threaded body and insulating wedging plug for nonarmored electrical cables in riser conduits. Body constructed of malleable iron casting with hot dip galvanized finish. L. Expansion Anchors: Carbon steel wedge or sleeve type. M. Toggle Bolts: All steel springhead type. N. Powder Driven Threaded Studs: Heat treated steel. O. Identification Devices: Colors prescribed by ANSI A13.1, NFPA 70, and these Specifications. 1. Raceway and Cable Labels: Comply with ANSI A13.1, Table 3, for minimum size of letters for legend and minimum length of color field for each raceway and cable size. P. Underground Warning Tape: Permanent, bright colored, continuous printed, vinyl tape with the following features: 1. Not less than 6 inches wide by 4 mils thick (150 mm wide by 0.102 mm thick). 2. Compounded for permanent direct burial service. 3. Embedded continuous metallic strip or core. 4. Printed legend that indicates type of underground line. Q. Color Coding Cable Ties: Type 6/6 nylon, self locking type. Colors to suit coding scheme. R. Warning and Caution Signs: Comply with 29 CFR, Chapter XVII, Part 1910.145. S. Meter: Electronic kilowatt hour measuring to record electricity used. T. Current Transformer Cabinets: Listed or recommended by metering equipment manufacturer for use with sensors indicated. U. Concrete Forms and Reinforcement Materials: As specified in Division 3 Section "Cast -in -Place Concrete." 1. Concrete: 3000 psi (20.7 MPa), 28 -day compressive strength. PART 3 EXECUTION A. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide the maximum possible headroom. B. Materials and Components: Install level, plumb, and parallel and perpendicular to other building systems and components, unless otherwise indicated. Trail Amenities 16050 - 2 TBG Partners TBG D07311 September 24, 2008 C. Equipment: Install to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. D. Right of Way: Give to raceways and piping systems installed at a required slope. E. Use the following raceways for outdoor installations: 1. Exposed and Concealed: IMC. 2. Underground: RNC. 3. Connection to Vibrating Equipment: LFMC. 4. Boxes and Enclosures: NEMA 250, Type 3R or Type 4. F. Use the following raceways for indoor installations: 1. Exposed and Concealed: EMT. 2. Connection to Vibrating Equipment: FMC; except in wet or damp locations, use LFMC. 3. Damp or Wet Locations: IMC. 4. Boxes and Enclosures: NEMA 250, Type 1, unless otherwise indicated. G. Install raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot water pipes. Locate horizontal raceway runs above water and steam piping. H. Use temporary raceway caps to prevent foreign matter from entering. Make conduit bends and offsets so ID is not reduced. Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated. J. Use raceway fittings compatible with raceways and cables and suitable for use and location. K. Install raceways embedded in slabs in middle third of slab thickness where practical, and leave at least 1 -inch (25 -mm) concrete cover. L. Install pull wires in empty raceways. M. Electrical Supports in Damp Locations and Outdoors: Hot dip galvanized materials or nonmetallic, U- channel system components. N. Electrical Supports in Dry Locations: Steel materials. O. Support Clamps for PVC Raceways: Click type clamp system. P. Install individual and multiple raceway hangers and riser clamps to support raceways. Provide U- bolts, clamps, attachments, and other hardware necessary for hanger assemblies and for securing hanger rods and conduits. Q. Support parallel runs of horizontal raceways together on trapeze or bracket type hangers. R. Size supports for multiple raceway installations so capacity can be increased by a 25 percent minimum in the future. S. Support individual horizontal raceways with separate, malleable iron pipe hangers or clamps. T. Arrange supports in vertical runs so the weight of raceways and enclosed conductors is carried entirely by raceway supports, with no weight load on raceway terminals. U. Simultaneously install vertical conductor supports with conductors. Trail Amenities 16050 - 3 TBG Partners TBG D07311 September 24, 2008 V. Separately support cast boxes that are threaded to raceways and used for fixture support. Support sheetmetal boxes directly from the building structure or by bar hangers. W. Install metal channel racks for mounting cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices unless components are mounted directly to structural elements of adequate strength. X. Install sleeves for cable and raceway penetrations of concrete slabs and walls. Install sleeves for cable and raceway penetrations of fire rated floor and wall assemblies. Y. Securely fasten electrical items and their supports to the building structure. Z. Install continuous underground plastic markers during trench backfilling, for exterior underground power, control, signal, and communication lines located directly above power and communication lines. Locate 6 to 8 inches (150 to 200 mm) below finished grade. If width of multiple lines installed in a common trench or concrete envelope does not exceed 16 inches (400 mm), overall, use a single line marker. AA. Install warning, caution, and instruction signs where required to comply with 29 CFR, Chapter XVII, Part 1910.145, and where needed to ensure safe operation and maintenance of electrical systems and of items to which