Loading...
R-89-1355 - 9/28/1989WHEREAS, the City of Round Rock has duly advertised for the construction of the golf course, said construction being contingent upon funding, and WHEREAS, J. C. Evans Construction Company has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of J. C. Evans Construction Company, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of J. C. Evans Construction Company, is hereby accepted as the lowest and best bid, and the Mayor is hereby authorized and directed to execute on behalf of the City a contract with J. C. Evans Construction Company for the construction of the golf course, a copy of said contract being attached hereto and incorporated herein for all purposes, said contract being contingent upon the complete funding of the construction of said course. RESOLVED this 28th day of September, 1989. ATTEST: NE LAND, Ci y Secretary C- RS092890 RESOLUTION NO. 1 365 k MIKE ROBINS °, Mayor City of Round Rock, Texas ITEMS J.C. EVANS CONSTRUCTION SOUTHWEST GOLF WILDCAT GOLF BRUCE COMPANY RDM CONSTRUCTION A) SITE PREPARATION $ 41,915.00 $ 59,269.00 $ 82,830.00 $ 51,753.80 $ 96,430.00 B) EARTHWORK 738,733.01 1,076,295.50 1,051,416.00 1,351,553.15 1,892,293.00 C) WATER CONTROL /CULVERTS 14,753.80 20,344.00 25,058.00 22,463.90 37,320.00 D) SODDING /SEEDING /SPRIGGING 93,628.00 107,420.00 139,075.00 109,609.50 115,158.00 E) CART PATHS 75,936.00 83,055.00 110,740.00 120,232.00 109,158.00 F) TRENCH SAFETY 895.00 1,300.00 1,500.00 1,675.00 5,000.00 G) BLASTING 25,200.00 67,200.00 72,000.00 66,960.00 144,000.00 H) IRRIGATION 670,000.00 785,000.00 860,000.00 720,000.00 780,000.00 I) CONCRETE SPILLWAYS 27,000.00 27,000.00 27,000.00 27,000.00 27,000.00 J) LOW WATER CROSSINGS 152,500.00 152,500.00 152,500.00 152,500.00 152,500.00 K) ROAD CROSSINGS 55,000.00 55,000.00 55,000.00 55,000.00 55,000.00 TOTAL $1,895,560.81 $2,434,383.50 $2,577,119.00 $2,678,747.35 $3,413,859.00 PRELIMINARY BID TABULATION GOLF COURSE RICHARD M. PHELPS, LTD. GOLF COURSE ARCHITECT P.D. BOX 3295 EVERGREEN, COLORADO 80439 303 -670-0478 September 25, 1989 TEL No. Sep 26.89 8:14 No.002 8.02 Mr. Robert Bennett, City Manager City of Round Rock 221 E. Main Street Round Rock, Texas 78664 Re: Recommendation of Award. Round Rock Municipal Golf Course Bear Bob: We have been asked to give our recommendation for contract award for the Round Rock Municipal Golf Course based on our evaluation of bids received and evaluation of the qualifications of the J. C. Evans Construction Company, Inc. As we have.informed you in previous telephone conversations with various City staff members, there appears to be some question as to whether the J. C. Evans Company mis- represented information in their Statement of Bidder's Qualifications relative to their having been the General Contractor on, and have completed, two 18 -hole regulation golf courses. Technically it would appear that they were not the "General Contractor" on the.two courses listed but had demonstrated their ability to perform various phases of golf course construction. A General Contractor must be Someone capable of directing all phases of the work, using his best skills and attention, and be responsible for construction methods. techniques and procedures. He is also res- ponsible for proper sequencing and coordination of all phases of the work. It has been explained to us that City regulations do not require that the General Contractor perform the majority of the work and can. in fact, "broker" the various elements of the construction to qualified sub- contractors. After evaluating the overall experience of the J. C. Evans Company, and their involvement in some golf course projects, we would qualify our recommendation of approval with the understanding that the Contractor will agree to sub - contract with Johnson Golf Course Construction, Inc., as listed, for elements of the work dealing with construction of greens, tees and traps, finish grading and irrigation system and pump station installation. These items are essential to a quality finished product. Having worked with the Johnson Company on several previous golf course projects, we are confident in their expertise. AMERICAN SOCIETY Oa OOLP COURSE ARCHITECTS AMERICAN SOCIETY OP LANDSCAPE ARCHITECTS ILL HO. Mr. Robert Bennett City of Round Rock September 25, 1989 Page Two Even though there is no requirement in the Contract Documents that the sub - contractors be approved AIN to signing the contract, we would urge the City to make everort, prior to the Notice of Award, to extract a written agreement from the J. C. Evans Company that, when the Contract is signed, they will employ the sub - contractors as listed. It is our understanding from the Contractor that he will provide to the City and our office, letters from both of the companies involved in the overall developments which incorporated the Austin Country Club and the Circle C Golf Course prior to City Council action on this pro- ject. We should point out that it is also a requirement under the Instruction to Bidders that the Contractor provide to the City and our office, prior to signing the Contract, an overall construction schedule for the pro - ject. The schedule is to start with the proposed date of signing the contract and outline all approximate completion dates for all phases of the work to . show how the work will be completed prior to the completion date of May 15, 1990. We recognize the significant difference between the J. C. Evans' bid and the next low bidder. However, the J. C. Evans Company has exhib- ited significant experience in earthwork and rock excavation within the Round Rock /Austin area which provides assurance that they are aware of the problems dealing with these items. Their written assurance that they will utilize experienced sub - contractors in the critical areas of golf course construction, and their ability to manage projects of sig- nificant magnitude, should provide the ingredients for a successful, quality project. Sincerely, Richard M. Phelps, A.S.G.C.A. RMP /ep cc: Mr. Bob Husband, CCA Silband :Der 26,�:9 8 :14 No.002 F.03 DATE: September 25, 1989 SUBJECT: Council Agenda, September 28, 1989 ITEM: 110. Consider a resolution authorizing the Mayor to enter into an agreement with J.C. Evans Construction Company for the construction of the Golf Course contingent upon funding. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: On September 14, 1989 five bids for the construction of a golf course were opened in the City Council Chambers. J.C. Evans Construction Company was the lowest bid at $1,895,560.81. The bids are enclosed in a preliminary bid tabulation sheet. Also enclosed is a letter from Richard M. Phelps, the golf course architect recommending J.C. Evans. In this letter, Mr. Phelps requested that the Johnson Company provide subcontract work for tee, green, and bunker construction. J.C. Evans has agreed to utilize this firm. The firm of J.C. Evans has a fine local reputation and recently took over the completion phase of the East Main Street project and did a fine job. Staff recommends award to J.C. Evans for the base bid, plus the concrete 'tee to green' cart path alternative for a total of $2,075,866.81. Since the financing arrangements are not complete, this award will be contingent on funding. These arrangements are agreeable with the Contractor. CITY OF ROUND ROCK PUBLIC WORKS PROJ ECT ROUND ROCK MUNICIPAL GOLF COURSE SPECIFICATIONS AND CONTRACT DOCUMENTS /355 R. C 1 1 1 1 MUNICIPAL GOLF COURSE 1 1 1 1 1 CITY OF ROUND ROCK, TEXAS 1 1 1 1 1 1 CONSTRUCTION SPECIFICATIONS ROUND ROCK SET NO. INDEX Notice to Contractors . . . NTC -1 _ Instructions to Bidders ITB -1 - ITB -3 Agreement PBD -1 - PBD -3 Statement of Bidders Qualifications PBD -4 - PBD -7 Non Collusion Affidavit of Prime Bidder PBD -8 Bid Bond BB -1 - BB -2 Contractors List of Subcontractors /Suppliers LSS -1 Bid Schedule (Unit Price) Golf Course Construction BS -1 - BS -3 Bid Schedule - Irrigation BS /I -4- BS /I -5 Bid Schedule Summary BS -6 Alternates BS -7 Notice of Award NA -1 Performance Bond PB -1 - PB -2 Payment Bond PB -3 - PB -4 Maintenance Bond MB -1 - MB -2 Notice to Proceed NTP -1 Change Order CO -1 - CO -2 General Conditions GC -1 - GC -26 Special Conditions SC -1 - SC -5 Technical Specifications: Clearing and Grubbing CG -1 - CG -4 Earthwork E -1 - E -7 Golf Course Details GD -1 - GD -8 Underground Drainage Systems UD -1 - UD -5 Sprigging, Fertilization and Sodding SFS -1 - SFS -4 Irrigation - Material - Installation I /MI -1- I /MI -7 Irrigation - Special Instructions I /SC -1- I /SC -7 Plans and Construction Drawings: Cover Sheet CB -1 GP -1 GP -2 CP -1 CO - 1 Clearing and Grubbing Plan /Site Preparation (Fence Removal) Grading Plan - Front Nine Grading Plan - Back Nine Cart Path Plan Construction Details - Greens /Tile 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTICE TO CONTRACTORS Sealed proposals addressed to the City Manager, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and performing all work required for the construction of the Round Rock Municipal Golf Course. The work to be performed under the provisions of these Contract Documents shall consist of the construction of the 18 -hole Round Rock Municipal Golf Course located East of town within the Franklin Tract off County Road 122 adjacent to Oak Bluff Subdivision to the South. The Contractor shall be responsible for providing all superintendence, equipment, labor, supplies, materials, transportation, etc..., for completing the job as detailed on the bidding plans and in the contract documents. Proposal forms, specifications, and instructions to bidders may be obtained from the office of the City Secretary, 3rd floor, City Hall in Round Rock, Texas beginning August 28, 1989, for a nonrefundable charge of Sixty -five Dollars ($65.00) per set. Bids will be received until 2:00 P.M., September 14, 1989, then publicly opened and read aloud. No bids may be withdrawn after the scheduled opening time. Any bids received after schedule bid opening time will be returned unopened. A pre -bid conference is scheduled for 2:00 P.M., September 8, 1989. All bidders are encouraged to attend but this is not mandatory. All proposals shall be accompanied by a certified cashier's check upon a national or state bank in the amount of five (5 %) percent of the total maximum bid price payable without recourse to The City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that bidder will enter into a contract and execute performance bond within ten (10) days after notice of award of contract to him. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. When determining the responsibility of the lowest and best bidder, the City will require evidence of recent experience in the construction and supervision of golf courses. Pub. Dates: Austin American Statesman Round Rock Leader NTC -1 JOANNE LAND City Secretary City of Round Rock INSTRUCTIONS TO BIDDERS 1. PROPOSAL 1.1 All bidders shall observe the following instructions and those contained in the "Notice to Contractors ". 1.2 Only bids submitted upon the proposal form furnished herein will be accepted. All items shall be properly filled out. Numerals, printing and signatures shall be written in ink. Signatures shall be in longhand. Alterations to bid amounts by erasures or by interlineations shall be initialed by the signer of the Bid Proposal. Any Bid Proposal not duly signed will not be considered. Alternative proposals will not be considered unless called for in the proposal form. 1.3 All bids must be sealed, addressed to and deposited on or before the day and hour set for the opening of bids at the location called for in the "Notice to Contractors ". The bids must be submitted in a sealed envelope, and outside of the envelope shall show the title of the work as shown on the specifications, the date and time of opening and the name of the bidder. 1.4 The bid shall be submitted on the proposal form as provided, without separ- ation from the documents. The entire book shall be submitted with the bidder's proposal. 2. PROPOSAL GUARANTEE Each proposal shall be accompanied with a certified or cashier's check drawn on an acceptable bank or a bid bond in an amount not less than five percent (5 %) of the total bid. 3. WITHDRAWAL OF BIDS The Bidder may withdraw any proposal he has submitted at any time prior to the hour set for opening of bids provided a request for withdrawal is signed in a manner identical with the proposal being withdrawn. No withdrawal or modifi- cation will be permitted after the hour designated for opening of bids. 4. INTERPRETATIONS OF DRAWINGS AND DOCUMENTS If discrepancies or omissions are found in the drawings or specifications, or if the bidder is in doubt of the meaning or needs clarifications, he shall notify the Golf Course Architect. If the point or points in question are not clearly and fully set forth, a written addendum will be mailed to each person obtaining a set of contract documents. The owner will not be bound by, nor responsible for oral instructions, interpretations or representations. 5. QUALIFICATIONS OF BIDDERS 5.1 The owner may make such investigations as it deems necessary to determine the ability to perform the work, and the bidder shall furnish to the owner all ITB -1 such information and dates for this purpose as the owner may request. The owner • reserves the right to reject any bid If the evidence submitted by, or investiga- tion of, such bidder fails to satisfy the owner that such bidder is properly qualified to carry out his obligations of the contract and to complete the work contemplated within (Refer to sheets PBD -4 through PBD -7). 6. CONSTRUCTION SCHEDULE Prior to signing the contract, the contractor shall submit an overall con- struction schedule for the project. This construction schedule shall start with the proposed date of signing and contract, and the completion date shall be the date specified in the contract. 7. CONTRACTOR RISK The construction contract and the detailed specifications contain the pro- visions required for the construction of the project. No information obtained from any officer, agent or employee of the owner on any such matters shall in any way affect the risk of obligation assumed by the contractor or relieve him from fulfilling any of the conditions of the contract. 8. DEFINITIONS 8.1 The word "Owner" means the City of Round Rock, Texas. The owner will be responsible for payment in accordance with the terms of the contract. 8.2 The word "Contractor" means the person, firm, or corporation to whom the award is made. Subcontractors as such will not be recognized. 8.3 The word "Golf Course Architect (GCA)" refers tothe firm of Richard M. Phelps, Ltd., Evergreen, Colorado. designated by the owner as its golf course architectural representative during the course of construction to perform appro- priate construction observation and computations of payment. 9. SALES AND USE TAX FORMS Tax Exemption Certificates must be obtained from both the City and the State for all materials used in City projects. The City will furnish these forms to the successful bidder. The City will require a summary of all invoices for materials used in their project to be submitted upon completion of the Project for audit purposes. Bid price to be exempt from Federal, State or local taxes on bids. 10. INSURANCE The successful bidder shall furnish Certificate of Insurance indicating general liability, workmen's compensation and employee's liability, prior to commencement of work. ITB -2 11. APPLICABLE LAWS The submission of a bid shall be a representation by the bidder that he has familiarized himself with all laws applicable to the Project and will com- ply therewith throughout the Contract. 12. PERFORMANCE AND PAYMENT BONDS The party to whom the contract is awarded will be required forthwith to execute the contract and a performance and payment bond with ten (10) calendar days from the date of the written notice of award of the contract is delivered to the bidder at the address given by him. In case of a failure to do so, the Owner may, at his option, consider that the Bidder has abandoned the contract, and the certified check or bid bond accompanying the proposal shall become the property of the Owner. The Performance and Payment bonds shall be in the amount of 100% of the total contract price. 13. MAINTENANCE BOND 14. INSURANCE ITB -3 The Contractor shall deliver to the Owner, upon completion of all work under this Contract, and before final payment is made, his written guarantee made out to the Owner, in a form satisfactory to the Owner guaranteeing all the work, materials, appliances, equipment, etc., provided under the Contract to be free from defective materials and /or faulty workmanship, and to be watertight and leakproof. In the guarantee, the Contractor shall agree to replace or reexecute, in a manner satisfactory to the Owner, without cost to the Owner or Project Manager, such work as may be found to be defective or faulty, and pay for all damages due to such replacement, or reexecution. The Maintenance Bond shall be in the amount of 10% of the total contract price. The Comprehensive General Liability insurance will include as Additional Named Insureds: the City of Round Rock; Dippel - Ulmann & Associates, Inc., Engineers; Donald K. Burns, Irrigation Consultant; Richard M. Phelps, Ltd., Golf Course Architect; CCA- Silband Corporation, Golf Management; and each of their officers, agents and employees. THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF WILLIAMSON That this Agreement made and entered into this day of A.D., 1989, by and between the CITY OF ROUND ROCK, TEXAS, it's Maycr, First Party, here termed the Owner and Of the City of County of , State of hereinafter termed Contractor. .Second Party, WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by said First Party (Owner), the said Second Party (Contractor) hereby agrees with the first Party to commence and complete the construction of Main improvements at the prices set forth in the Contractor's Proposal dated for certain improvements described as follows: CONSTRUCTION OF 18 -HOLE ROUND ROCK MUNICIPAL GOLF COURSE The Contractor shall perform all work shown on the Plans and described in the Contract and shall meet all requirements anof d this Agreement, the General and Special Conditions of the Contract; and Bach Orders and Agreements for Extra Work as may subsequently be entered by the above named parties to this Agreement_ The Contractor hereby agrees to commence work under this contract within 10 consecutive calendar days after the date written notice to do so shall have been given to him and shall cause work to progress in a manner satisfactory the Owner. Such work shall be completed in full by May 9 The Owner agrees to pay the Contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, sub to additions and deductions, all as provided in the General Conditions of the Agreement. the The following documents together with this Agreement, comprise the act, and they are fully a part thereof as if herein repeated in The Notice to Contractors The Instruction to Bidders The Proposal and Bidding Sheets The Performance & Payment Bonds Maintenance Bond Notice of Award Notice to Proceed AGREEMENT PB D Change Order The General Conditions The Special Conditions Addenda Specifications The Plans AGREEMENT - continued The undersigned bidder hereby acknowledges addenda No. IN WITNESS WHEREOF the Parties to these presents have executed this Agreement in the year and day first above written ATTEST: CITY OF ROUND ROCK, TEXAS, OWNER By: By: By: City Secretary Mayor Contractor PBD -2 iSktal i IF CORPORATION - IN WTTNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly authorized officers this day of 19 PB D 3 Name of Corporation By Title Attest * • ; * Secretary • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 If so, where and why? STATEI!ENT OF BIDDER'S QUALIFICATIDNS All questions must be answered and the data given must be clear and comprehen- sive. This statement must be notarized. If necessary, questons may be answered on seperate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: e 2. Permanent main office address: Fa /7 3. When organized: / 955 . 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? �{-y 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company: 4 8. Have you eve failed to complete any work awarded to you? (- -A 9. Have you ever defaulted on a contract? If so, where and why? PBD -4 PROJECT NAME ABBOTT LABS BRAKER LANE EXT 183 MANOR DOWNS RACETRACK IMPROVEMENTS PARKE AT SPICEWOOD SPRINGS STEINER RANCH SEC1A MOORES CROSSING Al STREETS MOORES CROSSING A2 STREETS MOORES CROSSING BLVD. ELROY ROAD CIRCLE C B3 PHASE III STREETS CIRCLE C B6 STREETS LAKELINE BLVD. RIDDLE SLAUGHTER ANDICE ROAD 09/09/89 CURRENT PROJECTS J. C. EVANS EXCAVATION CO., INC. CONTRACT AMOUNT OWNER /ENGINEER EST. PHONE NUMBER _ CPLT DATE ABBOTT LABS 10/89 LARRY LACY 512 -255 -2000 126,000.00 325,682.00 212,175.50 738,000.00 530,640.00 374,847.00 201,648.00 37,236.00 1,038,227.00 290,089.00 48,367.00 462,915.00 126,325.00 296,005.00 SWC BRAKER /183 LTD. 10/89 C/O BAKER AICKLEN JOSE E. SAENZ 512- 346 -6980 MANOR DOWNS C/0 O'MALLEY & CLAY 409 - 836 -7937 10/89 HORIZON SAVINGS C/0 GRAY ENGINEERING 512- 483 -5650 10/89 HUGHES INTEREST 512- 328 -821 08/89 MOORES CROSSING JT.VT 512- 454 -5162 MOORES CROSSING JT.VT 512- 454 -5162 05/89 05/89 MOORES CROSSING JT.VT 512- 454 -5162 05/89 MOORES CROSSING JT.VT 512- 454 -5162 480 -9821 AUSTIN PAVING 512- 451 -4082 AUSTIN PAVING 512- 451 -4082 AUSTIN PAVING 512- 451 -4082 05/89 06/89 10/89 08/89 08/89 Job Name RENOVATIONS AND ALTERATIONS TO PARK ST. DAVID PROFESSIONAL OFFICE BUILDING IBM BLDG 1 3-M OUTDOOR TESTING FACILITY HISCO MANUFACTURING FACILITY MOTOROLA PROJECT MGMT. 3 -M THERMAL OXID. BROWNWOOD IBM FASTLANE FINISHOUT CURRENT PROJECTS J.C.`EVANS GENERAL CONTRACTING CO., INC. Owner /Contact ST. DAVID'S HOSPITAL Graeber Simmons Cowan Mr. Phil Bible IBM FACILITIES ENGINEER Harvey Hoskins 3 -M AUSTIN John Grimm HISCO Paul Seaback MOTOROLA Ray Tyx 3M Nick Patera IBM FACILITIES ENGINEER Harvey Hoskins Phone Number Contract Amount (512)477-9417 $ +680,805 Comp. Date (512)823-2304 $ 175,000 7/89 (512)984-5107 (512) 834-9773 (512)823-2304 $ 151,000 8/89 $605,000 10/89 (512) 928-6346 $4,075,000 12/89 (612) 778-6901 $259,000 9/89 $389,900 9/89 CURRENT PROJECTS - J.C. EVANS UNDERGROUND UTILITY CO., INC. Project Name Owner /Contact MANOR DOWNS RACETRACK MANOR DOWNS C/0 IMPROVEMENTS O'MALLY & CLAY MCNEIL ESTATES AND WEST BURNET ROAD SLAUGHTER LANE I (CASTLEWOOD) MOORE'S CROSSING NORTH UPPER BANK SLAUGHTER CREEK INTERCEPTER CITY OF AUSTIN CITY OF AUSTIN MOORE'S CROSSING JOINT VENTURE P.O. BOX 9647 AUSTIN, TEXAS 78766 GRAY ENGINEERING CIRCLE C DEVEL. STEVE BARTLETT 1111 W. 11TH Contract Comp. Phone Number Amount Date (409)836.7937 $113,790 10/89 (512)322 -6410 $945,927 10/89 (512)322 -6410 $1,201,128 12/89 (512)483-5650 $424,255 02/90 (512)480 -9821 $1,489,541 03/90 Legend Oaks Section 5A Gas J. C. EVANS UNDERGROUND UTILITIES CURRENT PROJECTS ELECTRIC, GAS, TELEPHONE Steiner Ranch Sec 2A Electric Hughes Interests Will Shepherd 512- 328 -8211 Southern Union Gas Eddie Imken 512- 477 -5981 Ext 412 Southwestern Bell Adirondack Southwestern Bell Gary Havener 512- 870 -2189 58,268.90 23,598.00 8,800.00 10. List the more 1 portant projects recently completed by your company. -- stating the approximate cost of each, and the month and year completed, location and type of construction. (Identify projects comparable to the project being bid.) 11. List your major equipment available for this contract. 12. Experience in construction work similar in importance to this project: 13. Background and experience of the principal members of your organization, including officers: 14. Credit available: 15. Bank reference: //L ya<-0, Are) --°12 16. Will you, upon request, fill out a detailed financial statement and f rnish any other information that may be required by the Owner? PBD -5 PROJECT NAME BALCONES RESEARCH CTR WOODBAY PARKE BRATTON LANE CANYON CREEK CIRCLE C B3 PHASE I STREETS CIRCLE C B3 PHASE II STREETS GROVE BLVD. WATERFORD CENTER STEINER BLVD. STEINER PHS ONE SEC ONE FOUR POINTS RECENTLY COMPLETED PROJECTS J. C. EVANS EXCAVATION CO., INC. CPLT. CONTRACT AMOUNT OWNER /ENGINEER DATE 53,900.00 UT AT AUSTIN 512 - 471 -3042 08/89 238,300.00 HAEGLIN CONSTRUCTION 512- 346 -7117 07/89 200,500.00 HB AUSTIN PARTNERSHIP 512- 388 -1313 07/89 116,857.00 AUSTIN CANYON CORP. 512- 327 -3135 07/89 164,208.00 BRADLEY DEVELOPMENT 05/89 115,970.00 STEVE BARTLETT 05/89 1,081,869.00 CITY OF AUSTIN TRANS.& PUBLIC SERV. 02/89 620,000.00 HUGHES INTEREST 512- 328 -8211 01/89 2,391,506.00 HUGHES INTEREST 512- 328 -8211 01/89 1,700,888.00 HUGHES INTEREST 512- 328 -8211 02/89 MOTOROLA OAKHILL -SITE - 114,855.75 WRIGHT /HANKEY 03/89 OAKHILL CAFETERIA - 94,860.00 JOHN WRIGHT 03/89 BLUESTEIN - 40,992.00 512- 385 -6651 03/89 LEGEND OAKS 1,831,479.05 REALTEX FUNDING SEC 4 /ESCARPMENT 328 -8000 03/89 860,495.00 PWB JOINT VENTURE 12/88 512- 327 -6840 ROUND ROCK WEST DRIVE BRIDGE IMPROVEMENTS 170,470.00 CITY OF ROUND ROCK 12/88 512- 255 -3612 THE PAVILION 420,341.90 FRANKLIN SAVINGS 12/88 C/O BURY & PITTMAN 512- 477 -5369 WELLS POINT DETENTION POND 106,371.70 MERA BANK C/O 12/88 CARLSON ENGINEERING 512- 280 -5160 CIRCLE C B5 104,530.00 BRADLEY DEVELOPMENT 11/88 512- 480 -9821 HEARTLAND 268,368.00 HEALTH CARE RET.CORP. 10/88 LAKE CREEK /MACONDA 855,326.00 MACONDA PARK JV 09/88 C/O HAYNIE KALLMAN 512 - 250 -8611 GREAT HILLS PHASE 2 SECT. 2 499,842.65 SAN JACINTO 5 & L 08/88 713- 661 -7000 OASIS BLUFF 761,000.00 TRAVIS CTY CIP 08/88 512 - 473 -9666 LEGEND OAKS SECTION II 2,300,000.00 REALTEX FUNDING 08/88 512- 452 -2562 LEGEND OAKS 3A 403,650.00 REALTEX FUNDING 08/88 512- 452 -2562 CAT HOLLOW - O'CONNOR DR. 642,000.00 PARKLANE DEVELOP. 06/88 512- 320 -0001 TURTLE ROCK 153,200.00 POHL BROWN AND BROWN 06/88 SHOWPLACE LANES 378,535.00 KINLEY NELSON CO. 06/88 ARLINGTON, TEXAS SHEPHERD MOUNTAIN 1,728,000.00 SHEPHERD MTN. JV 06/88 CAT HOLLOW 1 & 5 74,415.00 PARKLANE DEVELOP. 06/88 CAT HOLLOW 3 142,068.00 512- 320 -0001 CAT HOLLOW 9 149,215.00 CIRCLE C ESCARPMENT 1,360,857.00 CIRCLE C DEVELOP. 05/88 512- 327 -9270 SLAUGHTER LANE CIRCLE C WOLFTRAP GREAT HILLS PHASE 2 SECT. 1 09/09/89 1,372,015.00 GAREY CONSTRUCTION 02/88 512- 837 -5916 226,170.00 OLMOS CONSTRUCTION 02/88 512 - 448 -3838 296,518.75 SAN JACINTO S & L 10/87 713- 661 -7000 Project: Description: Cost: Date of Completion: Owner: Address: Contact: Project: Description: Cost: Date of Completion: Owner: Address: Design: Project: Description: Cost: Date of Completion: Owner: Address: Design: Project: Address: Description: Cost: Date of Completion: Owner: Address: Design: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Project: Address: Description: Cost: Date of Completion: Owner: Address: RECENTLY COMPLETED PROJECTS IBM Bldg. 007 Finieh Out $381,000.00 April 1989 IBM Austin 11400 Burnet Rd., Austin, TX Harvey Hoskins, Facilities Engineer Harris Branch Recreation Center Recreation Facility $576,000.00 March 1989 Provident Development 901 Mopac South, Suite 540, Austin TX Boussard Group Selber Manufacturing Manufacturing Plant $197,229.00 March 1989 Selber & Assoc. 4715 Steiner Ranch Blvd., Austin TX Benchmark Professional Group Waterford Centre Waterford Centre Blvd. Medical Care Complex $3,047,518.00 February 1989 Hughes Interests 1301 Capital of Texas Hwy, Austin, TX Murphee Engineering Circle C Swim Center 10501 Escarpment Blvd., Austin, TX Swim Center Recreational Complex $442,945.00 September 1988 Circle C Development Corporation 1111 West llth Street, Austin, TX Heather McKinney Architects IBM Austin 11400 Burnet Road, Austin, TX Improvements $85,000.00 December 1988 IBM International 11400 Burnet Road, Austin TX Texas Instruments 12501 Research Blvd., Austin, TX Remodel $57,849.40 April 1988 Texas Instruments 12501 Research Blvd., Austin, TX Project: Cost: Date of Completion: Owner: Address: Architect: Project: Address: Description: , Cost: Date of Completion: Owner: Address: Architect: Project: Cost: Date of Completion: Owner: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Legend Oaks Monuments $66,476.00 April 1988 Peyton Collins 901 Mopac Expressway S. Suite 410, Austin, TX Babendure Design Group Gabriel's Court 2905 San Gabriel, Austin, TX Office and Retail Building $3,100,000.00 December 1987 San Gabriel, Ltd. MBank Tower, Suite 1300, Austin, TX The Austin Group Circle C Dam $769,140.00 December 1987 Bradley Development Medical Parkway Garage 1015 West 37th Street Seven Level Concrete Parking Structure $3,241,269.00 February 1987 Seton Medical Center 1201 West 38th Street, Austin, TX Walker Parking Consultants TI PWB Building Expansion PWB Building Expansion $813,080.00 February, 1987 Texas Instruments, Inc. 12501 Research Blvd. The Colley Associates Microelectronics Computer Technology Corp. (MCC Facilities) 10100 Burnet Road 210,000 SF Corporate Headquarters $19,454,250.00 October 1, 1986 University of Texas System 210 West Sixth Street, Austin, TX Golemon & Rolfe Marathon Professional Building 18,000 SF Doctors Office Building $1,381,000.00 July 31, 1986 Marathon Professional Associates 1005 Congress, Suite 550, Austin, TX Tom Pinchbeck (512) 477 -1007 Cox /Croslin & Associates Project: Address: Description: Cost: Date of Complet Owner Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: on: * Northwest Hills United Methodist Church 7017 Hart Lane Sanctuary, New Dining Hall, Office Addition $800,000.00 July 1, 1986 Northwest Hills United Methodist Church 7017 Hart Lane, Austin, TX Wilson, Stoeltje, Martin, Inc. InterFirst Bank /Westlake Drive Thru Facility $310,000.00 June, 1986 InterFirst Corporation P.O. Box 908 Mike Thompson (512) 327 -2980 Holt +Fatter, Inc. *Town & Country Bank 13915 Burnet Road Bank & Four Story Building $3,600,000.00 February, 1986 Town & Country Bank 13409 Burnet Road, Austin, TX The Austin Group Sid W. Richardson Physical Education Ctr. Natatorium Renovations $312,159.00 October 15, 1985 Southwestern University P.O. Box 770, Georgetown, TX Kirk Treible (512) 863 -6511 Skidmore, Owings & Merrill *Steck II Negotiated 33,000 SF Office Building $2,100,000.00 April 15, 1985 Steck II - Joint Venture 8217 Shoal Creek Blvd. Gary D. Nauert Cox /Croslin & Associates *B.P.I. Systems 3001 Bee Caves Road, Rollingwood, TX Negotiated, Design, Build, Office & Mfg. $2,800,000.00 April, 1985 B.P.I. Systems 3001 Bee Caves Road, Rollingwood, TX The Austin Group InterFirst Bank /Westlake Main Bank Building $243,458.00 January, 1985 InterFirst Corporation 1400 Capital of Texas Highway, Austin, TX LEGEND OAKS SECTION 4 REALTEX FUNDING ESCARPMENT 901 MOPAC #410 AUSTIN, TEXAS PEYTON COLLINS LAKEWOOD PARK SUBDIVISION CIRCLE C WEST INTERCEPTOR BEAR CREEK POND IRRIGATION SYSTEM MOORES CROSSING 36" TRANS. MAIN BRUSHY CREEK WASTEWATER SYSTEM WATERFORD CENTRE PAVILION STEINER BLVD. 16" WATER TRANS. MAIN RECENTLY COMPLETED PROJECTS J.C. EVANS UNDERGROUND UTILITIES CO., INC. CITY OF AUSTIN CIRCLE C DEVELOPMENT STEVE BARTLETT 1111 W. 11TH AUSTIN, TEXAS 78703 (512)480 -9821 CIRCLE C DEVELOPMENT STEVE BARTLETT 1111 W. 11TH AUSTIN, TEXAS 78703 (512)480 -9821 MOORE'S CROSSING JOINT VENTURE P.O. BOX 9647 AUSTIN, TEXAS 78766 HAYNIE KAHLMAN & GRAY ENGINEERS (512)250-8611 LOMAS LAND, INC. 2001 BRYAN TOWER 35TH FLOOR DALLAS, TEXAS 75201 LICHLIRWE /JAMESON & ASSOC. ENGINEERS HUGHES INTEREST Will Shepherd FRANKLIN SAVINGS ASSOCIATION HUGHES INTERESTS Will Shepherd (512)4522562 (512)3226410 (512)474 -5500 (512)328.8211 (512)328 -8211 $701,177.00 $207,135.00 $632,855.00 $96,720.00 $416,210.00 $566,599.00 $396,594.00 $243,326.00 $327,859.00 SHEPHERD MOUNTAIN SHEPHERD MOUNTAIN JV 512 -250 -8611 $702,000.00 C/O HAYNIE, KALLMAN & GRAY SLAUGHTER LANE UTIL. BRADLEY DEVELOPMENT 512- 480 -9821 $2,193,452.00 STEVE BARTLETT SAN MARCOS MEDPARK SAN MARCOS .7V. 512 -477 -5369 $134,710.00 C/O BURY & PITTMAN ENCLAVE METRIC JOINT VENTURE 512 - 452 -5528 $146,000.00 Will Shepherd CIRCLE C PH B SEC 2 BRADLEY DEVELOPMENT 512 -480 -9821 $1,492,782.65 Steve Bartlett BRAKER LANE NORTH TRAVIS 512 - 499 -3601 $734,904.00 COUNTY MUD #1 STEINER BLVD. HUGHES INTERESTS 512 - 328 -8211 $330,814.80 Will Shepherd STEINER PHS 1 SEC 1 HUGHES INTERESTS 512 - 328 -8211 $603,050.00 Will Shepherd SHOWPLACE LANES KINLEY NELSON CO. $89,097.00 Arlington, TX CIRCLE C PHASE B CIRCLE C DEVELOPMENT 512 - 480 -9821 $55,587.20 SECTION 4 CIRCLE C SWIM CENTER CIRCLE C DEVELOPMENT 512 - 480 -9821 $39,135.50 GRADER CAT 12F GRADER CAT 12G MUELLER CAT 140G POCLAIN 220 BACKHOE BACKHOE JOHN DEERE 710 CAT 235 BACKHOE HITACHI BACKHOE FORD 555A BACKHOE CAT 416 CAT 215 CASE 125 EXCAVATOR CAT 416 CAT 225 EXCAVATOR INGRAM PNEUMATIC ROLLER INGERSOLL RAND VIBRATORY SAKAI PNEUMATIC ROLLER TAMPO VIBRATORY FOLLER EUCLID R -25 END DUMP C. OOIQTIuCTION COMPANY EQUIPMENT LIST IR PAD FOOT ROLLER ROSCO VIBRATORY ROLLER TAMPO DOUBLEDRUM ROLLER CASE MODEL 752 ROLLER MUELLER INGER. RND RLR. CAT CP323 ROLLER CASE 1102 PADFOOT RLR. RAYGO 220A PADFOOT RLR. CAT 621 SCRAPER CAT 613 SCRAPER GARDNER DENVR. COMP /DRL GARDNER DENVR. AIR COMP KAMATSU D35A DOZER CAT D6D DOZER CAT D7G DOZER CAT D8L DOZER VERMEER T -600D CASE 480 E LL LOADER CAT 936 WHEEL LOADER MICHIGAN L90 LOADER MICHIGAN L -70 LOADER CAT 963 TRACK LOADER GRADER CAT 12F GRADER CAT 12G MUELLER CAT 140G POCLAIN 220 BACKHOE BACKHOE JOHN DEERE 710 CAT 235 BACKHOE HITACHI BACKHOE FORD 555A BACKHOE CAT 416 CAT 215 CASE 125 EXCAVATOR CAT 416 CAT 225 EXCAVATOR INGRAM PNEUMATIC ROLLER INGERSOLL RAND VIBRATORY SAKAI PNEUMATIC ROLLER TAMPO VIBRATORY FOLLER EUCLID R -25 END DUMP J C. MRS E RUCTION COMPANY ENT LIST IR PAD FOOT ROLLER ROSCO VIBRATORY ROLLER TAMPO DOUBLEDRUM ROLLER CASE MODEL 752 ROLLER MUELLER INGER. RND RLR. CAT CP323 ROLLER CASE 1102 PADFOOT RLR. RAYGO 220A PADFOOT RLR. CAT 621 SCRAPER CAT 613 SCRAPER GARDNER DENVR. COMP /DRL GARDNER DENVR. AIR COMP KAMATSU D35A DOZER CAT D6D DOZER CAT D7G DOZER CAT D8L DOZER VERMEER T -600D CASE 480 E LL LOADER CAT 936 WHEEL LOADER MICHIGAN L90 LOADER MICHIGAN L -70 LOADER CAT 963 TRACK LOADER J. C, EVANS UNDERGROUND UTILITIES COMPLETED PROJECTS ELECTRIC, GAS, TELEPHONE Circle C B3 Electric Bradley Development $ 237,000.00 Steve Bartlett 512 -480 -9821 Circle C Golf Course Electric Bradley Development 4,605.00 Steve Bartlett 512 - 480 -9821 Southwestern Bell Grove Southwestern Bell 17,755.00 Steve Short 512- 870 -5068 Southwestern Bell Circle C Southwestern Bell 7,740.00 Walter Spangler 512 - 870 -3245 Southwestern Bell Fireside Southwestern Bell 16,350.00 Walter Spangler 512 - 870 -3245 Southwestern Bell Steiner Southwestern Bell 33,494.00 Walter Spangle 512- 870 -3245 Grove Blvd. Electric City of Austin 35,139.00 Mike Wier 512- 451 -8785 Steiner Blvd. Electric Hughes Interests 46,278.00 Will Shepherd 512 - 328 -8211 Steiner Sec 1 Electric Hughes Interests 16,245.00 Will Shepherd 512- 328 -8211 Waterford Electric Hughes Interests 35,839.00 Will Shepherd 512 - 328 -8211 Southwestern Bell Fiber Southwestern Bell 79,330.00 Optic Cable /Smith School Walter Spangler 512- 870 -3245 Circle C 85 Electric Bradley Development 16,135.00 Steve Bartlett 512- 480 -9821 9/09/89 JAY C. EVANS Chairman of the Board, Chief Operating Officer Jay Evans joined the company in 1970 after graduating from Texas Tech University with a degree in engineering and administrative management. His initial duties included being in charge of excavation and heavy equipment. In recent years, he has been in control of the Commercial Building Division. To maintain his involvement in the Austin community, Jay has taken leadership roles in the Austin /Travis County Livestock Show and with committees of the Austin Chamber of Commerce. He is also a member of the Associated General Contractors. JIMMY D. EVANS President and Chief Executive Officer Jimmy Evans became an executive with the company in 1977 after his graduation from Texas Tech University, where he majored in business administration and agriculture. He has served as a superintendent with the company and has been in charge of the Heavy Equipment and Utilities Division. Like other members of the Evans family, he donates a significant amount of time to civic affairs, especially the Austin /Travis County Livestock Show and the Associated General Contractors. He also serves on the Board of Directors of the Austin Area Contractors and Engineers Association. BLAKE KUHLMAN Vice President and Chief Financial Officer After graduating from the The University of Texas with a degree in accounting, Blake spent four years in professional practice with Main Hurdman, an accounting firm in Houston. Later, he moved to Austin, where he served as audit manager with the CPA firm of Lanier, Locke and Ritter. Mr. Kuhlman's involvement with the construction industry started when he was Chief Financial Officer for one of Central Texas' largest and most successful home building companies...his position prior to joining J. C. Evans Construction. 17. Are yet, licensed as a Golf Course Contractor, and Excavator, or any other title? / If yes, in what city, county and state ? / /, /y — 4 77-44;;-. i Note: The CONTRACTOR must be /become licensed or have the ability to obtain a building permit within Boulder County and in the City for which this work is to be performed. 18. Do you anticipate subcontracting work under this contract? If yes, what percentage of total contract? ,..r and to whom? (complete attached sheet C -7) 19. Are any lawsuits pending against you or your firm at this time? If yes, DETAIL 24. 1? What class, license and numbers? What company? ,�(t � o C -5 20. What are the limits of your public liability? DETAIL 21. What are your company's bonding limitations 4, {j 22. List the three 18 -hole regulation golf courses you have completed in the last 8 years. Name of Course: Name of Course: Name of Course: Year_ 9 .P Year Yea r 23. Indicate which of t utj,lized computerized control system. Name of Course: ��p� Type of computerized control syste Indicate the name of the irrigation contractor (subcontractor) you intend to use on this project and the name of the golf course wher• they in talled a computerized control system. Name of Contractor: (Sub- Contractor) Name of Course: Type of Control System: 22. The undersigned hereby _authorizes and requests any person, firm or cor- poration to furnish any information requested by the Owner in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at e, / this / day of„ I ¢ uiZ ) 19 42. State of County of L� I L.' that he is 7 /A }---1 of �GC_-�r/ do .�i Name of Organ zationl and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this _ day of LINDA M. BEAVER MY COMMISSION EXPIRES June 26, 1993 My commission expires PBD -7 being duly sworn deposes and says No ry)Public ISSIIE DATE (MM/DDrcY) sTIF�cAT ?E 9/13/89 . ... DJ c A - OF [ _ 1l ICER Bi11. Pitts Insurance Agency PO -Box -- 2291 Austin, Texas 78768 - - CODE - SUB-COOE ISe IS ISSUED ASA OF INFORmanoN ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE • COMPANY A LETTER' American Lloyds COMPANY _ LETTER g Pacific Ba1oyers Ins. Co. INSURED J.C. Evans Construction Co., Inc. PO Box 9647 Austin, Texas 78766 - LETTERNY L. Cigna Ins. Co. of Texas LETTER D COMPANY E LETTER COVERAGES _ _ _ _ _ _ __ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS DATE (MM /OD /YY) DATE (MM /DD /YY) , GENERAL LIABILITY , GENERAL AGGREGATE , S 1, 000 r X COMMERCIAL GENERAL LIABILITY PRODUCTSCOMP /OPS AGGREGATE: $ 1,000, CLAIMS MADE OCCUR. R D20274062 10/1/88 10/1/89 PERSONAL BADVERTISING INJURY .S 1 000 OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE 5 1, 000, FIRE DAMAGE (Any one lire) . E i MEDICAL EXPENSE (Any one Person) 1 5 5, AUTOMOBILE UABILTTY B _ ANY AUTO ALL OWNED AUTOS - SCHEDULED ,CAL971669 x - HIRED AUTOS x . NON-OWNED AUTOS GARAGE LIABIL TY '— - - COMBINED SINGLE I5 1 LIMB 1,000, i BODILY 10/1/88 10/1/89 Per is ' BODILY INJURY - $ i (Per accident) : PROPERTY I DAMAGE IS I EXCESS LIABILITY ` EACH AGGREGATE G12660033 - 10/1/88 - 10/1/89 I OCCURRENCE . — C'_ OTHER THAN UMBRELLA FORM 5 S 5,000, 10,000, _Y1 WORKER'S COMPENSATION - AND C C31885176 EMPLOYERS' LIABILITY STATUTORY - - E__ 5001._ .,..._ (EACH ACCIDENT) 10/1/88 ,10/1/89 5 • 599 (DI — POLICY LIMIT) 's ! 5 J (DISEASE —EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/ VEHICLES /RESTRICTIONS /SPECIAL ITEMS LIMITS OF LIABTT,TTY ARE STATED AS OF INCPETION DATE OF POLICY. PAID LASSES MAY HAVE REDUCED AVAILABLE AGGREGATE LIMITS. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL _10_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. City of Round Rock 214 E. Main Round Rock, Texas 78664 AT:ORF1 7N -C /Z /RR$ -� AUTHORIZED REPRESENTATIVE I Bill Pitts Insurance Agency *tqA � , 1 ,_�f iF1A. r/lf rrlPPr1P AT r,pi .doo de My commission expires: LINDA M. BEAVER MY COMMISSION EXPIRES June 26, 1993 NONCOLLUSION AFFIDAVIT OF PRIME BIDDER State of SS. Count t Signed Title Subscribed and sworn to before me this 19erf. Notarj Public O 6 /a /93 PB D- 8 , being first duly sworn, of 9e , the Bidder that has submitted the attached Bid; (2) He is fully informed respecting the preparation and content of the attached Bid and of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any may colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been sub- mitted or to refrain from bidding In connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or com- munication or conference In the attached Bid or any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Owner or any other person interested in the proposed contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. 1 1 1 1 1 1 1 1 1 1 1 1 1 10 4ONCOI.LUSION AFFIDAVIT OF PRIIAE BIDDER State of ss. Count of has submitted the attached Bid; (2) He Is fully informed respecting the preparation and content of the attached Bid and of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid had been sub- mitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or com- overhead, conference in the any or Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Owner or any other person interested in the proposed contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, Connivance or unlawful agreement an the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signed Title Subscribed and sworn to before me this 19 J/. My commission expires: Y q ,� LINDA M. BEAVER MY- COMMIuSIDH PXPiRES June 26, 1993 PB D- 8 Notary Public © Al /93 , being first duly sworn, 9 the Bidder that 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE , as PRINCIPAL and , as SURETY, are held and firmly bound unto the , hereinafter refer- red to as the "OWNER ", in the penal sum of five percent (5%) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of THE CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction of the work under the "SPECIFICATIONS FOR CONSTRUCTION OF 18 -Hole Round Rock Municipal Golf Course for which bids are to be opened at the office of the OWNER at 2:00 PM, Local time, on Sept. 14 1989 NOW, THEREFORE, if the PRINCIPAL is awarded the Contract, and within the time and manner required under the heading "In- structions to Bidders ", after the prescribed forms are pre- sented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the two bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obliga- tion shall be null and void, otherwise, it shall be and re- main in full force and effect. BB -1 In the event: suit is brought upon this bond by the OWNER and judgment is recovered, Said SURETY shall pay all costs incurred by - the OWNER in such suit, including a. reasonable ' attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, we.haye hereunto set our hands and seals this day of , 19 89, Principal Surety By: By: (Seal) (Seal) BB -2 1 1 1 1 1 1 1 1 1 1 CONTRACTOR'S OF SUBCONTRACTORS /SUPPLIERS INTENDED FOR PROJECT: Round Rack Municipal Golf Course NAME AND ADDRESS OF NAME OF OWNER YP *F R SUBCONTRACTOR /SUPPLIER COMPANY_OFFICIAL (WORK DESCRIPTION) Clearing & Grubbing 1 aAA.d 1(07(4,46 fr/ v. Printed name and T tle of Authorized Signature LSS - 1 Strip, stockpile, respread, finish grade to seedbed condition Excavation and placing; rough grading 6444-0--t-' reens traps and ee co 6 Water control/ culverts Design & implemen. tation of trench safety Sodding, seeding, sprigging Asphalt cart paths Blasting Irrigation system & pump stations Spillways Golf cart/equipment underpass crossings BY SUB ds2 Revised 9/11/89 OL (APPROX.) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TO THE CITY OF ROUND ROCK, TEXAS (HEREINAFTER CALLED "OWNER"): 1.. The undersigned (hereinafter called "Bidder ") in compliance with the Notice to Contractor for the construction of the ROUND ROCK MUNICIPAL GOLF COURSE. having Carefully examined the Contract Documents and the site of the proposed Work, and being familiar with all of the conditions 'surrounding the construction of the proposed Protect including the availability of materials and tabor, hereby proposes to furnish all labor. materials, and supplies, and to construct the Protect In accordance with the Contract Documents. within the time set forth within, and at the unit prices stated below. This price is to cover all expenses incurred In performing the Work required under the Contract Documents of which this Bid Schedule is a part. 2. All amounts shown on Bid Proposal page BS -5 shall be shown in both words and figures. In case of discrepancies. the amount shown in words will govern. 3. The Bidder agrees that the breakdown of the unit prices shown below can be used to compute dollar values for all changes (by change order only) of not more than TWENTY -FIVE PERCENT (25 %), plus or minus, of the total contract price. Should this occur. no allowances will be made for profit and /or overhead for the work deleted. 3. Breakdown of Unit Price Bid: ITEM NO. & DESCRIPTION ELEMENT A - SITE PREPARATION 1. Clearing & grubbing large trees 2. Clearing & grubbing of smaller trees and shrubs 3. Removal of wire fence 43 AC 5,230 LF SUBTOTAL SITE PREPARATION �.,, • pi. ELEMENT B - EARTHWORK 1. Strip, stockpile a respread 6" depth topsoil; finish grade to seedbed condition 2. Prepare'Irrigated undisturbed areas to seedbed condition 3. Excavation & placing to subgrade 4. Place one (1) foot layer of select on -site clay material, adjust to near optimum moisture content & compact to 95% standard proctor 5. Haul & place topsoil from offsite source (approx. 7 mile haul) ESTIMATED QUANTITY & UNIT UNIT COST AMOUNT 65 -1 33 AC 76.5 AC 29.5 AC 113,225 CY 6.425 CY 5,000 CY $ Pao, Goo $ 490 $. lap, $ /a 9'OO $ 2 $ AG/6- 'a J .$ 1 7 1 /1/5 ' $ 6 ' $ /9/750 $ a & $ 99095 s / s /s b °o $ 3 a $ /6ASD Revised 9/11/89 Furnish & place 4" drain tile, gravel, & all fittings includ- 1114 CMP end‘ when brought to ' daylight for subdrainage b. Furnish & place "Imperial HVC" (hinged valve cap), & 12" length of 4" PVC, around greens & traps (See detail 2, Construction n.4.11 sh.wL col) c, Furnish & place gravel subbase for putting greens to a minimum depth of four (4) inches (incl- udes 10% shrinkage) . d. Furnish & place gravel in trench with perforated drain tile (greens & traps; includes 10% shrinkage) e. Furnish, mix, & place sand & organic matter for greenmix to a minimum twelve (12) inch com- pacted measure (includes 25% shrinkage) 7. Furnish & place eight (8) Inch • layer of washed sand in all traps (includes 25% for shrinkage and concave shape) ITii1 N11. & OF'SCR1PTInN Putting Green Construction (19 greens - total 120,100 SF) a. SUBTOTAL EARTHWORK ELEMENT C - WATER CONTROL /CULVERTS 1. Furnish & place 18" RCP across #7 fairway (2 locations) 2. Furnish & place 18" RCP across 818 fairway 3. Furnish & place 18" RCP at 4 locations (24' length of pipe at each location) 4. Furnish & place concrete head- walls for 18" RCP (approx. 1.0 CY concrete & 129 lbs. of reinforcing steel) 8S -2 13,172 LF $ , ,C'� $ zag, L4 1 O CA 1.615 CY 129 CY 2,329 CY 355 LF 175 LF 96 LF 12 CY UN1 I CPS! MOUNT $ $ A/93 9' $ $ 6Y41 -d5 $ S; 35 $ D 5,560 CY $ at . t 3 $ 1#04 42 $ cLS $ c0L4L1 $ 7,3873./ 4l $ /x,30 $ /5 $ /7 30 $3D -?2,0 $ /2.30 $ 36 erD $ 3 ,190 $i4m,0 Revised 9/11/89 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Esrt MO. & DESCRIPTION 'QUANTlT Furnish & place Type VL riprap Over filter fabric at 9" thick SUBTOTAL WATER CONTROL /CULVERTS ELEMENT D - SODDING, SEEDING. SPRIGGING 1. Furnish & place Ti ffway 419 bermuda on all irrigated fairways and tees 2. Furnish & place Tiffgreen 328 bermuda on all greens 3. Furnish & place Tlffway 419 bermuda sod Around greens, traps & selected steep slope arras (quantity based u. 18" width sod) 4. Furnish & apply fertilizer on all greens, tees & fairways SUBTOTAL SODDING, SEEDING, SPRIGGING ELEMENT E - CART PATHS 1. Furnish & place 6' wide asphalt paths (2" asphalt over 4" base material - paths to be flush with surrounding - finish grade) SUBTOTAL CART PATHS ELEMENT F - TRENCH SAFETY 1. Design & implementation of trench safety SUBTOTAL TRENCH SAFETY ELEMENT G - BLASTING 1. Rock excavation by blasting. removal and on -site placement SUBTOTAL BLASTING TOTAL OF ELEMENTS A THROUGH G 96 AC 120,100 SF 25,000 SF 98 :5 AC 15,820 LF LUMP SUM 24,000 TON 24 TON $14.c.fl $ 3a 5 Cb $ 1 $ 7q5 s` $ 71-5hg dD s 41 $ 1oI09, Do s 4. /j s q?. 4.dd $ ‘4 ,0 6 s ,57h00 $ 93�a $75'9'4 $ 73i3 6 $ 29,c`' $ �9S s_ / �,5' s3 - ac� B = saga BS -3 Revised 9/11/89 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID SCHEDULE IRRIGATION WORK BASE LUMP SUM Total base lump sum using RAINBIRD as specified $ (Using figures) 49430/-4 (Base Bid to Flude 80 1 Q.C.V. pl include box) (Using Script /u+�d dollars. Total base lump sum using TORO as described below $ L � figures) (Base Bid to include 80 - 1" Q.C.V. in pla /e� including box) (Using Script) //f dollars. The total lump sum shall be for all of the work described by the documents. It is understood that the Owner shall add or deduct monies from this base price for any heads added or deducted from the quantity as shown on the plans, to those actually installed. MEASURED SUM UNIT PRICE The following unit prices shall be used for these additions or deductions. These unit prices include, but not limited to; sprinkler head, lateral piping, fittings, swing joint, wiring and labor required to install one sprinkler unit in working order. It is understood these unit prices do not include additional main line piping or field controllers. . RAINBIRD #51 DR in place $each RAINBIRD #51 DR in place $ X95 each D O RAINBIRD #47 DR in place $ -- each If the Contractor would like to submit Toro equipment in place of Rainbird the fc' lowing would be considered equal. TORO 674 -06 634 -06 655 -06 for for for PROJECT: ROUND ROCK MUNICIPAL G.C. .Round Ro k, Texas RAINBIRD 51 DR 1 -1/2" RISER 51 DR 1" RISER 47 DR 1" RISER NETWORK 8000 for MAXI 4 : items required other than standard, on Toro will be same as specified for Maxi requirement. 132 -76-08 for SBM 12 stations pedestal - both brands to have stainless steel cases. A tntil of (20) twenty 132 -76 -08 field satellites are required for the Toro bid. For costing of this bid use same power and pulse wire requirements. BS /I -4 1 -- Page 2 - 8id Schedule Round Roek . If Toro is selected: The following unit prices shall be used for these additions or deductions. These unit prices include, but not limited to; sprinkler head, lateral piping, fittings, swing joint, wiring and labor required to install one sprinkler unit in working order. It is understood these unit prices do not include additional main line piping or field controllers. TORO 674 -06 in place $ / 11 / 1; each TORO 634-06 in place $ ,4 each TORO 655 -06 in place $ /VA each The following, unit will be for a 1" Q.C.V. in place. This unit will include valve, fittings, and box per detail sheet. A total of 80 will be required and included in the Base Bid but not shown on plans. Quick Coupling Valve /Box in place BS /I -5 UNIT PRICE a $ Jr2 each The following unit will be for a 2" angle control valve in place. This unit will include valve fittings with saddle, and box per deta l sheet. 2" Angle Control Valve in place $ � �7 "-each A BID SCHEDULE SUMMARY.,- This page is,to be filled out (ay the General Contractors: All amounts shall be shown in- -both words - and figures:: In case of discrepancies, the amount shown in words will govern. A. ELEMENT A - SITE PREPARATION (Using Script) B. FI FMFNT R . EA (Using Script) it .. , , , > C. ELEMENT C - WATE CONTROL /CULVERTS (Using Script D. ELEMENT D - SODDING, (Using Script E. ELEMENT PAT S (Using Script) F. ELEMENT F - (Using Script) G. ELEMENT G - BLASTING (Using Script H. IRRIGATION - (Using Script I. IRRIGATION O 0 u mit bid on one or (Using Script) (Using Script J. CONCRETE SPILLWAYS (3) K. LOW -WATER CROSSINGS (1]) L. ROAD CROSSINGS (UNDERPASS) (2) th� other) BASE BID - TOTAL OF ALL ITEMS BS -5 $ / • SEEDING, SP• GGI'G • - $ ° 3&,2 °O -,d $ 7.593 SAFETY . — ,/ ` 400-e-2 J , • / 295 $ asap °° D (Su b d on one or the other) $ 6 74X0 °= J $ Revised 9 /11/89 ALLOWANCE $ 27,000 ALLOWANCE $]52,500 ALLOWANCE $ 55,000 174.2 * CR 0. o 0. o 800• x 33. = 2.6,400. * 43. x 300• = 12,900. * 0.5 x 5,230- = 2,615• * 25,400• + 12,900• + 2,615- + 2,615• • 1,307-5 * 26,400• + 12,900. + 2,615. + 83,830• * 26,400• + 12,900• + 2,615. + 41,915- * 76.5 x 2,615• = 200,047.5 * 29.5 x s00• = 14,750- * 2.2 x 113,22.5• = 2;49,095• * 6,425. x 1.6 = 10,280• * 3.25 x 5,000. = 1 6, 250 • * 13,172- x 2.13 = 28,056.36 * 21.3 x 103- = 2,193.9 * 17•75 x 1,615• = 28,655•25 * 5.35 x 12.9. = 690.15 * 26.63 x 5,560• = 148,062.8 * 17-45 x 2,329. = 40,641.05 * 200,047•5 + 14,750- + 249,095• + 10,280• + 15,250• + �a.nsF.�a + L, 1`13• `9 T 28,566.25 + 690•15 + 148,002•8 + 40,641•05 + 730,733•01 * 355• x 17•3 = 6,141•5 * 17.3 x 175• = 3,027.5 * 17.3 x 96. = 1,660.8 * 300• x 12• _ 3,600. * 13.5 x 24• _ 324• * 6,141•5 + 3,027•5 + 1,660•8 + 3,600- + 32.4• + 14,753•8 * 7,445.5 x 96• = 714,760• * 0.09 x 120,100• = 10,809• * 0.19 x ` 25,000. = 4,750• * 66• x 98.5 = 6,501• * 71,560• + 10,009• "- 4,750• + 6,501• + 93,620• * 4•8 x 15,920• = 75,936• * 1.05 x 24,000. _ 25,200- * 41,915• + 738,733.01 + 14,753•8 + 93,629• + 75,930• + 895• + 25,200• + 991,060.81 * 991,060•81 + 670,000• + 27,000- + 1.52, 500 • + 55,000• + 1,895,560.91 * UNITED STATES EIIDEL AIRANTY COMPANY KNOW ALL MEN BY THESE PRESENTS: as Obligee, in the full and just sum of 5% of bid BID BOND THAT J.C. EI... C471StX1 ..1CtiQ.Td ...f1.....r....�X7.c Austin, Texas of y) BOND NUMBER , as Principal , and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto City of Round Rock Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS. the said Principal is herewith submitting As proposal 18 — Hole Round Rock Municipal Golf Course THE CONDITION OF THIS OBLIGATION is such that it the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered ...s711OO....i5.,.....�.9.8.� (Date) Co Itracc 11 (Revised) (1 -50) J.C. Evans Construction Co., Inc. ( SEALI UNITED STATES FIDELITY AND GUARANTY COMPANY (SEAL) Rose Marie Boriskie Attorney - in - fact Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and. appoint (SEAL) STATE OF MARYLAND, BALTIMORE CITY, 1 } es: (SEAL) STATE OF MARYLAND BALTIMORE CITY, Is 3 (644) 1 CERTIPIED COPY GENERAL POWER OF ATTORNEY No 89992 Set. Rose Marie Boriskie of the City of Austin , State of its true and lawful attorney in and for the State_ -- of - _ Texas -- -- _ Texas for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things net forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us. its Board of Directors, hereby ratifies and confirms all and whatsoever the said Rose Marie Boriskie may lawfully do in the premises by virtue of these preeenta. fa Wiensra Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has canned this instrument to be sealed with its corporate - seal, duly attested by the signatures of its Vice - President and Assistant Secretary, this 11th day of October , A. D. 19 79 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) By James D. Rector (Signed) W. B. M. Hingeley Vice - President. Assistant Secretary. On this llth day of October , A. D. 19 79 before me personally came James D. Rector , Vice - President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W. B. M. Hingeley , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said - J am e s D. Rector and W . B. M. Hingeley were respectively the Vice. President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vi e.President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19. L5 2... (Signed) Margaret M. Hurst Notary Public. 1, William Allen , Clerk of the Superior Court of Baltimore City, which Court in a Court of Record, and has a real, do hereby certify that Margaret M. Hurst , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed hie name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Conn of Baltimore City, the same being a Court of Record, this llth day of October , A. D. 19 79 (SEAL) (Signed) William Allen Clerk o/ the Superior Court of Baltimore City. COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice - Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys•in -fact, or agent o r agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsover, conditioned for the doing or not doing of anything or any conditions which may he provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. f, James M. Carroll , an Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Rose Marie Boriskie of Austin, Texas , authorizing and empowering her to sign bonds as therein set forth, which power of attorney has never been revoked and_is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the Ilth day of July, 1410, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on' ".���_ 7 (Date) Assistant Secretary. 1 1 1 1 1 ALTERNATES_ Bidders are required to submit a bid for all Alternate Items below along with the Base Bid Items. 1. Alternate Add - Furnish & place 6' wide asphalt paths (2" asphalt over 4" base material) (paths to be flush with sur- rounding finish grade) 11,340 LF 2. Alternate Add or Deduct - Concrete Paths Furnish & place 6' wide, 4" thick, 3,000 PSI, Cl. 'A' concrete for cart paths, in- cluding reinforcing steel (15,820 LF) Total amount to be added or (deducted) for Alternate 3. Alternate Add - Phase 2 Concrete Paths Furnish & place 6' wide, 4" thick 3,000 PSI, Cl. 'A' concrete for Phase 2 cart paths, including reinforcing steel (in conjunction with Alternate 2 only) 11,340 LF BS -7 /� v $ / $5o1/45 2 X. /2D $ 937 Dg- $ /D 3s $ //734? °© NOTICE OF AWARD Construction of the 18 -hole PROJECT: Round Rock Municipal Golf Course Dear Mr. The Owner has considered the Bid submitted by you for the above described work in response to its Advertisement for Bids You are hereby notified that your Bid has been accepted for items in the amount of You are required by the Instructions to Bidders to execute the Agreement and furnish the required Contractor's Performance Bond, Payment Bond and Certificate of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and Certificate of Insurance within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your Bid as abandoned and as a forteiture of your Bid Bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 1989. The City of Round Rock By: ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the day of 1989. NA -1 Pnhlir Works Department CONTRACTOR By: Title: PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS, THAT of the City of County of , and State of as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of 1989 to which oontract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PB -1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be • determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 1989. Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: PB- 2 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PAYMENT BOND THE STATE OF TEXAS COUNTY OF j KNOW ALL MEN BY THESE PRESENTS, THAT , of the City of County of , and State of as principal, and NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of 1989 , to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. PB -3 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it Were 'copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings 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. IN WITNESS WHEREOF, the said Principal and Surety have signed • and sealed this instrument this day of 1989. Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: PB -9 MAINTENANCE BOND THE.- _STATE OF TEXAS -- COUNTY OF KNOW ALL MEN BY THESE PRESENTS, THAT WE , as PRINCIPAL and , a Corporation organized under the laws of the State of , as SURETY, are held and firmly bound unto , as OBLIGEE, in the penal sum of Dollars ($ ), to which payment will and truly to be made we do bind our- selves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has constructed WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a bond conditioned to guarantee for the period of one year after approval by against all defects in workmanship and materials which may become apparent during said period; MB -1 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT,' if the PRINCIPAL shall - indemnify the OBLIGEE for all loss that the.OBLIGEE may sustain by reason of any defective materials Or 'workmanship which become apparent during the period of one year from and after date of acceptance by the OWNER, then this obligation shall be void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed and sealed this instrument this day of 19 Principal By: Title Address Address The name and address of the Resident Agent of Surety is: MB -2 Surety By: Title DATE: TO: PROJECT: Dear NOTICE TO PROCEED Construction of the 18 -hole Round Rock Municipal Golf Course You are hereby notified to commence work in accordance with the Agreement dated , on or bef and you are to complete the work within consecutive calendar days thereafter. The date of completion of all work is therefore NTP -1 The City of Round Rock By: ACCEPTANCE OF NOTICE By Title Pi,hlin Works Department Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of , 1989. CONTRACTOR CONTRACT CHANGE ORDER State Order Number County Date Contract For: Owner: To: Contractor You are hereby requested to comply with the following changes from the contract plans and specifications: Description of Changes DECREASE INCREASE Supplemental Plans & Specs Attached Contract Price Contract Price TOTALS $ 5 NET CHANGE IN CONTRACT PRICE $ f JUSTIFICATION: f f The amount of the Contract will be (decreased) (increased) by the sum of S dollars, (5 ). The Contract Total including this and previous change orders will be: dollars, ($ ). The Contract Period provided for completion will be (increased) (decreased) (unchanged) days. CO -1 1 1 Contract Change Order # Continued, page 2 This document wi 1 1 become a supplement to the contract and all provisions will apply hereto: Requested: OWNER 1 By Title Date 1 Recommended: OWNER'S ARCHITECT /ENGINEER 1 By Title Date 1 Accepted: CONTRACTOR 1 By Title Date 1 1 1 1 1 1 CO -2 1 INDEX - GENERAL CONDITIONS OF THE CONTRACT SECTION PAGE .01 DEFINITIONS GC1 .02 JURISDICTION GC1 .03 ESSENCE OF CONTRACT GC1 .04 NOTICE TO CONTRACTOR. . . . . . . . . . . . GC2 .05 ACCEPTANCE OR REJECTION OF PROPOSALS GC2 .06 WITHDRAWAL OF BIDS GC2 .07 QUALIFICATIONS OF BIDDERS GC2 .08 ADDENDA - CHANGES IN THE WORK GC2 .09 INTERPRETATIONS AND INSTRUCTION GC3 .10 EXECUTION OF CONTRACT GC3 .11 SEPARATE CONTRACTS GC3 .12 GUARANTY BONDS GC3 .13 CONTRACTOR'S WORK SCHEDULE GC4 .14 CONTRACTOR'S OBLIGATIONS GC4 .15 ASSIGNMENTS GC4 .16 SUBCONTRACTS GC4 .17 RELATIONS OF CONTRACTOR AND SUB - CONTRACTOR GC5 .18 GOLF COURSE ARCHITECT'S STATUS GC6 .19 GOLF COURSE ARCHITECT'S DECISIONS GC7 .20 ARBITRATION GC7 .21 DAMAGES GC8 .22 CASH ALLOWANCES GC8 .23 MUTUAL RESPONSIBILITY OF CONTRACTORS GC8 .24 CONTRACTOR'S LIABILITY INSURANCE GC8 .25 CONTINGENT LIABILITY INSURANCE GC8 .26 CONTRACTOR'S INSURANCE GC9 .27 DETAIL DRAWINGS AND INSTRUCTIONS GC10 .28 CONTRACT DRAWINGS AND SPECIFICATIONS GC10 .29 SHOP DRAWINGS GC10 .30 DRAWINGS AND SPECIFICATIONS ON THE WORK GC11 .31 OWNERSHIP OF DRAWINGS GC11 .32 SAMPLES GC11 .33 MATERIALS, APPLIANCES, EMPLOYEES GC11 .34 ROYALTIES AND PATENTS GC12 .35 SURVEYS, PERMITS, LAWS, TAXES, AND REGULATIONS GC12 .36 PROTECTION OF WORK AND PROPERTY GC12 .37 ACCESS TO WORK GC13 .38 SUPERINTENDENCE: SUPERVISION GC13 .39 CHANGES IN THE WORK GC13 .40 CLAIMS FOR EXTRA COST GC14 .41 DELAYS AND EXTENSION OF TIME GC14 .42 CORRECTION OF WORK BEFORE FINAL PAYMENT GC14 .43 CORRECTION OF WORK AFTER FINAL PAYMENT GC15 .44 DEDUCTIONS FOR UNCORRECTED WORK GC15 .45 THE OWNER'S RIGHT TO DO WORK GC15 .46 OWNER'S RIGHT TO TERMINATE CONTRACT GC15 .47 THE CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT GC16 .48 APPLICATIONS FOR PAYMENT GC16 .49 CERTIFICATES FOR PAYMENT GC16 .50 PAYMENTS WITHHELD GC17 GC -1 INDEX - GENERAL CONDITIONS OF THE CONTRACT (Continued) SECTION PAGE .51 LIENS GC17 .52 USE OF THE SITE GC18 .53 CUTTING, PATCHING GC18 .54 CLEANING UP GC18 .55 DETERMINATION AND EXTENSION OF CONTRACT TIME GC18 .56 DETERMINATION OF CONTRACT TIME GC18 .57 EXTENSION OF CONTRACT TIME GC20 .58 FAILURE TO COMPLETE THE WORK ON TIME /LIQUIDATED DAMAGES GC21 .59 TESTING GC22 .60 INSPECTION OF WORK GC22 .61 NOTICE OF READINESS GC23 .62 CERTIFICATES GC23 .63 GUARANTEES GC23 .64 OPERATING INSTRUCTIONS GC24 GC -2 GENERAL CONDIT- IONS OF THE CONTRACT .01 DEFINITIONS a. The Contract Documents consist of the Notice to Contractors, Instructions to Bidders, The Proposal and Bidding Sheets, Performance /payment /Maintenance Bonds, Notice of Award, Notice to Proceed, Change Order, General Conditions, Special Condi- tions, Addenda, Specifications and Plans, including all modifications thereof in- corporated in the documents before their execution. These form the Contract. b. The "OWNER ", the "CONTRACTOR ", and the "GOLF COURSE ARCHITECT" (GCA), are those mentioned as such in the Instructions to Bidders. They are treated through- out the Contract Documents as if each were of the singular number and masculine gender. c. The term "SUB- CONTRACTOR ", as employed herein, includes only those having a, direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. d. The term "SUPERINTENDENT" shall mean the authorized representative of the OWNER on the job, for the purpose of inspection of materials and supervision /in- spection of workmanship and equipment constructed or installed. "OWNER'S REPRESEN- TATIVE" shall be an interchangeable term with "SUPERINTENDENT " shall be inter- preted as the same. e. The term "work" of the CONTRACTOR or SUB - CONTRACTOR includes labor, mater- ials or both. f. A "WORKING DAY" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the CONTRACTOR will permit construction operations to proceed for at least six (6) hours of the day with the normal working force engaged in per- forming the controlling item or items of work which would be in progress at that time. g• "CALEfiD'_P. DAY" is any day of the week or month, no days being excepted. h. Standard Specifications, such as A.S.T.M., A.A.S.H.O., W.W.P., used in these Specifications which are incorporated or referred to by number designation shall mean the latest revised edition. .02 JURISDICTION a. The law of the place of building shall govern the construction of this Contract. .03 ESSENCE OF CONTRACT a. All time limits stated in the Contract Documents are the essence of the Contract. GC -3 .04 NOTICE TO CONTRACTOR a. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the cor- poration for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. .05 ACCEPTANCE OR REJECTION OF PROPOSALS a. The OWNER reserves the right to accept or reject any or all bids, and to waive irregularities and informalities in order to serve the best interests of the project. .06 WITHDRAWAL OF BIDS Proposals may be withdrawn prior to the time set for opening proposals. Proposals may not be withdrawn after the time established for such submittals has been reached. .07 QUALIFICATIONS OF BIDDERS (Reference Qualification Forms PBD -4 through PBD -7) a. Bidders shall be prepared to satisfy the OWNER as to their integrity, exper- ience, adequacy of equipment and personnel, and financial ability to perform the work specified. b. The OWNER may conduct such investigations as it deems necessary to deter- mine the ability of the CONTRACTOR or SUB - CONTRACTORS to perform the work, and the bidder shall furnish to the OWNER all such information and data for this pur- pose as the OWNER may request. The OWNER reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the OWNER that such bidder is properly qualified to carry out his obligations of the Contract and to complete the work contemplated therein. c. If the total amount of the work to be subcontracted amounts to forty per- cent (40%) or more of the total bid price, the CONTRACTOR shall be prepared to provide all of the above information for each of the SUB - CONTRACTORS employed by the CONTRACTOR. .08 ADDENDA - CHANGES IN THE WORK a. Changes in the work, corrections of errors, omissions or discrepancies in the Plans, Specifications, or other Contract Documents, or additional information necessary for the preparation of bids developed during the bidding period will be issued by the GOLF COURSE ARCHITECT as written addendum to all Bidders. b, The CONTRACTOR will not be allowed to take advantage of errors or omissions in plans and specifications. The GOLF COURSE ARCHITECT will provide full instruc- tions when errors or omissions are discovered. c. Questions received less than forty -eight (48) hours before the bid opening cannot be answered due to the lack of time remaining to issue addenda to all other bidders. GC -4 .09 INTERPRETATIONS AND INSTRUCTION a. 1f person contemplating submitting a bid for any element of this work is'in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the GOLF COURSE ARCHITECT a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. b. Any interpretation of the proposed documents will be made only by addendum duly issued or delivered to each person receiving a set of such documents. The OWNER will not be responsible for any other explanations or interpretations of the proposed documents. .10 EXECUTION OF CONTRACT a. The successful bidder shall properly execute the form of contract within teri (10) days of receipt of notice of such award. Failure to execute the contract or to provide necessary bond will be considered cause for annulment of the award and forfeiture of bid guarantee as liquidated damages sustained by the OWNER as a result. b. The Contract Documents are Complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor, materials, equipment, and transportation necessary for proper execution of the work. Materials or work described in words which so applied have a well -known technical or trade meaning shall be held to refer to such recog- nized standards. .11 SEPARATE CONTRACTS a. The OWNER reserves the right to let other contracts in connection with this work under similar General Conditions. The CONTRACTOR shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the CONTRACTOR'S work depends for proper execution or re- sults upon the work of any other CONTRACTOR, the CONTRACTOR shall inspect and prompt- ly report to the GOLF COURSE ARCHITECT any defects in such work that render it un- suitable for such proper execution and results. His failure to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other con- tractor's work after the execution of his work. To insure proper execution of his subsequent work, the CONTRACTOR shall measure work already in place and shall at once report to the GOLF COURSE ARCHITECT any discrepancy between the executed work and the drawings. .12 GUARANTY BONDS a. The CONTRACTOR shall furnish guaranty bonds, as required in the Special Con- ditions, in such form as the OWNER may prescribe and with such sureties as he may approve. The premium shall be paid by the CONTRACTOR. GC -5 .13 CONTRACTOR'S WORK SCHEDULE a. The CONTRACTOR shall furnish the OWNER, the SUPERINTENDENT and the GOLF COURSE ARCHITECT with the proposed working schedule by major operation and work- ing period. Once work has begun on an item in the schedule, the CONTRACTOR shall diligently prosecute the work whenever conditions permit. If a period of five (5) working days passes without substantial prosecution of the work, the OWNER may terminate the Contract and proceed to complete the remaining work in the most expeditious manner possible. The cost of the work, together with all additional costs for staking, observation and administration services by OWNER, the SUPERINTENDENT and the GOLF COURSE ARCHITECT shall be deducted from payments due the CONTRACTOR. b. No work shall be performed on Sundays or legal holidays without written permission from the OWNER. c. Where the site of the work is within seven hundred -fifty feet of any dwelling, no work shall be performed from 7 p.m. to 7 a.m. without the written consent of the OWNER. .14 CONTRACTOR'S OBLIGATIONS a. The CONTRACTOR, by executing the Contract, represents that he has visited the site, studied the local conditions, familiarized himself with all of the re- quirements of the Contract Documents, specifications and drawings. b. If the CONTRACTOR, after carrying out all of the above studies and famil- iar.izations, finds any error, omission or inconsistency, he shall at once report them to the GOLF COURSE ARCHITECT, in writing. The CONTRACTOR shall perform no work until such errors, omissions, etc., are corrected. The CONTRACTOR shall perform no work without drawings, specifications or interpretations. c. The CONTRACTOR shall supervise and direct the work using his best skill and attention. All construction methods, techniques and procedures shall be the sole responsibility of the CONTRACTOR. He will be responsible for proper sequence and coordination of all phases of this work under the Contract. d. The CONTRACTOR shall be responsible to the OWNER for the acts and omissions of all his employees, sub- contractors or any others who work under contract to the CONTRACTOR. .15 ASSIGNMENTS a. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other, nor shall the CONTRACTOR assign any moneys due or to become due to him hereunder, without the previous written consent of the OWNER. .16 SUBCONTRACTS a. As soon as practicable and before awarding any sub - contracts, the CONTRACTOR shall notify the GOLF COURSE ARCHITECT in writing of the names of the sub- contractors GC -6 proposed for the principal parts of the work, and - for such other parts for which there may be reasonable objection. If before or after the execution of the Con- tract, the CONTRACTOR has submitted a list of sub- contractors which has been approved by the GOLF COURSE ARCHITECT and the change of any sub - contractors on such list is required by the OWNER after such approval, the contract price shall be increased or decreased by the difference in cost occasioned by such change. The CONTRACTOR shall not be required to employ any sub - contractor against whom he has a reasonable objection. The GOLF COURSE ARCHITECT shall, on request, furnish to any sub - contractor, wherever practicable, evidence of the amount cer- tified on his account. The CONTRACTOR agrees that he is as fully responsible to the OWNER for the acts and omissions of his sub - contractors and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. Nothing contained in the Contract Documents shall create any contractual relation between any sub - contractor and the OWNER. .17 RELATIONS OF CONTRACTOR AND SUB - CONTRACTOR a. The CONTRACTOR agrees to bind every SUB - CONTRACTOR and every SUB-CONTRAC- TOR agrees to be bound by the terms of the Contract, the General Conditions, the Special Conditions; the Drawings and Specifications as far as applicable to his work, including the following provisions of this article, unless specifically noted to the contrary in the sub - contract approved in writing as adequate by the OWNER or GOLF COURSE ARCHITECT. b. The SUB- CONTRACTOR Agrees: 1. To be bound to the CONTRACTOR by the terms of the Contract; General Conditions; Special Conditions; the Drawings and Specifications. and to assume toward him all the obligations and responsibilities that he, by those documents. assumes toward the OWNER. 2. To submit to the CONTRACTOR applications for payment in such rea- sonable time as to enable the CONTRACTOR to apply for payment un- der Section 48 of the General Conditions. 3. To make all claims for extras, for extensions of time and for damages for delays or otherwise, to the CONTRACTOR in the manner provided in the General Conditions for the like claims by the CONTRACTOR upon the OWNER, except that the time for making claims for extra cost is one week. c. The CONTRACTOR Agrees: 1. To be bound to the SUB - CONTRACTOR by all the obligations that the OWNER assumes to the CONTRACTOR under the Contract, General Condi- tions. the Drawings and Specifications, and by all the provisions thereof affording remedies and redress to the CONTRACTOR from the OWNER. 2. To pay the SUB- CONTRACTOR, upon the payment of certificates, if issued under the schedule of values described in Section 48 of the GC -7 General Conditions, the amount allowed to the CONTRACTOR on account of the SUB- CONTRACTOR'S work to the extent of the SUB- CONTRACTOR'S interest therein. 3. To pay the SUB- CONTRACTOR, upon the payment of certificates. if issued otherwise than as in .17 -b -2 above, so that at all times his total payments shall be as large in proportion to the value of the work done by him as the total amount certified to the CONTRACTOR is to the value of the work done by him. 4 To pay the SUB - CONTRACTOR to such extent as may be provided by the Contract Documents or the sub - contract, if either of these provides for earlier or larger payments than the above. 5. To pay the SUB - CONTRACTOR on demand for his work or materials as far as executed and fixed in place, less the retained percentage, at the time the certificate should be issued. even though the GOLF COURSE ARCHITECT fails to issue it for any cause not the fault of the SUB - CONTRACTOR. 6. To make no demand for liquidated damages or penalty for delay in any sum in excess of such amount as may be specifically named in the sub - contract. 7. That no claim for services rendered or materials furnished by the CONTRACTOR to the SUB- CONTRACTOR shall be valid unless written notice thereof is given by the CONTRACTOR to the SUB - CONTRACTOR during the first ten days of the calendar month following that in which the claim originated. 8. To give the SUB - CONTRACTOR an opportunity to be present and to sub- mit evidence in any arbitration involving his rights. 9 To name as arbitrator under arbitration proceedings as provided in the General Conditions the person nominated by the SUB - CONTRACTOR, if the sole cause of dispute is the work, materials, rights or res- ponsibilities of the SUB - CONTRACTOR. or, if of the SUB- CONTRACTOR and any other SUB - CONTRACTOR jointly, to name as such arbitrator the person upon whom they agree. d. The CONTRACTOR and the SUB - CONTRACTOR Agree: 1. That in the matter of arbitration, their rights and obligations and all procedure shall be analogous to those set forth in this Contract; provided, however, that a decision by the GOLF COURSE ARCHITECT shall not be a condition precedent to arbitration. Nothing in this article shall create any obligation on the part of the OWNER to pay or to see to the payment of any sums to any SUB - CONTRACTOR. .18 GOLF COURSE ARCHITECT'S STATUS a. The GOLF COURSE ARCHITECT shall be the OWNER'S representative during the GC -8 construction period and he shall observe the work in process on behalf of the OWNER. He shall have authority to act on behalf of the OWNER only to the extent expressly provided in the Contract Documents or otherwise in writing, which shall be shown to the CONTRACTOR. He shall have authority to stop the work whenever such stoppage may be necessary in his reasonable opinion to insure the proper execution of the Contract. The GOLF COURSE ARCHITECT shall be, in the first in- stance, the interpreter of the conditions of the Contract and the judge of its performance. He shall side neither with the OWNER nor with the CONTRACTOR, but shall use his powers under the Contract to enforce its faithful performance by both. In the case of the termination of the employment of the GOLF COURSE ARCHI- TECT, the OWNER shall appoint a capable and reputable replacement against whom the CONTRACTOR makes no reasonable objection, whose status under the Contract shall be that of the former GOLF COURSE ARCHITECT, and dispute in connection with such appointment shall be subject to arbitration. .19 GOLF COURSE ARCHITECT'S DECISIONS a. The GOLF COURSE ARCHITECT shall, within a reasonable time, make decisions on all claims of the OWNER or CONTRACTOR and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. The GOLF COURSE ARCHITECT'S decision, in matters relating to artistic effect, shall be final, if within the terms of the Contract Documents. .20 ARBITRATION d. All disputes, claims or quest s subject to arbitration under this con- tract shall be submitted to ar i iitin accordance with the provisions, then obtaining, of the Standar ration Procedure of The American Arbitra- tion Association, a s ement shall be specifically enforceable under the prevailing arbit t and judgement upon the award rendered may be entered in the co Fie 1m orum,�state or federal, having jurisdiction. It is mutually agreed decision of the arbitrators shall be a condition precedent to any right ornegal action that either party may have against the other. b. The CONTRACTOR shall no eau a delay of the work during any arbitration proceedings, except by agr mek he OWNER. Notice of the demand for arbi- tration of a dispute aN rri ed in writing with the other file ` 9 party it the Contract, and a copy Py LF COURSE ARCHITECT. The demand for Arbitration shall be made wi n a onable time after the dispute has arisen; in no case, however, expr shall an be made later than the time of final payment, except as otherwise stipulated in the Contract. c. The arbitrators, if they d at the case requires it, are authorized to award to the party whose co t t ustained, such sums as they or a majority of them shall deem proper o e him for the time and expense incident to the proceeding and, f 4 ation was demanded without reasonable cause, they may also award ag 0 delay. The arbitrators shall fix their own compensation, unles se provided by agreement, and shall assess the costs and changes of the p LKfings upon either or both parties. GC -9 .21 DAMAGES a. Should either party to this Contract suffer damages because of any wrong- ful act or neglect of the other party or of anyone employed by him, claim shall be made in writing to the party liable within a reasonable time of the first ob- servance of such damage and not later than the final payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be adjusted by agreement. .22 CASH ALLOWANCES a. The CONTRACTOR shall include in the Contract sum all allowances named in the Contract Documents and shall cause the work so covered to be done by such con- tractors and for such sums as the GOLF COURSE ARCHITECT may direct, the contract surn being adjusted in conformity therewith. b. The CONTRACTOR declares that the contract sum included such sums for ex- penses and profit because of cash allowances as he deems proper. No demand for expenses or profit other than those included in the contract sum shall be allowed. The CONTRACTOR shall not be required to employ for such work persons against whom he has a reasonable objection. .23 (MUTUAL RESPONSIBILITY OF CONTRACTORS a. Should the CONTRACTOR cause damage to any separate contractor on the work the CONTRACTOR agrees, upon due notice. to settle with such contractor by agree- ment or arbitration. if he will settle. If such separate contractor sues the OWNER because of damage alleged to have been so sustained, the OWNER shall notify the CONTRACTOR, who shall defend such proceedings at the CONTRACTOR'S expense and, if any judgement against the OWNER arise therefrom, the CONTRACTOR shall pay or satisfy it and pay all costs incurred by the OWNER. .24 CONTRACTOR'S LIABILITY INSURANCE a. The CONTRACTOR shall maintain such insurance as will protect him from claims under workmen's compensation acts and other employee benefits acts, from claims for damages because of bodily injury including death to his employees and all others and from claims for damage to property, and or all of which may arise out of or result from the CONTRACTOR'S operations under this Contract whether such operations be by himself or by any sub - contractor or anyone directly or indirectly employed by either of them. This insurance shall be written for not less than any limits of liability specified as part of this Contract. Certificates of such insurance shall be filed with the OWNER and the GOLF COURSE ARCHITECT. .25 CONTINGENT LIABILITY INSURANCE a. The CONTRACTOR shall be responsible for and maintain such insurance as will protect the OWNER and GOLF COURSE ARCHITECT from contingent liability to others for damages because of bodily injury, including death, which may arise from opera- tions under this contract, and any other liability for damages which the CONTRACTOR is required to insure under any provisions of this Contract. GC -l0 .26 CONTRACTOR'S INSURANCE The CONTRACTOR shall provide satisfactory evidence of insurance in force during the term of the Contract as follows: a. WORKMEN'S COMPENSATION INSURANCE: The CONTRACTOR shall take out and main- tain for duration of this Contract statuatory Workmen's Compensation Insurance and rmployer's Liability Insurance as shall he required under all applicable laws. b. GENERAL LIABILITY INSURANCE 1. Public Liability Insurance: The CONTRACTOR shall take out and main- tain during the life of this Contract such Public Liability and Pro- perty Damage Insurance as shall protect him from all claims for bod- ily injury including accidental death as well as from all claims for Property Damage arising from operations under this Contract. The minimum limits which are required are specified under Special Con- ditions of these Specifications. Such policy shall include coverage for: 2. Injury to or destruction of any property arising out of the collapse of, or structural injury to any building or structure due: to grading of land, excavation, borrowing, filling, backfilling, tun- neling, pile driving, cofferdam work or caisson work, or, to moving, shoring, underpinning, raising. or demolition of any building or structure removal or rebuilding of any structural support thereof. 3. Injury to or destruction of wires. conduits, pipes, mains, sewers or other similar property, or any apparatus in connection therewith, below the surface of the ground. if such injury or destruction is caused by or occurs during the use of mechanical equipment for the purpose of grading of land, paving. excavation or drilling, or in- jury to or destruction of property, at any time resulting therefrom. 4. Injury to or destruction of any property arising out of blasting or explosion. 5. Automobile Insurance: The CONTRACTOR shall carry Automobile Insur- ance on all automotive equipment owned, rented or borrowed in the minimum amounts as stipulated in the Special Conditions of these Specifications. 6. Contractual Liability Insurance: The CONTRACTOR agrees to hold harm- less and indemnify the OWNER, the GOLF COURSE ARCHITECT and their agents from every claim, action, cause of action, liability, damage. expense or payment incurred by reasons of any bodily injury includ- ing death, or property damage resulting from the CONTRACTOR'S oper- ations on this project. 7 OWNER'S Protective Liability and Property Damage Insurance: The CONTRACTOR shall provide OWNER'S Protective Liability and Property GC -11 Damage Insurance in the name of the OWNER and the GOLF COURSE ARCHITECT, insuring against bodily injury and property damage liability in the limits set forth above for which they may become legally obligated to pay as damages sustained by any persons, caused by accident and arising out of operations performed for the named insured by independent contractors and general supervision thereof. c. Builder's Risk -Fire and Extended Coverage- Insurance: If the nature of the entire installation or portion thereof, is such that it is insurable against the perils of fire, extended coverage, vandalism and malicious mischief, such in- surance shall be procured and maintained by the CONTRACTOR in behalf of himself, and OWNER and his sub - contractors, on a complete value form. d. Insurance certificates evidencing that the above insurance is in force with companies acceptable to the OWNER and in the amounts required shall be sub- mitted to the OWNER'S Attorney for examination and approved concurrently with the execution of the contract, after which they shall be filed with the OWNER. In addition to the normal information provided on the insurance certificates, they shall specifically provide that': 1. A certificate will not be modified except upon ten (10) day's prior written notice to the OWNER. 2. Coverage is included for blasting, collapse and underground hazards, and 3. The contractual liability hazard has been insured. .27 DETAIL DRAWINGS AND INSTRUCTIONS a. The GOLF COURSE ARCHITECT shall furnish with reasonable promptness, addi- tional instructions by means of drawings or otherwise, necessary for the proper execution of the work. All such drawings and instruction shall be consistent with the Contract Documents, true developments thereof, and reasonably inferable there- from. The work shall be executed in conformity therewith and the CONTRACTOR shall do no work without proper drawings or instructions. .28 CONTRACT DRAWINGS AND SPECIFICATIONS a. Unless otherwise provided in the Contract Documents the CONTRACTOR will be furnished, free of charge, all copies of the drawings and specifications reasonably necessary for the execution of the work. b. All copies of drawings and specifications must be returned to the GOLF COURSE ARCHITECT upon demand. .29 SHOP DRAWINGS a. The CONTRACTOR shall check and verify all field measurements and shall submit promptly three copies, checked and approved by him, of all shop or setting drawings and schedules required for the work of the various trades. The GOLF COURSE hiq - A FTFCT shall check and approve, with reasonable conformance with the design con- GC -1 2 cept of the Project and compliance with the information given in the Contract Documents. The CONTRACTOR shall make any corrections required by the GOLF COURSE ARCHITECT and file with them two corrected copies each and furnish such other copies as may be needed. The GOLF COURSE ARCHITECT'S attention to such deviations at the time of submission, and secured with his written approval, shall not re- lieve the CONTRACTOR from responsibility for errors in shop drawings or schedules. .30 DRAWINGS AND SPECIFICATIONS ON TIIE WORK a. The CONTRACTOR shall keep one copy of all drawings and specifications on the work, in good order, available to the GOLF COURSE ARCHITECT and SUPERINTENDENT at the job site. .31 OWNERSHIP OF DRAWINGS a. All drawings, specifications and copies thereof furnished by the GOLF COURSE ARCHITECT are his property. They are not to be used on other work and with the exception of the signed Contract set, are to be returned to him on re- quest, at the completion of the work. .32 SAMPLES the CUNIRACIOR shall furnish for approval, with reasonable promptness, all samples as directed by the SUPERINTENDENT or GOLF COURSE ARCHITECT. The GOLF COURSE ARCHITECT shall check and approve such samples, with the reasonable prompt- ness, only for conformance with the design concept of the Project and for compli- ance with the information given in the Contract Documents. The work shall be in accordance with approved samples. .33 MATERIALS, APPLIANCES, EMPLOYEES a. Unless otherwise stipulated, the CONTRACTOR shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities necessary for the execution and completion of the work. b. All materials shall be new, unless otherwise specified in the Contract Documents. Both workmanship and materials shall be of good quality. The CONTRAC- TOR shall, if required, furnish satisfactory evidence as to the kind and quality of materials. c. Where the CONTRACTOR has good reason to suggest a substitution, he shall indicate the amount of extra or credit involved, at the time of the contract sign- ing, and in each case he shall obtain written approval from the OWNER, and the GOLF COURSE ARCHITECT before using substitute materials. For each proposed sub- stitution, samples, descriptive and technical data, cost comparison data, and re- ports of tests shall be submitted to the GOLF COURSE ARCHITECT for approval. No substitute items shall be furnished or installed without written approval. The CONTRACTOR shall reimburse the OWNER for any additional architectural or engineer- ing charges incurred in evaluating the proposed substitutions, whether accepted or rejected and for any changes in specifications, drawings and in the work of other trades resulting from substitutions. GC -13 d. Strict Discipline and Good Order shall at all times be enforced by the CONTRACTOR, and he shall not employ on the work any unfit person and anyone not skilled in the work assigned to him. e. The CONTRACTOR shall furnish the necessary sanitary conveniences, properly secluded, for laborers on this work and these shall be maintained in a manner in- offensive to the public. .34 ROYALTIES AND PATENTS a. The CONTRACTOR shall pay all royalties and license fees. Ile shall defend all suits and claims for infringement of any patent rights and shall save the OWNER harmless from loss on account thereof, except that the OWNER shall be res- ponsible for any such loss when a particular process or the product of a particu- lar manufacturer or manufacturers is specified, but if the CONTRACTOR has informa- tion that the process of article specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the OWNER. .35 SURVEYS, PERMITS, LAWS, TAXES, AND REGULATIONS a. The OWNER shall furnish all surveys unless otherwise specified, and shall acquire and pay for all easements for permanent structures or permanent changes in existing facilities, unless otherwise specified. h. The CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified, and shall secure and pay for all necessary permits and licenses. If the CONTRAC- TOR observes that the drawings and specifications are at variance therewith, he shall promptly notify the GOLF COURSE ARCHITECT in writing and any necessary changes shall be adjusted as provided in the Contract for changes in the work. If the CONTRACTOR performs any work knowing it to be contrary to such laws, ordin- ances, rules, and regulations, and without such notice to the GOLF COURSE ARCHITECT, he shall bear all costs arising therefrom. c. Wherever the law of the place of building requires a sales, consumer, use, or other similar tax, the CONTRACTOR shall pay such tax. .36 PROTECTION OF WORK AND PROPERTY a. The CONTRACTOR shall continuously maintain adequate protection of all his work from damage and shall protect the OWNER'S property from injury or loss arising in connection with this Contract. He shall make good any such damage, injury, or loss, except such as may be directly due to errors in the Contract Documents or caused by agents or employees of the OWNER, or due to causes beyond the CONTRACTOR'S control and not to his fault or negligence. He shall adequately protect adjacent property as provided by law and the Contract Documents. The CONTRACTOR shall take all necessary precautions for the safety of employees on the work, and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent. to the premises where the work is being performed. He shall erect and properly main- tain at all tines, as required by the conditions and progress of the work, all neces- GC -14 sary safeguards for the protection of workmen and the public and shall post danger signs warning against all hazards. In an emergency affecting the safety of life or of the work or of adjoining property, the CONTRACTOR without special instruction or authorization from the GOLF COURSE ARCHITECT or OWNER, is hereby permitted to act, at his discretion, to prevent such threatened loss or injury and he shall so act without appeal; if so authorized or instructed. Any compen- sation,_ claimed by the CONTRACTOR because of emergency work, shall be determined by agreement or arbitration. .37 ACCESS TO WORK a. The GOLF COURSE ARCHITECT and SUPERINTENDENT shall at all times have access to the work wherever it is in preparation or progress and the CONTRACTOR shall provide proper facilities for such access so that they may perform their functions under the Contract Documents. If the specifications, the GOLF COURSE ARCHITECT'S instructions, laws, ordinances or any public authority require any work to be specially tested or approved, the CONTRACTOR shall give timely notice of its readiness for observation or inspection. If the inspection is by an author- ity other than the GOLF COURSE ARCHITECT or SUPERINTENDENT, required certificates of shall be secured by the CONTRACTOR. Observations by the GOLF COURSE ARCHITECT or SUPERINTENDENT shall be promptly made, and where practicable at the source of supply. If any work should be covered up without approval or consent of the GOLF COURSE ARCHITECT or SUPERINTENDENT, it must be uncovered for examina- tion at the CONTRACTOR'S expense, if ordered. Re- examination of questioned work may be ordered by the GOLF COURSE ARCHITECT or SUPERINTENDENT, and if so ordered, the work must be uncovered by the CONTRACTOR. If such work be found not in accord- ance with the Contract Documents, the CONTRACTOR shall pay such cost, unless it be found that the defect in the work was caused by a CONTRACTOR employed as pro- vided in Section 11, and in that event, the OWNER shall pay such cost. .38 SUPERINTENDENCE: SUPERVISION a. The CONTRACTOR shall give active supervision to the work, using his best skill and attention. He shall carefully study and compare all drawings, specifi- cations and other instructions and shall at once report to the SUPERINTENDENT and GOLF COURSE ARCHITECT an error, inconsistency or omission which he may discover, but he shall not be liable to the OWNER for any damage resulting from any errors or deficiencies in the Contract Documents or other instructions by the SUPERINTEN- DENT or GOLF COURSE ARCHITECT. The GOLF COURSE ARCHITECT shall not be responsible for the acts or omissions of the SUPERINTENDENT. b. The CONTRACTOR must submit with his bid, the name and qualifications of his job superintendent. The job superintendent will be present at the job site during the entire progress of the work. Any communication through the job superintendent shall be binding as if given to the CONTRACTOR. .39 CHANGES IN THE WORK a. The OWNER, without invalidating the Contract, may order extra work or make changes by altering, adding to, or deducting from the work, the Contract Sum being adjusted accordingly. All such work shall be executed under the conditions of the original contract except that any claim for extension of time caused thereby shall GC -l5 be adjusted at the time of ordering such change. In giving instructions, the GOLF COURSE ARCHITECT shall have authority to make minor changes in the work, not in- volving extra cost, and not inconsistent with the purpose of the construction, but otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written order from the OWNER signed or countersigned by the GOLF COURSE ARCHITECT or a written order from the GOLF COURSE ARCHITECT, stating that the OWNER has authorized the extra work or change, and no claim for an addition to the contract sum shall be valid unless so ordered. The value of any such extra work or change shall be determined in one or more of the following ways, mutually agreed upon by the Owner, GCA and Contractor. 