they connect. BB. Install utility company electricity metering equipment according to utility company's written requirements. Provide grounding and empty conduits as required by utility company. CC. Construct concrete bases of dimensions indicated, but not less than 4 inches (100 mm) larger, in both directions, than supported unit. Follow supported equipment manufacturer's anchorage recommendations and setting templates for anchor bolt and tie locations, unless otherwise indicated. Use 3000 psi (20.7 MPa), 28 -day compressive strength concrete and reinforcement as specified in Division 3 Section "Cast -in -Place Concrete." DD. Accessible Work: Remove exposed electrical equipment and installations, indicated to be demolished, in their entirety. EE. Abandoned Work: Cut and remove buried raceway and wiring, indicated to be abandoned in place, 2 inches (50 mm) below the surface of adjacent construction. Cap raceways and patch surface to match existing finish. FF. Remove demolished material from Project site. GG. Remove, store, clean, reinstall, reconnect, and make operational components indicated for relocation. HH. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces required to permit electrical installations. Perform cutting by skilled mechanics of trades involved. 11. Repair and refinish disturbed finish materials and other surfaces to match adjacent undisturbed surfaces. Install new fireproofing where existing firestopping has been disturbed. Repair and refinish materials and other surfaces by skilled mechanics of trades involved. END OF SECTION Trail Amenities 16050 - 4 TBG Partners TBG D07311 September 24, 2008 SECTION 16060 GROUNDING AND BONDING PART 1 GENERAL A. Submittals: Field test reports to include the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1. Comply with UL 467. C. Comply with NFPA 70; for overhead_line construction and medium_voltage underground construction, comply with IEEE C2. D. Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. PART 2 PRODUCTS A. Grounding Conductors: For insulated conductors, comply with Division 16 Section "Conductors and Cables." 1. Equipment Grounding Conductors: Insulated with green - colored insulation. 2. Isolated Ground Conductors: Insulated with green - colored insulation with yellow stripe. On feeders with isolated ground, use colored tape, alternating bands of green and yellow tape to provide a minimum of three bands of green and two bands of yellow. 3. Grounding Electrode Conductors: Stranded cable. 4. Underground Conductors: Bare, tinned, stranded, unless otherwise indicated. 5. Bare, Solid- Copper Conductors: ASTM B 3. 6. Assembly of Bare, Stranded - Copper Conductors: ASTM B 8. 7. Bare, Tinned - Copper Conductors: ASTM B 33. 8. Copper Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG copper conductor, 1/4 inch (6.4 mm) in diameter. 9. Copper Bonding Conductor: No. 4 or No. 6 AWG, stranded copper conductor. 10. Copper Bonding Jumper: Bare copper tape, braided bare copper conductors, terminated with copper ferrules; 1 -5/8 inches (42 mm) wide and 1/16 inch (1.5 mm) thick. 11. Tinned - Copper Bonding Jumper: Tinned - copper tape, braided copper conductors, terminated with copper ferrules; 1 -5/8 inches (42 mm) wide and 1/16 inch (1.5 mm) thick. 12. Ground Conductor and Conductor Protector for Wood Poles: No. 4 AWG minimum, soft - drawn copper conductor. a. Conductor Protector: Half -round PVC or wood molding. If wood, use pressure - treated fir, or cypress or cedar. 13. Grounding Bus: Bare, annealed copper bars of rectangular cross section, with insulators. Trail Amenities 16160 - 1 TBG Partners TBG D07311 September 24, 2008 14. Connector Products: Comply with IEEE 837 and UL 467; listed for use for specific types, sizes, and combinations of conductors and connected items. a. Bolted Connectors: Bolted pressure -type connectors, or compression type. b. Welded Connectors: Exothermic - welded type, in kit form, and selected per manufacturer's written instructions. B. Ground Rods: Copper -clad steel. C. Ground Rods: Sectional type; copper -clad steel. 15. Size: 3/4 by 120 inches (19 by 3000 mm) in diameter. D. Chemical Electrodes: Copper tube, straight or L- shaped, filled with nonhazardous chemical salts, terminated with a 4/0 bare conductor. Provide backfill material recommended by manufacturer. F. Test Wells: Provide hand holes as specified in Division 2 Section "Underground Ducts and Utility Structures." PART 3 EXECUTION A. In raceways, use insulated equipment grounding conductors. B. Exothermic - Welded Connections: Use for connections to structural steel and for underground connections, except those at test wells. C. Equipment Grounding Conductor Terminations: Use bolted pressure clamps. D. Ground Rod Clamps at Test Wells: Use bolted pressure clamps with at least two bolts. E. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms housing service equipment, and elsewhere as indicated. 1. Use insulated spacer; space 1 inch (25.4 mm) from wall and support from wall 6 inches (150 mm) above finished floor, unless otherwise indicated. 2. At doors, route the bus up to the top of the door frame, across the top of the doorway, and down to the specified height above the floor. F. Underground Grounding Conductors: Use copper conductor, No. 2/0 AWG minimum. Bury at least 24 inches (600 mm) below grade or bury 12 inches (300 mm) above duct bank when installed as part of the duct bank. G. Equipment Grounding Conductors: Comply with NFPA 70, Article 250, for types, sizes, and quantities of equipment grounding conductors, unless specific types, larger sizes, or more conductors than required by NFPA 70 are indicated. 1. Install equipment grounding conductors in all feeders and circuits. 2. Busway Supply Circuits: Install insulated equipment grounding conductor from the grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway. 3. Nonmetallic Raceways: Install an equipment grounding conductor in nonmetallic raceways unless they are designated for telephone or data cables. Trail Amenities 16160 - 2 TBG Partners TBG D07311 September 24, 2008 4. Signal and Communication Systems: For telephone, alarm, voice and data, and other communication systems, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. a. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4 by 2 by 12_inch (6.4 by 50 by 300 mm) grounding bus. b. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. H. Ground Rods: Install at least three rods spaced at least one rod length from each other and located at least the same distance from other grounding electrodes. 1. Drive ground rods until tops are 2 inches (50 mm) below finished floor or final grade, unless otherwise indicated. 2. Interconnect ground rods with grounding electrode conductors. Use exothermic welds, except at test wells and as otherwise indicated. Make connections without exposing steel or damaging copper coating. Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. J. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers or supports is not transmitted to rigidly mounted equipment. Use exothermic welded connectors for outdoor locations, unless a disconnect type connection is required; then, use a bolted clamp. Bond straps directly to the basic structure taking care not to penetrate any adjacent parts. Install straps only in locations accessible for maintenance. K. Metal Water Service Pipe: Provide insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes by grounding clamp connectors. Where a dielectric main water fitting is installed, connect grounding conductor to street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. L. Water Meter Piping: Use braided type bonding jumpers to electrically bypass water meters. Connect to pipe with grounding clamp connectors. M. Install one test well for each service at the ground rod electrically closest to the service entrance. Set top of well flush with finished grade or floor. N. Connections: Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot tin coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Make aluminum to steel connections with stainless steel separators and mechanical clamps. 4. Make aluminum to galvanized steel connections with tin plated copper jumpers and mechanical clamps. 5. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. 6. Exothermic Welded Connections: Comply with manufacturer's written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. Trail Amenities 16160 - 3 TBG Partners TBG D07311 September 24, 2008 7. Equipment Grounding Conductor Terminations: For No. 8 AWG and larger, use pressure type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure type connectors. 8. Noncontact Metal Raceway Terminations: If metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically noncontinuous conduits at entrances and exits with grounding bushings and bare grounding conductors, unless otherwise indicated. 9. Connections at Test Wells: Use compression type connectors on conductors and make bolted_ and clamped type connections between conductors and ground rods. 10. 11. Delete reference to UL 486B in subparagraph below if aluminum conductors are not used. 12. 13. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A. 14. Compression Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. 15. Moisture Protection: If insulated grounding conductors are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable.Edit paragraph and subparagraphs below to be consistent with local utility company practice. Coordinate with Drawings. Q. Duct Banks: Install a grounding conductor with at least 50 percent ampacity of the largest phase conductor in the duct bank. P. Pad Mounted Transformers and Switches: Install two ground rods and counterpoise circling pad. Ground pad mounted equipment and noncurrent carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Use tinned copper conductor not less than No. 2 AWG for counterpoise and for taps to equipment ground pad. Bury counterpoise not less than 18 inches (450 mm) below grade and 6 inches (150 mm) from the foundation. Q. Testing: Perform the following field quality control testing: 1. After installing grounding system but before permanent electrical circuitry has been energized, test for compliance with requirements. 