1. By Estimate and acceptance in a lump sum. 2. By Unit Prices named in the Contract or subsequently agreed upon. 3. By Cost and Percentage or by cost and fixed fee. .40 CLAIMS FOR EXTRA COST a. If the CONTRACTOR claims that any instruction by drawings or otherwise involve extra cost under this Contract, he shall give the GOLF COURSE ARCHITECT written notice thereof within a reasonable time after the receipt of such instruc- tions, and in any event before proceeding to execute the work, except in emergency endangering life or property, and the procedure shall then be as provided for changes in the work. No such claim shall be valid unless so made, and in writing. .41 DELAYS AND EXTENSION OF TIME a. If the CONTRACTOR be delayed at any time in the progress of the work by any act or neglect of the OWNER or the GOLF COURSE ARCHITECT, or of any employees of either, or by any separate contractor employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, un- avoidable casualties or any causes beyond the CONTRACTOR'S control or by delay justified by the GOLF COURSE ARCHITECT, then the time of completion shall be ex- tended for such reasonable time as the GOLF COURSE ARCHITECT may decide. b. No such extension shall be made for delay occurring more than seven days before claim therefore is made in writing to the GOLF COURSE ARCHITECT. In the case of a continuing cause of delay, only one claim is necessary. If no schedule or agreement stating the dates upon which drawings shall be furnished is made, then no claim for delay shall be allowed on account of failure to furnish drawings un- til two weeks after demand for such drawings and not then unless such claim be rea- sonable. This article does not exclude the recovery of damages for delay by either party under other provision in the Contract Documents. .42 CORRECTION OF WORK BEFORE FINAL PAYMENT a. The CONTRACTOR shall promptly remove from the premises all work condemned by the SUPERINTENDENT or the GOLF COURSE ARCHITECT as failing to conform to the Contract, whether incorporated or not, and the CONTRACTOR shall promptly replace and reexecute his own work in accordance with the Contract and without expense to GC -16 the OWNER and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If the CONTRACTOR does not remove such condemned work within a reasonable time, fixed by written notice, the OWNER may remove it and may store the material at the expense of the CONTRACTOR. If the CONTRACTOR does not pay the expense of such removal within ten days' time thereafter, the OWNER may upon ten days' written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs and expenses that should have been borne by the CONTRACTOR. .43 CORRECTION OF WORK AFTER FINAL PAYMENT a. The CONTRACTOR shall remedy any defects due to faulty materials or workman- ship and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of final payment, or from the date of the OWNER'S substantial usage or occupancy of the Project, whichever is earlier, and in accordance with the terms of any special guarantees provided in the Contract. The OWNER shall give notice of observed defects with reasonable promptness. All ques- tions arising under this Section shall be decided by the GOLF COURSE ARCHITECT sub- ject to arbitration, not withstanding final payment. .44 DEDUCTIONS FOR UNCORRECTED WORK a. If the GOLF COURSE ARCHITECT and OWNER deem it expedient not to correct work injured or done not in accordance with the Contract, an equitable deduction from the Contract price shall be made therefore. .45 THE OWNER'S RIGHT TO DO WORK a. If the CONTRACTOR should neglect to prosecute the work properly or fail to perform any provision of this Contract, the OWNER, after ten days' written notice to the CONTRACTOR may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the CONTRACTOR provided, however, that the GOLF COURSE ARCHITECT shall approve both such action and the amount charged to the CONTRACTOR. .46 OWNER'S RIGHT TO TERMINATE CONTRACT a. If the CONTRACTOR should be adjudged as bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed because of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen, proper materials, or equipment or if he should fail to make prompt payment to sub - contractors or for material or labor, or persistently disregard laws, ordinances or the instruction of the GOLF COURSE ARCHITECT or otherwise be guilty of a substantial violation of any provision of the Contract, then the OWNER, upon receipt of the certificate from the GOLF COURSE ARCHITECT that sufficient cause exists to justify such action, may without prejud- ice to any other right or remedy, and after giving the CONTRACTOR and his surety, if any, ten days' written notice, terminate the employment of the CONTRACTOR and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the work is GC -l7 finished. If the unpaid balance of the Contract price shall exceed the expense of finishing the work including compensation for additional architectural, mana- gerial and administrative services, such excess shall be paid to the CONTRACTOR. If such expense shall exceed such unpaid balance, the CONTRACTOR shall pay the difference to the OWNER. The expense incurred by the OWNER as herein provided, and the damage incurred through the CONTRACTOR'S default, shall be certified by the GOLF COURSE ARCHITECT. .47 THE CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT a. If the work be stopped under an order of any court, or other public author- ity, for a period of ninety days, through no act or fault of the CONTRACTOR or of anyone employed by him, then the CONTRACTOR may, upon ten days' written notice to the OWNER and the GOLF COURSE ARCHITECT terminate this Contract and recover from the OWNER payment for all work executed and any proven loss sustained upon any plant or materials and reasonable profit and damages. Should the GOLF COURSE ARCHITECT fail to issue any Certificate for Payment, through no fault of the CONTRACTOR, with- in ten days after the CONTRACTOR'S formal request for payment or if the OWNER should fail to pay to the CONTRACTOR within fifteen days of its maturity and presentation, any sum certified by the GOLF COURSE ARCHITECT or awarded by arbitrators, then the CONTRACTOR may, upon ten days' written notice to the OWNER and the GOLF COURSE ARCHI- TECT stop the work or terminate this Contract as set out in the preceding paragraph. .48 APPLICATIONS FOR PAYMENT a. At least five days before each payment falls due, the CONTRACTOR shall sub- mit to the GOLF COURSE ARCHITECT an itemized application for payment, supported to the extent required by the GOLF COURSE ARCHITECT by receipts or other vouchers, showing payments for materials and labor, payments to sub - contractors and such other evidence of the CONTRACTOR'S right to payment as the GOLF COURSE ARCHITECT may direct. b. If payments are made on valuation of work done, the CONTRACTOR shall, be- fore the first applications, submit to the GOLF COURSE ARCHITECT a schedule of values of the various parts of the work, including quantities, aggregating the total sum of the Contract, divided so as to facilitate payments to sub- contractors in accordance with Section 17 -C made out in such form as the GOLF COURSE ARCHITECT and the CONTRACTOR may agree upon, and, if required, supported by such evidence as to its correctness as the GOLF COURSE ARCHITECT may direct. This schedule, when approved by the GOLF COURSE ARCHITECT shall be used as a basis for Certificates for Payments, the CONTRACTOR shall submit a statement based upon this schedule. c. If payments are made for materials not incorporated in the work but delivered and suitably stored at the site, or at some other location agreed upon in writing, such payments shall be conditioned upon submission by the CONTRACTOR of bills of sale, lien waivers, or such other procedure as will establish the OWNER'S title to such material or otherwise adquately protect the OWNER'S interest including appli- cable insurance. .49 CERTIFICATES FOR PAYMENT a. If the CONTRACTOR has made application for payment as above, the GOLF COURSE GC -18 ARCHITECT shall, not later than the date when each payment falls due, issue a Certificate for Payment to the CONTRACTOR for such amount as he decides to be properly due, or state in writing his reasons for withholding a certificate. b. No certificate issued nor payment made to the CONTRACTOR, nor partial or entire use or occupancy of the work by the OWNER, shall be an acceptance of any work or materials not in accordance with this Contract, The making and accept- ance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing after final payment or from failure to comply with drawings and specifications and terms of any special guarantees specified in the Contract and of all claims by the CON- TRACTOR, except those previously made and still unsettled. c. Should the OWNER fail to pay the sum named in any Certificate for Payment issued by the GOLF COURSE ARCHITECT or in any award by arbitration, upon demand when due, the CONTRACTOR shall receive, in addition to the sum named in the Cer- tificate, interest thereon at the legal rate in force at the place of construction. .50 PAYMENTS WITHHELD a. The GOLF COURSE ARCHITECT may withhold or, because of subsequently dis- covered evidence, nullify the whole or a part of any certificate to such extent as may be necessary in his reasonable opinion to protect the OWNER from loss be- cause of: 1. Defective Work not remedied. 2. Claims filed or reasonable evidence indicating probable filing of claims. 3. Failure of the CONTRACTOR to make payments properly to the SUB- CONTRACTORS or for material or labor. 4. A Reasonable Doubt that the Contract can be completed for the balance then unpaid. 5. Damage to another contractor. b. When the above grounds are removed, payment shall be made for amounts with- held because of them. c. Retained Percentage - A specified amount of each approved partial payment shall be retained until completion and final acceptance of the work. This percen- tage shall be as stipulated in the Special Conditions of these Specifications. .51 LIENS a.' Neither the final payment nor any part of the retained percentage shall be- come due until the CONTRACTOR, if required, shall deliver to the OWNER a complete release of all liens arising out of this Contract, or receipts in full in lieu there- of and, if required in either case. an affidavit that so far as he has knowledge or information the releases and receipts include all the labor and material for which GC -l9 a lien could be filed; but the CONTRACTOR may, if any SUB - CONTRACTOR refuses to furnish a release or receipt in full, furnish a bond satisfactory to the OWNER, to indemnify him against any lien. If any lien remains unsatisfied after all payments are made, the CONTRACTOR shall refund to the OWNER all money that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee. .52 USE OF THE SITE a. The CONTRACTOR shall confine his apparatus, the storage of materials and the operations of his workmen to limits indicated by law, ordinances, permits, plans or directions of the GOLF COURSE ARCHITECT and shall not unreasonably en- cumber the site with his materials. .53 CUTTING, PATCHING a. The CONTRACTOR shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to re- ceive or be received by work of other contractors shown upon, or reasonably implied by the Drawings and Specifications for the completed project, and he shall make good after them as the GOLF COURSE ARCHITECT may direct. Any cost caused by de- fective or ill -timed work shall be borne by the party responsible therefore. The CONTRACTOR shall not endanger any work by cutting, excavating or otherwise alter- ing the work and shall not cut or alter the work of any other contractor save with the consent of the GOLF COURSE ARCHITECT. .54 CLEANING UP a. The CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by his employees or work, and at the comple- tion of the work he shall remove all his rubbish from and about the site and all his tools, equipment, and surplus materials and shall leave his work acceptably, unless more exactly specified. In case of dispute, the OWNER may remove the rub - blish and charge the cost to the CONTRACTOR as the GOLF COURSE ARCHITECT shall determine to be just. b. Before acceptance of the job by the OWNER, the site and premises shall be thoroughly clean to the satisfaction of the GOLF COURSE ARCHITECT and the OWNER. .55 DETERMINATION AND EXTENSION OF CONTRACT TIME a. The time allowed for completion of all work required by the Contract will be stated in the Bid Form and /or Special Conditions and that time allotment shall be known as the Contract Time. For reasons of public interest, it is essential that the time be prosecuted continuously and effectively, with the least possible delay, to the end that all work will be completed within the time period allowed. .56 DETERMINATION OF CONTRACT TIME a. When the Contract Time is specified by designating a definite number of Working Days, as defined in Section 1, assessment of working day charges will start GC -20 on the date specified in the Notice of Contract Award, and all work must be com- pleted in accordance with the requirements of the Contract on or before the date on which the specified number of Working Days expire. Assessment of working day charges will be in accordance with the following provisions: 1. The GOLF COURSE ARCHITECT will furnish the CONTRACTOR a weekly state- ment showing the working day charges assessed against the Contract during the preceding week, along with the time remaining for comple- tion of the Project. No statements will be issued during periods of authorized winter suspension. 2. One whole day will be assessed for each Working Day on which the con- trolling items can be effectively prosecuted during six (6) or more hours of the CONTRACTOR'S daily working schedule. A fractional day will be assessed for each Working Day on which the controlling oper- ations can be effectively prosecuted for at least two (2) hours but not more than six (6) hours of the day. 3. Fractional working day charges may be made on those days when condi- tions beyond the control of the CONTRACTOR and unknown to him at the time of bidding make it impossible to prosecute the controlling items of work with full normal efficiency or with the full normal working forces, or when any one or more but not all of the controlling items can be effectively prosecuted. 4. No working day charges will be assessed on Saturdays, Sundays, and legal holidays of the State, even though work may be performed. No fractional charge will be made for days on which the work cannot be prosecuted for at least two (2) hours of the normal working schedule. 5. No working day charges will be made during the periods between the effective dates of Suspension and Resumption of Work orders issued by the GOLF COURSE ARCHITECT for reasons entirely beyond the control and without the fault of the CONTRACTOR. 6. Upon reciept of each weekly working day statement, the CONTRACTOR will be allowed five days in which to file a written protest if he considers an improper assessment was made. Unless a timely written protest is filed with the GOLF COURSE ARCHITECT, the statement shall be conclusively considered as having been accepted by the CONTRACTOR as correct. 7. Should the CONTRACTOR file a timely protest concerning working day charges on any statement, and if the GOLF COURSE ARCHITECT does not agree with the CONTRACTOR'S contentions by issuing an amended state- ment that is agreed to, the statement in question will be referred to the OWNER for disposition. b. Should an extension of the Contract Time be granted as provided for in Sec- tion 57, the extended time for completion shall then be in full force and effect the same as though it were originally allowed. GC -21 .57 EXTENSION OF CONTRACT TIME a. If, for reasons beyond his control and without fault or negligence on his part, the CONTRACTOR finds it impossible to complete the Project within the Con- tract Time as awarded, an extension of time may be granted in accordance with the provisions hereof, provided the CONTRACTOR makes a written request for time ex- tension before the Project has been completed and accepted. In his request, the CONTRACTOR shall set forth the reasons he believes will justify the granting of a time extension, based on the considerations described herein or on such other conditions as he considers to be relevant or accountable. b. The Contract Time as awarded, may be extended as the GOLF COURSE ARCHITECT determines to be justified, for any of the following reasons, or for such other reasons as the OWNER may recognize as being entirely beyond the CONTRACTOR'S control: 1. Delays caused by failure of the OWNER to approve the Contract at least ten (10) Calendar Days in advance of the latest date specified for beginning construction operations; 2. Delays caused by an earthquake, flood, cloudburst, cyclone, tornado, or other cataclysmic phenomenon of a nature beyond the power of the CONTRACTOR to foresee and make preparations in defense against; 3. Delays caused by acts of the Government or a political subdivision or by acts of the public enemy including fires, epidemics, and strikes not caused by improper acts or omissions of the CONTRACTOR; 4. Delays caused by an action or nonaction of the OWNER, by noncomple- tion of work being done by other contractors, or by other unforesee- able interferences not the fault of the CONTRACTOR; 5. Extraordinary delays in delivery of materials, resulting from strikes, lockouts, freight embargoes, governmental acts, or sudden disaster, of a nature beyond the power of the CONTRACTOR or his material sup- plier to foresee and forestall; 6 Delays directly attributable to the performance of Extra Work or in- creased quantities of work. c. The following circumstances or conditions shall not be considered valid rea- sons for the granting of time extensions: 1. Any plea by the CONTRACTOR that insufficient time was specified in the Contract; 2. Delays caused by conditions on the Project that could be foreseen or anticipated prior to bidding; 3. Delays caused by loss of efficiency in prosecuting work during cold weather, under the influence of traffic, or in the presence of other foreseeable interferences; GC -22 4. Delays caused by plant and equipment failure, when due to failure of the CONTRACTOR to provide and maintain the equipment in good mechanical condition or to provide for immediate emergency repairs; 5. Delays due to slow delivery of materials from the supplier or fabri- cator, when the material is available in warehouse stock or when delivery is delayed for reasons of priority, late ordering, finan- cial considerations, or other causes within the power of the CON- TRACTOR or his supplier to foresee and prevent; 6. Delays due to the CONTRACTOR'S failure to provide sufficient forces and equipment to maintain satisfactory progress and assure timely completion of the controlling items. d. The foregoing provisions shall govern, not only in the granting of time ex- tensions, but also as a means of defining the conditions which are considered be- yond the control and without the fault of negligency of the CONTRACTOR in the assess- ment of working day charges by the GOLF COURSE ARCHITECT. e. The granting of a time extension due to performance of Extra Work or in- creased quantities of work will be limited to a period of time which is proportional to the increased dollar volume of work, unless it can be shown that the added work was a controlling factor in the rate of progress or unless an extension of the Con- tract Time is otherwise allowed in the agreement authorizing the additional work, in which case the value of that work will be excluded from the considerations. f. When the Contract Time is established by a definite calendar completion date, extraordinary delays caused by inclement weather in excess of that which is normal for the locality and season of the year in which the work is being performed may be allowed as justification for granting a time extension, but only when it can be shown, within reasonable expectations, that the time lost could not be made up through acceleration of the remaining work. Failure to prosecute the work contin- uously and diligently for the full period of time allowed, and with sufficient for- ces and equipment to maintain satisfactory progress, may result in forfeiture of the CONTRACTOR'S right to time extension for abnormal weather conditions even though there may not have been any defense or remedy for later weather delays. g. When the Contract Time for completion is on a Working Day basis, delays caused by conditions beyond the control of the CONTRACTOR will have been taken into consideration in assessing working day charges to the extent that the effects on controlling operations were apparent at the time of prosecuting the work. Hence, the granting of additional time for completion will be limited to circumstances not recognized and accounted for in the working day statements. h. Any time extension which may otherwise have been granted in accordance with the foregoing provisions may not be granted if the CONTRACTOR fails to make written application therefore prior to completion and acceptance of the work. .58 FAILURE TO COMPLETE THE WORK ON TIME /LIQUIDATED DAMAGES (See Item 17, page SC -4 of Special Conditions) a. Time heing an essential element of the Contract, it is hereby agreed that GC -23 the OWNER will be entitled to damages for failure on the part of the CONTRACTOR to complete the work within the prescribed time. In view of the difficulty in making a precise determination of actual damages incurred, the CONTRACTOR will be assessed a daily charge in the amount stipulated, not as a penalty but as liquidated damages to compensate for the additional costs incurred as well as loss of revenues. b. In any suit involving assessment or recovery of liquidated damages, the reasonableness of daily charges shall be presumed and the amount assessed will be in to every other remedy now or hereinafter enforceable at law, in equity, by statute, or under the Contract. c. For each Calendar Day that any work remains uncompleted after expiration of the Contract Time as determined and extended in accordance with the provisions of Section 56, the CONTRACTOR will be assessed a daily charge in the amount shown in the Schedule of Deductions in the Special Conditions portion of the Specifications for the original amount of the Contract subject only to the waivers agreed to herein. d. The OWNER may waive all or any portion of the liquidated damage assessments accruing during periods of authorized winter suspension, provided the CONTRACTOR has fulfilled his obligations under the provisions of the Contract Documents. e. Permitting the CONTRACTOR to continue and finish the work or any part of it after the time fixed for its completion shall not in any way operate as a waiver on the part of the OWNER of any of his rights under the Contract. Neither by the act of taking over the work nor by annulment of the Contract shall the OWNER forfeit the right to recover liquidated damages from the CONTRACTOR or his Sureties. f. The OWNER has the right to pay all costs for consultation, observation, in- spection and staking, and all legal and administrative costs required beyond the completion date stated. The OWNER may deduct actual charges and reasonable admin- istrative expenses from payments due to the CONTRACTOR before final payment is made to the CONTRACTOR. .59 TESTING a. All tests required by these Specifications or Drawings or directed by the GOLF COURSE ARCHITECT shall be performed by a recognized, independent testing firm approved by the GOLF COURSE ARCHITECT. b. Adequate notice shall be given by the CONTRACTOR when sampling or testing is required and the CONTRACTOR shall cooperate fully in taking, storing and shipping all specimens. c. Fees and charges by the testing firm shall be paid by the CONTRACTOR. d. Reports shall be provided to the OWNER, the SUPERINTENDENT, the CONTRACTOR, and the GOLF COURSE ARCHITECT and all agencies required by law or these Specifications. .60 INSPECTION OF WORK a. Under the Contract Documents the CONTRACTOR has assumed the responsibility of furnishing all services, labor and materials for the entire work, in accordance GC -24 with such documents. No provisions of any of the above paragraphs relating to supervision, inspection or observation of the work by the OWNER, SUPERINTENDENT, OWNER'S REPRESENTATIVE, GOLF COURSE ARCHITECT or Engineers employed by the GOLF COURSE ARCHITECT shall in any way affect said responsibility and undertaking of the CONTRACTOR; nor shall the failure of any of the foregoing to discover or to bring to the attention of the CONTRACTOR the existence of any work or materials not in accordance with said Contract Documents in any way affect such obligation of the CONTRACTOR or the rights and remedies of the OWNER as set forth in said Contract Documents. .61 NOTICE OF READINESS FOR FINAL INSPECTION a. When the CONTRACTOR is ready for a final inspection, he shall give notice to the GOLF COURSE ARCHITECT with a copy to the OWNER in the following words: The work on the Contract for the (shown name of project as it appears on the Form of Contract), having been fully completed except as stipulated herein below, it is the request of the CONTRACTOR that final inspection be made promptly by the GOLF COURSE ARCHITECT. The following work is incomplete through no fault of the CON- TRACTOR: (list any work which the CONTRACTOR regards as exceptional under the Form of Contract). b. No final inspection shall be made until such time as the GOLF COURSE ARCHI- 1LCT has received a letter in the exact form indicated above and a copy thereof has been received by the OWNER. .62 CERTIFICATES a. The CONTRACTOR shall obtain certificates of approval, acceptance and com- pliance from all authorities having jurisdiction over the Work and shall deliver these certificates to the GOLF COURSE ARCHITECT. The Work shall not be deemed complete nor will final payment be made until such certificates have been delivered. .63 GUARANTEES a. The guarantees required by the General Conditions are hereby supplemented by the following: b. The CONTRACTOR shall deliver to the GOLF COURSE ARCHITECT, upon completion of all work under this Contract, and before final payment is made, his written guar- antee made out to the OWNER, in a form satisfactory to the GOLF COURSE ARCHITECT, guaranteeing all the work, materials, appliances, equipment, etc., provided under the Contract to be free from defective materials and /or faulty workmanship, and to be watertight and leakproof. In the guarantee, the CONTRACTOR shall agree to re- place or reexecute, in a manner satisfactory to the GOLF COURSE ARCHITECT, without cost to the OWNER or the GOLF COURSE ARCHITECT, such work as may be found to be defective or faulty, and pay for all damages due to such replacement, or reexecution. c. The CONTRACTOR'S overall guarantee shall cover a period of one (1) year from the date of Final Acceptance of the Work. GC -25 1 1 .64 OPERATING INSTRUCTIONS ' a. Wiring diagrams, piping diagrams, installation instructions, parts lists and similar information shall be furnished for mechanical and electrical systems and all manufactured items and vendor's equipment. The CONTRACTOR shall be res- ponsible for assembling this material and turning three (3) copies over to the OWNER at the completion of the Work. b. The CONTRACTOR shall furnish the services of a qualified supervisory per- ' sonnel to start up the equipment which has been CONTRACTOR furnished and instruct the OWNER'S operating employees as to the procedures to be employed in starting up, operating, shutting down, lubricating, oiling, adjusting and maintaining all II mechanical and electrical systems and items of equipment as covered more completely under "Irrigation" in these Specifications. OWNER- furnished equipment, if any, which is installed by the CONTRACTOR shall be started up by the OWNER. All neces- sary minor adjustments to this equipment shall be made by the OWNER. However, if the OWNER- furnished equipment has been improperly installed or has been damaged during installation, the CONTRACTOR shall be responsible for performing the neces- sary tasks in order to furnish the OWNER operable equipment. 1 c. The CONTRACTOR is cautioned that the operating instructions called for in the above two (2) paragraphs are a specific requirement and that Contract work will II not be considered complete until the written and printed information is submitted in an acceptable form to the OWNER and until the OWNER'S operating employees have been properly instructed in the use and care of the systems and of the component parts of same. 1 1 1 1 1 1 1 1 1 1 GC -26 1. Item GC . paragraph .0 -- is within seven 2. Item GC . SUBCONTRACTOR, 3. Item GC . paragraph a. -- 4. Item GC . section. There SPECIAL CONDITIONS 13 of General Conditions -- CONTRACTOR'S WORK SCHEDULE, revise as follows: delete "Where the site of the work hundred -fifty feet of any dwelling" 17 of General Conditions -- RELATIONS OF CONTRACTOR AND paragraph c.6, 8 & 9 and d.1 -- delete reference to arbitration 18 of General Conditions -- GOLF COURSE ARCHITECT'S STATUS, delete any reference to arbitration. 20 of General Conditions -- ARBITRATION -- delete entire is no arbitration provision in this Contract. 5. Item GC .24 of General Conditions -- CONTRACTOR'S LIABILITY INSURANCE -- add the following: INDEMNITY Contractor's Indemnity Provision. To protect the Owner from the Contractor's faiTure to perform any of the foregoing duties or any of the terms of this Contract, the Contractor shall indemnity and save harmless the Owner and the Owner's agents and employees from all losses, damages, judge- ments, decrees, and expenses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or allegedly caused, by any willful acts, negligence, nuisance, or breach of any term or condition of this Contract by the Contractor, his agents, servants, subcontractors, or employees. The Contractor shall furthermore indemnify and save harmless the owner and the Owner's agents and employees from all demands of subcontractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any discription, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees, subcontractors or their employees and subcontractors shall be restored to its condition prior to damage by the Contractor at the Contractor's expense. 6. Item GC .26a of General Conditions -- CONTINGENT LIABILITY INSURANCE -- add the following: Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid all compensation, medical or other benefits, which may become due or payable thereunder, and to protect and indemnify the Owner and the Owner's agents and employees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The Contractor shall furnish the Owner with a certificate from the Industrial SC -1 Accident Board evidencing the Contractor's and sub - contractor's compliance with said statute. 7. Item GC .26b of General Conditions -- GENERAL LIABILITY INSURANCE -- add the following: (a) Comprehensive General Liability Insurance. The Contractor shall provide and, maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision ". The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $ 500,000. each person $1,000,000 each accident Property Damage $ 300,000. each accident $ 500,000. each aggregate Public Liability and Property Damage to protect the Contractor, any of his sub - contractors and the Owner against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount of liability is $300,000./$500,000. The amount of property damage is $1,000,000. per accident. (b) Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, and Owner's and Contrac- tor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liability Insurance ". (c) Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work, of all motor vehicles licensed for highway use, whether they are owned, non - owned, or hired by the Contractor, in which shall specifically insure con- tractual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehensive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $500,000. each person $500,000. each accident Property Damage $500,000. each accident $500,000, each aggregate SC -2 8. Item GC .26c of General Conditions -- BUILDERS RISK - FIRE AND EXTENDED COVERAGE -- add the following: Builders Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. The Contractor shall supply to the Owner a Certificate of Insurance, on a form supplied by the insurance companies, prior to start of work. 9. Item GC .26d of General Conditions -- INSURANCE CERTIFICATES -- add the following: Insurance Certificate. In connection with the insurance coverage set out in section GC 26a (addition), GC 26b (addition), GC 26c (addition) and GC 26d (addition) above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 45 days advance written notice before any provisions of the policies are changed or in the event said policies shall be cancelled. This Certificate of Insurance shall be provided to the Owner prior to starting any construction work in connection with this Contract. 10. Item GC 41 of the General Conditions -- DELAYS AND EXTENSION OF TIME -- add the following: See Item 21, page SC -4, of Special Conditions. 11. Item GC 43a of the General Conditions -- CORRECTION OF WORK AFTER FINAL PAYMENT -- delete any reference to arbitration. 12. Item GC 47a of the General Conditions -- THE CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT -- delete any references to arbitration. 13. Item GC 48 of the General Conditions -- APPLICATIONS FOR PAYMENT, paragraph a -- change five days to fifteen (15). 14. Item GC 50 of the General Conditions -- PAYMENTS WITHHELD, paragraph c amend as follows: On or before an agreed upon day of each month during the construction, the Contractor will submit to the GCA, an estimate showing the following amounts payable: -90% of the work completed or materials delivered /stored until 50% of the work required by the contract has been performed; -100% of the work completed or materials delivered /stored, after 50% of the work required by the contract has been performed. 15. Item GC 56 of the General Conditions -- DETERMINATION OF CONTRACT TIME These paragraphs do not apply to this contract because completion date is a definite calendar completion date. 16. Item GC 57 of the General Conditions -- EXTENSION OF CONTRACT TIME -- The completion date for this contract will be on the basis of a definite calendar completion date of May 15, 1990. Contractors should be aware of paragraph 57c on page GC20, and paragraph 57f on page GC21. SC -3 17. Item GC 58 of the General Conditions -- FAILURE TO COMPLETE THE WORK ON TIME /LIQUIDATED DAMAGES, paragraph c -- The amount of liquidated damages will be $1,000 per calendar day. Contractor shall delete reference to Section 56 and reference to Schedule of Deductions. 18. Item 59 of the General Conditions -- TESTING -- additional information: The Contractor shall be aware that geo- technical data is available from a group of test borings that have recently been completed. This information is available at the City of Round Rock for review by the Contractor. 19. Maintenance Bond -- The amount of the maintenance bond shall be 10% of the total contract price for construction items. 20. Performance Bond -- The party to whom the contract is awarded will be required forthwith to execute the contract and a performance and payment bond within ten (10) calendar days from the date of the written notice of award of the contract is delivered to the bidder at the address given by him. In case of a failure to do so, the owner may, at his option, consider that the bidder has abandoned the contract and the certified check or bid bond accompanying the proposal shall become the property of the owner. 21. No Damage for Delay Clause -- No payment, compensation or adjustment of any kind (other than the extensions of time provided for) shall be made to the contractor for damages because of hindrances or delays from any cause in the progress of the work, whether such hindrances or delays be avoidable or unavoidable, and the contractor agrees that he will make no claim for compensation, damages or mitigation of liquidated damages for any such delays, and will accept in full satisfaction for such delays said extension of time. 22. Allowance for Water Control /Crossings /Culverts a. The Contractor shall be aware that the allowance for concrete riprap spillways has been estimated to require the following general items in order to pass a 25 year storm: (1) Ponds #5, #6 and #12 - an 8" thick concrete riprap spillway with aprons and reinforcing steel, complete Allowance for all three spillways -- $27,000. b. The Contractor shall be aware crossings has been estimated to require pass a 10 year storm: Allowance for all eleven crossings -- $152,500. SC-4 that the allowance for low water /culvert the following general items in order to (1) Seven (7) crossings utilizing varying sizes of RCP, concrete headwall structures with riprap and reinforcing steel, concrete toewalls with reinforcing steel, concrete curb, compacted backfill, weep holes with filter media, concrete deck crossing with reinforcing steel, Complete. (2) Four (4) crossings as described above except that the pipe will be much larger in size and length. c. The Contractor shall be aware that the allowance for golf cart /maint- enance equipment underpass crossings have been estimated to require the follow- ing general items: (1) Two (2) golf cart /maintenance equipment underpass crossings to in- clude 10 x 10 concrete box culverts at each road crossings, riprap, etc., complete. The culverts shall be designed to handle the high- way loading for the type of road expected. Allowance for the two crossings -- $55,000. 23. Clearing and Grubbing - The Contractor shall be aware that the clearing and grubbing is identified as removal of large trees (see crosshatched area on Clearing and Grubbing Plan CG -1) consisting of Oak, Elm Willow and dense group- ings of saplings and large Juniper. The other area of clearing and grubbing (see open outlined area on Clearing and Grubbing Plan CG -1) consists of small scattered Juniper and shrubs. SC -5 TECHNICAL SECTION CLEARING AND GRUBBING .01 SCOPE OF THE WORK The work covered by this Section of the Specifications consists of furnishing all materials, labor and equipment required for the clearing and grubbing of the golf course, including the removal, and satisfactory disposal of all trees, down timber, brush, projecting roots, stumps, lapwood, grasses, rubbish and all other objectionable material within the clearing lines indicated on the plans and /or within those areas designated by the Golf Course Architect (GCA), in strict accord- ance with this Section of the Specifications and the applicable drawings. .02 DEFINITIONS The following definitions shall apply to terms used in these Specifications, on the Drawings and in other Contract Documents: a. A "tree" shall be defined as any plant material having a single stem or trunk exceeding 2" diameter at a point 1' - 0" above the ground. Multi- trunked trees, such as Red Oak clumps, shall be considered as one tree. b. "Brush" shall be defined as any plant materials having stem or trunk less than 2" in diameter at a point 1' - 0" above the ground. c. "Clearing" shall mean removal of the trunk and branches at existing grade level or slightly above, without the stump. d. "Grubbing" shall mean the removal of stumps and roots where material has been previously cleared. e. "Removal" shall mean complete removal of the entire tree, stump, and all roots. f. "Debris" shall be defined as solid material which cannot be burned such as concrete, bricks, metal culvert, fencing, etc. g. "Trimming" shall be defined as the selective removal of portions of trees or brush as directed by the GCA. .03 AREA OF THE WORK Unless otherwise shown on the Drawings or directed by the GCA, clearing and grubbing operations shall be confined to the areas of excavation, filling, grading, or areas to be seeded. It is important that no areas be disturbed outside the clearing limits, thus these limits shall also be designated as the limits of work. All equipment traffic shall be maintained within these limits. .04 TYPES OF CLEARING a. The First phase, as shown on the plans and /or as directed by the GCA consists of clearing and grubbing fairways, fairway rough areas, greens, tees, and those areas where clearing is required by the grading operation. CGl b. a SeGfa~d Phase, as 'shown on the plans and /or as directed by the GCA shall consist of""selective clearing and grubbing in the work areas within a thirty f. oo.l<;teTAas1 the fairways, tees, and greens, and /or to the golf course boundary thes_as;'i'ildicated on the - plans or as directed by the GCA. c. In the rough areas where the existing turf is- deemed acceptable, the clear- ing work shall beAtotoMpliShed by a bushhog or similar equipment that will disturb the natural grasses 'these areas as little as possible. .05 TREES AND SHRUBS TO BE SAVED a. The GCA shall note trees within the construction area which are to be retained. The Contractor shall adequately protect these trees during the construction work. b. Trimming will be required, under the direction of the GCA, for all trees to be saved in the work area to the extent required to permit clean and workmanlike finish grading, seeding or sodding operation under and around trees. Large, broken, or hanging dead limbs need not be removed if they do not interfere directly with the work. Trimming for maintenance or shaping will NOT be required. .06 PROTECTION OF TREES a. Before commencing any work under this Contract, the Contractor shall arrange for an on -site meeting with the GCA for the purpose of establishing specific trees and plants to be saved and review with the GCA all clearing and grubbing work. h. Trees or plants to remain shall not be injured or defaced. Do not damage roots of trees to remain. c. When excavating within the branch spread of trees scheduled to remain, do so in a manner which will cause MINIMUM damage to root systems. Prune the injured roots cleanly and backfill as soon as possible. Do not leave surface roots exposed. d. Do not cut any root over two (2) inches in diameter. If excavation is neces- sary within 1/3 diameter of the branch spread of trees schedule to remain, the Con- tractor shall contact the GCA before proceeding. e. Do not use trees which are to remain for any purpose such as crane stays, oply f. Repair of Damaged Trees - Contractor Responsibility When any injuries to trees occur, all rough edges or scarred areas shall be first made reasonably smooth in accordance with generally accepted horticultural practice, and the scars then thoroughly covered with an asphaltum base tree paint. This operation shall be carried out immediately after damage occurs. Any such plants that are damaged by any construction operations to such an extent as to destroy their value for shade or landscape purposes, shall be cut out and disposed of by the Contractor, without compensation, when so directed by the GCA, regardless of whether or not such cutting and disposal shall be done as part of ordinary clear- ing operations. The Contractor shall be penalized $1,000 for each tree so removed. The responsibility for the removal of trees by the Contractor shall end upon final acceptance of the golf course by the Owner, unless otherwise directed by the GCA. CG2 k 1 g. Protection from Harmful Substances No paint, oil, volatile materials, or any substance that might cause damage to trees shall be spilled or buried in the vicinity of trees. .07 METHOD FOR CLEARING AND GRUBBING a: Prior to clearing any designated area within the golf course, the Contractor shall ascertain the limits of the golf course so as not to remove any trees that may be located in the adjacent property. This responsibility shall rest solely with the Contractor and any damage caused by him as a result of such negligence shall be at his own risk. The Contractor must confine the operation of this equipment to within the golf course limits, easements and approved haul roads. Any damage occurring out- side these areas shall be repaired at the Contractor's expense. b. Upon approval of the Owner and possession of necessary permit from appropriate governmental departments, the Contractor may burn trees, brush, and other materials on the site. The Contractor must provide adequate maintenance of the fire to insure reasonable combustion and sufficient supervision to keep the fire under control at all times. c. The areas designated shall be cleared and grubbed of all trees, stumps, roots, bushes, vines, hedgerows and other obstructions. All unsound or decayed stumps shall be removed to a depth of two (2) feet below the original ground. d. All roots, stumps, logs, and other perishable material shall be removed from the site and shall be buried. If burning is permissible by permit, the material shall be burned in small piles within the areas cleared and grubbed and in such a manner as not to injure adjacent areas which have not or will not be cleared. All operations require GCA approval and process direction. All burning when allowed, shall be under the constant care of a qualified operator, acting as watchman, and coordinated with the area fire ranger and Owner's Field Representative as to when and where burning will be done. Protection of uncleared areas is of utmost importance in order to retain the undisturbed natural growth. e. Stumps and debris which cannot be disposed of by burning (when allowed) may be buried or otherwise disposed of in areas approved by the GCA, but must not be buried near the greens, tees of fairway bunkers or any place which will interfere with the installation of the irrigation system. All locations for buried materials must be obtained from the GCA. Where such materials are buried, the Contractor shall strip, stockpile and respread any topsoil present on the burying area. f. Existing trees in any area of more than seven feet (7') fill on the site ex- cept under a building or other structure including sewers and paving of any kind, may be cleared by cutting at a point no more than l' - 0" above existing grade, leaving the stumps in place. g. Existing trees in any area of the site to be filled less than seven feet (7') or under a building or other structure including sewer and paving of any kind, must be completely removed including roots. h. Debris may be buried in the work area with approval of the GCA, except under building or structures including sewers and paving of any kind, where the finish grade elevation will be more than seven feet (7') above the debris upon completion CG3 of the work outside of the work area as directed by the GCA or as noted on the Drawings. i. All brush shall be completely removed, including roots, and chipped in areas of the rough or may be buried under fill upon specific approval and under the direction of the GCA. j. Fences, power lines, hedgerows, structures and other obstructions shall be removed as directed by the GCA and the cost of such work shall be included in the prices bid for Site Preparation. All brush, logs, stumps, and debris shall be burned or otherwise disposed of in an approved manner. k. Branches from trees may be trimmed and chipped into areas of the rough upon approval of the GCA. 1. Precautions shall be taken by the Contractor to prevent limb, bark, or root injuries to remaining plant material by blasting, falling trees, or by operation of requipment. m. Trees that have fallen previously and which are located within the area of clearing and grubbing shall be removed in the same manner as those standing. n. During the clearing, grubbing and stump removal operation, topsoil shall be protected at all times. o. Upon completion of the First Phase Clearing, the GCA shall inspect and mark the Second Phase Clearing to produce an irregular line of vegetation, saving impor- tant trees and following the dictates of the topography and good design. The final width of clearing shall generally follow the clearing line as shown around the fair- ways as indicated on the plans, however, the GCA may adjust this final line in order to produce the most pleasing line of trees to compliment the layout of the golf holes. P. When trees of exceptional aesthetic quality, form, soundness, and /or value are located within the cleared areas, the GCA shall inspect the trees and determine whether or not they shall be preserved and protected. At any time during construc- tion the GCA may designate certain trees to be removed or to be retained. CG4 i '1 1 1 1 1 1 1 1 1 1 1 1 1� 1 1 I 1 TECHNICAL SECTION EARTHWORK / .01 SCOPE The work under this Section of the Specifications consists of furnishing all labor, materials, and equipment \to strip, excavate, place, compact, spread, mix, and finish grade according to the Drawings, Specifications and directions of the GOLF COURSE ARCHITECT (GCA) and SUPERINTENDENT. .02 SITE GRADING a. The Contractor shall be required to do all grading necessary to complete all items of golf course construction as indicated on the Plans and included in the Specifications. b. The Contractor will be required to strip all clean and useful soil in the upper 6 to 8" of the existing grade (so called "top- soil "), from all areas of fill and excavation on the golf course. The stripped "topsoil" shall be stockpiled adjacent to the stripped areas so that it does not interfere with the progress of the work. In no case shall "top- soil" be stockpiled on any native grass rough area that is intended to be preserved. There are certain areas that require better quality surface material, particularly tee surfaces and green slopes. The GCA may require the Contractor to place "topsoil" in these areas from satisfactory sources. The Contractor shall schedule the earthwork so as to place "topsoil" over the course in areas where "topsoil" may not be present or where it is not stripped in a one step method. Where "topsoil" is required, it shall be spread and graded over such areas to a minimum depth of six (6) inches. Should conditions require other procedures, the GCA will adjust the procedure accordingly. These provisions apply to all areas of the golf course, including tees, greens, bunkers and mounds, swales, etc., and where reference is made to "topsoil" stripping and /or replacing elsewhere in these specifications, the methods set forth in this Paragraph shall be deemed applicable and shall take precedence. c. The Contractor shall utilize rock -free "topsoil" for spreading over all disturbed areas. Surface rock shall be removed by Contractor as directed by the GCA. d. Sub -cuts will be required in areas where suitable materials are found to greater depths until sufficient "topsoil" has been stockpiled for use on the site. e. Quality of the materials will be determined by the GCA and Superintendent on the site as the work progresses. Silty or peaty soils which of themselves are not acceptable will be excavated and used as fill materials. f. Earthwork quantities indicated on the Drawings or in the Proposal Form are estimates only. Th0 Contractor will be required to stockpile sufficient material to cover all disturbed areas to required topsoil depth. If the Contractor fails to stockpile sufficient "topsoil ", or if "topsoil" has been buried or wasted, then the Contractor shall, at his own expense, provide the balance of the "topsoil" re- quired to properly complete the project from designated borrow areas on the prop- erty or from offsite sources. El g. Whenever it appears that loose topsoil materials caused by discing will cause excessive settlement during or after seeding operations, the loose topsoil shall be recompacted before seeding takes place. Areas of topsoil which have been over - compacted shall be loosened and broken up to the satisfaction of the GCA. h. Rocks, roots, and debris in the "topsoil" layer must be removed as they are worked up by each succeeding operation. Unless otherwise stated on the Drawings or these Specifications, the topsoil cover shall be considered to be six inches (6 ") in depth. Removal of rocks smaller than 1" nominal diameter will not be required. The actual volume of rock between 3/8" and 1" shall not exceed 10% in the "topsoil" depth. Rocks shall be disposed of as indicated on the Drawings or as directed by the GCA. i. Fill shall be obtained from ponds and other areas requiring excavation on the golf course as indicated on the plans and /or as otherwise designated by the GCA. Fill material to be used in construction of greens, tees, and fairway bunkers shall be suitable so that it can easily be shaped to golf course features and will settle uniformly. Material containing peat, muck or extensive organic matter will not be allowed as fill in these specialized areas. j. Where fill material is obtained from borrow areas, such areas shall be graded to provide complete surface drainage and to blend with the surrounding con- tours to the satisfaction of the GCA. k. In the event that surplus material is developed from the borrow areas, such material shall be placed in the surrounding areas as directed by the GCA. 1. Fill for greens, tees, and fairway bunkers shall be placed at the location shown on plans, graded and shaped. All fill material used in these features shall be clean and free of organic matter and large rock so that it can be easily shaped and will settle uniformly. m. In all grading, including all cuts and fills, it is necessary to keep the soil as clear of debris as possible. This is particularly true of the soil used in tee and green construction. The GCA reserves the right to adjust any proposed grades of tee and green locations to meet field conditions or to enhance the character of the golf course. n. All slopes around tees, greens, bunkers and mounds shall not be greater than 3:1 unless otherwise shown or directed by the GCA. Cut and Fill slopes in fairways, roughs, and non -use areas shall not exceed 3:1 unless otherwise directed by the GCA. It is necessary to keep all slopes to a gentle grade so that construction will har- monize with the surrounding terrain. The man -made grades should taper into the natural grades and should be gentle and should blend with the existing grade in as natural a way as possible. Particular attention shall be given the cut and /or fill slopes in this regard. o. The Contractor shall take all necessary precautions to prevent any damage to existing trees, foliage, plant materials and property of the Owner outside the area of work under this section. .03 SUBGRADES a. Subqrades indicated on the Drawings or required elsewhere in these Specifica- tion°, be uniform and true to finish grade, shape, and slope. E2 .04 PLAN GRADES a. All grades are shown as finish grade unless specifically noted. Grades at points between spot elevations or contours are to be determined by uniform slopes between given grades or elevations or between such given figures and exist- ing grades. .05 FINISH GRADING a. Site grading for greens and tees shall be finished in a workmanlike manner true to grade and cross section within 0.1' of finish grade shown on the Plans. Areas of the fairway and disturbed roughs shall be finished to seed bed condition within 0.1' of finished grade shown on the Plans. All areas that have been com- pacted by trucks, heavy equipment, or other vehicles or by storage of materials shall be plowed, disced, and dragged to match the texture of remaining finish grad- ed areas. .06 CONSTRUCTION METHODS a. Construction equipment shall not be operated within the drip line of trees, unless indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees unless and until tree wells are constructed. .07 COMPACTION OF FILL a. All embankments of more than two (2) feet shall require mechanical compac- tion in lifts not exceeding one (1) foot each. Slopes receiving fill material shall be suitably scarified in order to permit the new fill to effect a bond. Clay, heavy loams, or very fine sandy loam soils shall be allowed to dry sufficiently be- fore placing in a fill area. b. Compaction under paving, sewers, or watermains shall be accomplished in lifts not exceeding six (6) inches in depth (loose) except where fill materials are granular and vibrating equipment is used, the entire embankment may be placed in one (1) foot lifts. c. Embankments shall not be constructed during periods when the soil freezes while being placed and compacted, nor shall any embankment material be placed on soil that is frozen to a depth greater than four (4) inches. Frozen soil shall not be placed in embankments. d. Compaction by normal earthmoving equipment is usually sufficient as long as lifts do not exceed the above. Should the Golf Course Architect determine that compaction is not proper, either the Specified or Ordinary compaction method shall be required as described below. .08 SPECIFIED COMPACTION METHOD a. Embankments under pavement, sewers and watermains shall be compacted to a 95% maximum density at not less than 90% nor more than 110% of optimum moisture content, unless otherwise specified. h. Maximum density shall be determined in accordance with SDHPT Test Method lex -114 -E at optimum moisture content or within minus 3 percent of the optimum moisture content. Care shall be taken to avoid overcompacting high P1 expansive clays E3 .09 ORDINARY COMPACTION METHOD a. Compaction shall be obtained with a tamping roller, with an approved type of vibratory compactor, or with approved hand - tamping methods. b. The tamping roller shall be capable of providing at least 200 psi on each tamping foot. c. Each layer of soil shall be compacted until there is no evidence of further consolidation. .10 EARTH EMBANKMENTS a. Earth embankments shall be defined as embankments composed of soil material other than rock and shall be constructed of acceptable material from approved sources. b. Except as otherwise indicated, earth embankments shall be constructed in successive six (6) inch layers, loose measure, for the full width of the individual cross section and in such length as are best suited to the sprinkling and compaction methods utilized. c. Minor quantities of rocks not larger than four (4) inches, encountered in constructing earth embankment may be incorporated in the earth embankment layers, provided such placement of rock is not immediately adjacent to structures or under greens, tees or traps. d. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feathered on a slope of 1:20 or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrows shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, discing or similar methods to the end that a uniform material density is secured in each layer. e. Water required for sprinkling to bring the material to the moisture content necessary for optimum compaction shall be evenly applied and it shall be the res- ponsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. f. All earth cuts, whether full width or partial width cuts in the side of a hill, which are not required to be excavated below subgrade elevation shall be scarified to a uniform depth of at least six (6) inches below grade and the material shall be mixed and reshaped by blading and then sprinkled and rolled in accordance with the requirements outlined above for earth embankments and to the same density as that required for the adjacent embankment. g. Compaction of embankments shall conform to subgrade preparation. Each layer of embankment requiring compaction shall be compacted to the required density by any method, type and size of equipment which will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. E4 h. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise indicated. Soils shall be sprinkled as required and compacted to the extent neces- sary to provide not less than 95 percent nor more than 105 percent of the density as determined in accordance with SDHPT Test Method Tex -114 -E at optimum moisture content or within minus three (3) percent of the optimum moisture content. Care shall be taken to avoid overcompacting high P1 expensive clays. i. After each layer of earth embankment or select material is complete, tests as necessary will be made by the Engineer. If the material fails to meet the den - sity specified, the course shall be regorked as necessary to obtain the specified compaction. .11 ROCK EMBANKMENTS a. Rock embankments shall be defined as those composed principally of rock and shall be constructed of accepted material from approved sources. Rock embank- ments shall not be placed immediately adjacent to structures or under greens, tees or traps. b. Except as otherwise indicated, rock embankments shall be constructed in successive layers for the full width of the cross section and of eighteen (18) inches or less in depth. When, in the opinion of the Engineer, the rock sizes necessitate a greater depth of layer than specified, the layer depth may be in- creased as necessary, but in no case shall the depth of layer exceed two and one half (22) feet. Each layer shall be constructed by starting at one end and dumping the rock on top of the layer being constructed then pushing the material ahead with a bulldozer in such a manner that the larger rock will be placed on the ground or preceding embankment layer and the interstices between the larger stones filled with small stones and spalls by the operation and from the placing of succeeding loads of material. c. The maximum dimension of any rock used in embankment shall be less than the depth of the embankment layer and in no case shall any rock over two (2) feet in its greatest dimension be placed in the embankment. All oversized rocks which are otherwise suitable for construction shall be broken to the required dimension and utilized in embankment construction where indicated, except that when preferred by the Contractor and acceptable to the Engineer, such rocks may be placed at othee points where the embankment layer is of greater depth, thus requiring less breakage. d. Each layer shall be compacted to the required density as outlined for "Earth Embankments ", above, except in those layers where rock will make density testing difficult, the Engineer may accept the layer by visual inspection or proof rolling. e. Unless otherwise indicated, the upper three (3) feet of the embankment shall contain no stones larger than four (4) inches in their greatest dimension and shall be composed of material so graded that the density and uniformity of the surface layer may be secured in accordance with SDHPT Test Method Tex - 114 -E. f. Exposed oversize materials shall be broken up or removed. .12 EMBANKMENTS AT CULVERTS AND BRIDGES a. Embankments adjacent to culverts and bridges which cannot be compacted by use of the blading and rolling equipment used in compacting the adjoining sections E5 of embankment shall be compacted in the manner prescribed under Structural Excava- tion and Backfill. b. Embankment placed around spill through type abutments shall be constructed in six (6) inch loose layers of uniform suitable material placed in such manner as to maintain approximately the same elevation on each side of the abutment and all materials shall be mixed, wetted and compacted as specified above. c. Embankment material placed adjacent to any portion of any structure or above the top of any culvert or similar structure shall be free of any appreciable amount of gravel or stone particles and thoroughly compacted by mechanical compac- tion equipment. .13 DRAINAGE a. If necessary during the progress of the work to interrupt the natural sur- face drainage or flow of artificial drains, or irrigation ditches, the Contractor shall provide adequate temporary drainage facilities that will prevent erosion damage or unnecessary delay in the work and shall restore original drainage or con- struct proposed drainage structures as soon as conditions will permit. The Con- tractor shall provide and maintain adequate drainage away from any building area during the construction period. .14 REMOVAL OF UNSTABLE SOILS a. Where excavation to proper subgrade exposes unstable soil, the Contractor shall remove the unstable materials and replace with satisfactory materials as directed by the Golf Course Architect or Engineer. b. Soil, sod, weeds, or other material encountered above the subgrade eleva- tion which cannot be properly compacted may be designated as unstable material by the Golf Course Architect or Engineer. .15 PROSECUTION AND CLEANUP a. The Contractor shall be aware of any comply with work priorities outlined in these Specifications and other adjustment in work schedule as may be required to properly coordinate the construction work with other contractors or the Owner's requirements. b. The grading Contractor shall leave the site in an orderly condition free of all debris so that seeding, sprigging and /or sodding operations may proceed immedia- tely. All areas outside the Contract limits which have been disturbed shall be re- stored to the original condition at the expense of the Contractor and to the satis- faction of the Golf Course Architect. .16 MEASUREMENT a. The Contractor shall provide for an approved registered surveyor, acceptable to the Owner and hired by the Contractor, to provide measured in place fill and the volume computed in cubic yards by the method of average end areas. No allowance will be made for shrinkage. E6 .17 PAYMENT a. Excavation, placing and Embankment, when included in the contract as a separate pay item, shall be paid for at the contract unit price bid for "Excavation and Placing (to include Embankment), which price shall be full compensation for all work herein specified, including the furnishing of all materials, compacting, equipment, tools, labor, water for sprinkling, proof rolling and incidentals nec- essary to complete the work. E7 TECHNICAL SECTION GOLF COURSE DETAILS .01 SCOPE These specifications outline minimum requirements for materials, construction methods and workmanship necessary for the construction of golf courses. .02 MATERIALS a. Sand and gravel for golf course construction shall be washed and shall conform to the following gradation: Total % Passing Gravel Pea Course Green Mix Trap Sieve Size Backfill Gravel Sand Sand Sand 1 inch 100 3/4 inch 90 - 100 1/2 inch 50 - 90 100 3/8 inch 20 - 55 85 - 100 No. 4 1 - 10 0 - 10 No. 8 0 - 5 0 - 5 No. 10 100 100 No. 16 100 95 - 100 95 - 100 No. 30 10 - 80 70 - 95 70 - 95 No. 60 1 - 10 0 - 2 0 - 2 b. Topsoil shall be natural, friable, fertile soil possessing characteristics of good native topsoil materials which produce a vigorous growth of vegetation in the vicinity of the work site. Topsoil shall be free from turf, weeds, roots, rocks or stones larger than 1" in diameter, lime, cement, ashes or other deleter- ious matter. The volume of rock between 3/8" and 1" shall not exceed 10% in the topsoil layer. c. Canadian Sphagnum Peat or Reed Sedge Peat shall be used for organic matter and shall be uniform in texture and quality throughout the construction work. Contractor shall guarantee that all of the required peat will be obtained from one uniform source. The Peat shall contain a minimum of 85% organic matter. d. Trap sand shall be white or light tan in color with a minimum of 75% in the 0.25 to 0.50 mm range. .03 FAIRWAY CONSTRUCTION a. The Grading Plan shows finish grade contours for the entire site. The Contractor shall schedule his work so that large areas are finished and ready for installation of irrigation systems and for seeding as soon as possible. GD1 b. Uniformity of compaction is essential. The Contractor shall place fill in uniform layers of dry and stable material up to the maximum capacity of his equip- ment to spread and compact the material uniformly without excessive bridging. c. The Contractor will be allowed to adjust elevations in order to make cuts and fills balance for the total site. Adjustments to reduce haul from one part of the site to another will not be permitted. All adjustments must be approved in advance and in writing by the GOLF COURSE ARCHITECT and must provide proper vision for sight distance, organically flowing and blended with the existing grade. d. All grading shall be finished with smooth, rounded slopes basically follow- ing the curved contour lines shown on the plans. The Contractor shall particul- arly avoid creating angular ditches and backslopes which produce a "highway" or "drainage ditch" appearance. e. Upon completion of the grading operation and the application of topsoil to the specified depths all areas to be planted shall be thoroughly tilled with a tractor -drawn rototiller or other approved implement until all lumps and clods of soil have been broken down and the seedbed left in a pulverized condition. All debris, roots, trash, clumps of sod, rocks, etc., shall be removed from the soil, to the satisfaction of the GOLF COURSE ARCHITECT, in order to make a clean seed- bed for seeding. f. All areas to be planted shall be smoothed to provide complete surface drain- age free from water holding depressions or pockets. Undulations in grade that will not permit proper operation of mowing equipment shall be corrected for the effec- tive use of such equipment. .04 TEE CONSTRUCTION a. The locations, shapes, and sizes of all tees as shown on the drawings, are drawn for the purpose of providing the Contractor with an indication of the loca- tion and character of these proposed items. b. The best quality topsoil of the material stripped shall be stockpiled and used specifically for tee construction. No rock larger than one -half inch (1/2 ") shall be allowed in topsoil for tees. c. Where fill material has been stockpiled at tee sites, it shall be of suffi- cient quantity to permit shaping of the tee to be built for that site. Should the GOLF COURSE ARCHITECT determine that additional fill is necessary, it will be taken from existing borrow areas without increasing the quantities or costs by the Con- tractor. d. Tees shall be shaped so that their lines and slopes will blend with the nat- ural surrounding contours harmoniously. In order to develop the finest possible tees, the GOLF COURSE ARCHITECT reserves the right to alter the construction of any tee when, in his opinion, such alteration is necessary to improve the design of these features without increasing the quantities or costs by the Contractor. e. Embankments for tees shall be uniformly compacted to prevent uneven settle- ment. f. Finished elevation of the tee may vary slightly from plan elevations but the pl,,yiny surface shall be dragged and carefully hand raked to perfectly flat surfaces which blend smoothly with transition slopes. GD2 g. All tees shall be graded to provide a smooth, level surface, free from depressions or pockets, and pitched slightly (no more than one (1) percent (see drawings) from front to rear, from rear to front, or from right side to left side). to provide surfaced drainage. All tee slopes shall be graded to blend smoothly with the surrounding contours and to permit mowing by fairway gang mowers unless otherwise directed by the GOLF COURSE ARCHITECT. After tees have been graded in this manner, the topsoil shall be replaced over all slopes and surfaces to a depth of six (6) inches as hereinbefore specified. .05 SAND TRAP CONSTRUCTION a. The locations, shapes, and sizes of all sand traps and bunkers, as shown on the drawings, are drawn for the purpose of providing the Contractor with an indication of the location and character of these proposed items. b. Where fill material has been stockpiled at sand trap and bunder sites, it shall be of sufficient quantity to permit shaping of the bunker to be built for that site. Should the GOLF COURSE ARCHITECT determine that additional fill is necessary, it will be taken from existing borrow areas without increasing the quantities by the Contractor. c. Sand traps and bunkers shall be shaped so that their lines and slopes will blend with the natural surrounding contours harmoniously. In order to develop the finest possible sand traps and bunkers, the GOLF COURSE ARCHITECT reserves the right to alter the construction of any sand trap or bunker when, in his opin- ion, such alteration is necessary to improve the design of these features with- out increasing cost to the Owner. d. The sand traps and bunkers shall be shaped to the sizes and shapes shown on the plans and /or as otherwise laid out in the field by the GOLF COURSE ARCHITECT. They shall be cut with the bottoms being concave so all surface drainage runs away from the edges of the trap or bunker. Care shall be taken to not make the sand traps too steep to hold sand therein. The Contractor shall be careful to preserve the natural - looking lines on the sand traps and grass bunkers as shown on the plans or as directed by the GOLF COURSE ARCHITECT. The artistic and aesthetic handling of the shaping of the mounds, noses, and outlines of all sand traps and bunkers shall be a prerogative of the GOLF COURSE ARCHITECT. It is to be expected that most of this work will be accomplished by machine and then hand - worked as direct- ed by the GOLF COURSE ARCHITECT. Each sand trap will contain drain tile lines of four (4) inch perforated plastic pipe or its equivalent. This pipe shall be placed in a ditch a minimum of eight (8) inches wide and eight (8) inches deep. This ditch shall be located so that all areas of the sand trap or bunker slope toward it. A leveling layer of drain tile bedding material of three - eights (3/8) inch to one- half (1 /2)inch diameter minimum particle size shall be placed on the bottom of the ditch. The tile lines shall then be installed in this base with a minimum fall of one. (1) percent. The upper end of the tile should be covered or capped. The ditch shall then be filled to grade with the same gravel. These tile lines shall each connect to a sump located outside of the trap or continue to a point at which they may be daylighted. A sump shall consist of a hole five (5) feet by five (5) feet (see detail), filled with washed gravel three - eights (3/8) to two (2) inches in diameter particle size. Carry -off lines shall be directed to daylight. When tile is daylighted, the last six (6) feet of the line shall be galvanized c.m.p. or steel well casing of sufficient interior dimension to allog the corrugated plastic pipe to fit inside. The end of the pipe shall be cut at the end (minimum 2:1) to blend with the ..lope of the ground and all outlets shall be protected by expanded metal spot CD3 welded to the pipe end (use 1/2" x 13 gauge flattened expanded metal), and if necessary, a swale to permit proper discharge. It is not necessary for the carry - off lines to have the gravel base or to be backfilled with gravel if non- perfor- ated plastic pipe or drainage tubing is used. These lines may be laid directly in the ditch bottom and backfilled with excavated material but they must maintain the desired slope to the point of discharge. e. I,mmeJiately prior tO the placing - of sand in the sand - traps, a nine (9) inch vertical lip shall be cut around the edge of the trap. The outline of all -the sand - -t -raps shall be approved or located by the GOLF COURSE ARCHITECT. At the same time the edging work is being done, the bottom of the sand traps shall be cleaned of all grass, debris and excess material from the trench excavation and trap edg- ing, and the bottoms shaped so that all areas drain to the tile lines. f. After the subgrade has been approved, the Contractor shall carefully dump the required amount of specified sand in the sand trap. Spreading of the sand shall not be required immediately, but shall be done by the Contractor after the surrounding area has germinated and the possibility of soil washing or blowing into the trap is virtually eliminated. g. Sand for use in the traps shall be clean, hard grains of pure sand, as white as possible, free from gravel and containing a majority of particles from lmm to .25mm diameter particle size. The grade and quality of the sand shall be approved by the GOLF COURSE ARCHITECT prior to purchase. The Contractor shall provide a sand sieve analysis for the trap sand to be used. The results shall also indicate the following: a) Degrees dry slump; b) Degrees damp slump; c) Percent buried at dry angle; d) Percent buried at damp angle; e) Percent buried (flat and dry). .06 GREEN CONSTRUCTION a. The grading for the greens is drawn for the purpose of providing the Con- tractor with an indication of the sizes, shapes, and character of the proposed grading of the greens. The plans are to be used as a detailed guide but will be supplemented by the GOLF COURSE ARCHITECT through field direction. Mounds and green surface drainage shall be as indicated on the plans and /or as directed by the GOLF COURSE ARCHITECT to determine whether changes should be made. b. Refer to TECHNICAL SECTION - EARTHWORK outlining topsoil requirements and fill material for greens. c. Where fill material has been stockpiled at green sites, it shall be of suf- ficient quantity to permit shaping of the green to be built for that site. Should the GOLF COURSE ARCHITECT determine that additional fill is necessary, it will be taken from existing borrow areas by the Contractor. Rough grading of fill material shall be shaped into natural appearing mounds and swales without looking artificial. The GOLF COURSE ARCHITECT shall inspect all rough grading of the greens and approval will be given before final shaping begins. e. All greens must be staked at intervals not to exceed 20 feet around the per- imeter of the green, and at all spot elevations shown on the plan. Interior green stakes must be placed at all breaks in grade. GDI e. Greens shall be shaped so that their lines and slopes will blend with the natural surrounding contours harmoniously. The mounds and swales shall be shaped into smooth, curving lines as shown on the plans and /or as directed by the GOLF COURSE ARCHITECT. The rolls and slopes of the surrounding mounds shall blend smoothly into and onto the putting surfaces of the greens. Molding of the greens shall be done with a tractor, no larger than a Caterpillar D -6. Since this work is critical, it must be done very carefully. It is not the type of operation in which a full blade can be utilized effectively. After the green shapes have been "roughed in in this manner, a small farm -type tractor, such as a Ford, together with an earthcavator or other suitable attachment shall be used to bring the sur- faces of all molded features into a smooth, uniform grade. Where, in the GOLF COURSE ARCHITECT'S opinion the sixe, shape, or slopes of the mounds and /or putt- ing surfaces of the greens require altering slightly in order to improve the de- sign or appearance, such alteration shall be done by the Contractor, to the satis- faction of the GOLF COURSE ARCHITECT, at no extra cost. f. Embankments for greens shall be uniformly compacted to prevent uneven settle- ment. g. Subgrades shall be rough graded before interior stakes are set. All stakes must be in place before the GOLF COURSE ARCHITECT and SUPERINTENDENT will approve the subgrades of subsequent base materials. The subgrade must be properly sloped to drain into the underdrain pipe system. The green subgrade shall be cut out of the rough shaped greens. The contours of the subgrade should conform to those of the proposed finish grade with a tolerance of plus or minus one (1) inch. The subgrade should be constructed at an elevation of sixteen (16) inches below the proposed finished grade. The subgrade should be com- pacted sufficiently to prevent future settling which might create water holding depressions on the putting surfaces. It will be noted that layers of material above the subgrade consist of four (4) inches of gravel and twelve (12) inches of greensmis. After settling, the total depth will be sixteen (16) inches. The Con- tractor must plan his quantities to take into account the compaction of materials to result in the above thickness. Aprons and collars around the completed base materials shall be carefully and ac- curately placed according to plan shape and grade. After the green subgrades and the surrounding slopes have been molded, shaped and compacted, they will be fine graded prior to the installation of the drain lines. No approval for tiling will be given by the GOLF COURSE ARCHITECT until the green and its subgrade have been compacted and fine graded to a point of removing all clods, rocks and chunks of material greater than one (1) inch in diameter. Some hand raking may be necessary to achieve this condition. Upon approval of this work by the GOLF COURSE ARCHITECT, drain tile lines shall be installed as directed. Ditches, a minimum of eight (8) inches wide and eight (8) inches deep, shall be cut. into the subgrade of the green. The ditch bottoms shall be cleaned and smooth- ed to uniform grade and all loose materials shall be removed from the ditch bottoms. All suitable material excavated from these ditches shall be removed from the greens' subsurface and spread uniformly over the backslope of the green. Some hand work may be necessary to accomplish this work. No lips shall be left on the trenches that would prevent water movement into the ditches. A leveling layer of drain tile bedding material of three eights (3/8) to one -half (1/2) inch diameter minimum part - cle size shall be placed in the bottom of the ditch. The drain tile shall then be GD5 installed on this gravel base so that the tile lines have a minimum fall of one (1) percent. Drainage tile shall be slotted corrugated plastic pipe. The upper ends of all main drain tile shall be equipped with a tee joint or elbow to the surface grade. This joint will be capped at its openings at the time of installation. This arrangement will enable the drain line to be flushed in the event of its becoming clogged. The ditches shall be filled to the level of the sub -grade with the same gravel. Carry -off lines shall be from the edge of the green putting surfaces to a suitable discharge area and all outlets shall be protected by expanded metal which should be spot welded to the pipe end (use 1/2" x 13 gauge flattened expanded metal) and, if necessary, a swale to permit proper discharge. It is not necessary for the carry -off lines to have the gravel base or to be backfilled with gravel if non -per- forated plastic pipe or drainage tubing is used. These lines may be laid directly in the ditch bottom and backfilled with excavated material, but they must maintain the desired slope to the point of discharge. The last six (6) feet of the carry - off line shall be galvanized c.m.p. or steel well casing of sufficient interior dimension to allow the corrugated plastic pipe to fit inside. The end of the pipe shall be cut at the end (minimum 2:1) to blend with the slope of the ground and all outlets shall be protected by expanded metal as described above to prevent animal entry. Base material shall be furnished and placed as shown on the Drawings in uniform depth so that the finish grade shape of the green is again followed accurately. The entire putting surface subgrade shall be covered with a layer of washed pea gravel (see particle size specification under paragraph .02a MATERIALS, this Sec- tion) to a minimum thickness of four (4) inches. The Contractor shall be careful to follow the contour of the subgrade while laying the gravel, in order not to change the design of the feature. Grade stakes shall be positioned on both sides of the tile lines in order to maintain the desired contours and to serve as a guide for equipment operators in keeping heavy equipment from crushing tile lines. Appro- priate marks on the stakes will indicate correct gravel depths, thereby insuring greater accuracy. In accomplishing the work of laying the drain tile and the gravel layer, care should be taken to schedule the operations so that the ditches can be cut, tile installed and the four (4T inch gravel layer put on during the same working day so that no ditches, or partials covered tile lines remain open to the elements. All work shall be done in a neat and orderly manner. h. Greensoil shall consist of sand and Canadian Sphagnum or Reed Sedge Peat thoroughly mixed in the proportions determined by soil testing to establish the proper mix composition. i. • After all drain tile and gravel is in place, a layer of topsoil mixture shall be installed immediately on top of the gravel base to a minimum compacted depth of twelve (12) inches. The topsoil mixture shall have a minimum percolation of ten to fifteen (10 -15) inches per hour after compaction in the standard USGA test. The material composition making up this topsoil mixture will be based on a physical laboratory analysis, performed by an approved soil testing laboratory and paid for by the Contractor. Their recommendation for proportions of material to be used must be adhered to. The Contractor will supply the results of this analysis to the GOLF COURSE ARCHITECT and each ingredient must be checked in the field prior to mixing. The materials will then be mixed off the green in a central location nd the final mix must be submitted to the testing laboratory for a second recom- men ul the testing laboratory, it shall be further modified and tested before GD6 placement on the greens. Approval of the greensmix by the GOLF COURSE ARCHITECT does not relieve the Contractor of the responsibility of maintaining a mixture of the proper blend (see paragraph "o" below). All required ingredients must be thor- oughly mixed and blended at a central location then hauled to the greens and dump- ed on the gravel surfaces. The mixture must be free and clean of all roots, sticks, stones and /or other objectionable material to the satisfaction of the GOLF COURSE ARCHITECT. It may be necessary for the mixture to be screened or shredded in order to meet these requirements for a finely pulverized seedbed mixture. The green soil mixture shall be dumped at the edge of the gravel base. If the greensoil is trucked to the green, the green apron shall be planked to pre- vent rutting and compaction of the apron. j. The loosely dumped greensoil shall be spread by a tracked machine no heavier than or with a track pressure greater than a caterpillar D -2. Spreading shall be done with the minimum possible amount of machine travel over the greensoil. k. The machine shall not be operated directly on the base material. 1, Great caution shall be maintained at all times in order not to disturb any of the subsurface drainage or the features related to the putting green surfaces. It is the Contractor's responsibility to insure a minimum soil mixture depth of twelve (12) inches over the entire green after settlement. m. Throughout the entire placing operation, the greensoil shall be raked and all rocks, roots, soil lumps, and debris removed. n. When the greensoil has been placed to its full depth, the green and adjoin- ing aprons shall be saturated with water. All depressions which hold water shall be filled and raked smooth to conform to the general shape of the green or apron. No ridges, depressions, or improper blending of grades will be allowed. o. The Contractor shall provide a minimum of two (2) soil tests from an approved soil testing laboratory of greenmix materials. The first test shall include the following (prior to mixing any components): 1. Sieve analysis of the sand only, corresponding to U.S. Sieve specifications. 2. Permeability of sand in inches per hour. 3. Organic content of peat. After this information has been determined, the following will be required of the mixed materials for an 80% sand /20% Sphagnum Peat or an 90% sand /10% Reed Sedge Peat. 4. Percent of Pore Space (non- capillary (large) and capillary (small)). 5. Permeability (inches per hour). 6. Water retention (at field capacity, % by weight). 7. Bulk density (gm /cm 8. Compression Factor (volume lost after firming mix). 9. Firmness after compaction. The Contractor shall identify the source and address of the location of the materials to be used so the GOLF COURSE ARCHITECT may visit the site(s). The second test will be required of the field mixed materials to the required ratios, but i,r•iu placing any materials on the greens. The sample shall he a composite one, GU/ taken from a number of locations within the pile of mixed material and combined together. This test shall include the following: 1. Mechanical analysis of sand /peat to determine the various particle size of sand fractions; total % of sand, silt and clay; and % of organic matter. P. For purpose of bidding, the Bidder shall assume a greens mixture ratio of 80% sand and 20% peat by volume if Sphagnum Peat is used, or 90% sand and 10% peat if Reed Sedge Peat is used. These percentages may be changed as required by the results of the soil tests performed by the Contractor. .07 PONDS AND LAKES a. Ponds and lakes shall be graded to the depth indicated on the grading plans. b. The pond and lake floors shall be as level as practical and shall be cleared of all stumps, vegetation, or sharp objects. c. All shorelines shall be graded to the slope below water level as indicated on the drawings. d. Prior to excavation of the pond and lake areas, all topsoil shall be stripped and stockpiled, as herein before provided, if a shortage is expected. e. If gravel or loose rock is excavated from the pond sites it shall be dis- posed of in suitable fills such as fairway mounds, etc., and placed in a manner so that it will not interfere with the installation of the irrigation system. The material shall be covered by a minimum of two (2) feet of soil fill material. Ap- proval by the GOLF COURSE ARCHITECT of this procedure shall be necessary before commencing work on individual areas. f. Solid pieces of rock in excess of 12" shall be hauled to specified areas for use in dry walls and rip -rap. CDB TECHNICAL SECTION UNDERGROUND DRAINAGE SYSTEMS .01 SCOPE OF WORK The work covered by this Section of the Specifications consists of furnishing all materials, labor, and equipment for the installation of storm drainage systems, including catchments, culvert pipes, swales, diversion ditches, and perforated drainage pipe, complete in accordance with this Section of the Specifications and the applicable drawings and subject to the terms and conditions of the Contract. This work shall include grading, trenching, excavation, bedding, and backfill for all piping and drainage appurtenances. .02 MATERIALS a. Pipe and joint materials shown in the Plans will conform to the following minimum standards: TYPE OF PIPE Corrugated Metal Corrugated Aluminum Polyvinyl chloride (PVC) Corrugated Polyethylene (Type III) Sewer and Drain PVC CLASS SPECIFICATION JOINTS 16 Gauge AASHO M136 AASHO M136 Galvanized AASHO `°190 AASHO M19O AASH0 M197 AASIIO M196 Type 1, Grade 1 ASTM 1784 ASTM D3212 Grade 4 ASTM D1248 Couplers Class C Heavy Duty SCS Code 606 001 ASTM 2729 Bell End b. Drain tile shall be four (4) inch perforated corrugated polyethylene tubing meeting SCS Code 606 and ASTM F449 Recommended Installation Practice, or four (4) inch perforated polyvinyl chloride (PVC). c. Bends, elbows, tees, wyes, and other fittings shall conform to the require- ments of the type of pipe specified. d. Reinforced Concrete Pipe. Reinforced concrete pipe shall conform to the Design Construction Standards & Specifications of the local governmental agency for reinforced concrete storm drain pipe. e. Flared End Sections. Reinforced concrete end sections shall be manufactured from the same materials used in concrete pipe. Details of manufacture and dimen- sions shall be approved by the GOLF COURSE ARCHITECT prior to delivery to the job site. f. Pipe bedding material for culver pipe shall be pit run material having the largest amount of 1/2" to 3/4" aggregate size as possible, or as per local municipal, governmental or supplier design construction standards and specifications Pip bedding material for perforated drain tile in greens and traps shall be 1/2" minimum for PVC drain tile and 3/8" pea gravel for corrugated plastic pipe. .03 CONSTRUCTION REQUIREMENTS a. Perforated drain tubing shall be laid accurately to line and grade with the openings on the bottom (PVC drain tile), with a minimum slope of one (1) percent. b. Unless otherwise shown on the Plans, underdrains shall be placed on a level- ing layer of pipe bedding material. The pipe shall be bedded and covered with pipe bedding material to a point six (6) inches over the top of the pipe, where possible. The remainder of the trench shall be backfilled and completed as shown on the de- tail sheet. c. Rock encountered within the excavation shall be removed to a width equal to the outside diameter of the pipe plus 12 inches, and to a depth of 6 inches below the pipe. Backfill, to the foundation elevation, may be of approved material re- moved from elsewhere in the trench excavation. d. All junctions and turns shall be made with wyes, tees, and bends fabricated from the same material as the pipe. e. The upslope ends of all underdrain pipe shall be closed with suitable plugs to prevent the entry of soils. f. Pipe bedding material need not be compacted for tile drainage. g. Openings in perforated PVC pipe shall not be larger than 1/2 inch. Pipe with larger openings will not be accepted. h. All underground utilities such as telephone, electric, water, gas, sanitary sewer, storm, tile and drain lines, whether public or private mains or services, shall be repaired if damaged by the Contractor at no added cost to the OWNER. i. All drains to be free of silt, debris accumulation, or other obstruction and shall be flushed thoroughly in the presence of the GOLF COURSE ARCHITECT or SUPERINTENDENT. .04 EXCAVATION, TRENCHING, BEDDING AND BACKFILL a. General: The term "excavation" used hereinafter is defined as "unclassified excavation." Excavation of every description, regardless of material encountered within the grading limits of the project shall be performed to the lines and grades indicated. Excess material from the excavation not required for fill or backfill shall be wasted on the site at locations indicated by the GOLF COURSE ARCHITECT and shall be spread and leveled or graded as directed. Excavation and backfilling shall be performed in a manner and sequence that will provide drainage at all times. Grading shall be done as may be necessary to prevent surface water from flowing in- to trenches or other excavations, and any water accumulating therein shall be re- moved by pumping or by other approved methods. Sheeting and shoring shall be done as necessary to prevent surface water from flowing into trenches or other excavations and any water accumulating therein shall be removed by pumping or by other approved methods. Sheeting and shoring shall be done as necessary for the protection of the work and for the safety of the personnel. All shoring shall be in accordance with Section 7 of the Manual of Accident Prevention in Construction as published by the Associated General Contractors of America. Inc. UD2 b. Trench Excavation shall be by open cut and trenches shall be of the necessary width for proper laying of pipe. The banks of the trenches shall be as nearly ver- tical as practical. Care shall be taken not to over- excavate. No greater length of trench in any location shall be left open, in advance of the completed work, than shall be authorized or directed. During excavation, materials suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench to avoid overloading. c. Except as hereinafter specified for wet or otherwise unstable material, over - depths shall be backfilled with materials specified for backfilling the lower por- tion of trenches. Whenever wet or otherwise unstable material that is encountered in the bottom of the trench, as determined by the GOLF COURSE ARCHITECT, such mat- erial shall be removed to the depth required and the trench backfilled to the pro- per grade with coarse sand, fine gravel, or other suitable approved material. Special requirements relating to specific utilities are as follows: d. The width of the trench one (1) foot above the top of the pipe shall be such that the clear space between the barrel of the pipe and the trench wall shall not exceed eight (8) inches on either side of the pipe. The width of the trench above that level shall be as wide as necessary for sheeting and bracing for proper per- formance of the work. e. The bottom of the trenches shall be accurately graded to provide uniform bear- ing and support for each section of the pipe on undisturbed soil at every point along its entire length, except for the portions of the pipe sections where it is neces- sary to excavate for the proper sealing of the pipe joints as hereinafter specified. Depressions for joints shall be dug after the trench bottom has been graded, and, in order that the pipe rests on the prepared bottom for as nearly its full length as practicable, depressions shall be only of such length, depth and width as required for properly making the particular type of joint. f. Shoring shall be recovered in a manner to avoid damage or disturbance to the work and the excavation shall be free of forms and cleaned of trash. Approved soil material shall be placed in layers not exceeding six (6) inches in thickness, unless otherwise specified, and compacted to the same density as adjacent parent material. Each layer shall be uniformly spread, moistened, or dried by aeration when required, to the proper moisture content and uniformly compacted by hand or machine tampers, or by other suitable equipment. Backfill shall be brought to final grade unless otherwise indicated. Care shall be exercised to avoid any wedging action or eccen- tric action upon or against any structure and to avoid any disturbance or damage to the work. g. Lower Portion of Trenches: Backfill material shall be deposited in six (6) inch maximum thickness layers and compacted with suitable tampers to the density of the adjacent soil until there is a cover of not less than one (1) foot over the crown of the pipe or conduit. The backfill material in this portion of the trench shall consist of approved materials free from stones larger than three (3) inches in any dimension, except where the pipe is coated or wrapped for protection against corrosion, the backfill material shall be free from stones larger than one (1) inch in any dimension. h. Upper Portion of Trenches: The remainder of the trench shall be backfilled with material that is free of stones larger than six (6) inches in any dimension, Laclfill material under turfed or seeded areas shall be depusited in layers not ex- ceedinq twelve (12) inches and each layer shall be compacted to the density of the adjacent soil. UD3 .05 STORM DRAINAGE CONSTRUCTION a. ' All lines shall be constructed true to line and grade as indicated. Trench- ing, excavation, bedding and backfill shall be performed as specified hereinbefore. All pipe which is found to be defective or improperly laid shall be removed from the construction and the portion of that line shall be repaired to the satisfaction of the GOLF COURSE ARCHITECT at the Contractor's expense. b. Each pipe shall be carefully examined before being laid, and defective or damaged pipe shall not be used. Proper facilities shall be provided for lowering sections of pipe into trenches. The laying of pipe shall proceed upgrade beginning at the lower end of the pipeline. Under no circumstances shall pipe be laid in water, and no pipe shall be laid when the trench condition or weather is unsuitable. All pipe shall be laid with tongue end in the direction of flow. c. Perforated Plastic Pipe shall be installed for the purpose of collecting seepage water from those areas in which spring water has been exposed to the sur- face by grading operations. Excavations of trenches to receive pipe shall be from the visible source of seepage extending to areas designated by the GOLF COURSE ARCHITECT. Depth of trenches shall be a minimum of three (3) feet with a minimum width of twelve (12) inches. A six (6) inch layer of crushed stone, of the same type used in green construction, shall be installed in the bottom of the ditches prior to the installation of pipe. Upper ends of the pipe shall be closed off and the trenches backfilled with gravel to within six (6) inches of the ground surface. Topsoil shall then be added to bring the ditch even with the surrounding grades. d. In lieu of headwalls, pipe shall be provided on both ends with flared end sections, type 5, with bands as manufactured by ARMCO as indicated on the plans. These sections shall be installed in accordance with the manufacturer's recommen- dations. Not all culvert or pipe urns require the flared end sections. e. The inverts of the swales shall be graded to a smooth and uniform grade in order to provide a constant flow of drainage with a minimum slope of one -half (.5) percent. Side slopes shall be blended into existing contours to insure proper mow- ing operations with no scalping or missing of ridges and depressions. Material ex- cavated from swales shall be used as fill in adjacent areas or as otherwise directed by the GOLF COURSE ARCHITECT. f. The GOLF COURSE ARCHITECT may require the Contractor to construct diversion swales to prevent surface run -off from damaging tees, greens, fairways, or other areas. These swales, when necessary, shall be designated by the GOLF COURSE ARCH- ITECT in the field. g. The GOLF COURSE ARCHITECT may also require the Contractor to construct swales in addition to those shown on the plans at any time during the course of construction. .06 PROTECTION OF WORK AND PROPERTY The Contractor shall take all necessary precautions to prevent any damage to exist- ing trees, foliage, plant materials and property outside the areas of work under this Section. .07 TRENCH SAFETY The Contractor shall supply a trench safety plan in accordance with OSHA and State requirements. UD 4 .08 FINAL APPROVAL All pipes and drains, at the time of final acceptance, shall be free of silt or debris accumulation or other obstruction. UD5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TECHNICAL SECTION SPRIGGING, FERTILIZATION AND SODDING .01 SCOPE The work under this Section of the Specifications consists of furnishing all labor, materials, and equipment to finish shape, pick rock, prepare seed -bed, sprig, fertilize, sod and mulch according to the Drawings, Specifications and directions of the Golf Course Architect (GCA) and Superintendent. .02 MATERIALS All materials shall conform to the following requirements: a. Sprigs shall be purchased from an established, reputable dealer, tagged to comply with the requirements of the mixture shown on the Drawings and /or in these Specifications and shall be approved by the GCA or Superintendent before use. Sprigs shall be certified as to purity of variety by the State Certifying Agency in the state of origin. A valid certificate shall be supplied to the Owner. b. Fertilizer shall be a commercial formula containing minor trace elements and shall conform to applicable State fertilizer laws. c. Water shall be suitable for irrigation and free from ingredients harmful to plant life. d. Topsoil shall be free from weeds, rock larger than 1" in diameter, concrete, roots, or other deleterious matter. e. Sod shall be Bermuda varieties as specified on the drawings or in the speci- fications. The sod shall be cut by an approved mechanical sod cutter to a thick- ness of not more than 1 inch, or less than 1/2 inch. f. Mulch shall be of wood fiber as manufactured by ConWed Corporation. Weyer - hauser Corporation or Pacific Timber Products. .03 FINISH SHAPING, ROCK PICKING AND SEED BED PREPARATION OF TEES, FAIRWAYS AND SLOPES a. The Contractor will take all necessary precautions to prevent damage to drain- age pipe, irrigation pipe, wiring, sprinkler heads, controllers, and under ground valve boxes previously installed. All pipes in the area of haul roads should be ramped with sufficient earth fill if necessary to prevent damage. Should any damage occur, it will be the Contractor's responsibility to repair the damage at his expense. b. All grades and contours previously established in the rough grading operation will be maintained and enhanced. Any damage or disruption to these grades or con- tours will be re- established by the Contractor. c. All areas compacted due to stroage or traffic shall be plowed or ripped if necessary to a minimum of 12 inches (watch out for irrigation lines). disced or hdrrowed, and dragged to match the texture of the other finished graded areas. SFS 1 d. The practice tee shall be treated in the same manner as regular tees. e. The practice fairway and adjacent rough shall be treated in the same manner as regular fairways and rough areas. f. Target greens shall be treated in the same manner as the fairways. 