2. Test completed grounding system at each location where a maximum ground resistance level is specified, at service disconnect enclosure grounding terminal, and at ground test wells. Measure ground resistance not less than two full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests, by the fall of potential method according to IEEE 81. Trail Amenities 16160 - 4 TBG Partners TBG 007311 September 24, 2008 3. Provide drawings locating each ground rod and ground rod assembly and other grounding electrodes, identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. a. Equipment Rated 500 kVA and Less: 10 ohms. b. Equipment Rated 500 to 1000 kVA: 5 ohms. c. Equipment Rated More Than 1000 kVA: 3 ohms. d. Substations and Pad Mounted Switching Equipment: 5 ohms. e. Manhole Grounds: 10 ohms. END OF SECTION Trail Amenities 16160 - 5 TBG Partners TBG D07311 September 24, 2008 SECTION 16120 CONDUCTORS AND CABLES PART 1 GENERAL A. Listing and Labeling: Provide wires and cables specified in this Section that are UL listed and labeled. PART 2 PRODUCTS B. Building Wires and Cables: UL_Iisted building wires and cables with conductor material, insulation type, cable construction, and rating as specified. 1. Rubber Insulation Material: Comply with NEMA WC 3. 2. Thermoplastic Insulation Material: Comply with NEMA WC 5. 3. Cross_Linked Polyethylene Insulation Material: Comply with NEMA WC 7. 4. Ethylene Propylene Rubber Insulation Material: Comply with NEMA WC 8. 5. Conductor Material: Copper. 6. Stranding: Solid conductor for No. 10 AWG and smaller; stranded conductor for larger than No. 10 AWG. C. Connectors and Splices: UL_Iisted, factory_fabricated wiring connectors of size, ampacity rating, material, type, and class for application and service indicated. PART 3 EXECUTION A. Use the following wires and insulation materials for the applications listed below: 1. Service Entrance: Type RHW or THWN, in raceway. 2. Feeders: Type THHN /THWN, in raceway. 3. Branch Circuits: Type THHN/THWN, in raceway. B. Install wires and cables according to NECA's "Standard of Installation." C. Pull Conductors: Use manufacturer_approved pulling compound or lubricant where necessary. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. D. Use pulling means that will not damage cables or raceway. E. Install exposed cables, parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. F. Support cables according to Division 16 Section "Basic Electrical Materials and Methods." G. Identify wires and cables according to Division 16 Section "Basic Electrical Materials and Methods." H. Conductor Splices: Keep to minimum. I. Use splice and tap connectors compatible with conductor material. Trail Amenities 16120 - 1 TBG Partners TBG D07311 September 24, 2008 J. Use oxide inhibitor in each splice and tap connector for aluminum conductors. K. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches (300 mm) of slack. L. Connect outlets and components to wiring and to ground. END OF SECTION Trail Amenities 16120 - 2 TBG Partners TBG D07311 September 24, 2008 SECTION 16140 WIRING DEVICES PART 1 GENERAL A. Submittals: Product Data for each product specified. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction. C. Comply with NEMA WD 1. D. Comply with NFPA 70. PART 2 PRODUCTS A. Straight_Blade and Locking Receptacles: General_Duty grade. B. GFCI Receptacles: Feed_through type, with integral NEMA WD 6, Configuration 5_20R duplex receptacle arranged to protect connected downstream receptacles on same circuit. Design units for installation in a 2 3/4 inch (70 mm ) deep outlet box without an adapter. C. Pendant Cord /Connector Devices: Matching, locking type, plug and receptacle body connector, NEMA WD 6, Configurations L5_20P and L5_20R, Heavy_Duty grade. 1. Body: Nylon with screw_open cable_gripping jaws and provision for attaching external cable grip. 2. External Cable Grip: Woven wire_mesh type made of high_strength galvanized_steel wire strand, matched to cable diameter, and with attachment provision designed for corresponding connector. PART 3 EXECUTION A. Install devices and assemblies plumb and secure. B. Install wall plates when painting is complete. C. Install wall dimmers to achieve indicated rating after derating for ganging as instructed by manufacturer. D. Do not share neutral conductor on load side of dimmers. E. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical, and g grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. F. Protect devices and assemblies during painting. G. Adjust locations at which floor service outlets and telephone /power service poles are installed to suit arrangement of partitions and furnishings. H. Identify devices according to Division 16 Section "Basic Electrical Materials and Methods." Trail Amenities 16140 - 1 TBG Partners TBG D07311 September 24, 2008 I. Connect wiring device grounding terminal to branch_circuit equipment grounding conductor. J. Tighten electrical connectors and terminals according to manufacturers published torque_tightening values. If manufacturers torque values are not indicated, use those specified in UL 486A and UL 486B. K. Test wiring devices for proper polarity and ground continuity. Operate each device at least six times. L. Replace damaged or defective components. END OF SECTION Trail Amenities 16140 - 2 TBG Partners TBG D07311 September 24, 2008 SECTION 16442 PANELBOARDS PART 1 GENERAL A. Submittals: Product Data and Shop Drawings for each type of panelboard, overcurrent protective device, accessory, and component indicated. Include manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. 1. Dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. Include the following: a. Enclosure types and details for types other than NEMA 250, Type 1. b. Bus configuration, current, and voltage ratings. c. Short circuit current rating of panelboards and overcurrent protective devices. d. Features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 2. Wiring Diagrams: Diagram power, signal, and control wiring and differentiate between manufacturer installed and field installed wiring. 