1. They should be shaped and located as indicated on the grading plans or as directed by the GCA. 2. They should consist of approved topsoil to a depth of at least 3 inches. g. The Contractor shall understand that the finish grading phase of golf course construction involves the most artistic and creative portion of the work, and the Contractor shall coordinate, cooperate and work closely with the GCA and Super- intendent to obtain the desired results. h. The finish grading operation shall begin after the irrigation and major drainage work is completed in a given area. The GCA and Superintendent will be notified prior to any finish work so that they may inspect all work to that point and aid the Contractor in scheduling the finish grading. i. The fairways shall be smoothed and floated by means of a tractor drawn board or pipe drag, steel mat, soil surgeon, or equal. All clods shall be thoroughly pulverized and all areas blended to existing grades. This shall insure that there are no spots which shall hold water and that the surface is such that a gang mower set at 1/2 inch in height will not scalp any area. j. Any vegetation, roots, rocks 1 inch and larger, sticks or other objectionable materials that are collected during this phase of construction shall be hauled to a designated area on site. k. Areas around irrigation heads, controllers. drainage lines and caps, restrict- ed areas around bunkers and greens that cannot be mechanically prepared shall be manually raked and smoothed. m. All finish grade work should provide a two (2) inch minimum depth of bedding soil (powder) for sprigging purposes. At the completion of the seedbed prepara- tion operation and prior to any grassing. the GCA and Superintendent shall be notified for inspection and approval. .04 GOLF COURSE GRASSING a. Materials. 1. Greens sprigs shall be certified 328 Tifgreen Bermuda grass. 2. Tee, Fairway, Rough Sprigs shall be certified 419 Tiffway Bermuda grass. 3. Sod for bunker edges and green collars shall be certified 419 Tiffway Bermuda grass. 4. All sprigs and stolens shall be fresh, high quality certified materials from a source acceptable to the Owner and CCA. The stock shall contain no weeds, soil, or other debris and shall not be dried out at the time of planting. Sprigs shall be Tiffway 419 Bermuda. SFS 2 5. The sprigs shall be harvested to facilitate separation and distribution. Sprigs shall average four to six (4 to 6) inches in length and carry at least four (4) nodes. The sprigs shall be planted within twenty - four (24) hours after their removal from the turf bed nursery. It shall be the Contractor's responsibility to protect the stolens, keeping them moist and out of the sunlight throughout the planting operation. b. Sprigging Tees, Tee Slopes, Fairways. Roughs and Greens Slopes. 1. No area shall be planted before the finish grading is 100% completed and approved by the Golf Course Architect and Superintendent. 2. No area shall be planted before the irrigation system within a given area is operable and has been approved by the Superintendent. 3. The Contractor shall carefully coordinate the grassing operation with the Superintendent being careful not to grass on any area to large or move so swiftly that a reasonable watering operation could not follow. Carelessness of the Contractor, as mentioned above, shall result in him being liable for the cost of additional sprigs and the replanting of the same. 4. The tees, Fairways, irrigated roughs and slopes of moderate angles shall be mechanically sprigged with a planter at a rate of 400 bushels per acre. The sprigs shall be planted to a depth where the soil moisture is stable, generally two (2) inches. The sprigs in a single row shall slightly overlap and under no circumstances be placed more than eight (8) inches apart. A bushel is defined as 1.25 CF or approx. 3 sq. yds of shredded sod. 5. All slopes of steeper degree, in which a mechanical planter would be unsafe to use, will be sprigged by hand, using the same rate of bushels per acre. The sprigs shall be pressed into the soil with a hand disc. .05 FERTILIZING a. Greens, tees and fairways shall be fertilized with the same fertilizer blend. About five (5) to seven (7) days prior to sprigging, the Contractor shall apply 32 -0 -0 at the rate of 136 pounds per acre over all areas and work into the soil. Within one day prior to sprigging, the Contractor shall apply 10 -20 -10 at the rate of 435 pounds per acre over all areas. This fertilizer need not be worked into the soil. b. A soil sample will be taken by the Owner approximately 30 days prior to application of the fertilizer. The fertilizer rates may be adjusted depending on the results of the test. c. Fertilizer must be dry and free flowing when applied. Caked or deteriorated materials will not be permitted. .06 SPRIGGING OF GREEN SURFACE a. Green surfaces will be hand sprigged at a rate of fifteen (15) bushels per 1,000 square feet (a bushel is defined as 1.25 cubic feet or approximately 3 square yard', of shredded sod). SFS 3 b. The area being sprigged as green surface will be defined by a sod outline of the green (see item .07 a.(Sodding around greens and bunkers). c. The sprigs will be certified Tiffgreen 328 bermuda grass. d. The Contractor will smooth float and prepare the surface of the green under the direction of the GCA and Superintendent prior to grassing. This operation will be accomplished by the use of a box blade, tripple board drag, soil surgeon or equal. drawn by a grading tractor. e. The Contractor shall drag and float the green from inside the putting surface outward bringing greenmix into the fringe area. Soil outside the putting surface shall not be dragged onto the greensmix. Such negligence will require the Contrac- tor, at his expense, to strip the greenmix of objectionable material and replacing with approved soil. f. All green traps shall be lipped to prevent surface runoff from the green from entering the trap. g. The GCA will work on site with the Contractor during the final floating of the greens to assure that the actual and entended contours are achieved. The GCA will approve each green prior to any grassing. .07 SODDING AROUND GREENS AND BUNKERS a. The perimeter of all greens and bunkers shall be sodded with a strip of Tiffway 419 bermuda sod to a width of twelve (12) to twenty -four (24) inches de- pending on slope severity. b. Sod will be secured by staples /stakes if necessary. .08 MULCHING a. A cellulose fiber hydromulch will be applied after sprigging and spread over the entire green surface at a rate of one (1) bale of mulch per 1,000 square feet. A bale of mulch is defined as 50 pounds. The mulch shall be as manufactured by ConWed Corporation, Weyerhauser Corporation or Pacific Timber Products. .09 SATISFACTORY GERMINATION /ESTABLISHMENT AND REPLACEMENT a. Sprig survival rate after fifteen (15) days shall not be less than eight (8) live sprigs per square foot. b. Sprigged areas which fail to show an adequate stand of grass within fifteen days shall be raked, refertilized, planted, and mulched at the Contractor's expense. SFS 4 IRRIGATION TECHNICAL SPECIFICATIONS SECTION I - MATERIAL - INSTALLATION 2.01 GENERAL (a) Contractor shall follow manufacturer's recommendations for instal- lation of this system. Care shall be taken to install all equipment within one foot of its staked location. (b) If, at any time prior to final acceptance of this system, it is found that the Contractor has failed to satisfy the requirements of the plans or specifications, or heads are moved from designer's staking operation,he shall be required to remove and relocate installation as directed at his own cost. 2.02 ORDER OF WORK (a) Staking of sprinkler heads (see Special Conditions) shall be co- ordinated with grading contractor. Installation shall proceed as directed following this staking. 2.03 ORDER OF WORK (a) Contractor shall furnish all materials and equipment necessary to complete this work as described herein, and designed on plans. Contractor shall assume responsibility for equipment until all of job, or portion thereof, has been accepted by Owner. Note: Any material furnished by the Owner shall be so listed in Section II Special Conditions. (b) Quality - - Materials used in the system shall be new and without flaws or defects of any type, and shall be the best of their class and kind. Materials shall have a minimum guarantee of one year against defective materials. (c) Handling and Storage - - Protect materials from damage, deterioration, or loss while in storage and during construction. 2.04 SLEEVING (a) Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle. (b) Sleeving material beneath pedestrian pavements shall be PVC Class 200 pipe with solvent welded joints. (c) Sleeving beneath drives and streets shall be corrugated metal pipe (cw)• (d) Sleeving diameter: equal to twice that of the pipe or wiring bundle. Section I Page 1 2.05 PIPE AND FITTINGS (a) Storage: Do not subject plastic pipe and fittings to prolonged exposure to sunlight. (b) Mainline Pipe and Fittings: Use rigid, unplasticized polyvinyl chloride (PVC) AWWA C -900 approved pipe, extruded from material meeting the requirements of Cell Classification 12454A or 12454B, ASTM Standard D1784, with integral belled end. Use Class 100, SDR -25, rated at 200 psi, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use rubber - gasketed pipe for mainline pipe with a nominal diameter greater than or equal to four inches, and rubber gasketed cast iron or ductile iron with lubricant approved by the pipe manufacturer. (c) Submain pipe, Lateral Pipe, and Fittings: Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sani- tation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454 - A or 12454 - B, ASTM Standard D1784, with an integral belled end suitable for solvent welding. Use Class 160, SDR -26, tolerances established material ledger. Use Class 200, SDR - 21, tolerances established material ledgers. Fittings for PVC pipe fittings, ASTM Standards rated at 160 psi, conforming to the dimensions and by ASTM Standard D2241 for pipe when called out in rated at 200 psi, conforming to the dimensions and by ASTM Standard D2241 for pipe when called out on shall be Schedule 40, Type 1, PVC solvent weld D2466 and D1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564, of a type approved by the pipe manufacturer. (d) Specialized Pipe and Fittings: Galvanized steel pipe: Schedule 40 galvanized steel pipe, ASTM Standard Al20. Fittings shall be galvanized, threaded, standard weight, malleable iron fittings. Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined to an iron -based metal (iron, galvanized steel, stainless steel). Service connection on 4" or larger to be made using CAL - AM saddles with 2" FIPT TAP. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 40 [breaded fittings and PVC Schedule 80 nipples unless otherwise noted on dctai1s. Section I Page 2 Joint sealant: Use only approved type PVC pipe joint sealant on plastic threads. Use nonhardening, non toxic pipe joint sealant formulated for use on water - carrying pipes on metal threaded connections. (e) Control Wire: Electric wire from the satellite control unit to each remote control valve shall be American Wire Gauge (AWG) No. 14 solid copper, Type OF cable. UL ap- proved for direct underground burial. Unless otherwise noted, electric wire linking the central control unit and satellite control units shall be American Wire Gauge (AWG) No. 14 solid copper, Type OF cable, UL approved for direct underground burial. Color: Wire color shall be continuous over its entire length. Use black white and green for 120 Volt power wire. Use easily distinguished colors for other control wires and signal wires, per plan call out. 2.06 VALVE BOXES (a) All boxes to be located at grade or 1/4" below grade to prevent possible mower damage. (b) See details and plan notes for boxes. It is important for maintenance that correct box is used with color code as called for. 2.07 GATE VALVES (a) (Main Line Valve - Valve shall be quality type as "Nibco ". Connection shall be ringtite with square operating nut. (See detail for box.) (b) 1 -1/2" or 2" Brass Gate Valve - Valve shall be all brass construction. Type as specified on plans. (See detail for box). 2.08 SPRINKLER, CONTROLLERS, REMOTE CONTROL VALVES (a) All threaded joints shall be installed with use of approved pipe mastic for P.V.C. (b) All heads shall be installed as per details. (c) Quick Coupling Valves - Contractor shall install Q.C.V. at locations as directed by the Irrigation Consultant. Quantity is as shown on plan. Q.C.V. is to be installed as per detail. (d) Automatic Controller - Brand and type as shown on plan. 1. Automatic sprinkler controller installation - install controller, housing and all accessories in strict accordance with the manufacturer's approved details and contract requirements. 2. Master /central controller shall be located as directed in field. (When required.) (e) Remote Control Valves - Brand and size as shown on plans. See details for box and installation. Section I Page 3 2.09 EXCAVATING AND BACKFILLING (a) Locations of existing utilities and other improvements on the drawings are approximate. Existing known conditions shall be the responsibility of the Contractor in case of damage. (b) If after the Contractor requests verification of existing utilities and existing utility is not pointed out by Owner's Representative, it shall remain the Owner's responsibility in case of damage. (c) Excavation - All excavation shall be open vertical construction sufficiently wide to provide ample working space around the work installed, and ample space for backfilling operations. (d) Rock Free - 4" of rock free material will be required above and below all main line piping. (e) Backfill - The Contractor shall place six (6) inches of rock -free backfill over pipe as soon after installation as possible. 24 -Volt wire shall be bundled and run in the trench with this backfill so as to be separate from main line pipe. Remaining trench backfill shall be rock -free material placed over wire. All unsuitable excavated material shall be immediately hauled from site and area cleaned and dressed to receive topsoil or landscaping. (f) Compaction - The Contractor shall compact all open trenches to eliminate later settlement. The compaction may be accomplished by means of flooding, but full responsibility for any settlement will rest with the Contractor and no extra compensation will be allowed for placing additional material to grade. Contractor shall be responsible for all settling of trenches for one year. (g) It is recommended that backfill be made first thing in the morning while pipe and soil temperatures are approximately the same. (h) Flushing and Testing - All pipe lines shall be thoroughly flushed before any heads are installed. When requested, test shall include pressure and leakage tests of sections of pipe as separated by line valves, at pressures not to exceed 150 pounds on gauge at low point of section or sections being tested. Designer shall determine proper pressure and the test shall be executed in accordance with recommendation of Johns - Manville Guide for Installation of Ring -Tite Pipe. (i) Final Backfill - After test is approved by Designer, the complete backfill of mains will be done with compaction by flooding method. Remove all material excess or unsuitable material for seedbed. 2.10 SLEEVING AND BORING (a) For pedestrian sleeving, install sleeving at a depth which permits the encased pipe or wiring to remain at the specified burial depth. (h) For highway sleeves (CMP), install sleeves a maximum of 36 inches from top of pipe to finished grade. Section I Page 4 (c) Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and mark with stakes. (d) Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. 2.11 ASSEMBLING PIPE AND FITTINGS (a) General: 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe ends. 2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. (b) Mainline Pipe and Fittings: 1. Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Rubber - Gasketed Pipe; (a) Use pipe lubricant. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. (b) Cast iron or ductile iron fittings shall not be struck with a metallic tool. Cushion blows with a wood block or similar shock absorber. 3. PVC Solvent Weld Pipe: (a) Use primer and solvent cement . Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. (b) Cure for 30 minutes before handling and 24 hours before allowing water in pipe. (c) Snake pipe from side to side within the trench. (c) Submain Pipe, Lateral Pipe, and Fittings: 1. Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: (a) Use primer and solvent cement. Join pipe it the manner recommended by manufacturer and in accordance with accepted industry practices. (b) Cure for 30 minutes before handling and 24 hours before allowing water in pipe. (c) Snake pipe from side to side within the trench. Section I Page 5 (d) Specialized Pipe and Fittings 1. Galvanized Steel Pipe (a) Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. (b) Apply teflon -type tape or pipe joint compound to the male threads only. 2. Insert a dielectric union wherever a copper -based metal (copper, brass, bronze) and an iron -based metal (iron, galvanized steel, stainless steel) are joined. 3. PVC Threaded Connections (a) Use only factory - formed threads, Field -cut threads are not permitted. (b) Use only approved type pipe mastic. (c) When connection is plastic -to- metal, the plastic component shall have female threads. 4. Install CAL-AM saddles according to manufacturer's recommendations. 5. Make metal -to- metal, threaded connections with Teflon -type tape or pipe joint compound applied to the male threads only. (e) Thrust Blocks 1. Use cast -in -place concrete bearing against undisturbed soil on all ring -tite fittings and gate valves. 2. For concrete volume, see Johns - Manville Hand Book with size to soil type. 2.12 INSTALLATION OF CONTROL SYSTEM COMPONENTS (a) Irrigation Control Units The locations of the control units as depicted on the drawings are approximate; the Consultant will determine their exact site locations during sprinkler layout inspection. Lightning protection: Drive an 8 -foot copper -clad grounding rod into the soil (see installation details). If rock prevents driving, bury at least four feet deep. Connect control unit to grounding rod with AWG #10 solid con- ductor copper wire. Secure wire to grounding rod with brass or bronze clamp. Central control unit to be installed per manufacturers recommendation as called out in Special Conditions. (h) Control Wire Bundk. wires where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 10 -foot intervals. Section I Page 6 Electrical connection at valve will allow for pigtail so solenoid can be removed from valve with sufficient slack to allow ends to be pulled 12" above ground for examination and cleaning. See Details. Provide a 24 —inch excess length of wire in an 8 —inch diameter loop at each 90 degree change of direction, and at both ends of sleeves. Do not tie wiring loop. If a control wire must be splice, (or at solenoid connections) make splice with wire connectors and waterproof sealant, installed per the manufacturer's instructions. When splicing between satellites signal wires or 120 Volt power wires, an electrical junction box is required per detail. Unless noted on plans, install wire parallel with main line pipe. See Detail 2.13 RECORD (AS— BUILT) DRAWINGS (a) Maintain in good order, on site, one complete set of irrigation construction drawings which shall be updated on a weekly basis to reflect progress. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points. 2.14 CLEANUP (a) Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. Section I Page 7 End of Section I IRRIGATION SPECIFICATIONS SECTION II - SPECIAL INSTRUCTIONS 3.01 GENERAL These special instructions are to be considered as part of the specifications and where in conflict with any other part of these specifications are to supersede the same. 3.02 STAKING AND "AS BUILT" MAP (a) Contractor will supply all stakes and flagging needed for staking and layout as per Designer's request. (b) The Designer will be responsible for all staking and layout. Contractor shall furnish three (3) men to assist in this staking. (c) The Designer will make all decisions as to infield changes. (d) The Desginer will be responsible for the preparation of the "As Staked" plan and provide Contractor with copies of New Blue Line drawings within twenty four hours as as possible. (e) Contractor is to red line these blue line "As Staked Drawings" as he completes work in each area. This red line is to indicate where piping was installed showing all routing changes. Progress payments will be held up if this process is not kept up to date. 3.03 DEPTH OF COVER (a) Irrigation Main Line Pipe - That pipe 4" and larger will have a cover of 18" to 22 ". (b) Sub Main Line Pipe - That pipe 1 -1/2 - 2 - and 2 -1/2" supplying the valve in head sprinkler or R.C.V. "s shall have a cover of 12" to 16 ". (c) Lateral Piping - That pipe after the remote control valve supplying the individual sprinklers, shall have a cover of 10" to 14 ". (d) Wire - Wire depths and installation shall conform to local codes. 3.04 TRENCH WIDTH (a) Trenching in limestone area will require special consideration in trench width and backfill. (b) Trenching mainline will require Vermeer 800 type trenches with width requirements as follows: Pipe Trench Width 1- 1/2 "- 2 "- 2 -1/2" 8" 4" 12" 6 " -8" 18" The need to provide space on both sides of the main in this hard limestone is for repair and installation. 3.05 BACK FILL (a) When sandstone /limestone is removed from trench and becomes fine lik,r dust, this material will not be permitted for bedding. (b) Bedding material will be supplied on site for Contractor to pick up and deliver to his trench side. This material will then be placed as bedding, prior to pipe installation. After pipe is installed and shaded with good bedding material, final back fill can be mixed with limestone fines if less than 1 -1/2" in size. (c) In all cases it is understood if trench walls or bottom has exposed rock of any type, bedding will be completed with this outside bedding material prior to pipe installation to cushion from this rock. (d) All trenches shall be water settled for compaction. 3.06 POWER SUPPLY 120 VOLT FIELD CONTROLLERS (a) Two power sources are used with 120 Volt power coming from breaker box as provided at irrigation pump station. (b) Conduit required in concrete floor as detailed. Use flex cable or steel conduit where exposed in building to meet local electric codes. (c) Provide power stabilizer at each source as called for on plans. (d) Provide lightning protection at each clock as called for on plan. 3.07 CENTRAL PROGRAMMER (a) Irrigation Contractor is responsible to run pulse wire to maintenance building and locate in Junction Box outside of building. Wire hook up into building is by others. Irrigation Contractor is responsible to "ring out" pulse wire with manufacturers represenative, and is responsible for cost of any repairs to make pulse wire operable. 3.08 SETTING OF HEADS AND BOXES (a) Contractor shall be responsible for all pipe ditch settlement for one year after acceptance. (b) Contractor shall be responsible for all settlement of sprinkler heads and boxes, for 60 days after each area has been turned over and accepted for operation by the Owner. (c) Boxes will be set to finish grade and hand tamped with weighted hand held compactor. This tamping will be done when soil is moist - not wet. (d) Sprinkler heads will be set 1 - 1/2" - 2" above grade so as not to flood with mud. (e) Owner will be responsible to lower heads to grade. 3.09 CREEK CROSSINGS Creek beds as shown on plans generally have a rock bottom and will require special handling for crossing with pipe or wire. (a) Plans show crossings with a 8 or with a 82 . 8 shall be made with steel bedded in concrete per detail. shall be made in 4" steel sleeve with solvent weld 90 per detail (h) All wire shall he in P.V.C. conduit located next to pipe. Pulse vir he in separate conduit for power wires. 'errinn TT Pa v 3.13 PUMP STATION (a) Pump stations as detailed, shall PSI with all of the standard features as 3.10 CLEAN UP (a) It is understood that rock exposed from trench excavation shall be removed and disposed of by the Irrigation Contractor. (b) Any rock left after back fill, and prior to finish grade work, shall be 2" in size or less. Failure to meet this requirement of clean up will result in work being performed by finish grade Contractor and back charged to Irrigation Contractor. (c) Irrigation Contractor shall be notified in writing if clean up requirements are not met, with twenty four to respond. p 3.11 EXISTING UTILITIES (a) The location of any existing utilities is the responsibility of the Contractor to verify. The existing conditions shall be the responsibility of the Contractor in case of damage. (b) If Contractor request verification of utilities and is not advised it will be Owner's responsibility for repair. 3.12 ROAD CROSSINGS (a) All irrigation piping at road crossings shall have minimum of 36" of •cover. Back fill shall be completely of sand with bedding 6" - 8" below and on both sides of pipe. (b) All wire crossing roads shall wire. 120 volt power, pulse wire, and 24 conduits. be in conduit sized to accommodate volt wires shall all be in separate be a skid unit as manufactured by called under their standard unit. (b) Wet Well shall be set as detailed with size and depth as on plans. (c) Inlet pipe shall be with rotating screen at inlet. Screen to be stainless steel with plastic frame or approved epoxy coated steel frame. Size as called on detail. (d) Pad shall be as sized on plan, with re-bar requirement to meet local code for type of building to be built by others. Pad footing requirement shall be confirmed by Owner as to building requirm't. Note:Conduit requirm't (e) Power shall be supplied by Owner with hook -up of same by others. (f) 120 volt power to field clocks shall be part of this work. (g) Setting of skid and hook -up of welded steel shall be as per detail. Paint exposed steel piping to match pump station. (h) Contractor shall be responsible for pump manufacturer to perform start up and written warranty will be for two years from date of purchase. Section II Page 3 3.14 WARRANTY (a) The Contractor shall warrant his construction to be free from defects in material and workmanship including the manner of installation for a period of one year following acceptance of final payment by the Owner to the Contractor. Provided, however, this warranty shall be enforceable only if the installation is properly maintained and operated under normal conditions and in accordance with manufacturer's instructions. The Contractor shall repair or replace immediately any part of his work which proves defective during the warranty period except such items which are expected to be used up or consumed in service. The Contractor warranty shall be in addition to the Contractor and surety obligations under the Performance Bond. (b) Changes in sprinkler locations shall be made in the field due to the contour and tree locations. Due to these conditions, it shall be the Contractor's responsibility to achieve the basic coverage as outlined on the plan. This is not to mean any additional heads shall be required to be installed under this contract price, but if additional pipe or wire is required, due to these condi- tions, the Contractor shall install and furnish it at no additional cost to the Owner. Extra heads or deletion of head count as found on these plans shall be handled as unit price additions or deductions. (See Bid Form for Measured Sum Units.) (c) All agreements for alterations, changes,omissions from "extras" or additions to the work shall be made in writing and bear the Designer's written approval. (d) It shall be the contracting installer's responsibility to report to the Owner or the Designer of any deviations between mechanical drawings, speci- fications, and the site. Failure to do so, prior to the installing of equipment, resulting in replacing and relocating the equipment, shall be done at the Con- tractor's expense. (e) The Contractor warrants to the Owner, the Architect, the Construction Manager, and any person who now or hereafter owns the property involved that all materials and equipment furnished under this Contract and incorporated in the work will be new unless otherwise specified, and that all equipment, materials and work will be of good quality, free from faults and defects and in good conformance with the Contract Documents. All equipment, materials and work not so conforming to these requirements, includ- ing substitutions not properly approved and authorized, may be considered defective. If required by the Architect or the Construction Manager the Contractor shall furnish satisfactory evidence as to the kind or quality of materials and equipment. 3.15 SUPPLIER'S RESPONSIBILITY The Owner or the Contractor, (Purchaser, as the case may be) will be res- ponsible for the warranty and service of all equipment provided by them respectively after the installation thereof, and to the extent that they shall be respectively responsible as aforesaid, they will, at their own expense, cause the supplier to do and perform the following: Section II Page 4 1. Supplier will make periodic calls on the project during installation to see that the Contractor is following the manufacturer's recommended instal- lation procedures. 2. Supplier shall agree to local service and spend necessary time with maintenance to insure full understanding of operation and maintenance. 3.16 SUBSTITUTION OF MATERIALS (a) In the event the Contractor wishes to substitute a product that he believes to be an equal product to the product as specified in the Contract Documents, and that in his opinion meets all the mechanical, material, and operational requirements of the products, as specified, he shall submit (along with the required shop drawings) a letter stating, (1) the qualifications of such product over the product as specified, and (2) his reasons for requesting the substitution in lieu of the product as specified, and (3) the credit the Contractor will offer to the Owner if such substitution be formally accepted as an equal to the product specified. (b) It is to be noted that any Contractor submitting a formal bid on this work will submit his bid using only the materials as specified in the Bid Documents. Material substitutions will be considered only after the signing of the Contract. (c) Submittals must be made prior to signing of the contract. 3.17 MATERIALS (a) Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, construction water, tools, equipment, temporary light, temporary power, transportation and other facilities necessary for the completion and execution of the work. Unless otherwise specified, all mater- ials incorporated in the permanent work shall be new and of good workmanship and good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. 3.18 SUPERINTENDENCE (a) The Contractor shall, at all times when work is being done, have on the site as his agent a competent superintendent capable of interpreting the Plans and Specifications, and experienced in the type of work being performed, who shall receive instructions from Don K. Burns and comply with them without delay. Such superintendent shall be furnished regardless of the amount of work sublet to Subcontractors. (b) The superintendent shall not be replaced without written notice to the Owner's Representative. (c) Any employee of the Contractor of Subcontractor whose work is deemed by Don K. Burns sufficiently incompetent to jeopardize the work or safety of other employees or the public, shall be dismissed from the work upon written notice from Don K. Burns to the Contractor. Section II Page 5 3.19 TESTING Contractor Responsibility: (a) Notify the Consultant three days in advance of testing. (b) Pipelines jointed with rubber gaskets or threaded connections may be subjected to a pressure test at any time after partial completion of back - fill. Pipelines jointed with solvent - welded PVC joints shall be allowed to cure at least 24 hours before testing. (c) Subsections of mainline pipe may be tested independently, subject to the approval of the Engineer. (d) Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. (e) Volumetric Leakage Test: 1. Cap risers for volumetric pressure tests. Back fill to prevent pipe from moving under pressure. Expose couplings and fittings. 2. Purge air from the pipeline before test. 3. Subject mainline pipe to the anticipated operating pressure of 150 PSI at tested section low points for two hours. Maintain constant pressure. The amount of additional water pumped in during the test shall not exceed 0.98 gallons per hour per 100 joints of four -inch diameter pipe and 1.45 gallons per hour per 100 joints of six -inch diameter pipe. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the Consultant approves the test results. 3.20 RULES AND REGULATIONS (a) Work and materials shall be in accordance with the latest edition of the National Electric Code, Uniform Plumbing Code as published by the Western Plumbing Officials Association, and other applicable state or local laws or regulations. Nothing in these Drawings or Specifications is to be construed to permit work which would not conform to these codes. 3.21 PLACING WORK IN SERVICE (a) If desired by Owner, portions of the work may be placed in service when completed and the Contractor shall provide proper access for this purpose. Such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction throughout the duration of this Contract and thereafter as provided under the guarantee. Section II Page 6 3.22 COORDINATION WITH OTHER CONTRACTORS (a) The Contractor shall coordinate his work with that of other Contrac- tors and public utility companies or their subcontractors in order to minimize any inconveniences, conflicts and delays. 3.23 TREE AND SHRUB PROTECTION (a) The Contractor shall exercise great care to protect and preserve all trees and existing groundcover within the vicinity of the work -site which are outside of the areas designated for clearing and /or grading and all trees within the clearing and grading areas designated to remain. The Contractor shall per- form the work without taking access through any tree cover to remain except for those locations established by Don K. Burns. The work includes the installation by Contractor of piping within areas where trees and ground cover is designated to remain. Such work shall be done in ways which minimize damages to such trees and groundcover. Section II Page 7 1 1 1 CITY OF ROUND ROCK PUBLIC WORKS PROJ ECT ROUND ROCK MUNICIPAL GOLF COURSE SPECIFICATIONS AND CONTRACT DOCUMENTS 1355I CONSTRUCTION SPECIFICATIONS ROUND ROCK MUNICIPAL GOLF COURSE CITY OF ROUND ROCK, TEXAS SET NO. INDEX Notice to Contractors NTC -1 Instructions to Bidders ITB -1 - ITB -3 Agreement PBD -1 - PBD -3 Statement of Bidders Qualifications PBD -4 - PBD -7 Non Collusion Affidavit of Prime Bidder PBD -8 Bid Bond BB -1 - BB -2 Contractors List of Subcontractors /Suppliers LSS -1 Bid Schedule (Unit Price) Golf Course Construction BS -1 - BS -3 Bid Schedule - Irrigation BS /I -4- BS /I -5 Bid Schedule Summary BS -6 Alternates BS -7 Notice of Award NA -1 Performance Bond PB -1 - PB -2 Payment Bond PB -3 - PB -4 Maintenance Bond MB -1 - MB -2 Notice to Proceed NTP -1 Change Order CO -1 - CO -2 General Conditions GC -1 - GC -26 Special Conditions 5C -1 - SC -5 Technical Specifications: Clearing and Grubbing CG -1 - CG -4 Earthwork E -1 - E -7 Golf Course Details GD -1 - GD -8 Underground Drainage Systems UD -1 - UD -5 Sprigging, Fertilization and Sodding SFS -1 - SFS -4 Irrigation - Material - Installation I /MI -1- I /MI -7 Irrigation - Special Instructions I /SC -1- I /SC -7 Plans and Construction Drawings: Cover Sheet CB -1 GP -1 GP -2 CP -1 CD -1 Clearing and Grubbing Plan /Site Preparation (Fence Removal) Grading Plan - Front Nine Grading Plan - Back Nine Cart Path Plan Construction Details - Greens /Tile NOTICE TO CONTRACTORS Sealed proposals addressed to the City Manager, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and performing all work required for the construction of the Round Rock Municipal Golf Course. The work to be performed under the provisions of these Contract Documents shall consist of the construction of the 18 -hole Round Rock Municipal Golf Course located East of town within the Franklin Tract off County Road 122 adjacent to Oak Bluff Subdivision to the South. The Contractor shall be responsible for providing all superintendence, equipment, labor, supplies, materials, transportation, etc..., for completing the job as detailed on the bidding plans and in the contract documents. Proposal forms, specifications, and instructions to bidders may be obtained from the office of the City Secretary, 3rd floor, City Hall in Round Rock, Texas beginning August 28, 1989, for a nonrefundable charge of Sixty -five Dollars ($65.00) per set. Bids will be received until 2:00 P.M., September 14, 1989, then publicly opened and read aloud. No bids may be withdrawn after the scheduled opening time. Any bids received after schedule bid opening time will be returned unopened. A pre -bid conference is scheduled for 2:00 P.M., September 8, 1989. All bidders are encouraged to attend but this is not mandatory. All proposals shall be accompanied by a certified cashier's check upon a national or state bank in the amount of five (5 %) percent of the total maximum bid price payable without recourse to The City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that bidder will enter into a contract and execute performance bond within ten (10) days after notice of award of contract to him. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. When determining the responsibility of the lowest and best bidder, the City will require evidence of recent experience in the construction and supervision of golf courses. Pub. Dates: Austin American Statesman Round Rock Leader NTC -1 JOANNE LAND City Secretary City of Round Rock. INSTRUCTIONS TO BIDDERS 1. PROPOSAL 1.1 All bidders shall observe the following instructions and those contained in the "Notice to Contractors ". 1.2 Only bids submitted upon the proposal form furnished herein will be accepted. All items shall be properly filled out. Numerals, printing and signatures shall be written in ink. Signatures shall be in longhand. Alterations to bid amounts by erasures or by interlineations shall be initialed by the signer of the Bid Proposal. Any Bid Proposal not duly signed will not be considered. Alternative proposals will not be considered unless called for in the proposal form. 1.3 All bids must be sealed, addressed to and deposited on or before the day and hour set for the opening of bids at the location called for in the "Notice to Contractors ". The bids must be submitted in a sealed envelope, and outside of the envelope shall show the title of the work as shown on the specifications, the date and time of opening and the name of the bidder. 1.4 The bid shall be submitted on the proposal form as provided, without separ- ation from the documents. The entire book shall be submitted with the bidder's proposal. 2. PROPOSAL GUARANTEE Each proposal shall be accompanied with a certified or cashier's check drawn on an acceptable bank or a bid bond in an amount not less than five percent (5 %) of the total bid. 3. WITHDRAWAL OF BIDS The Bidder may withdraw any proposal he has submitted at any time prior to the hour set for opening of bids provided a request for withdrawal is signed in a manner identical with the proposal being withdrawn. No withdrawal or modifi- cation will be permitted after the hour designated for opening of bids. 4. INTERPRETATIONS OF DRAWINGS AND DOCUMENTS If discrepancies or omissions are found in the drawings or specifications, or if the bidder is in doubt of the meaning or needs clarifications, he shall notify the Golf Course Architect. If the point or points in question are not clearly and fully set forth, a written addendum will be mailed to each person obtaining a set of contract documents. The owner will not be bound by, nor responsible for oral instructions, interpretations or representations. 5. QUALIFICATIONS OF BIDDERS 5.1 The owner may make such investigations as it deems necessary to determine the ability to perform the work, and the bidder shall furnish to the owner all ITB -1 such information and dates for this purpose as the owner may request. The owner reserves the right to reject any bid if the evidence submitted by, or investiga- tion of, such bidder fails to satisfy the owner that such bidder is properly qualified to carry out his obligations of the contract and to complete the work contemplated within (Refer to sheets PDD -4 through PBD -7). 6. CONSTRUCTION SCHEDULE Prior to signing the contract, the contractor shall submit an overall con- struction schedule for the project. This construction schedule shall start with the proposed date of signing and contract, and the completion date shall be the date specified in the contract. 7. CONTRACTOR RISK The construction contract and the detailed specifications contain the pro- visions required for the construction of the project. No information obtained from any officer, agent or employee of the owner on any such matters shall in any way affect the risk of obligation assumed by the contractor or relieve him from fulfilling any of the conditions of the contract. 8. DEFINITIONS 8.1 The word "Owner" means the City of Round Rock. Texas. The owner will be responsible for payment in accordance with the terms of the contract. 8.2 The word "Contractor" means the person, firm, or corporation to whom the award is made. Subcontractors as such will not be recognized. 8.3 The word "Golf Course Architect (GCA)" refers tothe firm of Richard M. Phelps, Ltd., Evergreen, Colorado. designated by the owner as its golf course architectural representative during the course of construction to perform appro- priate construction observation and computations of payment. 9. SALES AND USE TAX FORMS Tax Exemption Certificates must be obtained from both the City and the State for all materials used in City projects. The City will furnish these forms to the successful bidder. The City will require a summary of all invoices for materials used in their project to be submitted upon completion of the Project for audit purposes. Bid price to be exempt from Federal, State or local taxes on bids. 10. INSURANCE The successful bidder shall furnish Certificate of Insurance indicating general liability, workmen's compensation and employee's liability, prior to commencement of work. ITB -2 11. APPLICABLE LAWS The submission of a bid shall be a representation by the bidder that he has familiarized himself with all laws applicable to the Project and will com- ply therewith throughout the Contract. 12. PERFORMANCE AND PAYMENT BONDS The party to whom the contract is awarded will be required forthwith to execute the contract and a performance and payment bond with ten (10) calendar days from the date of the written notice of award of the contract is delivered to the bidder at the address given by him. In case of a failure to do so, the Owner may, at his option, consider that the Bidder has abandoned the contract, and the certified check or bid bond accompanying the proposal shall become the property of the Owner. The Performance and Payment bonds shall be in the amount of 100% of the total contract price. 13. MAINTENANCE BOND The Contractor shall deliver to the Owner, upon completion of all work under this Contract, and before final payment is made, his written guarantee made out to the Owner, in a form satisfactory to the Owner guaranteeing all the work, materials, appliances, equipment, etc., provided under the Contract to be free from defective materials and /or faulty workmanship, and to be watertight and leakproof. In the guarantee, the Contractor shall agree to replace or reexecute, in a manner satisfactory to the Owner, without cost to the Owner or Project Manager, such work as may be found to be defective or faulty, and pay for all damages due to such replacement, or reexecution. The Maintenance Bond shall be in the amount of 10% of the total contract price. 14. INSURANCE The Comprehensive General Liability insurance will include as Additional Named Insureds: the City of Round Rock; Dippel- Ulmann & Associates, Inc., Engineers; Donald K. Burns, Irrigation Consultant; Richard M. Phelps, Ltd., Golf Course Architect; CCA- Silband Corporation, Golf Management; and each of their officers, agents and employees. ITB -3 THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF WILLIAMSON AGREEMENT of That this Agent made and entered into this O/ day A.D., 198$, y and between the CITY OF ROt ND ROCK, TEX F'., its Mayor, First Party, hereinafter termed the Owner and of the City of County of , State of , Second Party, hereinafter termed Contractor. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by said First Party (Owner), the said Second Party (Contractor) hereby agrees with the first Party to commence and complete the construction of dated certain improvements at the prices set forth in the Contractor's Proposal for certain improvements described as follows: CONSTRUCTION OF 18 -HOLE ROUND ROCK MUNICIPAL GOLF COURSE The Contractor shall perform all work shown on the Plans and described in the Contract and shad meet all rlaTairements of this Agreement, the General and Special Conditions of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the above named parties to this Agreement. The Contractor hereby agrees to com mence work under this contract within 10 consecutive calendar days after the date written notice to do so shall have been given to him and shall cause work to progress in a manner satisfactory to the 0 wner. Such work shall be completed in full by May 15, 1990 The Owner agrees to pay the Contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, subject to additions and deductions, all as provided in the General Conditions of the Agreement. The following documents together with this Agreement, comprise the Contract, and they are fully a part thereof as if herein repeated in fill].. The Notice to Contractors The Instruction to Bidders The Proposal and Bidding Sheets The Performance 5 Payment Bonds Maintenance Bond Notice of Award Notice to Proceed PBD Change Order The General Conditions The Special Conditions Addenda Specifications The Plans PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF Travis KNOW ALL, MEN BY THESE PRESENTS, THAT J.C. Evans Construction Co., Inc. of the City of Austin County of Travis , and State of Texas as principal, and United States Fidelity & Guaranty Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound Bond #72- 0120 - 10050 -904 unto City of Round Rock (OWNER) , One Million Eight Hundred Ninety in the penal sum of Thousand Five Hundred Sixty and 81/00 -- Dollars ($ 1,895,560.81 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the 17th day of January 1990, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; This bond shall be construed to incorporate the provisions of Senate Bill 1321 enacted by the 71st Legislature of the State Texas, Texas Regular Session, 1989. In the event that J.C. Evans Const. Co., Inc. is unable to fulfill its contractual obligation under this policy or contract or application or certificate or evidence of coverage, the policyholder or pg_icertificateholder is not protected by an Insurance Guaranty Fund or toher solvency protection arrangement. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be • determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of January 1990. J.C. Evans Construction Co.,. Inc. Principal By Title 1 e w ) >� Title Attorney -in - Fact Address PO Box 9647 Austin, Texas 78766 The name and address of the Resident Agent of Surety is: Bill Pitts Insurance Agency PO Bxo 2291, Austin, Texas 78768 PB -2 United States Fidelity & Guaranty Co. Surety j By / /y z Rose Marie'Boriskle Address PO Box 2291 Austin, Texas 78768 THE STATE OF TEXAS COUNTY OF • Travis PAYMENT BOND Bond #72 -0120- 10050 -904 KNOW ALL MEN BY THESE PRESENTS, THAT J.C. Evans Construction Co., Inc. , of the City of Austin County of Travis , and State of Texas as principal, and Unites States Fidelity & Guaranty Co. authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Round Rock (OWNER) , One Million Eight Hundred Ninety Five in the penal sum of Thousand Five Hundred Sixty and 81 /100- Dollars (8 1,895,560.81 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the . 17th day of January 1990, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; This bond shall be construed to incorporate the provisions of Senate Bill 1321 enacted by the 71st Lesgislature of the State Texas, Texas Regular Session, 1989. In the event that J.C. Evans Const. Co., Inc. is unable to fulfill its contractual obligation under this policy or contract or application or certificate or evidence of coverage, the policyholder or certificateholder is not protected by an Insurance Guaranty Fund or other solvency protection arrangement. PB -3 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were "copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of January 1990 J (' Fans ConRtnlction Co.. Tpc. United States Fidelity & Guaranty Co. Principal Surety By Title Attorney -in -Fact Address PO Box 9647 Austin, Texas 78766 The name and address of the Resident Agent of Surety is: Bill Pitts Insurance Agency :• Texas 78768 PB -4 By / Ro3e Marie` Boriskie Address PO Box 2291 Austin, Texas 78768 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the lawn of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint of the City of Austin its true and lawful attorney in and for the State of (SEAL) STATE OF MARYLAND. BALTIMORE CITY, STATE OF MARYLAND BALTIMORE CITY, FS 3 03 J CERTIFIED COPY GENERAL POWER OF ATTORNEY No 89992 } m: Set. Rose Marie Boriskie Texas , State of Texas for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Rose Marie Boriskie may lawfully do in the premises by virtue of thee, Pimento- In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this inetromeat to be sealed with its corporate seal,, duly attested by the signatures of lta Vice-President and Assistant Secretary. this llth day of October . A. D. 19 79 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) ay James D. Rector (Signed) W. B. M. Hingeley Vice - President. Assistant Secretary. On this 11th day of October , A. D. 19 79 before me personally came James D. Rector , Vice-President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W. B. M. Hingeley , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said James D. Rector and W. B. M. Hingeley were respectively the Vice. President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the Beal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Director. of said corporation, and that they signed their names thereto by like order as Vice-President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19. 15 2... (SEAL) (Signed) Margaret M. Hurst Notary Public. E William Allen , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Margaret M. Hurst , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I not acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the anal of the Superior Court of Baltimore City, the same being a Court of Record, this 11th day of October ,A. D.19 79 (SEAL) (Signed) William Allen Clerk of the Superior Court of Baltimore City. �Mittel ' `. COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. There /ore, be is Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice - Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys.in.fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsover, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. I, James M. Carroll , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Rose Marie Boriskie of Austin, TeX 8 S , authorizing and empowering her to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 11th day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY Assistant Secretary. +n N• 1 _3 °1w.e$C'A x'A "=i �'_ . i(• A1)01;11. 4otepirri NIODUCER :ODE Bill Pitts Insurance Agency P.O. Box 2291 Austin, Texas 78768 'NSURED J.C. Evans Construction Co., Inc. P.O. Box 9647 Austin, Texas 78766 EXCESS LIABILITY A. X OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND WVO420063700 EMPLOYERS' LIABILITY OTHER A CCPL TED DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES /RESTRICTIONS/SPECIAL ITEMS ACORD 25 - S (3/88) SUB -CODE 642NH8257 -1 COMPANY A LETTER COMPANY LETTER COMP `. LETTER AN COMPANY D LETTER COMPANY E LETTER vU 0 A 1 .- dd.�, D sSK.tw..- . ISSVE DATE (MMlDDIYY) 1/17/90 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE St. Paul Insurance Agency POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDD[YY) DATE (MM /DDYYY) ALL LIMITS IN THOUSANDS AUTOMOB;LE LIABILITY COMBINED P' - X ANY AUTO - _ LIMIT LE .. _.. 3. BODILY ALL OWNED AUTOS INJURY $ SCHEDULED AUTOS 042NH8257 10/01/89 10/01/90 (Per Person) X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) - GARAGE LIABILITY 'PROPERTY DAMAGE OCCURRENCE EACH 10/01/89 10/01 /90 5 5,000 AUTHORIZED REPRESENTATIVE COVERAGES - , . THIS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BE LOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER .TR GENERAL LIABILITY GENERAL AGGREGATE $ 2,000, A x COMMERCIAL GENERAL LIABILITY P RODUCTS- COMP /OPS AGGREGATE $ . 1,000, - - X 642NH8257 10 /01/89 In /01/90 CLAIMS MADE OCCUR. PERSONAL & ADVERTISING INJURY $ OWNER'S & CONTRACTOR'S PROT: EACH OCCURRENCE $ 1 , 000 FIRE DAMAGE (Any one fire) s 50, DC X one , MEDICAL EXPENSE (Any o person) $ $ 5,000 STATUTORY I 500, (EACH ACCIDENT) 10/01/89 10/01/90 $ 500, (DISEASE — POLICY LIMIT) 500, (DISEASE —EACH EMPLOYEE 1/17/90 10/1/90 1,000,000. Occurrence 1,000,000. Aggregate Limits of liability are stated as of inception date of policy. Paid losses may have reduced available aggregate limits. 'CERTIFICATE HOLDER - CANCELLATION . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Round Rock EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 221 E. Main St. MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Round Rock, Texas 78664 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE 50 OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES_ Bill Pitts Insurance Agency - E(ACORD CORPORATION 1988 1 AGREEMENT - continued The undersigned bidder hereby acknowledges addenda No. , 1 1 1 1 1 1 1 1 1 1 1 1 IN WITNESS WHEREOF the Parties to these presents have executed this Agreement in the year and day first above written ATTEST: 0, "Ii 1 ty Secretary '7 ` By: 17,76 Mayor By: 81,(ic CITY OF ROUND ROCK, TEXAS, OWNER Contractor PB D -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be and it seal affixed by its duly authorized officers this • %',/) day of 19 1S,ali IF CORPORATION PBD of Corpora ion Sy Title Attest- tij Secretary * * * STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehen- sive. This statement must be notarized. If necessary, questons may be answered on seperate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: 1. e 2. Permanent main office address: c?a /7� / ,4. 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? ZjQJ 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) _,/ If so, where and why? 7. General character of work performed by your company: 8. Have you eve failed to complete any work awarded to you? 9. Have you ever defaulted on a contract? If so, where and why? PBD -4 /W` 1 /ROJECT NAME I BBOTT LABS 1 1 I ARKE AT SPICEWOOD SPRINGS TEINER RANCH SEC1A 11 OORES CROSSING Al STREETS 1 00RES CROSSING A2 STREETS 1 00RES CROSSING BLVD. I LROY ROAD I IRCLE C B3 PHASE III STREETS IRCLE C B6 STREETS 1 AKELINE BLVD. RIDDLE SLAUGHTER 1 ANDICE ROAD 1 1 9/09/89 1 BRAKER LANE EXT 183 II ANOR DOWNS RACETRACK I MPROVEMENTS CURRENT PROJECTS J. C. EVANS EXCAVATION CO., INC. CONTRACT AMOUNT OWNER /ENGINEER EST. PHONE NUMBER CPLT DATE 126,000.00 325,682.00 212,175.50 738,000.00 530,640.00 374,847.00 201,648.00 37,236.00 1,038,227.00 290,089.00 48,367.00 462,915.00 126,325.00 296,005.00 ABBOTT LABS LARRY LACY 512- 255 -2000 SWC BRAKER /183 LTD. 10/89 C/O BAKER AICKLEN JOSE E. SAENZ 512- 346 -6980 MANOR DOWNS C/O O'MALLEY & CLAY 409 - 836 -7937 HORIZON SAVINGS C/O GRAY ENGINEERING 512- 483 -5650 10/89 HUGHES INTEREST 512- 328 -821 08/89 MOORES CROSSING JT.VT 512 - 454 -5162 MOORES CROSSING JT.VT 512- 454 -5162 10/89 10/89 05/89 05/89 MOORES CROSSING JT.VT 512 - 454 -5162 05/89 MOORES CROSSING JT.VT 512- 454 -5162 05/89 06/89 480 -9821 AUSTIN PAVING 512 - 451 -4082 AUSTIN PAVING 512- 451 -4082 AUSTIN PAVING 512- 451 -4082 10/89 08/89 08/89 1 1 1 1 1 Job Name RENOVATIONS AND IIALTERATIONS TO PARK ST. DAVID PROFESSIONAL OFFICE BUILDING IBM BLDG 1 1 3-M OUTDOOR TESTING FACILITY 1 HISCO MANUFACTURING FACILITY 1 "'MOTOROLA PROJECT MGMT. 3 -M THERMAL OXID. 1 BROWNWOOD IBM FASTLANE 1 FINISHOUT 1 1 1 1 1 CURRENT PROJECTS J.C. EVANS GENERAL CONTRACTING CO., INC. Owner /Contact ST. DAVID'S HOSPITAL Graeber Simmons Cowan Mr. Phil Bible IBM FACILITIES ENGINEER Harvey Hoskins 3 -M AUSTIN John Grimm HISCO Paul Seaback MOTOROLA Ray Tyx 3M Nick Patera IBM FACILITIES ENGINEER Harvey Hoskins Phone Number Contract Amount (512)477-9417 $ +680,805 Comp. Date (512)823 -2304 $ 175,000 7/89 (512)984 -5107 (512) 834 -9773 (512)823 -2304 $ 151,000 8/89 $605,000 10/89 (512) 928 -6346 $4,075,000 12/89 (612) 778 - 6901 $259,000 9/89 $389,900 9/89 1 1 1 Project Name 1 MANOR DOWNS RACETRACK IMPROVEMENTS 1 MCNEIL ESTATES AND WEST BURNET ROAD "SLAUGHTER LANE I (CASTLEWOOD) 1 1 1 1 1 1 1 1 1 1 MOORE'S CROSSING 1 1 NORTH UPPER BANK SLAUGHTER CREEK INTERCEPTER CURRENT PROJECTS J.C. EVANS UNDERGROUND UTILITY CO., INC. Owner /Contact MANOR DOWNS C/O O'MALLY & CLAY CITY OF AUSTIN CITY OF AUSTIN MOORE'S CROSSING JOINT VENTURE P.O. BOX 9647 AUSTIN, TEXAS 78766 GRAY ENGINEERING CIRCLE C DEVEL. STEVE BARTLETT 1111 W. 11TH Contract Comp. Phone Number Amount Date (409)836-7937 $113,790 10/89 (512)322 -6410 $945,927 10/89 (512)322-6410 $1,201,128 12/89 (512)483 -5650 $424,255 02/90 (512)480 -9821 $1,489,541 03/90 J. C. EVANS UNDERGROUND UTILITIES CURRENT PROJECTS ELECTRIC, GAS, TELEPHONE Steiner Ranch Sec 2A Electric Hughes Interests 58,268.90 Will Shepherd 512- 328 -8211 Legend Oaks Section 5A Gas Southern Union Gas 23,598.00 Eddie Imken 512- 477 -5981 Ext 412 Southwestern Bell Adirondack Southwestern Bell 8,800.00 Gary Havener 512- 870 -2189 10. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. (Identify projects comparable to the project being bid.) 11. List your major equipment available for this contract. i 12. Experience in construction work similar in importance to this project: 13. Background and experience of the principal members of your organization, including officers: 14. Credit available: 15. Bank reference: //LQ PBD -5 16. will you, upon request, fill out a detailed financial statement and f rnish any other information that ratty be required by the Owner? 1 L OJECT NAME 1 ALCONES RESEARCH CTR I OODBAY PARKE 'RATTON LANE 'ANYON CREEK I IRCLE C B3 PHASE I STREETS IRCLE C B3 PHASE II STREETS GROVE BLVD. 1 WATERFORD CENTER 1 STEINER BLVD. I TEINER PHS ONE SEC ONE UR POINTS 'OUND ROCK WEST DRIVE BRIDGE IMPROVEMENTS 1 1 1 1 1 RECENTLY COMPLETED PROJECTS J. C. EVANS EXCAVATION CO., INC. CONTRACT AMOUNT 53,900.00 238,300.00 200,500.00 116,857.00 164,208.00 115,970.00 1,081,869.00 620,000.00 2,391,506.00 1,700,888.00 I OTOROLA OAKHILL -SITE - 114,855.75 OAKHILL CAFETERIA - 94,860.00 BLUESTEIN - 40,992.00 L EGEND OAKS 1,831,479.05 EC 4 /ESCARPMENT 860,495.00 OWNER /ENGINEER UT AT AUSTIN 512- 471 -3042 HAEGLIN CONSTRUCTION 512- 346 -7117 HB AUSTIN PARTNERSHIP 512- 388 -1313 AUSTIN CANYON CORP. 512 - 327 -3135 BRADLEY DEVELOPMENT 05/89 STEVE BARTLETT 05/89 CITY OF AUSTIN TRANS.& PUBLIC SERV. 02/89 HUGHES INTEREST 512- 328 -8211 HUGHES INTEREST 512- 328 -8211 HUGHES INTEREST 512- 328 -8211 WRIGHT /HANKEY JOHN WRIGHT 512 - 385 -6651 REALTEX FUNDING 328 -8000 PWB JOINT VENTURE 512 - 327 -6840 CPLT. DATE 08/89 07/89 07/89 07/89 01/89 01/89 02/89 03/89 03/89 03/89 03/89 12/88 170,470.00 CITY OF ROUND ROCK 12/88 512- 255 -3612 II HE PAVILION 420,341.90 "[ELLS POINT DETENTION POND 106,371.70 •IRCLE C B5 104,530.00 I EARTLAND 268,368.00 LAKE CREEK /MACONDA 855,326.00 II REAT HILLS PHASE 2 SECT. 2 499,842.65 li ASIS BLUFF 761,000.00 LEGEND OAKS SECTION II 2,300,000.00 1 LEGEND OAKS 3A 403,650.00 II AT HOLLOW - O'CONNOR DR. 642,000.00 II URTLE ROCK 153,200.00 II HOWPLACE LANES 378,535.00 1 1 HEPHERD MOUNTAIN 1,728,000.00 II AT HOLLOW 1 & 5 CAT HOLLOW 3 •AT HOLLOW 9 CIRCLE C ESCARPMENT "LAUGHTER LANE CIRCLE C WOLFTRAP 1 GREAT HILLS PHASE 2 SECT. 1 1 11 9/09/89 74,415.00 142,068.00 149,215.00 1,360,857.00 1,372,015.00 226,170.00 296,518.75 FRANKLIN SAVINGS C/O BURY & PITTMAN 512- 477 -5369 MERA BANK C/O CARLSON ENGINEERING 512- 280 -5160 BRADLEY DEVELOPMENT 11/88 512- 480 -9821 HEALTH CARE RET.CORP. 10/88 MACONDA PARK JV 09/88 C/O HAYNIE KALLMAN 512- 250 -8611 SAN JACINTO 5 & L 713 - 661 -7000 TRAVIS CTY CIP 512- 473 -9666 REALTEX FUNDING 512 - 452 -2562 REALTEX FUNDING 512- 452 -2562 PARKLANE DEVELOP. 512- 320 -0001 POHL BROWN AND BROWN 06/88 KINLEY NELSON CO. 06/88 ARLINGTON, TEXAS SHEPHERD MTN. JV PARKLANE DEVELOP. 512- 320 -0001 CIRCLE C DEVELOP. 512 - 327 -9270 GAREY CONSTRUCTION 512- 837 -5916 OLMOS CONSTRUCTION 512 - 448 -3838 SAN JACINTO S & L 713 - 661 -7000 12/88 12/88 08/88 08/88 08/88 08/88 06/88 06/88 06/88 05/88 02/88 02/88 10/87 Project: Description: Cost: Date of Completion: Owner: Address: Contact: Project: Description: Cost: Date of Completion: Owner: Address: Design: Project: Description: Cost: Date of Completion: Owner: Address: Design: Project: Address: Description: Cost: Date of Completion: Owner: Address: Design: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Project: Address: Description: Cost: Date of Completion: Owner: Address: RECENTLY COMPLETED PROJECTS IBM Bldg. 007 Finish Out $381,000.00 April 1989 IBM Austin 11400 Burnet Rd., Austin, TX Harvey Hoskins, Facilities Engineer Harris Branch Recreation Center Recreation Facility $576,000.00 March 1989 Provident Development 901 Mopac South, Suite 540, Austin TX Boussard Group Selber Manufacturing Manufacturing Plant $197,229.00 March 1989 Selber & Assoc. 4715 Steiner Ranch Blvd., Austin TX Benchmark Professional Group Waterford Centre Waterford Centre Blvd. Medical Care Complex $3,047,518.00 February 1989 Hughes Interests 1301 Capital of Texas Hwy, Austin, TX Murphee Engineering Circle C Swim Center 10501 Escarpment Blvd., Austin, TX Swim Center Recreational Complex $442,945.00 September 1988 Circle C Development Corporation 1111 West llth Street, Austin, TX Heather McKinney Architects IBM Austin 11400 Burnet Road, Austin, TX Improvements $85,000.00 December 1988 IBM International 11400 Burnet Road, Austin TX Texas Instruments 12501 Research Blvd., Austin, TX Remodel $57,849.40 April 1988 Texas Instruments 12501 Research Blvd., Austin, TX Project: Cost: Date of Completion: Owner: Address: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Cost: Date of Completion: Owner: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Legend Oaks Monuments $66,476.00 April 1988 Peyton Collins 901 Mopac Expressway S. Suite 410, Austin, TX Babendure Design Group Gabriel's Court 2905 San Gabriel, Austin, TX Office and Retail Building $3,100,000.00 December 1987 San Gabriel, Ltd. MBank Tower, Suite 1300, Austin, TX The Austin Group Circle C Dam $769,140.00 December 1987 Bradley Development Medical Parkway Garage 1015 West 37th Street Seven Level Concrete Parking Structure $3,241,269.00 February 1987 Seton Medical Center 1201 West 38th Street, Austin, TX Walker Parking Consultants TI PWB Building Expansion PWB Building Expansion $813,080.00 February, 1987 Texas Instruments, Inc. 12501 Research Blvd. The Colley Associates Microelectronics Computer Technology Corp. (MCC Facilities) 10100 Burnet Road 210,000 SF Corporate Headquarters $19,454,250.00 October 1, 1986 University of Texas System 210 West Sixth Street, Austin, TX Golemon & Rolfe Marathon Professional Building 18,000 SF Doctors Office Building $1,381,000.00 July 31, 1986 Marathon Professional Associates 1005 Congress, Suite 550, Austin, TX Tom Pinchback (512) 4771007 Cox /Croslin & Associates Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: *Northwest Hills United Methodist Church 7017 Hart Lane Sanctuary, New Dining Hall, Office Addition $800,000.00 July 1, 1986 Northwest Hills United Methodist Church 7017 Hart Lane, Austin, TX Wilson, Stoeltje, Martin, Inc. InterFirst Bank /Westlake Drive Thru Facility $310,000.00 June, 1986 InterFirst Corporation P.O. Box 908 Mike Thompson (512) 327 -2980 Holt +Fatter, Inc. *Town & Country Bank 13915 Burnet Road Bank & Four Story Building $3,600,000.00 February, 1986 Town & Country Bank 13409 Burnet Road, Austin, TX The Austin Group Sid W. Richardson Physical Education Ctr. Natatorium Renovations $312,159.00 October 15, 1985 Southwestern University P.O. Box 770, Georgetown, TX Kirk Treible (512) 8636511 Skidmore, Owings & Merrill *Steck II Negotiated 33,000 SF Office Building $2,100,000.00 April 15, 1985 Steck II - Joint Venture 8217 Shoal Creek Blvd. Gary D. Nauert Cox /Croslin & Associates *B.P.I. Systems 3001 Bee Caves Road, Rollingwood, TX Negotiated, Design, Build, Office & Mfg. $2,800,000.00 April, 1985 B.P.I. Systems 3001 Bee Caves Road, Rollingwood, TX The Austin Group InterFirst Bank /Westlake Main Bank Building $243,458.00 January, 1985 InterFirst Corporation 1400 Capital of Texas Highway, Austin, TX 1 1 1 LEGEND OAKS SECTION 4 REALTEX FUNDING I ESCARPMENT 901 MOPAC #410 AUSTIN, TEXAS PEYTON COLLINS 1 LAKEWOOD PARK SUBDIVISION 1 CIRCLE C WEST INTERCEPTOR 1 1 ' MOORES CROSSING 36" TRANS. MAIN 1 ' BRUSHY CREEK WASTEWATER SYSTEM 1 1 WATERFORD CENTRE 1 1 STEINER BLVD. 16" 'WATER TRANS. MAIN 1 1 1 BEAR CREEK POND IRRIGATION SYSTEM PAVILION RECENTLY COMPLETED PROJECTS J.C. EVANS UNDERGROUND UTILITIES CO., INC. CITY OF AUSTIN CIRCLE C DEVELOPMENT STEVE BARTLETT 1111 W. 11TH AUSTIN, TEXAS 78703 (512)480 -9821 CIRCLE C DEVELOPMENT STEVE BARTLETT 1111 W. 11TH AUSTIN, TEXAS 78703 (512)480 -9821 MOORE'S CROSSING JOINT VENTURE P.O. BOX 9647 AUSTIN, TEXAS 78766 HAYNIE KAHLMAN & GRAY ENGINEERS (512)250 -8611 LOMAS LAND, INC. 2001 BRYAN TOWER 35TH FLOOR DALLAS, TEXAS 75201 LICHLIRWE /JAMESON & ASSOC. ENGINEERS HUGHES INTEREST Will Shepherd FRANKLIN SAVINGS ASSOCIATION HUGHES INTERESTS Will Shepherd (512) 452.2562 (512)322 -6410 (512)474 -5500 $701,177.00 $207,135.00 $632,855.00 $96,720.00 $416,210.00 $566,599.00 (512)328 -8211 $396,594.00 $243,326.00 (512)328 -8211 $327,859.00 1 "SHEPHERD MOUNTAIN "SLAUGHTER LANE UTIL. 1 SAN MARCOS MEDPARK "ENCLAVE 1 CIRCLE C PH B SEC 2 BRAKER LANE I STEINER BLVD. "STEINER PHS 1 SEC 1 "SHOWPLACE LANES "CIRCLE C PHASE B SECTION 4 "CIRCLE C SWIM CENTER CIRCLE C DEVELOPMENT 1 5 1 1 1 1 1 1 1 SHEPHERD MOUNTAIN JV 512 - -2508611 C/O HAYNIE, KALLMAN & GRAY BRADLEY DEVELOPMENT STEVE BARTLETT SAN MARCOS JV. C/O BURY & PITTMAN METRIC JOINT VENTURE Will Shepherd BRADLEY DEVELOPMENT Steve Bartlett NORTH TRAVIS COUNTY MUD #1 HUGHES INTERESTS Will Shepherd HUGHES INTERESTS Will Shepherd KINLEY NELSON CO. Arlington, TX CIRCLE C DEVELOPMENT $702,000.00 512 - 480-9821 $2,193,452.00 512 - 477.5369 $134,710.00 512452 -5528 $146,000.00 512 -480 -9821 $1,492,782.65 512 - 499 -3601 $734,904.00 512- 328 -8211 $330,814.80 512 - 328 -8211 $603,050.00 $89,097.00 512 - 480 -9821 $55,587.20 512 -480 -9821 $39,135.50 GRADER CAT 12F GRADER CAT 12G MUELLER CAT 140G POCLAIN 220 BACKHOE BACKHOE JOHN DEERE 710 CAT 235 BACKHOE HITACHI BACKHOE FORD 555A BACKHOE CAT 416 CAT 215 CASE 125 EXCAVATOR CAT 416 CAT 225 EXCAVATOR INGRAM PNEUMATIC ROLLER INGERSOLL RAND VIBRATORY SAKAI PNEUMATIC ROLLER TAMPO VIBRATORY FOLLER EUCLID R -25 END DUMP J. C. CONSTRUCTION COMPANY EQUIPMENT LIST IR PAD FOOT ROLLER ROSCO VIBRATORY ROLLER TAMPO DOUBLEDRUM ROLLER CASE MODEL 752 ROLLER MUELLER INGER. RND RLR. CAT CP323 ROLLER CASE 1102 PADFOOT RLR. RAYGO 220A PADFOOT RLR. CAT 621 SCRAPER CAT 613 SCRAPER GARDNER DENVR. COMP /DRL GARDNER DENVR. AIR COMP KAMATSU D35A DOZER CAT D6D DOZER CAT D7G DOZER CAT D8L DOZER VERMEER T -600D CASE 480 E LL LOADER CAT 936 WHEEL LOADER MICHIGAN L90 LOADER MICHIGAN L -70 LOADER CAT 963 TRACK LOADER GRADER CAT 12F GRADER CAT 12G MUELLER CAT 140G POCLAIN 220 BACKHOE BACKHOE JOHN DEERE 710 CAT 235 BACKHOE HITACHI BACKHOE FORD 555A BACKHOE CAT 416 CAT 215 CASE 125 EXCAVATOR CAT 416 CAT 225 EXCAVATOR INGRAM PNEUMATIC ROLLER INGERSOLL RAND VIBRATORY SAKAI PNEUMATIC ROLLER TAMPO VIBRATORY FOLLER EUCLID R -25 END DUMP J. C. CONSTRUCTION COMPANY EQUIPMENT LIST IR PAD FOOT ROLLER ROSCO VIBRATORY ROLLER TAMPO DOUBLEDRUM ROLLER CASE MODEL 752 ROLLER MUELLER INGER. RND RLR. CAT CP323 ROLLER CASE 1102 PADFOOT RLR. RAYGO 220A PADFOOT RLR. CAT 621 SCRAPER CAT 613 SCRAPER GARDNER DENVR. COMP /DRL GARDNER DENVR. AIR COMP KAMATSU D35A DOZER CAT D6D DOZER CAT D7G DOZER CAT D8L DOZER VERMEER T -600D CASE 480 E LL LOADER CAT 936 WHEEL LOADER MICHIGAN L90 LOADER MICHIGAN L -70 LOADER CAT 963 TRACK LOADER J. C. EVANS UNDERGROUND UTILITIES COMPLETED PROJECTS ELECTRIC, GAS, TELEPHONE Circle C B3 Electric Bradley Development $ 237,000.00 Steve Bartlett 512 - 480 -9821 Circle C Golf Course Electric Bradley Development 4,605.00 Steve Bartlett 512- 480 -9821 Southwestern Bell Grove Southwestern Bell 17,755.00 Steve Short 512- 870 -5068 Southwestern Bell Circle C Southwestern Bell 7,740.00 Walter Spangler 512- 870 -3245 Southwestern Bell Fireside Southwestern Bell 16,350.00 Walter Spangler 512- 870 -3245 Southwestern Bell Steiner Southwestern Bell 33,494.00 Walter Spangle 512- 870 -3245 Grove Blvd. Electric City of Austin 35,139.00 Mike Wier 512- 451 -8785 Steiner Blvd. Electric Hughes Interests 46,278.00 Will Shepherd 512- 328 -8211 Steiner Sec 1 Electric Hughes Interests 16,245.00 Will Shepherd 512- 328 -8211 Waterford Electric Hughes Interests 35,839.00 Will Shepherd 512- 328 -8211 Southwestern Bell Fiber Southwestern Bell 79,330.00 Optic Cable /Smith School Walter Spangler 512 -870 -3245 Circle C B5 Electric Bradley Development 16,135.00 Steve Bartlett 512- 480 -9821 9/09/89 JAY C. EVANS Chairman of the Board, Chief Operating Officer Jay Evans joined the company in 1970 after graduating from Texas Tech University with a degree in engineering and administrative management. His initial duties included being in charge of excavation and heavy equipment. In recent years, he has been in control of the Commercial Building Division. To maintain his involvement in the Austin community, Jay has taken leadership roles in the Austin /Travis County Livestock Show and with committees of the Austin Chamber of Commerce. He is also a member of the Associated General Contractors. JIMMY D. EVANS President and Chief Executive Officer Jimmy Evans became an executive with the company in 1977 after his graduation from Texas Tech University, where he majored in business administration and agriculture. He has served as a superintendent with the company and has been in charge of the Heavy Equipment and Utilities Division. Like other members of the Evans family, he donates a significant amount of time to civic affairs, especially the Austin /Travis County Livestock Show and the Associated General Contractors. He also serves on the Board of Directors of the Austin Area Contractors and Engineers Association. BLAKE KUHLMAN Vice President and Chief Financial Officer After graduating from the The University of Texas with a degree in accounting, Blake spent four years in professional practice with Main Hurdman, an accounting firm in Houston. Later, he moved to Austin, where he served as audit manager with the CPA firm of Lanier, Locke and Ritter. Mr. Kuhlman's involvement with the construction industry started when he was Chief Financial Officer for one of Central Texas' largest and most successful home building companies...his position prior to joining J. C. Evans Construction. 17. Are you licensed as a Golf Course Contractor, and Excavator, or any other title? If yes, in what city, county and What class, licenYe and numbers? What company ? �o 21. What are your company's bonding limitations? Type of Control System: C -5 state? ' 7.f,../.4 Note: The CONTRACTOR must be /become licensed or have the ability to obtain a building permit within Boulder County and in the City for which this work is to be performed. 18. Do you anticipate subcontracting work under this contract ?�_ If yes, what percentage of total contract? - and to whom? (complete attached sheet C -7) 19. Are any lawsuits pending against you or your firm at this time? ( 110 — If yes, DETAIL 20. What are the limits of your public liability? DETAIL 22. List the three 18 -hole regulation golf courses you have completed in the last 8 years. Name of Course: Name of Course: Name of Course: Year_ / Year Year 23. Indicate which of t utj,lized computerized control system. Name of Course: �� Type of computerized control syste 24. Indicate the name of the irrigation contractor (subcontractor) use on this project and the name of the golf course whe a they computerized control system. Name of Contractor: (Sub - Contractor) Name of Course: you intend to installed a .Fcttn,L 22. The undersigned hereby authorizes and requests any person, firm or cor- poration to furnish any information requested by the Owner in verification of the recital comprising this Statement of Bidder's Qualificatii 4 Dated at .[ -rl thl s / day ofi�(,c., 97/�ich _) 19 ``° rD`"` - State of County of being duly sworn deposes and says that /// is �� ) of .( Name f O / (Name of Organ zation) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before we this ..„. /,' LINDA M. BEAVER MY COMMISSION EXPIRES June 26, 1993 I� _ My commission expires PBS - 7 ) / / V 7411 day ofC\ 19.1)! No /Public ACOI!9. E CERTIFICATE OF INSURANCE PRODUCER CODE SUB -CODE INSURED CO TR EXCESS LIABILITY OTHER CnPn 7R -c (1 /PAI Bi11 Pitts Insurance Agency PO Box 2291 Austin, Texas 78768 J.C. Evans Construction Co., Inc. LETTERNY C PO Box 9647 Cana Ins. Co. of Texas Austin, Texas 78766 ° E ° T M eP COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TYPE OF INSURANCE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE }i OCCUR- . OWNER'S & CONTRACTOR'S PROT. AUTOMOBILE LIABILITY B ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS x HIRED AUTOS NON -OWNED AUTOS • - GARAGE LIABILITY OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY City of Round Rock 214 E. Main Round Rock, Texas 78664 POLICY NUMBER D20274062 ISSUE DATE (MM/DD/YYI _ -- -- 9/13/89 THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPAN E LETTER COMPANIES AFFORDING COVERAGE COMPANY A LE — American Lloyds COMPANY LETTER B Pacific Employers Ins. 10/1/88 10/1/89 • POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS DATE (MMJDD YY) GATE (MM /DD /YY) ' GENERAL AGGREGATE 'S 1,000, PRODUCTS-COMP /OPS AGGREGATE S 1,000 , PERSONAL A ADVERTISING INJURY S 1,000,_ EACH OCCURRENCE S 1,000, FIRE DAMAGE (Any one Me) - S 50, MEDICAL EXPENSE (Any one person) S 5 C1L971669 10/1/88 10/1/89 G12660033 10/1/88 10/1/89 C31885176 COMBINED SINGLE :5 LIMIT 1,000, BODILY INJURY E (Per person) BODILY INJURY :5 ': (Per aoolpent) PROPERTY S DAMAGE EACH AGGREGATE OCCURRENCE s s 5,000, 10,000, STATUTORY S , 540_, (EACH ACCIDENT) 10/1/88 10/1/89 •, • 50n (DISEASE— POLICY LIMrT) S 590 (DISEASE —EACH EMPLOYEE DESCRIPTION OF OPERATIONS /LOCATIONSNENICLESIRESTRICTIONS !SPECIAL ITEMS LIMITS OF LIABTT.TTY ARE STATED AS OF INCPETION DATE OF POLICY. PAID LOSSES MAY HAVE REDUCED AVAILABLE AGGREGATE LIMITS. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL _14_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OP. LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Bill Pitts Insurance Agency ('rrn T`noN rnoonen - r nm loon State of Count of deposes and says tha (1 He is NONCOLLUSION AFFIDAVIT OF PRIME BIDDER ) ss. , being first duly sworn, Of 9& It tT has submitted the attached Bid; (2) He is fully informed respecting the preparation and content of the attached Bid and of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid haf been sub- mitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or Indirectly. sought by agreement or collusion or com- munication or conference in the attached Bid or any other Bidder, or to fix any overnead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Owner or any other person interested in the proposed contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signed Title Subscribed and sworn to before me this 19P. My commission expires: LINDA M. BEAVER MY COMMISSION EXPiRYS June 26, 1993 • Notary Public OGA /g3 PBD -8 the Bidder that NDNCDLLUSIDN AFFIDAVIT OF PRIME BIDDER ) SS. ) State of Count of deposes and says tha (1 He is Signed Title Subscribed and sworn to before me this 19 Sy. My commission expires: Notarj Public O6 /' /93 PB D- 8 , being first duly sworn, J It tie has submitted the attached Bid; (2) He is fully informed respecting the preparation and content of the attached Bid and of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been sub- mitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or com overhead, profit n or r cost element a of a the d d Bidprice Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Owner or any other person interested in the proposed contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. the Bidder that LINDA M. BEAVER MY COMMISSION EXPIRES June 26, 1993 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE , as PRINCIPAL and , as SURETY, are held and firmly bound unto the , hereinafter refer- red to as the "OWNER ", in the penal sum of five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of S THE CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction of the work under the "SPECIFICATIONS FOR CONSTRUCTION OF 18 - Hole Round Rock Municipal Golf Course for which bids are to be opened at the office of the OWNER at 2:00 PM, Local time, on Sept. 14 NOW, THEREFORE, if the PRINCIPAL is awarded the Contract, and within the time and manner required under the heading "In- structions to Bidders ", after the prescribed forms are pre- sented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the two bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obliga- tion shall be null and void, otherwise, it shall be and re- main in full force and effect. BB -1 1989.,. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, we.have hereunto set our hands and seals this day of , T989. Principal Surety By: By: (Seal) (Seal) BB -2 1 1 1 I SUBCONTRACTOR /SUPPLIER COMPANY OFFICIAL (WORK DESCRIPTION) BY SUB I (APPROX.) Clearing & Grubbing 1 1 1 1 1 1 1 1 1 1 ? .14b°1 • / 1 1 1 1 reens, traps and tee construction Name o Contractor By Signature CONTRACTOR'S LIST OF SUBCONTRACTORS /SUPPLIERS INTENDED FOR PROJECT: Round Rock Municipal Golf Course LSS -1 Strip, stockpile, respread, finish grade to seedbed condition Excavation and placing; rough di Water control/ culverts Design & implemen. tation of trench safety 6 (-44-14- Sodding, seeding, sprigging Asphalt cart paths Blasting Irrigation system & pump stations Spillways Golf cart /equipment underpass crossings Date: g / /SF47 f 04/A-01 l/r 7,s /ate Printed game an T t of Authorized Signature Revised 9/11/89 UNIT PRICE 'BID SCHEDULE TO THE CITY OF ROUND ROCK, TEXAS (HEREINAFTER CALLED "OWNER "): 1. The undersigned (hereinafter called "Bidder ") In compliance with the Notice to Contractor for the construction of the ROUND ROCK MUNICIPAL GOLF COURSE. having Carefully examined the Contract Documents and the site of the proposed Work, and being familiar with all of the conditions surrounding the construction of the proposed Project including the availability of materials and labor, hereby proposes to' furnish all labor. materials. and supplies, and to construct the Project in accordance with the Contract Documents, within the time set forth within, and at the unit prices stated below. This price is to cover all expenses incurred In performing the Work required under the Contract Documents of which this Bid Schedule Is a part. 2. All amounts shown on Bid Proposal page BS - shall be shown in both words and figures, In Case of discrepancies. theimount shown in words will govern. 3. The Bidder agrees that the breakdown of the unit prices shown below can be used to compute dollar values for all changes (by change order only) of not more than TWENTY -FIVE PERCENT (25%), plus or minus, of the total contract •rice. Should this occur, no allowances will be made for profit and /or overhead for the work deleted. 3. Breakdown of Unit Price Bid: ITEM NO. 5 DESCRIPTION ELEMENT A - SITE PREPARATION 1. Clearing & grubbing large trees 2. Clearing & grubbing of smaller trees and shrubs 3. Removal of wire fence SUBTOTAL SITE PREPARATION,_ -.-_ ELEMENT B - EARTHWORK 1. Strip. stockpile & respread 6" depth topsoil; finish grade to seedbed condition t. Prepare irrigated undisturbed areas to seedbed condition ESTIMATED QUANTITY & UNIT UNIT COST AMOUNT BS -1 s P00,60 $ yl60 °° $, /2/2, $ / 2 9'O0 ?-° $ O, SD $ , ?4 /6 ?f ....ti....$ 1/9 /5-1.- 33 AC 43 AC 5,230 LF 76.5 AC /5 �� $, Dap. 97' 29.5 AC 3. Excavation & placing to subgrade 113,225 CY 4. Place one (1) foot layer of select on -site clay material, adjust to near optimum moisture content a compact to 95% standard proctor 6.425 CY 5. Haul & place topsoil from offsite source (approx. 7 mile haul) 5,000 CY $ SQ9 `f $/'f750 of $ a $ / 6 — $ / "0we-e Z 3 a $ /fOdS Revised 9/11/89 ITCH NO. A OFSCRTPT1f1N 6. Putting Green Construction (19 greens - total 120,100 SF) a. Furnish & place 4" drain tile, gravel, & all fittings includ- ing CMP ends' when hruuyht to daylight for subdrainage b. Furnish & place "Imperial HVC" (hinged valve cap), & 12" length of 4" PVC, around greens & traps (See detail 2, Construction ShoyL CO1 c. Furnish & place gravel subbase for putting greens to a minimum depth of four (4) inches (incl- udes 10% shrinkage) . Furnish & place gravel in trench with perforated drain tile (greens & traps; includes 10% shrinkage) e. Furnish, mix, & place sand & organic matter for greenmix tn a minimum twelve (12) inch com- pacted measure (includes 25% shrinkage) 7. Furnish & place eight (8) inch • layer of washed sand in all traps (includes 25% for shrinkage and concave shape) d. SUBTOTAL EARTHWORK ELEMENT C - WATER CONTROL/CULVERTS 1. Furnish & place 18" RCP across #7 fairway (2 locations) 2. Furnish & place 18" RCP across 118 fairway 3. Furnish & place 18" RCP at 4 locations (24' length of pipe at each location) 4. Furnish & place concrete head- walls for 18" RCP (approx. 1.0 CY concrete & 129 lbs. of reinforcing steel) BS-2 ESTIMATED qUANTITY L UNIT UNIT (UT AMOUNT 13,172 LF $ 4,7 $RM3 103 CA 1.615 CY 129 CY 5,560 CY 2,329 CY 355 LF 175 LF 96 LF $ /7, s 0V $ J3 a, 43 $ NgohQ s 4 Sib,05 s138 735. ei $ /2,30 $ 4/ 5//, s J730 $ 3.o..? Sd $ /7 , 3t s /10‘1), 12 CY $S0,82 $24M,60 Revised 9/11/89 ESTIMATED ITEM NO. & DESCRIPTION QUANTITY & UNIT UNIT COST AMOUNT 5. Furnish & place Type Y9 r F $ /. $ over filter fabric at 9" i�k 24 TON 0 SUBTOTAL WATER CONTROL /CULVERTS $ /' 7j 3 ,g) ELEMENT D - SODDING, SEEDING, SPRIGGING 1. Furnish & place Tiffway 419 bermuda on all irrigated fairways and tees 96 AC 2. Furnish & place Tiffgreen 328 bermuda on all greens 120,100 SF 3. Furnish & place Tiffway 419 bermuda sod around greens, traps & selected steep stops arc (quantity based un $ ! $ 7���,d� 18" width sod) 25,000 SF Q ELEMENT G - BLASTING 1. Rock excavation by blasting, removal and on -site placement SUBTOTAL BLASTING TOTAL OF ELEMENTS A THROUGH G $ 74/5- $ 7/55g. tv $ o. a9 $ /0 09, DO 4. Furnish & apply fertilizer on all / / greens, tees & fairways 98.15 AC $ p�,Od $ [p,534Qe SUBTOTAL SODDING, SEEDING, SPRIGGING $ 9_54.410 ELEMENT £ - CART PATHS 1, Furnish & place 6' wide asphalt paths (2" asphalt over 4" base material - paths to be flush with Surrounding 31 $ 80 $ finish grade) 15,820 LF �! SUBTOTAL CART PATHS $ 75936 ELEMENT F - TRENCH SAFETY 1. Design & implementation of trench r safety LUMP SUM $ g9 $ f9ral SUBTOTAL TRENCH SAFETY $ D/ 7 24.000 TON $ toy" $ 4 3 z vsaoo $ .99/o4e gz BS -3 Revised 9/11/89 BID SCHEDULE IRRIGATION WORK BASE LUMP SUM Total base lump (Base Bid to (Using Script)-.- Total base lump (Base Bid to i (Using Script) The total lump sum shall be for all of the work described by the documents. It is understood that the Owner shall add or deduct monies from this base price for any heads added or deducted from the quantity as shown on the plans, to those actually installed. MEASURED SUM UNIT PRICE The following unit prices shall be used for these additions or deductions. These unit prices include, but not limited to; sprinkler head, lateral piping, fittings, swing joint, wiring and labor required to install one sprinkler unit in working order. It is understood these unit prices do not include additional main line piping or field controllers. RAINBIRD RAINBIRD RAINBIRD TORO 674 -06 634 -06 655-06 O sum using RAINBIRD as specified $ (Using figures) 47'74 / �nmiude 8 _ 14 Q.C�Uin�pl c includin box) dALj dollars. sum using TORO as described below $ (Using figures) nclude 80 - 1" Q.C.U. in including box) `/ dollars. #51 DR #51 DR #47 DR for for for RAINBIRD 51 DR 51 DR 47 DR PROJECT: ROUND ROCK MUNICIPAL G.C. Round Rock, Texas in place in place in place each $ /95 each $ G/��� each If the Contractor would like to submit Toro equipment in place of Rainbird the following would be considered equal. RISER RISER RISER NETWORK 8000 for MAXI 4 : items required other than standard, will be same as specified for Maxi requirement. 132 -76-08 for SBM 12 stations pedestal - both brands to have steel cases. on Toro stainless A total of (20) twenty 132 -76 -08 field satellites are required iur the Toro bad. For costing of this bid use same power and pulse wire requirements. BS /I -4 Paoo Page 2 Bid Schedule Round Rock If Toro is selected: The following unit prices shall be used for these additions or deductions. These unit prices include, but not limited to; sprinkler head, lateral piping, fittings, swing joint, wiring and labor required to install one sprinkler unit in working order. It is understood these unit prices do not include additional main line piping or field controllers. / TORO 674 -06 in place $ / v each TORO 634-06 in place $ 4)4 each TORO 655 -06 in place $ /fr each The following unit will be for a 1" Q.C.V. in place. This unit will include valve, fittings, and box per detail sheet. A total of 80 will be required and included in the Base Bid but not shown on plans. Quick Coupling Valve /Box The following unit will be for a 2" angle control valve in place. This unit will include valve fittings with saddle, and box per detail sheet. oa 2" Angle Control Valve in place $ /. - "each BS /I -5 UNIT PRICE D, in place $ .Q each 1 1 1 1 1 1 1 1 1 1 1 1 1 1 J. 1 K, 1 1 1 1 BID SCHEDULE SUMMARY - This page is to be filled out by the General Contractors; All amounts shall be shown in both words and figures. In case of discrepancies, the amount shown in words will govern. A. ELEMENT A - SITE PREPARATION (Using Script) B. FIFMFNT R . EA H OR. � � , (Using Script) C. ELEMENT C - WATER CONTROL /CULVERTS (Using Scri +` D. ELEMENT D - SODDING, SEEDING, SP' GGIrG (Using Script { - - �.w E. ELEMENT -OCA PAT S LT-6 �" Q " ELEMENT F - THE CH SAFETY � $ 795 (Using Script) F. (Using Script) G. ELEMENT G - BLASTING (Using Script (Using Script /u.c ,liLc �* .cP� a $ asap H. IRRIGATION - INBIR Subm t hid on (Using Script) I. IRRIGATIO N - TOreettrii bid on one (Using Script) /J /L)- CONCRETE SPILLWAYS (3) LOW -WATER CROSSINGS (11) ROAD CROSSINGS (UNDERPASS) (2) BASE BID - TOTAL OF ALL ITEMS AitiL'F� (/I BS -6 X33, D/ 0 04_o_QA - (ya p $ / _ 3(a7 one or the other) $ or th other) N/ ALLOWANCE $ 27,000 ALLOWANCE $ 152500 ALLOWANCE $ 55 000 Revised 9/11/89 crle, I 1 1 UINITED STATES FIDEL Contract 11 (Revised) (144) 5% of bid (Date) Sto any) BID BOND ARANTY COMPANY BOND NUMBER J.C. Evans Construction Co., Inc. (suu Rose Marie Boriskie Attorney-in-fact I " 1 KNOW ALL MEN BY THESE PRESENTS: • THAT J.C. Evans ce.ngtrUCtiOl_Ce., of Austin, Texas I it as Principal , and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto 1 - LtLL:"' City of Round Rock as Obligee, in the full and just sum of 1 I lP Dollars, i rLi0 ji-Li i, I ::-. lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our hers, executors Li administrators, successors and assigns, jointly and severally, firmly by these presents. I WHEREAS, the said Principal is herewith submitting its proposal 18 Round Rock Municipal Golf Course 1 THE CONDITION DF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void: otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof, I Signed, sealed and delivered. June 1.5.,. 29.89 !x‘x. (SEAL) 09“ U UNITED STATES FIDELITY AND GUARANTY COMPANY 1 '" • i.-LL;„. Knots all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint of the City of Austin its true and lawful attorney in and for the State of ( SEAL) I+S 3 (6-77) GENERAL POWER OF ATTORNEY No 89992 } sa: CERTIFIED COPY Rose Marie Boriskie (Sign (Signed) Texas , State of Texas for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bond., and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Rose Marie Boriskie may lawfully do in the premises by virtue of these presents In Witsrsaa Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal. duly attested by the signatures of its Vice - President and Assistant Secretary, this llth day of October , A. D. 19 79 UNITED STATES FIDELITY AND GUARANTY COMPANY. By James D. Rector W. B. M. Hingeley Viee•Presidene Auisrans Secretary. STATE OF MARYLAND, BALTIMORE CITY, On this llth day of October , A. D. 19 79 before me personally came James D. Rector , Vice - President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W. B. M. Hingeley , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said James D. Rector and W. B. M. Hingeley were respectively the Vice. President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice - President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.82... (SEAL) (Signed) Margaret M. Hurst Notary Public. STATE OF MARYLAND ) T Set. BALTIMORE CITY, H William Allen , Clerk of the Superior Court of Baltimore City, which Court is a Conn of Record, and has a seal, do hereby certify that Margaret M. Hurst , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed hia name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this llth day of October ,A. D.19 79 (SEAL) (Signed) William Allen Clerk of the Superior Court of Baltimore City. COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con. tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, rccognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders. customs, practice or discretion of any board. body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of. by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsover, conditioned for the doing or nut doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. g, James M. Carroll an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Rose Marie Boriskie of Au stin , Texas authorizing and empowering her to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect, And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the Ilth day of July, 1910, at which meeting a quorum of the Board of Directors was present. and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting, In Toarirraorry Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on /L e »o / �r (Date) ALTERNATES Bidders are required to submit a bid for all Alternate Items below along with the Base Bid Items. 