3. Field Test Reports: Submit written test reports and include the following: a. Test procedures used. b. Test results that comply with requirements. c. Results of failed tests and corrective action taken to achieve test results that comply with requirements. 4. Panelboard Schedules: For installation in panelboards. Submit final versions after load balancing. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NEMA PB 1. D. Comply with NFPA 70. PART 2 PRODUCTS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following manufacturers: 1. General Electric. 2. Siemens 3. Square D Trail Amenities 16442 - 1 TBG Partners TBG D07311 September 24, 2008 B. Enclosures: Flush and surface - mounted cabinets. NEMA PB 1, Type 1, to meet environmental conditions at installed location. 1. Outdoor Locations: NEMA 250, Type 3R. 2. Other Wet or Damp Indoor Locations: NEMA 250, Type 4. C. Front: Secured to box with concealed trim clamps. For surface - mounted fronts, match box dimensions; for flush- mounted fronts, overlap box. D. Directory Card: With transparent protective cover, mounted inside metal frame, inside panelboard door. E. US: Hard -drawn copper, 98 percent conductivity. F. Main and Neutral Lugs: Compression type suitable for use with conductor material. G. Equipment Ground Bus: Adequate for feeder and branch circuit equipment ground conductors; bonded to box. H. Gutter Barrier: Arrange to isolate individual panel sections. Column Type Panelboards: Narrow gutter extension, with cover, to overhead junction box equipped with ground and neutral terminal buses. J. Feed through Lugs: Compression type suitable for use with conductor material. Locate at opposite end of bus from incoming lugs or main device. K. Panelboard Short Circuit Rating: Fully rated to interrupt symmetrical short circuit current available at terminals. L. Load Centers: Overcurrent protective devices shall be plug in, full module circuit breaker. Conductor connectors shall be mechanical type for main, neutral, and ground lugs and buses. M. Lighting and Appliance Branch Circuit Panelboards: Front mounted doors with concealed hinges; secured with flush latch with tumbler lock; keyed alike. 1. Branch Overcurrent Protective Devices: Bolt on circuit breakers, replaceable without disturbing adjacent units. N. Distribution Panelboards: Front mounted doors, except omit in fused switch panelboards; secured with vault type latch with tumbler lock; keyed alike. 1. Main Overcurrent Protective Devices: Circuit breaker. 2. Branch overcurrent protective devices shall be one of the following: a. For Circuit Breaker Frame Sizes 125 A and Smaller: Bolt on circuit breakers. b. For Circuit Breaker Frame Sizes Larger Than 125 A: Bolt on circuit breakers; plug in circuit breakers where individual positive locking device requires mechanical release for removal. c. Fused switches. Trail Amenities 16442 - 2 TBG Partners TBG D07311 September 24, 2008 O. Molded Case Circuit Breaker: NEMA AB 1, with interrupting capacity to meet available fault currents. 1. Thermal Magnetic Circuit Breakers: Inverse time current element for low level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous Trip Circuit Breakers: Magnetic trip element with front mounted, field adjustable trip setting. 3. Electronic Trip Unit Circuit Breakers: RMS sensing; field replaceable rating plug; with the following field adjustable settings: a. Instantaneous trip. b. Long and short time pickup levels. c. Long and short time time adjustments. d. Ground fault pickup level, time delay, and 1 response. 4. Current Limiting Circuit Breakers: Frame sizes 400 A and smaller; let through ratings less than NEMA FU 1, RK 5. 5. Integrally Fused Circuit Breakers: Thermal magnetic trip element with integral limiter style fuse listed for use with circuit breaker; trip activation on fuse opening or on opening of fuse compartment door. 6. GFCI Circuit Breakers: Single and two pole configurations with 30 mA trip sensitivity. P. Fused Switch: NEMA KS 1, Type HD; clips to accommodate specified fuses; lockable handle. Q. Contactors: NEMA ICS 2, Class A combination controller equipped for panelboard mounting and including the following accessories: 1. Individual control power transformers. 2. Fuses for control power transformers. 3. Indicating lights. 4. Seal in contact. 5. Two convertible auxiliary contacts. 6. Push buttons. 7. Selector switches. PART 3 EXECUTION A. Install panelboards and accessories according to NEMA PB 1.1. B. Mounting Heights: Top of trim 74 inches (1880 mm) above finished floor, unless otherwise indicated. C. Mounting: Plumb and rigid without distortion of box. Mount recessed panelboards with fronts uniformly flush with wall finish. D. Circuit Directory: Create a directory to indicate installed circuit loads after balancing panelboard loads. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. E. Install filler plates in unused spaces. Trail Amenities 16442 - 3 TBG Partners TBG D07311 September 24, 2008 F. Provision for Future Circuits at Flush Panelboards: Stub four 1 inch (27 GRC) empty conduits from panelboard into accessible ceiling space or space designated to be ceiling space in the future. Stub four 1 inch (27 GRC) empty conduits into raised floor space or below slab not on grade. G. Wiring in Panelboard Gutters: Arrange conductors into groups and bundle and wrap with wire ties after completing load balancing. H. Panelboard Nameplates: Label each panelboard with engraved metal or laminated plastic nameplate mounted with corrosion resistant screws. I. Install equipment grounding connections for panelboards with ground continuity to main electrical ground bus. J. Tighten electrical connectors and terminals according to manufacturer's published torque tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. K. Prepare for acceptance tests as follows: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. L. Testing: After installing panelboards and after electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Procedures: Perform each visual and mechanical inspection and electrical test indicated in NETA ATS, Section 7.5 for switches and Section 7.6 for molded case circuit breakers. Certify compliance with test parameters. 2. Correct malfunctioning units on site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. END OF SECTION Trail Amenities 16442 - 4 TBG Partners TBG D07311 September 24, 2008 SECTION 16512 EXTERIOR LIGHTING FIXTURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. B. Division -16 Basic Electrical Materials and Methods sections apply to work specified in this section. 1.2 SUMMARY A. Extent of exterior lighting fixture work is indicated by drawings and schedules. B. Types of exterior lighting fixtures in this section include fixtures as described in the lighting fixture schedule. C. Applications of exterior lighting fixtures required for this project include the following: 1. Outdoor area lighting. D. Wires /cables, raceways and electrical boxes and fittings are specified in Division 16 Basic Materials and Methods sections, "Conductors and Cables" and "Raceways and Boxes ". 1.3 SUBMITTALS A. Pre -Bid Approvals: Refer to Division - 1. B. Product Data: Submit manufacturer's data on exterior lighting fixtures, including photometric data (optical performance rendered by independent testing laboratory) such as coefficients of utilization, iso- footcandle curves, brightness values, distribution, maximum and average illumination values and efficiency. Submit manufacturer's data for all standards, supports and mounting brackets, and any other products determined necessary by the Architect or Engineer. C. Shop Drawings: Submit fixture shop drawings in booklet form with separate sheet for each fixture, assembled in luminaire "type" alphabetical order with proposed fixture and accessories clearly indicated on each sheet. D. Submittal of fixtures listed by manufacturer's name and catalog number on Lighting Fixture Schedule shall include the following: 1. A current manufacturer's data sheet (copies not acceptable) or construction drawing for each light fixture type. Duplication of types on a single data sheet or drawing is not acceptable. 2. Fixture options, finishes, electrical characteristics, and lamp type clearly called out on submittal. Trail Amenities 16512- 1 TBG Partners TBG D07311 September 24, 2008 E. Submittal of fixtures listed only with manufacturer's name on Lighting Fixture Schedule shall include all of the above in addition to the following: 1. Luminaire photometric test report issued by an approved independent testing laboratory. Tests shall have been conducted in accordance with the recommended testing procedures of the Illuminating Engineering Society of North America and include the following information: a. Candlepower data, presented both graphically and numerically, in 10 degree increments (0 degree, 5 degree, 15 degree, 25 degree, etc.). Data shall be developed for both up and down light, normal, parallel, and at 22.5 degree, 45 degree and 67.5 degree when light output is asymmetrical. b. Zonal lumens stated numerically at 0 -30 degrees, 0 -40 degrees, 0 -60 degrees and 0 -180 degrees. F. Submittal of unlisted fixtures for approval as allowed by "or approved equal" indications on the Lighting Fixture Schedule shall include all of the above. Products submitted for approval on an "or equal" basis must correspond to manufacturers having first received pre -bid approval for the fixture type in question. Other intended substitutions will not be considered. Submittal of fixture samples may be requested at the time of shop drawing review. G. Special Finishes: Submit chips for all finishes and colors noted on the schedule to be other than manufacturer's standard finish, to specifically match another project finish, or to be selected by the Architect. Chip shall be minimum 4" x 4" and shall be a true sample of the finish on the fixture material and not merely the color. Submittal shall include a complete description of the finishing process. H. Calculations: At time of shop drawing submittal, submit computer generated calculations of predicted maintained horizontal illuminance on site parking areas and roadways based on proposed products. Calculations shall provide a graphic array of calculated illuminances depicting plan geometries and shall assume an overall maintenance factor of 0.85. 1.4 QUALITY ASSURANCE A. Manufacturer's: Firms regularly engaged in manufacture of exterior lighting fixtures of types and ratings required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: Qualified with at least 3 years of successful installation experience on projects with exterior lighting fixture work similar to that required for projects. C. NEC Compliance: Comply with NEC as applicable to installation construction of exterior lighting fixtures, lighting poles, standards and luminaires. D. NEMA Compliance: Comply with applicable portions of NEMA Standard Publications pertaining to general exterior, roadway and parking area lighting units. E. ANSI and ANSI /IES: Comply with applicable requirements of ANSI and ANSI /IES standards pertaining to exterior lighting fixtures and components. F. UL Compliance: Provide exterior lighting fixtures which are UL- listed and labeled. G. CBM Labels: Provide fluorescent lamp ballasts which comply with Certified Ballast Manufacturers Association standards and carry the CBM label. Trail Amenities 16512- 2 TBG Partners TBG D07311 September 24, 2008 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver exterior lighting fixtures in factory- fabricated containers or wrappings, which properly protect fixtures from construction debris and physical damage. B. Store exterior lighting fixtures in original wrappings in a clean dry place. Protect from weather, dirt, fumes, water, construction debris, and damage. C. Handle exterior lighting fixtures carefully to prevent damage, breaking, and scoring. Do not install damaged fixtures or components; remove units from site and replace with new. 1.6 SEQUENCING AND SCHEDULING A. Coordinate with other electrical work including wires /cables, electrical boxes and fittings, and raceways, to properly interface installation of exterior lighting fixtures with other work. B. Sequence exterior lighting installation with other work to reduce possibility of damage and soiling of fixtures during remainder of construction period. 1.7 MAINTENANCE A. Maintenance Data: Submit maintenance data and parts list for each exterior lighting fixture and accessory; including "trouble- shooting" maintenance guide. Include that data, product data, and shop drawings in a maintenance manual; in accordance with requirements of Division 1. B. Extra Stock: 1. Furnish stock or replacement lamps amounting to 10 percent (but not less than one lamp in each case) of each type and size lamp used in each type fixture. Deliver replacement stock as directed to Owner's storage space, and obtain receipt. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products of one of the manufacturer's indicated herein or on the Lighting Fixture Schedule, unless otherwise noted and as follows: 1. For lighting fixtures where only one manufacturer is listed, the Electrical Contractor shall provide the product listed. No substitutions will be allowed. 2. For lighting fixtures where more than one manufacturer is listed, the Electrical Contractor shall select one for each fixture type and shall use that fixture on the entire project. 3. For lighting fixtures where one or more manufacturer is listed followed by "or approved equal ", the Electrical Contractor shall select (one of) the product(s) listed or a substitute product approved by the engineer as being substantially equal to the product specified and shall use that fixture on the entire project. The Engineer retains the right, however, to require the Contractor to provide products of the manufacturer(s) specified. Trail Amenities 16512- 3 TBG Partners TBG D07311 September 24, 2008 2.2 EXTERIOR LIGHTING FIXTURES A. General: Provide corrosion - resistant, aluminum luminaires of sizes, types and ratings listed in the Lighting Fixture Schedule and indicate on the drawings. Provide fixtures complete with, but not necessarily limited to, lamps, lamp holders, reflectors, ballasts, starters, wiring and mounting accessories compatible with support system, walls, foundations and earthwork. Provide aiming and positive locking devices in adjustable fixtures, and aiming stop for adjustable lamps. Provide for the dissipation of lampholder and ballast heat through fixture housings. Provide wire mesh corrosion resistant screens in vent holes of outdoor fixtures. B. Comply with additional fixture requirements noted on drawings. C. Ballasts: 1. General: Ballasts shall comply with all applicable UL, CBM and ANSI standards and shall be UL listed. All ballasts shall be high power factor (H.P.F.) 90% minimum. Capacitors in ballasts shall not have PCB's. Ballasts shall be warranted against failure due to defects in material and workmanship for a minimum period of one (1) year from date of installation acceptance regardless of the date of manufacture. If the manufacturer's standard warranty begins at date of manufacture, the Electrical Contractor shall obtain from the ballast manufacturer agreement to the preceeding specifications. Such agreement shall be signed by a person in authority and shall be submitted with shop drawings. All ballasts shall be grounded per NEC Article 410 -E. D. High- Intensity- Discharge -Lamp Ballasts: Provide HID lamp ballasts, externally fused, capable of operating lamp types with ratings indicated and of starting lamps between -20° F and 105 °F; constant wattage auto - transformer type, high power factor, core and coil assembly encapsulated in non -melt resin; provide non -PCB capacitor outside ballast encapsulation for easy field replacement; enclose