1. Alternate Add - Furnish & place 6' wide asphalt paths (2" asphalt over 4" base material) (paths to be flush with sur- rounding finish grade) 11,340 LF $ 2. Alternate Add or Deduct - Concrete Paths Furnish & place 6' wide, 4" thick, 3,000 PSI, Cl. 'A' concrete for cart paths, in- cluding reinforcing steel (15,820 LF) Total amount to be added or (deducted) for Alternate 2 3. Alternate Add - Phase 2 Concrete Paths Furnish & place 6' wide, 4" thick 3,000 PSI, Cl. 'A' concrete for Phase 2 cart paths, including reinforcing steel (in conjunction with Alternate 2 only) 11.340 LF 4S -7 Abr $ w3 �D $ /D 3s $ /1736 °o NOTICE OF AWARD Construction of the 18 -hale PROJECT: Round Rock Municipal Golf Course Dear Mr. The Owner has considered the Bid submitted by you for the above described work in response to its Advertisement for Bids You are hereby notified that your Bid has been accepted for items in the amount of You are required by the Instructions to Bidders to execute the Agreement and furnish the required Contractor's Performance Bond, Payment Bond and Certificate of Insurance within ten (10) calendar days from the date c£ this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and Certificat of Insurance within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your Bid as abandoned and as a forteiture of your Bid Bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 1989. The City of Round Rock By: Puhlir• Works Department ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the day of 1989. NA - 1 CONTRACTOR By: Title: PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS, THAT of the City of County of , and State of as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of 1989, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PB -1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 1989. Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is; PB -2 PAYMENT BOND THE STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS, THAT , of the City of County of , and State of as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of 1989 , to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PB -3 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 1989. Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: PB -4 MAINTENANCE BOND THE STATE OF TEXAS j COUNTY OF KNOW ALL MEN BY THESE PRESENTS, THAT WE as PRINCIPAL and , a Corporation organized under the laws of the State of , as SURETY, are held and firmly bound unto , as OBLIGEE, in the penal sum of Dollars ($ ), to which payment will and truly to be made we do bind our- selves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has constructed WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a bond conditioned to guarantee for the period of one year after approval by against all defects in workmanship and materials which may become apparent during said period; MB -1 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the PRINCIPAL shall indemnify the OBLIGEE for all loss that the, OBLIGEE may sustain by reason of any defective materials or workmanship which become apparent during the period of one year from and after date of acceptance by the OWNER, then this obligation shall be void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed and sealed this instrument this day of 19 Principal Surety By: By: Title Title Address Address The name and address of the Resident Agent of Surety is: MB -2 DATE: TO: Construction of the 18 -hole PROJECT: Round Rock Municipal Golf Course Dear NOTICE TO PROCEED You are hereby notified to commence work in accordance with the Agreement dated , on or before and you are to complete the work within consecutive c days thereafter. The date of completion of all work is therefore The City of Round Rock By: ACCEPTANCE OF NOTICE Pnhlic Works Department Receipt of the above NOTICE TO PROCEED is hereby acknowledged by , this the day of , 1989. NTP - 1 By Title CONTRACTOR CONTRACT CHANGE ORDER State Order Number County Date Contract For: Owner: To: Contractor You are hereby requested to comply with the following changes from the contract plans and specifications: Description of Changes DECREASE INCREASE Supplemental Plans & Specs Attached Contract Price Contract Price NET CHANGE IN CONTRACT PRICE JUSTIFICATION: S f TOTALS $ $ The amount of the Contract will be (decreased) (increased) by the sum of E dollars, ($ ). The Contract Total including this and previous change orders will be: dollars, (t ). The Contract Period provided for completion will be (Increased) (decreased) (unchanged) days. CO -1 Contract Change Order # Continued, page 2 Tnis document will become a supplement to the contract and all provisions will apply hereto: Requested: Recommended: Accepted: By Title Date By Title Date By Title Date OWNER OWNER S ARCHITECT /ENGINEER CONTRACTOR C0 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INDEX - GENERAL CONDITIONS OF THE CONTRACT SECTION PAGE .01 DEFINITIONS GC1 .02 JURISDICTION GC1 .03 ESSENCE OF CONTRACT GC1 .04 NOTICE TO CONTRACTOR GC2 .05 ACCEPTANCE OR REJECTION OF PROPOSALS GC2 .06 WITHDRAWAL OF BIDS GC2 .07 QUALIFICATIONS OF BIDDERS GC2 .08 ADDENDA - CHANGES IN THE WORK GC2 .09 INTERPRETATIONS AND INSTRUCTION GC3 .10 EXECUTION OF CONTRACT GC3 .11 SEPARATE CONTRACTS GC3 .12 GUARANTY BONDS GC3 .13 CONTRACTOR'S WORK SCHEDULE GC4 .14 CONTRACTOR'S OBLIGATIONS GC4 .15 ASSIGNMENTS GC4 .16 SUBCONTRACTS GC4 .17 RELATIONS OF CONTRACTOR AND SUB - CONTRACTOR GC5 .18 GOLF COURSE ARCHITECT'S STATUS GC6 .19 GOLF COURSE ARCHITECT'S DECISIONS GC7 .20 ARBITRATION GC7 .21 DAMAGES GC8 .22 CASH ALLOWANCES GC8 .23T MUTUAL RESPONSIBILITY OF CONTRACTORS GC8 .24 CONTRACTOR'S LIABILITY INSURANCE GC8 .25 CONTINGENT LIABILITY INSURANCE GC8 .26 CONTRACTOR'S INSURANCE GC9 .27 DETAIL DRAWINGS AND INSTRUCTIONS GC10 .28 CONTRACT DRAWINGS AND SPECIFICATIONS GC10 .29 SHOP DRAWINGS GC10 .30 DRAWINGS AND SPECIFICATIONS ON THE WORK GC11 .31 OWNERSHIP OF DRAWINGS GC11 .32 SAMPLES GC11 .33 MATERIALS, APPLIANCES, EMPLOYEES GC11 .34 ROYALTIES AND PATENTS GC12 .35 SURVEYS, PERMITS, LAWS, TAXES, AND REGULATIONS GC12 .36 PROTECTION OF WORK AND PROPERTY GC12 .37 ACCESS TO WORK GC13 .38 SUPERINTENDENCE: SUPERVISION GC13 .39 CHANGES IN THE WORK GC13 .40 CLAIMS FOR EXTRA COST GC14 .41 DELAYS AND EXTENSION OF TIME GC14 .42 CORRECTION OF WORK BEFORE FINAL PAYMENT GC14 .43 CORRECTION OF WORK AFTER FINAL PAYMENT GC15 .44 DEDUCTIONS FOR UNCORRECTED WORK GC15 .45 THE OWNER'S RIGHT TO DD WORK GC15 .46 OWNER'S RIGHT TO TERMINATE CONTRACT GC15 .47 THE CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT GC16 .48 APPLICATIONS FOR PAYMENT GC16 .49 CERTIFICATES FOR PAYMENT GC16 .50 PAYMFNTS WITHHELD GC17 GC -1 INDEX - GENERAL CONDITIONS OF THE CONTRACT (Continued) SECTION PAGE .51 LIENS GC17 .52 USE OF THE SITE GC18 .53 CUTTING, PATCHING GC18 .54 CLEANING UP GC18 .55 DETERMINATION AND EXTENSION OF CONTRACT TIME GC18 .56 DETERMINATION OF CONTRACT TIME GC18 .57 EXTENSION OF CONTRACT TIME GC20 .58 FAILURE TO COMPLETE THE WORK ON TIME /LIQUIDATED DAMAGES GC21 .59 TESTING GC22 .60 INSPECTION OF WORK GC22 .61 NOTICE OF READINESS GC23 .62 CERTIFICATES GC23 .63 GUARANTEES GC23 .64 OPERATING INSTRUCTIONS GC24 GC -2 GENERAL CONDITIONS OF THE CONTRACT .01 DEFINITIONS a. The Contract Documents consist of the Notice to Contractors, Instructions to Bidders, The Proposal and Bidding Sheets, Performance /Payment /Maintenance Bonds, Notice of Award, Notice to Proceed, Change Order, General Conditions, Special Condi- tions, Addenda, Specifications and Plans, including all modifications thereof in- corporated in the documents before their execution. These form the Contract. b. The "OWNER ", the "CONTRACTOR ", and the "GOLF COURSE ARCHITECT" (GCA), are those mentioned as such in the Instructions to Bidders. They are treated through- out the Contract Documents as if each were of the singular number and masculine gender. c. The term "SUB- CONTRACTOR ", as employed herein, includes only those having a direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. d. The term "SUPERINTENDENT" shall mean the authorized representative of the OWNER on the job, for the purpose of inspection of materials and supervision /in- spection of workmanship and equipment constructed or installed. "OWNER'S REPRESEN- TATIVE" shall be an interchangeable term with "SUPERINTENDENT " shall be inter- preted as the same. e. The term "work" of the CONTRACTOR or SUB - CONTRACTOR includes labor, mater- ials or both. f. A "WORKING DAY" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the CONTRACTOR will permit construction operations to proceed for at least six (6) hours of the day with the normal working force engaged in per- forming the controlling item or items of work which would be in progress at that time. g. "CALENKP DAY" is any day of the week or month, no days being excepted. h. Standard Specifications, such as A.S.T.M., A.A.S.H.O., W.W.P., used in these Specifications which are incorporated or referred to by number designation shall mean the latest revised edition. .02 JURISDICTION a. The law of the place of building shall govern the construction of this Contract. .03 ESSENCE OF CONTRACT a. All time limits stated in the Contract Documents are the essence of the Contract. GC -3 .04 NOTICE TO CONTRACTOR a. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the cor- poration for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. .05 ACCEPTANCE OR REJECTION OF PROPOSALS a. The OWNER reserves the right to accept or reject any or all bids, and to waive irregularities and informalities in order to serve the best interests of the project. .06 WITHDRAWAL OF BIDS Proposals may be withdrawn prior to the time set for opening proposals. Proposals may not be withdrawn after the time established for such submittals has been reached. .07 QUALIFICATIONS OF BIDDERS (Reference Qualification Forms PBD -4 through PBD -7) a. Bidders shall be prepared to satisfy the OWNER as to their integrity, exper- ience, adequacy of equipment and personnel, and financial ability to perform the work specified. b. The OWNER may conduct such investigations as it deems necessary to deter- mine the ability of the CONTRACTOR or SUB - CONTRACTORS to perform the work, and the bidder shall furnish to the OWNER all such information and data for this pur- pose as the OWNER may request. The OWNER reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the OWNER that such bidder is properly qualified to carry out his obligations of the Contract and to complete the work contemplated therein. c. If the total amount of the work to be subcontracted amounts to forty per- cent (40 %) or more of the total bid price, the CONTRACTOR shall be prepared to provide all of the above information for each of the SUB - CONTRACTORS employed by the CONTRACTOR. .08 ADDENDA - CHANGES IN THE WORK a. Changes in the work, corrections of errors, omissions or discrepancies in the Plans, Specifications, or other Contract Documents, or additional information necessary for the preparation of bids developed during the bidding period will be issued by the GOLF COURSE ARCHITECT as written addendum to all Bidders. b. The CONTRACTOR will not be allowed to take advantage of errors or omissions in plans and specifications. The GOLF COURSE ARCHITECT will provide full instruc- tions when errors or omissions are discovered. c. Questions received less than forty -eight (48) hours before the bid opening cannot be answered due to the lack of time remaining to issue addenda to all other bidders. GC -4 .09 INTERPRETATIONS AND INSTRUCTION a. if any person contemplating submitting a bid for any element of this work is'in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the GOLF COURSE ARCHITECT a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. b. Any interpretation of the proposed documents will be made only by addendum duly issued or delivered to each person receiving a set of such documents. The OWNER will not be responsible for any other explanations or interpretations of the proposed documents. .10 EXECUTION OF CONTRACT a. The successful bidder shall properly execute the form of contract within ten (10) days of receipt of notice of such award. Failure to execute the contract or to provide necessary bond will be considered cause for annulment of the award and forfeiture of bid guarantee as liquidated damages sustained by the OWNER as a result. b. The Contract Documents are Complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor, materials, equipment, and transportation necessary for proper execution of the work. Materials or work described in words which so applied have a well -known technical or trade meaning shall be held to refer to such recog- nized standards. .11 SEPARATE CONTRACTS a. The OWNER reserves the right to let other contracts in connection with this work under similar General Conditions. The CONTRACTOR shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the CONTRACTOR'S work depends for proper execution or re- sults upon the work of any other CONTRACTOR, the CONTRACTOR shall inspect and prompt - ly report to the GOLF COURSE ARCHITECT any defects in such work that render it un- suitable for such proper execution and results. His failure to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other con- tractor's work after the execution of his work. To insure proper execution of his subsequent work, the CONTRACTOR shall measure work already in place and shall at once report to the GOLF COURSE ARCHITECT any discrepancy between the executed work and the drawings. .12 GUARANTY BONDS a. The CONTRACTOR shall furnish guaranty bonds, as required in the Special Con- ditions, in such form as the OWNER may prescribe and with such sureties as he may approve. The premium shall be paid by the CONTRACTOR. GC -5 .13 CONTRACTOR'S WORK SCHEDULE a. The CONTRACTOR shall furnish the OWNER, the SUPERINTENDENT and the GOLF COURSE ARCHITECT with the proposed working schedule by major operation and work- ing period. Once work has begun on an item in the schedule, the CONTRACTOR shall diligently prosecute the work whenever conditions permit. If a period of five (5) working days passes without substantial prosecution of the work, the OWNER may terminate the Contract and proceed to complete the remaining work in the most expeditious manner possible. The cost of the work, together with all additional costs for staking, observation and administration services by OWNER, the SUPERINTENDENT and the GOLF COURSE ARCHITECT shall be deducted from payments due the CONTRACTOR. b. No work shall be performed on Sundays or legal holidays without written permission from the OWNER. c. Where the site of the work is within seven hundred -fifty feet of any dwelling, no work shall be performed from 7 p.m. to 7 a.m. without the written consent of the OWNER. .14 CONTRACTOR'S OBLIGATIONS a. The CONTRACTOR, by executing the Contract, represents that he has visited the site, studied the local conditions, familiarized himself with all of the re- quirements of the Contract Documents, specifications and drawings. b. If the CONTRACTOR, after carrying out all of the above studies and famil- iar.izations, finds any error, omission or inconsistency, he shall at once report them to the GOLF COURSE ARCHITECT, in writing. The CONTRACTOR shall perform no work until such errors, omissions, etc., are corrected. The CONTRACTOR shall perform no work without drawings, specifications or interpretations. c. The CONTRACTOR shall supervise and direct the work using his best skill and attention. All construction methods, techniques and procedures shall be the sole responsibility of the CONTRACTOR. He will be responsible for proper sequence and coordination of all phases of this work under the Contract. d. The CONTRACTOR shall be responsible to the OWNER for the acts and omissions of all his employees, sub - contractors or any others who work under contract to the CONTRACTOR. .15 ASSIGNMENTS a. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other, nor shall the CONTRACTOR assign any moneys due or to become due to him hereunder, without the previous written consent of the OWNER. .16 SUBCONTRACTS a. As soon as practicable and before awarding any sub - contracts, the CONTRACTOR shall notify the GOLF COURSE ARCHITECT in writing of the names of the sub - contractors GC -6 proposed for the principal parts of the work, and for such other parts for which there may be reasonable objection. If before or after the execution of the Con- tract, the CONTRACTOR has submitted a list of sub - contractors which has been approved by the GOLF COURSE ARCHITECT and the change of any sub- contractors on such list is required by the OWNER after such approval. the contract price shall be increased or decreased by the difference in cost occasioned by such change. The CONTRACTOR shall not be required to employ any sub - contractor against whom he has a reasonable objection. The GOLF COURSE ARCHITECT shall. on request, furnish to any sub - contractor, wherever practicable, evidence of the amount cer- tified on his account. The CONTRACTOR agrees that he is as fully responsible to the OWNER for the acts and omissions of his sub - contractors and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. Nothing contained in the Contract Documents shall create any contractual relation between any sub - contractor and the OWNER. .17 RELATIONS OF CONTRACTOR AND SUB- CONTRACTOR a. The CONTRACTOR agrees to bind every SUB - CONTRACTOR and every SUB- CONTRAC- TOR agrees to be bound by the terms of the Contract, the General Conditions, the Special Conditions; the Drawings and Specifications as far as applicable to his work, including the following provisions of this article, unless specifically noted to the contrary in the sub- contract approved in writing as adequate by the OWNER or GOLF COURSE ARCHITECT. b. The SUB - CONTRACTOR Agrees: 1. To be bound to the CONTRACTOR by the terms of the Contract; General Conditions; Special Conditions; the Drawings and Specifications. and to assume toward him all the obligations and responsibilities that he, by those documents, assumes toward the OWNER. 2. To submit to the CONTRACTOR applications for payment in such rea- sonable time as to enable the CONTRACTOR to apply for payment un- der Section 48 of the General Conditions. 3. To make all claims for extras, for extensions of time and for damages for delays or otherwise, to the CONTRACTOR in the manner provided in the General Conditions for the like claims by the CONTRACTOR upon the OWNER, except that the time for making claims for extra cost is one week. c. The CONTRACTOR Agrees: 1. To be bound to the SUB - CONTRACTOR by all the obligations that the OWNER assumes to the CONTRACTOR under the Contract, General Condi- tions, the Drawings and Specifications, and by all the provisions thereof affording remedies and redress to the CONTRACTOR from the OWNER. 2. To pay the SUB- CONTRACTOR, upon the payment of certificates, if issued under the schedule of values described in Section 48 of the GC -7 General Conditions, the amount allowed to the CONTRACTOR on account of the SUB - CONTRACTOR'S work to the extent of the SUB- CONTRACTOR'S interest therein. 3. To pay the SUB- CONTRACTOR, upon the payment of certificates. if issued otherwise than as in .17 -b -2 above, so that at all times his total payments shall be as large in proportion to the value of the work done by him as the total amount certified to the CONTRACTOR is to the value of the work done by him. 4. To pay the SUB - CONTRACTOR to such extent as may be provided by the Contract Documents or the sub - contract, if either of these provides for earlier or larger payments than the above. 5. To pay the SUB - CONTRACTOR on demand for his work or materials as far as executed and fixed in place, less the retained percentage, at the time the certificate should be issued. even though the GOLF COURSE ARCHITECT fails to issue it for any cause not the fault of the SUB - CONTRACTOR. 6. To make no demand for liquidated damages or penalty for delay in any sum in excess of such amount as may be specifically named in the sub - contract. 7. That no claim for services rendered or materials furnished by the CONTRACTOR to the SUB- CONTRACTOR shall be valid unless written notice thereof is given by the CONTRACTOR to the SUB - CONTRACTOR during the first ten days of the calendar month following that in which the claim originated. 8. To give the SUB - CONTRACTOR an opportunity to be present and to sub- mit evidence in any arbitration involving his rights. 9. To name as arbitrator under arbitration proceedings as provided in the General Conditions the person nominated by the SUB - CONTRACTOR, if the sole cause of dispute is the work, materials, rights or res- ponsibilities of the SUB - CONTRACTOR. or, if of the SUB - CONTRACTOR and any other SUB - CONTRACTOR jointly, to name as such arbitrator the person upon whom they agree. d. The CONTRACTOR and the SUB - CONTRACTOR Agree: 1. That in the matter of arbitration, their rights and obligations and all procedure shall be analogous to those set forth in this Contract; provided, however, that a decision by the GOLF COURSE ARCHITECT shall not be a condition precedent to arbitration. Nothing in this article shall create any obligation on the part of the OWNER to pay or to see to the payment of any sums to any SUB - CONTRACTOR. .18 GOLF COURSE ARCHITECT'S STATUS a. The GOLF COURSE ARCHITECT shall be the OWNER'S representative during the GC -8 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 construction period and he shall observe the work in process on behalf of the OWNER. He shall have authority to act on behalf of the OWNER only to the extent expressly provided in the Contract Documents or otherwise in writing, which shall be shown to the CONTRACTOR. He shall have authority to stop the work whenever such stoppage may be necessary in his reasonable opinion to insure the proper execution of the Contract. The GOLF COURSE ARCHITECT shall be, in the first in- stance, the interpreter of the conditions of the Contract and the judge of its performance. He shall side neither with the OWNER nor with the CONTRACTOR, but shall use his•powers under the Contract to enforce its faithful performance by both. In the case of the termination of the employment of the GOLF COURSE ARCHI- TECT, the OWNER shall appoint a capable and reputable replacement against whom the CONTRACTOR makes no reasonable objection. whose status under the Contract shall be that of the former GOLF COURSE ARCHITECT, and dispute in connection with such appointment shall be subject to arbitration. .19 GOLF COURSE ARCHITECT'S DECISIONS a. The GOLF COURSE ARCHITECT shall, within a reasonable time, make decisions on all claims of the OWNER or CONTRACTOR and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. The GOLF COURSE ARCHITECT'S decision, in matters relating to artistic effect, shall be final, if within the terms of the Contract Documents. .20 ARBITRATION a. All disputes, claims or quest ins subject to arbitration under this con- tract shall be submitted to ar illia accordance with the provisions, then obtaining, of the Standar��; itration Procedure of The American Arbitra- tion Association, a s ement shall be specifically enforceable under the prevailing arbit t� and judgement upon the award rendered may be entered in the co f t`f orum, state or federal, having jurisdiction. It is mutually agreed tt ► decision of the arbitrators shall be a condition precedent to any right egal action that either party may have against the other. b. The CONTRACTOR shall no a delay of the work during any arbitration proceedings, except by agr pq he OWNER. Notice of the demand for arbi- tration of a dispute al� rri e d in writing with the other party to the Contract, and a copy file LF COURSE ARCHITECT. The demand for Arbitration shall be made wi n a onable time after the dispute has arisen; in no case, however. shall an be made later than the time of final payment, except as otherwise expre tipulated in the Contract. c. The arbitrators, if they d at the case requires it, are authorized to award to the party whose co t t ustained, such sums as they or a majority of them shall deem proper io e him for the time and expense incident to the proceeding and, ify ation was demanded without reasonable cause, they may also award ag o delay. The arbitrators shall fix their own compensation, unles l se provided by agreement, and shall assess the costs and changes of the pr ings upon either or both parties. GC -9 .21 DAMAGES a. Should either party to this Contract suffer damages because of any wrong- ful act or neglect of the other party or of anyone employed by him, claim shall be made in writing to the party liable within a reasonable time of the first ob- servance of such damage and not later than the final payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be adjusted by agreement. .22 CASH ALLOWANCES a. The CONTRACTOR shall include in the Contract sum all allowances named in the Contract Documents and shall cause the work so covered to be done by such con- tractors and for such sums as the GOLF COURSE ARCHITECT may direct, the contract sum being adjusted in conformity therewith. b. The CONTRACTOR declares that the contract sum included such sums for ex- penses and profit because of cash allowances as he deems proper. No demand for expenses or profit other than those included in the contract sum shall be allowed. The CONTRACTOR shall not be required to employ for such work persons against whom he has a reasonable objection. .23 MUTUAL RESPONSIBILITY OF CONTRACTORS a. Should the CONTRACTOR cause damage to any separate contractor on the work the CONTRACTOR agrees, upon due notice. to settle with such contractor by agree- ment or arbitration. if he will settle. If such separate contractor sues the OWNER because of damage alleged to have been so sustained, the OWNER shall notify the CONTRACTOR, who shall defend such proceedings at the CONTRACTOR'S expense and, if any judgement against the OWNER arise therefrom, the CONTRACTOR shall pay or satisfy it and pay all costs incurred by the OWNER. .24 CONTRACTOR'S LIABILITY INSURANCE a. The CONTRACTOR shall maintain such insurance as will protect him from claims under workmen's compensation acts and other employee benefits acts, from claims for damages because of bodily injury including death to his employees and all others and from claims for damage to property, and or all of which may arise out of or result from the CONTRACTOR'S operations under this Contract whether such operations be by himself or by any sub - contractor or anyone directly or indirectly employed by either of them. This insurance shall be written for not less than any limits of liability specified as part of this Contract. Certificates of such insurance shall be filed with the OWNER and the GOLF COURSE ARCHITECT. .25 CONTINGENT LIABILITY INSURANCE a. The CONTRACTOR shall be responsible for and maintain such insurance as will protect the OWNER and GOLF COURSE ARCHITECT from contingent liability to others for damages because of bodily injury, including death, which may arise from opera- tions under this contract, and any other liability for damages which the CONTRACTOR is required to insure under any provisions of this Contract. GC -l0 .26 CONTRACTOR'S INSURANCE The CONTRACTOR shall provide satisfactory evidence of insurance in force during the term of the Contract as follows: a. WORKMEN'S COMPENSATION INSURANCE: The CONTRACTOR shall take out and main- tain for duration of this Contract statuatory Workmen's Compensation Insurance and Employer's Liability insurance as shall he required under all applicable laws. b. GENERAL LIABILITY INSURANCE 1. Public Liability Insurance: The CONTRACTOR shall take out and main- tain during the life of this Contract such Public Liability and Pro- perty Damage Insurance as shall protect him from all claims for bod- ily injury including accidental death as well as from all claims for Property Damage arising from operations under this Contract. The minimum limits which are required are specified under Special Con- ditions of these Specifications. Such policy shall include coverage for: 2. Injury to or destruction of any property arising out of the collapse of, or structural injury to any building or structure due: to grading of land, excavation, borrowing, filling, backfilling, tun- neling, pile driving, cofferdam work or caisson work, or, to moving, shoring, underpinning, raising. or demolition of any building or structure removal or rebuilding of any structural support thereof. 3. Injury to or destruction of wires. conduits, pipes, mains, sewers or other similar property, or any apparatus in connection therewith, below the surface of the ground. if such injury or destruction is caused by or occurs during the use of mechanical equipment for the purpose of grading of land, paving, excavation or drilling, or in- jury to or destruction of property, at any time resulting therefrom. 4. Injury to or destruction of any property arising out of blasting or explosion. 5 Automobile Insurance: The CONTRACTOR shall carry Automobile Insur- ance on all automotive equipment owned, rented or borrowed in the minimum amounts as stipulated in the Special Conditions of these Specifications. 6. Contractual Liability Insurance: The CONTRACTOR agrees to hold harm- less and indemnify the OWNER, the GOLF COURSE ARCHITECT and their agents from every claim, action, cause of action, liability, damage, expense or payment incurred by reasons of any bodily injury includ- ing death, or property damage resulting from the CONTRACTOR'S oper- ations on this project. 7. OWNER'S Protective Liability and Property Damage Insurance: The CONTRACTOR shall provide OWNER'S Protective Liability and Property GC -11 c. Builder's Risk -Fire and Extended Coverage - Insurance: If the nature of the entire installation or portion thereof, is such that it is insurable against the perils of fire. extended coverage, vandalism and malicious mischief, such in- surance shall be procured and maintained by the CONTRACTOR in behalf of himself. and OWNER and his sub - contractors, on a complete value form. d. Insurance certificates evidencing that the above insurance is in force with companies acceptable to the OWNER and in the amounts required shall be sub- mitted to the OWNER'S Attorney for examination and approved concurrently with the execution of the contract, after which they shall be filed with the OWNER. In addition to the normal information provided on the insurance certificates, they shall specifically provide that: 1. A certificate will not be modified except upon ten (10) day's prior written notice to the OWNER. 2. Coverage is included for blasting, collapse and underground hazards, and 3. The contractual liability hazard has been insured. .27 DETAIL DRAWINGS AND INSTRUCTIONS a_ The GOLF COURSE ARCHITECT shall furnish with reasonable promptness, addi- tional instructions by means of drawings or otherwise, necessary for the proper execution of the work. All such drawings and instruction shall be consistent with the Contract Documents, true developments thereof, and reasonably inferable there- from. The work shall be executed in conformity therewith and the CONTRACTOR shall do no work without proper drawings or instructions. .28 CONTRACT DRAWINGS AND SPECIFICATIONS a. Unless otherwise provided in the Contract Documents the CONTRACTOR will be furnished, free of charge, all copies of the drawings and specifications reasonably necessary for the execution of the work. b. All copies of drawings and specifications must be returned to the GOLF COURSE ARCHITECT upon demand. .29 SHOP DRAWINGS Damage Insurance in the name of the OWNER and the GOLF COURSE ARCHITECT, insuring against bodily injury and property damage liability in the limits set forth above for which they may become legally obligated to pay as damages sustained by any persons, caused by accident and arising out of operations performed for the named insured by independent contractors and general supervision thereof. a. The CONTRACTOR shall check and verify all field measurements and shall submit promptly three copies, checked and approved by him, of all shop or setting drawings and schedules required for the work of the various trades. The GOLF COURSE hKlif TFCT shall check and approve, with reasnnahle conformance with the design con- GC -12 cept of the Project and compliance with the information given in the Contract Documents. The CONTRACTOR shall make any corrections required by the GOLF COURSE ARCHITECT and file with them two corrected copies each and furnish such other copies as may be needed. The GOLF COURSE ARCHITECT'S attention to such deviations at the time of submission, and secured with his written approval, shall not re- lieve the CONTRACTOR from responsibility for errors in shop drawings or schedules. .30 DRAWINGS AND SPECIFICATIONS ON TIIE WORK, • a. The CONTRACTOR shall keep one copy of all drawings and specifications on the work, in good order, available to the GOLF COURSE ARCHITECT and SUPERINTENDENT at the job site. .31 OWNERSHIP OF DRAWINGS a. All drawings, specifications and copies thereof furnished by the GOLF COURSE ARCHITECT are his property. They are not to be used on other work and with the exception of the signed Contract set, are to be returned to him on re- quest, at the completion of the work. .32 SAMPLES a. The CUNIRACIOR shall furnish for approval, with reasonable promptness, all samples as directed by the SUPERINTENDENT or GOLF COURSE ARCHITECT. The GOLF COURSE ARCHITECT shall check and approve such samples, with the reasonable prompt- ness, only for conformance with the design concept of the Project and for compli- ance with the information given in the Contract Documents. The work shall be in accordance with approved samples. .33 MATERIALS, APPLIANCES, EMPLOYEES a. Unless otherwise stipulated, the CONTRACTOR shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities necessary for the execution and completion of the work. b. All materials shall be new, unless otherwise specified in the Contract Documents. Both workmanship and materials shall be of good quality. The CONTRAC- TOR shall, if required, furnish satisfactory evidence as to the kind and quality of materials. c. Where the CONTRACTOR has good reason to suggest a substitution, he shall indicate the amount of extra or credit involved, at the time of the contract sign- ing, and in each case he shall obtain written approval from the OWNER, and the GOLF COURSE ARCHITECT before using substitute materials. For each proposed sub- stitution, samples, descriptive and technical data, cost comparison data, and re- ports of tests shall be submitted to the GOLF COURSE ARCHITECT for approval. No substitute items shall be furnished or installed without written approval. The CONTRACTOR shall reimburse the OWNER for any additional architectural or engineer- ing charges incurred in evaluating the proposed substitutions, whether accepted or rejected and for any changes in specifications, drawings and in the work of other trades resulting from substitutions. GC -13 d. Strict Discipline and Good Order shall at all times be enforced by the CONIRACTOR, and he shall not employ on the work any unfit person and anyone not skilled in the work assigned to him. • e. The CONTRACTOR shall furnish the necessary sanitary conveniences, properly secluded, for laborers on this work and these shall be maintained in a manner in- offensive to the public. .34 ROYALTIES AND PATENTS a. The CONTRACTOR shall pay all royalties and license fees. He shall defend all suits and claims for infringement of any patent rights and shall save the OWNER harmless from loss on account thereof, except that the OWNER shall be res- ponsible for any such loss when a particular process or the product of a particu- lar manufacturer or manufacturers is specified, but if the CONTRACTOR has informa- tion that the process of article specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the OWNER. .35 SURVEYS, PERMITS, LAWS, TAXES, AND REGULATIONS a. The OWNER shall furnish all surveys unless otherwise specified, and shall acquire and pay for all easements for permanent structures or permanent changes in existing facilities, unless otherwise specified. h. The CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified, and shall secure and pay for all necessary permits and licenses. If the CONTRAC- TOR observes that the drawings and specifications are at variance therewith, he shall promptly notify the GOLF COURSE ARCHITECT in writing and any necessary changes shall be adjusted as provided in the Contract for changes in the work. If the CONTRACTOR performs any work knowing it to be contrary to such laws, ordin- ances, rules, and regulations, and without such notice to the GOLF COURSE ARCHITECT, he shall bear all costs arising therefrom. c. Wherever the law of the place of building requires a sales, consumer, use, ur other similar tax, the CONTRACTOR shall pay such tax. .36 PROTECTION OF WORK AND PROPERTY a. The CONTRACTOR shall continuously maintain adequate protection of all his work from damage and shall protect the OWNER'S property from injury or loss arising in connection with this Contract. He shall make good any such damage, injury, or loss, except such as may be directly due to errors in the Contract Documents or caused by agents or employees of the OWNER, or due to causes beyond the CONTRACTOR'S control and not to his fault or negligence. He shall adequately protect adjacent property as provided by law and the Contract Documents. The CONTRACTOR shall take all necessary precautions for the safety of employees on the work, and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. He shall erect and properly main- tain at all times, as required by the conditions and progress of the work, all neces- GC -14 sary safeguards for the protection of workmen and the public and shall post danger signs warning against all hazards. In an emergency affecting the safety of life or of the work or of adjoining property, the CONTRACTOR without special instruction or authorization from the GOLF COURSE ARCHITECT or OWNER, is hereby permitted to act, at his discretion, to prevent such threatened loss or injury and he shall so act without appeal; if so authorized or instructed. Any compen- sation, claimed by the CONTRACTOR because of emergency work, shall be determined by agreement or arbitration. .37 ACCESS TO WORK a. The GOLF COURSE ARCHITECT and SUPERINTENDENT shall at all times have access to the work wherever it is in preparation or progress and the CONTRACTOR shall provide proper facilities for such access so that they may perform their functions under the Contract Documents. If the specifications, the GOLF COURSE ARCHITECT'S instructions, laws, ordinances or any public authority require any work to be specially tested or approved, the CONTRACTOR shall give timely notice of its readiness for observation or inspection. If the inspection is by an author- ity other than the GOLF COURSE ARCHITECT or SUPERINTENDENT, required certificates of inspection shall be secured by the CONTRACTOR. Observations by the GOLF COURSE ARCHITECT or SUPERINTENDENT shall be promptly made, and where practicable at the source of supply. If any work should be covered up without approval or consent of the GOLF COURSE ARCHITECT or SUPERINTENDENT, it must be uncovered for examina- tion at the CONTRACTOR'S expense, if ordered. Re- examination of questioned work may be ordered by the GOLF COURSE ARCHITECT or SUPERINTENDENT, and if so ordered, the work must be uncovered by the CONTRACTOR. If such work be found not in accord- ance with the Contract Documents, the CONTRACTOR shall pay such cost, unless it be found that the defect in the work was caused by a CONTRACTOR employed as pro- vided in Section 11, and in that event, the OWNER shall pay such cost. .38 SUPERINTENDENCE: SUPERVISION a. The CONTRACTOR shall give active supervision to the work, using his best skill and attention. He shall carefully study and compare all drawings, specifi- cations and other instructions and shall at once report to the SUPERINTENDENT and GOLF COURSE ARCHITECT an error, inconsistency or omission which he may discover, but he shall not be liable to the OWNER for any damage resulting from any errors or deficiencies in the Contract Documents or other instructions by the SUPERINTEN- DENT or GOLF COURSE ARCHITECT. The GOLF COURSE ARCHITECT shall not be responsible for the acts or omissions of the SUPERINTENDENT. b. The CONTRACTOR must submit with his bid, the name and qualifications of his job superintendent. The job superintendent will be present at the job site during the entire progress of the work. Any communication through the job superintendent shall be binding as if given to the CONTRACTOR. .39 CHANGES IN THE WORK a. The OWNER, without invalidating the Contract, may order extra work or make changes by altering, adding to, or deducting from the work, the Contract Sum being adjusted accordingly. All such work shall be executed under the conditions of the original contract except that any claim for extension of time caused thereby shall GC -15 be adjusted at the time of ordering such change. In giving instructions, the GOLF COURSE ARCHITECT shall have authority to make minor changes in the work, not in- volving extra cost, and not inconsistent with the purpose of the construction, but otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written order from the OWNER signed or countersigned by the GOLF COURSE ARCHITECT or a written order from the GOLF COURSE ARCHITECT, stating that the OWNER has authorized the extra work or change, and no claim for an addition to the contract sum shall be valid unless so ordered. The value of any such extra work or change shall be determined in one or more of the following ways, mutually agreed upon by the Owner, GCA and Contractor. 1. By Estimate and acceptance in a lump sum. 2. By Unit Prices named in the Contract or subsequently agreed upon. 3. By Cost and Percentage or by cost and fixed fee. .40 CLAIMS FOR EXTRA COST a. If the CONTRACTOR claims that any instruction by drawings or otherwise involve extra cost under this Contract, he shall give the GOLF COURSE ARCHITECT written notice thereof within a reasonable time after the receipt of such instruc- tions, and in any event before proceeding to execute the work, except in emergency endangering life or property, and the procedure shall then be as provided for changes in the work. No such claim shall be valid unless so made, and in writing. .41 DELAYS AND EXTENSION OF TIME a. If the CONTRACTOR be delayed at any time in the progress of the work by any act or neglect of the OWNER or the GOLF COURSE ARCHITECT, or of any employees of either, or by any separate contractor employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, un- avoidable casualties or any causes beyond the CONTRACTOR'S control or by delay justified by the GOLF COURSE ARCHITECT, then the time of completion shall be ex- tended for such reasonable time as the GOLF COURSE ARCHITECT may decide. b. No such extension shall be made for delay occurring more than seven days before claim therefore is made in writing to the GOLF COURSE ARCHITECT. In the case of a continuing cause of delay, only one claim is necessary. If no schedule or agreement stating the dates upon which drawings shall be furnished is made, then no claim for delay shall be allowed on account of failure to furnish drawings un- til two weeks after demand for such drawings and not then unless such claim be rea- sonable. This article does not exclude the recovery of damages for delay by either party under other provision in the Contract Documents. .42 CORRECTION OF WORK BEFORE FINAL PAYMENT a. The CONTRACTOR shall promptly remove from the premises all work condemned by the SUPERINTENDENT or the GOLF COURSE ARCHITECT as failing to conform to the Contract, whether incorporated or not, and the CONTRACTOR shall promptly replace and reexecute his own work in accordance with the Contract and without expense to GC -16 the OWNER and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If the CONTRACTOR does not remove such condemned work within a reasonable time, fixed by written notice, the OWNER may remove it and may store the material at the expense of the CONTRACTOR. If the CONTRACTOR does not pay the expense of such removal within ten days' time thereafter, the OWNER may, upon ten days' written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs and expenses that should have been borne by the CONTRACTOR. .43 CORRECTION OF WORK AFTER FINAL PAYMENT a. The CONTRACTOR shall remedy any defects due to faulty materials or workman- ship and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of final payment, or from the date of the OWNER'S substantial usage or occupancy of the Project, whichever is earlier, and in accordance with the terms of any special guarantees provided in the Contract. The OWNER shall give notice of observed defects with reasonable promptness. All ques- tions arising under this Section shall be decided by the GOLF COURSE ARCHITECT sub- ject to arbitration, not withstanding final payment. .44 DEDUCTIONS FOR UNCORRECTED WORK a. If the GOLF COURSE ARCHITECT and OWNER deem it expedient not to correct work injured or done not in accordance with the Contract, an equitable deduction from the Contract price shall be made therefore. .45 THE OWNER'S RIGHT TO DO WORK a. If the CONTRACTOR should neglect to prosecute the work properly or fail to perform any provision of this Contract, the OWNER, after ten days' written notice to the CONTRACTOR may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the CONTRACTOR provided, however, that the GOLF COURSE ARCHITECT shall approve both such action and the amount charged to the CONTRACTOR. .46 OWNER'S RIGHT TO TERMINATE CONTRACT a. If the CONTRACTOR should be adjudged as bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed because of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen, proper materials, or equipment or if he should fail to make prompt payment to sub- contractors or for material or labor, or persistently disregard laws, ordinances or the instruction of the GOLF COURSE ARCHITECT or otherwise be guilty of a substantial violation of any provision of the Contract, then the OWNER, upon receipt of the certificate from the GOLF COURSE ARCHITECT that sufficient cause exists to justify such action, may without prejud- ice to any other right or remedy, and after giving the CONTRACTOR and his surety, if any, ten days' written notice. terminate the employment of the CONTRACTOR and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the work is GC -17 finished. If the unpaid balance of the Contract price shall exceed the expense of finishing the work including compensation for additional architectural, mana- gerial and administrative services, such excess shall be paid to the CONTRACTOR. If such expense shall exceed such unpaid balance, the CONTRACTOR shall pay the difference to the OWNER. The expense incurred by the OWNER as herein provided, and the damage incurred through the CONTRACTOR'S default, shall be certified by the GOLF COURSE ARCHITECT. .47 THE CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT a. If the work be stopped under an order of any court, or other public author- ity, for a period of ninety days, through no act or fault of the CONTRACTOR or of anyone employed by him, then the CONTRACTOR may, upon ten days' written notice to the OWNER and the GOLF COURSE ARCHITECT terminate this Contract and recover from the OWNER payment for all work executed and any proven loss sustained upon any plant or materials and reasonable profit and damages. Should the GOLF COURSE ARCHITECT fail to issue any Certificate for Payment, through no fault of the CONTRACTOR, with- in ten days after the CONTRACTOR'S formal request for payment or if the OWNER should fail to pay to the CONTRACTOR within fifteen days of its maturity and presentation, any sum certified by the GOLF COURSE ARCHITECT or awarded by arbitrators, then the CONTRACTOR may, upon ten days' written notice to the OWNER and the GOLF COURSE ARCHI- TECT stop the work or terminate this Contract as set out in the preceding paragraph. .48 APPLICATIONS FOR PAYMENT a. At least five days before each payment falls due, the CONTRACTOR shall sub- mit to the GOLF COURSE ARCHITECT an itemized application for payment, supported to the extent required by the GOLF COURSE ARCHITECT by receipts or other vouchers, showing payments for materials and labor, payments to sub- contractors and such other evidence of the CONTRACTOR'S right to payment as the GOLF COURSE ARCHITECT may direct. b. If payments are made on valuation of work done, the CONTRACTOR shall, be- fore the first applications, submit to the GOLF COURSE ARCHITECT a schedule of values of the various parts of the work, including quantities, aggregating the total sum of the Contract, divided so as to facilitate payments to sub - contractors in accordance with Section 17 -C made out in such form as the GOLF COURSE ARCHITECT and the CONTRACTOR may agree upon, and, if required, supported by such evidence as to its correctness as the GOLF COURSE ARCHITECT may direct. This schedule, when approved by the GOLF COURSE ARCHITECT shall be used as a basis for Certificates for Payments, the CONTRACTOR shall submit a statement based upon this schedule. c. If payments are made for materials not incorporated in the work but delivered and suitably stored at the site, or at some other location agreed upon in writing, such payments shall be conditioned upon submission by the CONTRACTOR of bills of sale, lien waivers, or such other procedure as will establish the OWNER'S title to such material or otherwise adquately protect the OWNER'S interest including appli- cable insurance. .49 CERTIFICATES FOR PAYMENT a. If the CONTRACTOR has made application for payment as above, the GOLF COURSE GC -18 ARCHITECT shall, not later than the date when each payment falls due, issue a Certificate for Payment to the CONTRACTOR for such amount as he decides to be properly due, or state in writing his reasons for withholding a certificate. b. No certificate issued nor payment made to the CONTRACTOR, nor partial or entire use or occupancy of the work by the OWNER, shall be an acceptance of any work or materials not in accordance with this Contract, The making and accept- ance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing after final payment or from failure to comply with drawings and specifications and terms of any special guarantees specified in the Contract and of all claims by the CON- TRACTOR, except those previously made and still unsettled. c. Should the OWNER fail to pay the sum named in any Certificate for Payment issued by the GOLF COURSE ARCHITECT or in any award by arbitration, upon demand when due, the CONTRACTOR shall receive, in addition to the sum named in the Cer- tificate, interest thereon at the legal rate in force at the place of construction. .50 PAYMENTS WITHHELD a. The GOLF COURSE ARCHITECT may withhold or, because of subsequently dis- covered evidence, nullify the whole or a part of any certificate to such extent as may be necessary in his reasonable opinion to protect the OWNER from loss be- cause of: 1. Defective Work not remedied. 