assembly in drawn aluminum alloy or cast housing(s) with necessary wiring compartments and provisions for electrical connections and devices; mount assembly with necessary hardware and vibration dampers. Provide Type M -101 ballasts for low- voltage (75/70E -17) medium screw base metal halide lamps. Encase ballasts in weather - proof, water -tight enclosures and provide proper outdoor type wiring devices. F. Lamps: 1. General: All lamps shall be furnished and installed by the Electrical Contractor. Install all lamps at time fixtures are mounted. All burned -out lamps shall be replaced by the Electrical Contractor prior to application for final inspection or before project is accepted by Owner. Lamps listed in the Lighting Fixture Schedule shall take precedence over this specification where they differ. 2. Lighting Sources: a. Metal Halide lamps shall be clear or diffuse as noted and burning position shall match fixture design requirements. 3. Manufacturer: All lamps in a source group shall be manufactured by the same manufacturer. Approved manufacturer's are General Electric Co., Sylvania or Osram. G. Lighting Fixture Schedule: 1. Fixture schedule on the drawings includes type designation, description, application, lamp information, manufacturer's model or series number, and special requirements such as finishes, built -in receptacles and switches, control devices, etc. Trail Amenities 16512- 4 TBG Partners TBG D07311 September 24, 2008 2. Model or series number specified in the schedule is for identification of type of fixture only to establish basic quality and construction. Exact mounting, lens, ballast type, and other components and features shall conform to the details on the drawings and shall meet the requirements of this section of the specifications. 2.3 LIGHTING STANDARDS AND POLES A. General: Exterior area lighting units of sizes, types and ratings indicated, complete with, but not limited to, poles /standards, brackets, luminaires and other components and accessories required for complete exterior area lighting systems. Provide Bussman Type "HEB" in -line waterproof fuse holders within each poles access for each phase conductor feeding overhead luminaires(s). B. Metal Lighting Standards: Provide metal, raceway -type, lighting poles and standards, of sizes and types indicated, comprised of shafts, luminaire bracket arms, and tenon joints. Equip with grounding connections readily accessible from handhole access doors; and constructed of the following materials and additional construction features: 1. Material: Steel. 2. Configuration: Anchor base type with handhole and cover where indicated. 3. Finishes: Paint finishes over corrosion resisting coatings. 4. Metal Lighting Standard Accessories: Provide accessories for metal lighting standards, including anchor bolts, as recommended by standard manufacturer, of sizes and materials needed to fulfill loading and erection application requirements and tamper proof hardware for handhole access door. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions under which lighting fixtures are to be installed, and substrate which will support lighting fixtures. Notify Contractor in writing of conditions detrimental to proper completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to Installer. 3.2 INSTALLATION OF EXTERIOR LIGHTING FIXTURES A. Install exterior lighting fixtures at locations and heights as indicated, in accordance with fixture manufacturer's written instructions, applicable requirements of NEC, NECA's "Standard of Installation ", NEMA standards, and with recognized industry practices to ensure that lighting fixtures fulfill requirements. B. Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer's published torque tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals to comply with tightening torques specified in UL Stds 486A and B, and the National Electrical Code. C. Fasten electrical lighting fixtures and brackets securely to indicated structural supports; and ensure that installed fixtures are plum and level. 3.3 GROUNDING A. Provide equipment grounding connections for exterior lighting fixtures. Tighten connections to comply with tightening torques specified in UL Std 486A to assure permanent and effective grounds. Trail Amenities 16512- 5 TBG Partners TBG D07311 September 24, 2008 3.4 FIELD QUALITY CONTROL A. At the Date of Substantial Completion, replace lamps in exterior lighting fixtures which are observed to be noticeably dimmed after Contractor's use and testing, as judged by the Architect. 3.5 ADJUSTING AND CLEANING A. Aim adjustable lighting fixtures and lamps as directed by the Architect/Engineer in night test of system. Verify that measured illuminance values comply with isolux plot diagram values. B. Clean lighting fixtures of dirt and debris upon completion of installation. C. Protect installed fixtures from damage during construction period. 3.6 DEMONSTRATION A. Upon completion of installation of exterior lighting fixtures, and associated electrical supply circuitry, apply electrical energy to circuitry to demonstrate capability and compliance with requirements. Where possible, correct malfunctioning units at site, then retest to demonstrate compliance; otherwise, remove and replace with new units, and proceed with retesting. END OF SECTION Trail Amenities 16512- 6 TBG Partners TBG D07311 September 24, 2008