2. Claims filed or reasonable evidence indicating probable filing of claims. 3. Failure of the CONTRACTOR to make payments properly to the SUB- CONTRACTORS or for material or labor. 4 A Reasonable Doubt that the Contract can be completed for the balance then unpaid. 5. Damage to another contractor. b. When the above grounds are removed, payment shall be made for amounts with- held because of them. c. Retained Percentage - A specified amount of each approved partial payment shall be retained until completion and final acceptance of the work. This percen- tage shall be as stipulated in the Special Conditions of these Specifications. .5l LIENS a.' Neither the final payment nor any part of the retained percentage shall be- come due until the CONTRACTOR, if required, shall deliver to the OWNER a complete release of all liens arising out of this Contract, or receipts in full in lieu there- of and, if required in either case, an affidavit that so far as he has knowledge or information the releases and receipts include all the labor and material for which GC -19 a lien could be filed; but the CONTRACTOR may, if any SUB- CONTRACTOR refuses to furnish a release or receipt in full, furnish a bond satisfactory to the OWNER, to indemnify him against any lien. If any lien remains unsatisfied after all payments are made, the CONTRACTOR shall refund to the OWNER all money that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee. .52 USE OF THE SITE a. The CONTRACTOR shall confine his apparatus, the storage of materials and the operations of his workmen to limits indicated by law, ordinances, permits, plans or directions of the GOLF COURSE ARCHITECT and shall not unreasonably en- cumber the site with his materials. .53 CUTTING, PATCHING a. The CONTRACTOR shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to re- ceive or be received by work of other contractors shown upon, or reasonably implied by the Drawings and Specifications for the completed project, and he shall make good after them as the GOLF COURSE ARCHITECT may direct. Any cost caused by de- fective or ill -timed work shall be borne by the party responsible therefore. The CONTRACTOR shall not endanger any work by cutting, excavating or otherwise alter- ing the work and shall not cut or alter the work of any other contractor save with the consent of the GOLF COURSE ARCHITECT. .54 CLEANING UP a. The CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by his employees or work, and at the comple- tion of the work he shall remove all his rubbish from and about the site and all his tools, equipment, and surplus materials and shall leave his work acceptably, unless more exactly specified. In case of dispute, the OWNER may remove the rub - blish and charge the cost to the CONTRACTOR as the GOLF COURSE ARCHITECT shall determine to be just. b. Before acceptance of the job by the OWNER, the site and premises shall be thoroughly clean to the satisfaction of the GOLF COURSE ARCHITECT and the OWNER. .55 DETERMINATION AND EXTENSION OF CONTRACT TIME a. The time allowed for completion of all work required by the Contract will be stated in the Bid Form and /or Special Conditions and that time allotment shall be known as the Contract Time. For reasons of public interest, it is essential that the time be prosecuted continuously and effectively, with the least possible delay, to the end that all work will be completed within the time period allowed. .56 DETERMINATION OF CONTRACT TIME a. When the Contract Time is specified by designating a definite number of Working Days, as defined in Section 1, assessment of working day charges will start GC -20 on the date specified in the Notice of Contract Award, and all work must be com- pleted in accordance with the requirements of the Contract on or before the date on which the specified number of Working Days expire. Assessment of working day charges will be in accordance with the following provisions: 1. The GOLF COURSE ARCHITECT will furnish the CONTRACTOR a weekly state- ment showing the working day charges assessed against the Contract during the preceding week, along with the time remaining for comple- tion of the Project. No statements will be issued during periods of authorized winter suspension. 2. One whole day will be assessed for each Working Day on which the con- trolling items can be effectively prosecuted during six (6) or more hours of the CONTRACTOR'S daily working schedule. A fractional day will be assessed for each Working Day on which the controlling oper- ations can be effectively prosecuted for at least two (2) hours but not more than six (6) hours of the day. 3. Fractional working day charges may be made on those days when condi- tions beyond the control of the CONTRACTOR and unknown to him at the time of bidding make it impossible to prosecute the controlling items of work with full normal efficiency or with the full normal working forces, or when any one or more but not all of the controlling items can be effectively prosecuted. 4 No working day charges will be assessed on Saturdays, Sundays, and legal holidays of the State, even though work may be performed. No fractional charge will be made for days on which the work cannot be prosecuted for at least two (2) hours of the normal working schedule. 5. No working day charges will be made during the periods between the effective dates of Suspension and Resumption of Work orders issued by the GOLF COURSE ARCHITECT for reasons entirely beyond the control and without the fault of the CONTRACTOR. 6. Upon reciept of each weekly working day statement, the CONTRACTOR will be allowed five days in which to file a written protest if he considers an improper assessment was made. Unless a timely written protest is filed with the GOLF COURSE ARCHITECT, the statement shall be conclusively considered as having been accepted by the CONTRACTOR as correct. 7. Should the CONTRACTOR file a timely protest concerning working day charges on any statement, and if the GOLF COURSE ARCHITECT does not agree with the CONTRACTOR'S contentions by issuing an amended state- ment that is agreed to, the statement in question will be referred to the OWNER for disposition. b. Should an extension of the Contract Time be granted as provided for in Sec- tion 57, the extended time for completion shall then be in full force and effect the same as though it were originally allowed. GC -2l 4. Delays caused by plant and equipment failure, when due to failure of the CONTRACTOR to provide and maintain the equipment in good mechanical condition or to provide for immediate emergency repairs; 5. Delays due to slow delivery of materials from the supplier or fabri- cator, when the material is available in warehouse stock or when delivery is delayed for reasons of priority, late ordering, finan- cial considerations, or other causes within the power of the CON- TRACTOR or his supplier to foresee and prevent; 6. Delays due to the CONTRACTOR'S failure to provide sufficient forces and equipment to maintain satisfactory progress and assure timely completion of the controlling items. d. The foregoing provisions shall govern, not only in the granting of time ex- tensions, but also as a means of defining the conditions which are considered be- yond the control and without the fault of negligency of the CONTRACTOR in the assess- ment of working day charges by the GOLF COURSE ARCHITECT. e. The granting of a time extension due to performance of Extra Work or in- creased quantities of work will be limited to a period of time which is proportional to the increased dollar volume of work, unless it can be shown that the added work was a controlling factor in the rate of progress or unless an extension of the Con- tract Time is otherwise allowed in the agreement authorizing the additional work, in which case the value of that work will be excluded from the considerations. f. When the Contract Time is established by a definite calendar completion date, extraordinary delays caused by inclement weather in excess of that which is normal for the locality and season of the year in which the work is being performed may be allowed as justification for granting a time extension, but only when it can be shown, within reasonable expectations, that the time lost could not be made up through acceleration of the remaining work. Failure to prosecute the work contin- uously and diligently for the full period of time allowed, and with sufficient for- ces and equipment to maintain satisfactory progress, may result in forfeiture of the CONTRACTOR'S right to time extension for abnormal weather conditions even though there may not have been any defense or remedy for later weather delays. g. When the Contract Time for completion is on a Working Day basis, delays caused by conditions beyond the control of the CONTRACTOR will have been taken into consideration in assessing working day charges to the extent that the effects on controlling operations were apparent at the time of prosecuting the work. Hence, the granting of additional time for completion will be limited to circumstances not recognized and accounted for in the working day statements. h. Any time extension which may otherwise have been granted in accordance with the foregoing provisions may not be granted if the CONTRACTOR fails to make written application therefore prior to completion and acceptance of the work. .58 FAILURE TO COMPLETE THE WORK ON TIME /LIQUIDATED DAMAGES (See Item 17, page SC -4 of Special Conditions) a. Time being an essential element of the Contract, it is hereby agreed that GC -23 the OWNER will be entitled to damages for failure on the part of the CONTRACTOR to complete the work within the prescribed time. In view of the difficulty in making a precise determination of actual damages incurred, the CONTRACTOR will be assessed a daily charge in the amount stipulated, not as a penalty but as liquidated damages to compensate for the additional costs incurred as well as loss of revenues. b. In any suit involving assessment or recovery of liquidated damages, the reasonableness of daily charges shall be presumed and the amount assessed will be in addition to every other remedy now or hereinafter enforceable at law, in equity, by statute, or under the Contract. c. For each Calendar Day that any work remains uncompleted after expiration of the Contract Time as determined and extended in accordance with the provisions of Section 56, the CONTRACTOR will be assessed a daily charge in the amount shown in the Schedule of Deductions in the Special Conditions portion of the Specifications for the original amount of the Contract subject only to the waivers agreed to herein. d. The OWNER may waive all or any portion of the liquidated damage assessments accruing during periods of authorized winter suspension, provided the CONTRACTOR has fulfilled his obligations under the provisions of the Contract Documents. e. Permitting the CONTRACTOR to continue and finish the work or any part of it after the time fixed for its completion shall not in any way operate as a waiver on the part of the OWNER of any of his rights under the Contract. Neither by the act of taking over the work nor by annulment of the Contract shall the OWNER forfeit the right to recover liquidated damages from the CONTRACTOR or his Sureties. f. The OWNER has the right to pay all costs for consultation, observation, in- spection and staking, and all legal and administrative costs required beyond the completion date stated. The OWNER may deduct actual charges and reasonable admin- istrative expenses from payments due to the CONTRACTOR before final payment is made to the CONTRACTOR. .59 TESTING a. All tests required by these Specifications or Drawings or directed by the GOLF COURSE ARCHITECT shall be performed by a recognized, independent testing firm approved by the GOLF COURSE ARCHITECT. b. Adequate notice shall be given by the CONTRACTOR when sampling or testing is required and the CONTRACTOR shall cooperate fully in taking, storing and shipping all specimens. c. Fees and charges by the testing firm shall be paid by the CONTRACTOR. d. Reports shall be provided to the OWNER, the SUPERINTENDENT, the CONTRACTOR, and the GOLF COURSE ARCHITECT and all agencies required by law or these Specifications. .60 INSPECTION OF WORK a. Under the Contract Documents the CONTRACTOR has assumed the responsibility of furnishing all services, labor and materials for the entire work, in accordance GC -24 with such documents. No provisions of any of the above paragraphs relating to supervision, inspection or observation of the work by the OWNER, SUPERINTENDENT, OWNER'S REPRESENTATIVE, GOLF COURSE ARCHITECT or Engineers employed by the GOLF COURSE ARCHITECT shall in any way affect said responsibility and undertaking of the CONTRACTOR; nor shall the failure of any of the foregoing to discover or to bring to the attention of the CONTRACTOR the existence of any work or materials not in accordance with said Contract Documents in any way affect such obligation of the CONTRACTOR or the rights and remedies of the OWNER as set forth in said Contract Documents. .61 NOTICE OF READINESS FOR FINAL INSPECTION a. When the CONTRACTOR is ready for a final inspection, he shall give notice to the GOLF COURSE ARCHITECT with a copy to the OWNER in the following words: The work on the Contract for the (shown name of project as it appears on the Form of Contract), having been fully completed except as stipulated herein below, it is the request of the CONTRACTOR that final inspection be made promptly by the GOLF COURSE ARCHITECT. The following work is incomplete through no fault of the CON- TRACTOR: (list any work which the CONTRACTOR regards as exceptional under the Form of Contract). b. No final inspection shall be made until such time as the GOLF COURSE ARCHI- TECT has received a letter in the exact form indicated above and a copy thereof has been received by the OWNER. .62 CERTIFICATES a. The CONTRACTOR shall obtain certificates of approval, acceptance and com- pliance from all authorities having jurisdiction over the Work and shall deliver these certificates to the GOLF COURSE ARCHITECT. The Work shall not be deemed complete nor will final payment be made until such certificates have been delivered. .63 GUARANTEES a. The guarantees required by the General Conditions are hereby supplemented by the following: b. The CONTRACTOR shall deliver to the GOLF COURSE ARCHITECT, upon completion of all work under this Contract, and before final payment is made, his written guar- antee made out to the OWNER, in a form satisfactory to the GOLF COURSE ARCHITECT, guaranteeing all the work, materials, appliances, equipment, etc., provided under the Contract to be free from defective materials and /or faulty workmanship, and to be watertight and leakproof. In the guarantee, the CONTRACTOR shall agree to re- place or reexecute, in a manner satisfactory to the GOLF COURSE ARCHITECT, without cost to the OWNER or the GOLF COURSE ARCHITECT, such work as may be found to be defective or faulty, and pay for all damages due to such replacement, or reexecution. c. The CONTRACTOR'S overall guarantee shall cover a period of one (1) year from the date of Final Acceptance of the Work. GC -25 .64 OPERATING INSTRUCTIONS a. Wiring diagrams, piping diagrams, installation instructions, parts lists and similar information shall be furnished for mechanical and electrical systems and all manufactured items and vendor's equipment. The CONTRACTOR shall be res- ponsible for assembling this material and turning three (3) copies over to the OWNER at the completion of the Work. b. The CONTRACTOR shall furnish the services of a qualified supervisory per- sonnel to start up the equipment which has been CONTRACTOR furnished and instruct the OWNER'S operating employees as to the procedures to be employed in starting up, operating, shutting down, lubricating, oiling, adjusting and maintaining all mechanical and electrical systems and items of equipment as covered more completely under "Irrigation" in these Specifications. OWNER- furnished equipment, if any, which is installed by the CONTRACTOR shall be started up by the OWNER. All neces- sary minor adjustments to this equipment shall be made by the OWNER. However, if the OWNER- furnished equipment has been improperly installed or has been damaged during installation, the CONTRACTOR shall be responsible for performing the neces- sary tasks in order to furnish the OWNER operable equipment. c. The CONTRACTOR is cautioned that the operating instructions called for in the above two (2) paragraphs are a specific requirement and that Contract work will not be considered complete until the written and printed information is submitted in an acceptable form to the OWNER and until the OWNER'S operating employees have been properly instructed in the use and care of the systems and of the component parts of same. GC -26 SPECIAL CONDITIONS 1. Item GC .13 of General Conditions -- CONTRACTOR'S WORK SCHEDULE, paragraph .c -- revise as follows: delete "Where the site of the work is within seven hundred -fifty feet of any dwelling" 2. Item GC .17 of General Conditions -- RELATIONS OF CONTRACTOR AND SUBCONTRACTOR, paragraph c.6, 8 & 9 and d.1 -- delete reference to arbitration 3. Item GC .18 of General Conditions -- GOLF COURSE ARCHITECT'S STATUS, paragraph a. -- delete any reference to arbitration. 4. Item GC .20 of General Conditions -- ARBITRATION -- delete entire section. There is no arbitration provision in this Contract. 5. Item GC .24 of General Conditions -- CONTRACTOR'S LIABILITY INSURANCE -- add the following: INDEMNITY Contractor's Indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Contract, the Contractor shall indemnity and save harmless the Owner and the Owner's agents and employees from all losses, damages, judge- ments, decrees, and expenses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or allegedly caused, by any willful acts, negligence, nuisance, or breach of any term or condition of this Contract by the Contractor, his agents, servants, subcontractors, or employees. The Contractor shall furthermore indemnify and save harmless the owner and the Owner's agents and employees from all demands of subcontractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any discription, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees, subcontractors or their employees and subcontractors shall be restored to its condition prior to damage by the Contractor at the Contractor's expense. 6. Item GC .26a of General Conditions -- CONTINGENT LIABILITY INSURANCE -- add the following: Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid all compensation, medical or other benefits, which may become due or payable thereunder, and to protect and indemnify the Owner and the Owner's agents and employees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The Contractor shall furnish the Owner with a certificate from the Industrial SC -1 Accident Board evidencing the Contractor's and sub - contractor's compliance with said statute. 7. Item GC .26b of General Conditions -- GENERAL LIABILITY INSURANCE -- add the following: (a) Comprehensive General Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision ". The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $ 500,000. each person $1,000,000 each accident Property Damage $ 300,000. each accident $ 500,000. each aggregate Public Liability and Property Damage to protect the Contractor, any of his sub - contractors and the Owner against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount of liability is $300,000./$500,000. The amount of property damage is $1,000,000. per accident. (b) Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, and Owner's and Contrac- tor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liability Insurance ". (c) Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work, of all motor vehicles licensed for highway use, whether they are owned, non - owned, or hired by the Contractor, in which shall specifically insure con- tractual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehensive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $500,000. each person $500,000. each accident Property Damage $500,000. each accident $500,000. each aggregate SC -2 8. Item GC .26c of General Conditions -- BUILDERS RISK - FIRE AND EXTENDED COVERAGE -- add the following: Builders Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. The Contractor shall supply to the Owner a Certificate of Insurance, on a form supplied by the insurance companies, prior to start of work. 9. Item GC .26d of General Conditions -- INSURANCE CERTIFICATES -- add the following: Insurance Certificate. In connection with the insurance coverage set out in section GC 26a (addition), GC 26b (addition), GC 26c (addition) and GC 26d (addition) above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 45 days advance written notice before any provisions of the policies are changed or in the event said policies shall be cancelled. This Certificate of Insurance shall be provided to the Owner prior to starting any construction work in connection with this Contract. 10. Item GC 41 of the General Conditions -- DELAYS AND EXTENSION OF TIME -- add the following: See Item 21, page SC -4, of Special Conditions. 11. Item GC 43a of the General Conditions -- CORRECTION OF WORK AFTER FINAL PAYMENT -- delete any reference to arbitration. 12. Item GC 47a of the General Conditions -- THE CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT -- delete any references to arbitration. 13. Item GC 48 of the General Conditions -- APPLICATIONS FOR PAYMENT, paragraph a -- change five days to fifteen (15). 14. Item GC 50 of the General Conditions -- PAYMENTS WITHHELD, paragraph c -- amend as follows: On or before an agreed upon day of each month during the construction, the Contractor will submit to the GCA, an estimate showing the following amounts payable: -90% of the work completed or materials delivered /stored until 50% of the work required by the contract has been performed; -100% of the work completed or materials delivered /stored, after 50% of the work required by the contract has been performed. 15. Item GC 56 of the General Conditions -- DETERMINATION OF CONTRACT TIME These paragraphs do not apply to this contract because completion date is a definite calendar completion date. 16. Item GC 57 of the General Conditions -- EXTENSION OF CONTRACT TIME -- The completion date for this contract will be on the basis of a definite calendar completion date of May 15, 1990. Contractors should be aware of paragraph 57c on page GC20, and paragraph 57f on page GC21. SC -3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 17. Item GC 58 of the General Conditions -- FAILURE TO COMPLETE THE WORK ON TIME /LIQUIDATED DAMAGES, paragraph c -- The amount of liquidated damages will be $1,000 per calendar day. Contractor shall delete reference to Section 56 and reference to Schedule of Deductions. 18. Item 59 of the General Conditions -- TESTING -- additional information: The Contractor shall be aware that geo- technical data is available from a group of test borings that have recently been completed. This information is available at the City of Round Rock for review by the Contractor. 19. Maintenance Bond -- The amount of the maintenance bond shall be 10% of the total contract price for construction items. 20. Performance Bond -- The party to whom the contract is awarded will be required forthwith to execute the contract and a performance and payment bond within ten (10) calendar days from the date of the written notice of award of the contract is delivered to the bidder at the address given by him. In case of a failure to do so, the owner may, at his option, consider that the bidder has abandoned the contract and the certified check or bid bond accompanying the proposal shall become the property of the owner. 21. No Damage for Delay Clause -- No payment, compensation or adjustment of any kind (other than the extensions of time provided for) shall be made to the contractor for damages because of hindrances or delays from any cause in the progress of the work, whether such hindrances or delays be avoidable or unavoidable, and the contractor agrees that he will make no claim for compensation, damages or mitigation of liquidated damages for any such delays, and will accept in full satisfaction for such delays said extension of time. 22. Allowance for Water Control /Crossings /Culverts a. The Contractor shall be aware that the allowance for concrete riprap spillways has been estimated to require the following general items in order to pass a 25 year storm: (1) Ponds #5, #6 and #12 - an 8" thick concrete riprap spillway with aprons and reinforcing steel, complete Allowance for all three spillways -- $27,000. b. The Contractor shall be aware that the allowance for low water /culvert crossings has been estimated to require the following general items in order to pass a 10 year storm: (1) Seven (7) crossings utilizing varying sizes of RCP, concrete headwall structures with riprap and reinforcing steel, concrete toewalls with reinforcing steel, concrete curb, compacted backfill, weep holes with filter media, concrete deck crossing with reinforcing steel, complete. (2) Four (4) crossings as described above except that the pipe will be much larger in size and length. Allowance for all eleven crossings -- $152,500. SC -4 c. The Contractor shall be aware that the allowance for golf cart /maint- enance equipment underpass crossings have been estimated to require the follow- ing general items: (1) Two (2) golf cart /maintenance equipment underpass crossings to in- clude 10 x 10 concrete box culverts at each road crossings, riprap, etc., complete. The culverts shall be designed to handle the high- way loading for the type of road expected. Allowance for the two crossings -- $55,000. 23. Clearing and Grubbing - The Contractor shall be aware that the clearing and grubbing is identified as removal of large trees (see crosshatched area on Clearing and Grubbing Plan CG -1) consisting of Oak, Elm Willow and dense group- ings of saplings and large Juniper. The other area of clearing and grubbing (see open outlined area on Clearing and Grubbing Plan CG -1) consists of small scattered Juniper and shrubs. SC -5 TECHNICAL SECTION CLEARING AND GRUBBING .01 SCOPE OF THE WORK The work covered by this Section of the Specifications consists of furnishing all materials, labor and equipment required for the clearing and grubbing of the golf course, including the removal, and satisfactory disposal of all trees, down timber, brush, projecting roots, stumps, lapwood, grasses, rubbish and all other objectionable material within the clearing lines indicated on the plans and /or within those areas designated by the Golf Course Architect (GCA), in strict accord- ance with this Section of the Specifications and the applicable drawings. .02 DEFINITIONS The following definitions shall apply to terms used in these Specifications, on the Drawings and in other Contract Documents: a. A "tree" shall be defined as any plant material having a single stem or trunk exceeding 2" diameter at a point 1' - 0" above the ground. Multi - trunked trees, such as Red Oak clumps, shall be considered as one tree. b. "Brush" shall be defined as any plant materials having stem or trunk less than 2" in diameter at a point 1' - 0" above the ground. c. "Clearing" shall mean removal of the trunk and branches at existing grade level or slightly above, without the stump. d. "Grubbing" shall mean the removal of stumps and roots where material has been previously cleared. e. "Removal" shall mean complete removal of the entire tree, stump, and all roots. f. "Debris" shall be defined as solid material which cannot be burned such as concrete, bricks, metal culvert, fencing, etc. g. "Trimming" shall be defined as the selective removal of portions of trees or brush as directed by the GCA. .03 AREA OF THE WORK Unless otherwise shown on the Drawings or directed by the GCA, clearing and grubbing operations shall be confined to the areas of excavation, filling, grading, or areas to be seeded. It is important that no areas be disturbed outside the clearing limits, thus these limits shall also be designated as the limits of work. All equipment traffic shall be maintained within these limits. .04 TYPES OF CLEARING a. The First phase, as shown on the plans and /or as directed by the GCA consists of clearing and grubbing fairways, fairway rough areas, greens, tees, and those areas where clearing is required by the grading operation. CGl b. The Second phase, as shown on the plans and /or as directed by the GCA shall consist of selective clearing and grubbing in the work areas within a thirty (30) foot strip around all the fairways, tees, and greens, and /or to the golf course boundary lines as indicated on the plans or as directed by the GCA. c. In the rough areas where the existing turf is deemed acceptable, the clear- ing work shall be accomplished by a bushhog or similar equipment that will disturb the natural grasses in those areas as little as possible. .05 TREES AND SHRUBS TO BE SAVED a. The GCA shall note trees within the construction area which are to be retained. The Contractor shall adequately protect these trees during the construction work. b. Trimming will be required, under the direction of the GCA, for all trees to be saved in the work area to the extent required to permit clean and workmanlike finish grading, seeding or sodding operation under and around trees. Large, broken, or hanging dead limbs need not be removed if they do not interfere directly with the work. Trimming for maintenance or shaping will NOT be required. .06 PROTECTION OF TREES a. Before commencing any work under this Contract, the Contractor shall arrange for an on -site meeting with the GCA for the purpose of establishing specific trees and plants to be saved and review with the GCA all clearing and grubbing work. b. Trees or plants to remain shall not be injured or defaced. Do not damage roots of trees to remain. c. When excavating within the branch spread of trees scheduled to remain, do so in a manner which will cause MINIMUM damage to root systems. Prune the injured roots cleanly and backfill as soon as possible. Do not leave surface roots exposed. d. Do not cut any root over two (2) inches in diameter. If excavation is neces- sary within 1/3 diameter of the branch spread of trees schedule to remain, the Con- tractor shall contact the GCA before proceeding. e. Do not use trees which are to remain for any purpose such as crane stays, f. Repair of Damaged Trees - Contractor Responsibility When any injuries to trees occur, all rough edges or scarred areas shall be first made reasonably smooth in accordance with generally accepted horticultural practice, and the scars then thoroughly covered with an asphaltum base tree paint. This operation shall be carried out immediately after damage occurs. Any such plants that are damaged by any construction operations to such an extent as to destroy their value for shade or landscape purposes, shall be cut out and disposed of by the Contractor, without compensation, when so directed by the GCA, regardless of whether or not such cutting and disposal shall be done as part of ordinary clear- ing operations. The Contractor shall be penalized $1,000 for each tree so removed. The responsibility for the removal of trees by the Contractor shall end upon final acceptance of the golf course by the Owner, unless otherwise directed by the GCA. CG2 9. Protection from Harmful Substances No paint, oil, volatile materials, or any substance that might cause damage to trees shall be spilled or buried in the vicinity of trees. .07 METHOD FOR CLEARING AND GRUBBING a: Prior to clearing any designated area within the golf course, the Contractor shall ascertain the limits of the golf course so as not to remove any trees that may be located in the adjacent property. This responsibility shall rest solely with the Contractor and any damage caused by him as a result of such negligence shall be at his own risk. The Contractor must confine the operation of this equipment to within the golf course limits, easements and approved haul roads. Any damage occurring out- side these areas shall be repaired at the Contractor's expense. b. Upon approval of the Owner and possession of necessary permit from appropriate governmental departments, the Contractor may burn trees, brush, and other materials on the site. The Contractor must provide adequate maintenance of the fire to insure reasonable combustion and sufficient supervision to keep the fire under control at all times. c. The areas designated shall be cleared and grubbed of all trees, stumps, roots, bushes, vines, hedgerows and other obstructions. All unsound or decayed stumps shall be removed to a depth of two (2) feet below the original ground. d. All roots, stumps, logs, and other perishable material shall be removed from the site and shall be buried. If burning is permissible by permit, the material shall be burned in small piles within the areas cleared and grubbed and in such a manner as not to injure adjacent areas which have not or will not be cleared. All operations require GCA approval and process direction. All burning when allowed, shall be under the constant care of a qualified operator, acting as watchman, and coordinated with the area fire ranger and Owner's Field Representative as to when and where burning will be done. Protection of uncleared areas is of utmost importance in order to retain the undisturbed natural growth. e. Stumps and debris which cannot be disposed of by burning (when allowed) may be buried or otherwise disposed of in areas approved by the GCA, but must not be buried near the greens, tees of fairway bunkers or any place which will interfere with the installation of the irrigation system. All locations for buried materials must be obtained from the GCA. Where such materials are buried, the Contractor shall strip, stockpile and respread any topsoil present on the burying area. f. Existing trees in any area of more than seven feet (7') fill on the site ex- cept under a building or other structure including sewers and paving of any kind, may be cleared by cutting at a point no more than l' - 0" above existing grade, leaving the stumps in place. 9. Existing trees in any area of the site to be filled less than seven feet (7') or under a building or other structure including sewer and paving of any kind, must be completely removed including roots. h. Debris may be buried in the work area with approval of the GCA, except under building or structures including sewers and paving of any kind, where the finish grade elevation will be more than seven feet (7') above the debris upon completion CG3 of the work outside of the work area as directed by the GCA or as noted on the Drawings. i. All brush shall be completely removed, including roots, and chipped in areas of the rough or may be buried under fill upon specific approval and under the direction of the GCA. j. Fences, power lines, hedgerows, structures and other obstructions shall be removed as directed by the GCA and the cost of such work shall be included in the prices bid for Site Preparation. All brush, logs, stumps, and debris shall be burned or otherwise disposed of in an approved manner. k. Branches from trees may be trimmed and chipped into areas of the rough upon approval of the GCA. 1 Precautions shall be taken by the Contractor to prevent limb, bark, or root injuries to remaining plant material by blasting, falling trees, or by operation of requipment. m. Trees that have fallen previously and which are located within the area of clearing and grubbing shall be removed in the same manner as those standing. n. During the clearing, grubbing and stump removal operation, topsoil shall be protected at all times. o. Upon completion of the First Phase Clearing, the GCA shall inspect and mark the Second Phase Clearing to produce an irregular line of vegetation, saving impor- tant trees and following the dictates of the topography and good design. The final width of clearing shall generally follow the clearing line as shown around the fair- ways as indicated on the plans, however, the GCA may adjust this final line in order to produce the most pleasing line of trees to compliment the layout of the golf holes. p. When trees of exceptional aesthetic quality, form, soundness, and /or value are located within the cleared areas, the GCA shall inspect the trees and determine whether or not they shall be preserved and protected. At any time during construc- tion the GCA may designate certain trees to be removed or to be retained. CG4 1 1 1 1 1 1 1 1 1 1. 1 1 1 1 1 1 TECHNICAL SECTION EARTHWORK .01 SCOPE The work under this Section of the Specifications consists of furnishing all labor, materials, and equipment to strip, excavate, place, compact, spread, mix, and finish grade according to the Drawings, Specifications and directions of the GOLF COURSE ARCHITECT (GCA) and SUPERINTENDENT. .02 SITE GRADING a. The Contractor shall be required to do all grading necessary to complete all items of golf course construction as indicated on the Plans and included in the Specifications. b. The Contractor will be required to strip all clean and useful soil in the upper 6 to 8" of the existing grade (so called "top- soil "), from all areas of fill and excavation on the golf course. The stripped "topsoil" shall be stockpiled adjacent to the stripped areas so that it does not interfere with the progress of the work. In no case shall "top- soil" be stockpiled on any native grass rough area that is intended to be preserved. There are certain areas that require better quality surface material, particularly tee surfaces and green slopes. The GCA may require the Contractor to place "topsoil" in these areas from satisfactory sources. The Contractor shall schedule the earthwork so as to place "topsoil" over the course in areas where "topsoil" may not be present or where it is not stripped in a one step method. Where "topsoil" is required, it shall be spread and graded over such areas to a minimum depth of six (6) inches. Should conditions require other procedures, the GCA will adjust the procedure accordingly. These provisions apply to all areas of the golf course, including tees, greens, bunkers and mounds, swales, etc., and where reference is made to "topsoil" stripping and /or replacing elsewhere in these specifications, the methods set forth in this Paragraph shall be deemed applicable and shall take precedence. c. The Contractor shall utilize rock -free "topsoil" for spreading over all disturbed areas. Surface rock shall be removed by Contractor as directed by the GCA. d. Sub -cuts will be required in areas where suitable materials are found to greater depths until sufficient "topsoil" has been stockpiled for use on the site. e. Quality of the materials will be determined by the GCA and Superintendent on the site as the work progresses. Silty or peaty soils which of themselves are not acceptable will be excavated and used as fill materials. ` Earthwork quantities indicated on the Drawings or in the Proposal Form are estimates only. The Contractor will be required to stockpile sufficient material to cover all disturbed areas to required topsoil depth. If the Contractor fails to stockpile sufficient "topsoil ", or if "topsoil" has been buried or wasted, then the Contractor shall, at his own expense, provide the balance of the "topsoil" re- quired to properly complete the project from designated borrow areas on the prop- erty or from offsite sources. El g. Whenever it appears that loose topsoil materials caused by discing will cause excessive settlement during or after seeding operations, the loose topsoil shall be recompacted before seeding takes place. Areas of topsoil which have been over - compacted shall be loosened and broken up to the satisfaction of the GCA. h. Rocks, roots, and debris in the "topsoil" layer must be removed as they are worked up by each succeeding operation. Unless otherwise stated on the Drawings or these Specifications, the topsoil cover shall be considered to be six inches (6 ") in depth. Removal of rocks smaller than 1" nominal diameter will not be required. The actual volume of rock between 3/8" and 1" shall not exceed 10% in the "topsoil" depth. Rocks shall be disposed of as indicated on the Drawings or as directed by the GCA. i. Fill shall be obtained from ponds and other areas requiring excavation on the golf course as indicated on the plans and /or as otherwise designated by the GCA. Fill material to be used in construction of greens, tees, and fairway bunkers shall be suitable so that it can easily be shaped to golf course features and will settle uniformly. Material containing peat, muck or extensive organic matter will not be allowed as fill in these specialized areas. j. Where fill material is obtained from borrow areas, such areas shall be graded to provide complete surface drainage and to blend with the surrounding con- tours to the satisfaction of the GCA. k. In the event that surplus material is developed from the borrow areas, such material shall be placed in the surrounding areas as directed by the GCA. 1. Fill for greens, tees, and fairway bunkers shall be placed at the location shown on plans, graded and shaped. All fill material used in these features shall be clean and free of organic matter and large rock so that it can be easily shaped and will settle uniformly. m. In all grading, including all cuts and fills, it is necessary to keep the soil as clear of debris as possible. This is particularly true of the soil used in tee and green construction. The GCA reserves the right to adjust any proposed grades of tee and green locations to meet field conditions or to enhance the character of the golf course. n. All slopes around tees, greens, bunkers and mounds shall not be greater than 3:1 unless otherwise shown or directed by the GCA. Cut and Fill slopes in fairways, roughs, and non -use areas shall not exceed 3:1 unless otherwise directed by the GCA. It is necessary to keep all slopes to a gentle grade so that construction will har- monize with the surrounding terrain. The man -made grades should taper into the natural grades and should be gentle and should blend with the existing grade in as natural a way as possible. Particular attention shall be given the cut and /or fill slopes in this regard. o. The Contractor shall take all necessary precautions to prevent any damage to existing trees, foliage, plant materials and property of the Owner outside the area of work under this section. .03 SUBGRADES a. Subgrades indicated on the Drawings or required elsewhere in these Specifica- tion', ,h„ll be uniform ,ind true to finish grade, shape, and slope. E2 .04 PLAN GRADES a. A11 grades are shown as finish grade unless specifically noted. Grades at points between spot elevations or contours are to be determined by uniform slopes between given grades or elevations or between such given figures and exist- ing grades. .05 FINISH GRADING a. Site grading for greens and tees shall be finished in a workmanlike manner true to grade and cross section within 0.1' of finish grade shown on the Plans. Areas of the fairway and disturbed roughs shall be finished to seed bed condition within 0.1' of finished grade shown on the Plans. All areas that have been com- pacted by trucks, heavy equipment, or other vehicles or by storage of materials shall be plowed, disced, and dragged to match the texture of remaining finish grad- ed areas . .06 CONSTRUCTION METHODS a. Construction equipment shall not be operated within the drip line of trees, unless indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees unless and until tree wells are constructed. .07 COMPACTION OF FILL a. All embankments of more than two (2) feet shall require mechanical compac- tion in lifts not exceeding one (1) foot each. Slopes receiving fill material shall be suitably scarified in order to permit the new fill to effect a bond. Clay, heavy loams, or very fine sandy loam soils shall be allowed to dry sufficiently be- fore placing in a fill area. b. Compaction under paving, sewers, or watermains shall be accomplished in lifts not exceeding six (6) inches in depth (loose) except where fill materials are granular and vibrating equipment is used, the entire embankment may be placed in one (1) foot lifts. c. Embankments shall not be constructed during periods when the soil freezes while being placed and compacted, nor shall any embankment material be placed on soil that is frozen to a depth greater than four (4) inches. Frozen soil shall not be placed in embankments. d. Compaction by normal earthmoving equipment is usually sufficient as long as lifts do not exceed the above. Should the Golf Course Architect determine that compaction is not proper, either the Specified or Ordinary compaction method shall be required as described below. .08 SPECIFIED COMPACTION METHOD a. Embankments under pavement. sewers and watermains shall be compacted to a 95% maximum density at not less than 90% nor more than 110% of optimum moisture content, unless otherwise specified. h. Maximum density shall be determined in accordance with SDHPT Test Method Tex -114 -E at optimum moisture content or within minus 3 percent of the optimum moisture content. Care shall be taken to avoid overcompacting high P1 expansive clays. E3 .09 ORDINARY COMPACTION METHOD a. Compaction shall be obtained with a tamping roller, with an approved type of vibratory compactor, or with approved hand - tamping methods. b. The tamping roller shall be capable of providing at least 200 psi on each tamping foot. c. Each layer of soil shall be compacted until there is no evidence of further consolidation. .10 EARTH EMBANKMENTS a. Earth embankments shall be defined as embankments composed of soil material other than rock and shall be comstructed of acceptable material from approved sources. b. Except as otherwise indicated, earth embankments shall be constructed in successive six (6) inch layers, loose measure, for the full width of the individual cross section and in such length as are best suited to the sprinkling and compaction methods utilized. c. Minor quantities of rocks not larger than four (4) inches, encountered in constructing earth embankment may be incorporated in the earth embankment layers, provided such placement of rock is not immediately adjacent to structures or under greens, tees or traps. d. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feathered on a slope of 1:20 or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrows shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, discing or similar methods to the end that a uniform material density is secured in each layer. e. Water required for sprinkling to bring the material to the moisture content necessary for optimum compaction shall be evenly applied and it shall be the res- ponsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. f. All earth cuts, whether full width or partial width cuts in the side of a hill, which are not required to be excavated below subgrade elevation shall be scarified to a uniform depth of at least six (6) inches below grade and the material shall be mixed and reshaped by blading and then sprinkled and rolled in accordance with the requirements outlined above for earth embankments and to the same density as that required for the adjacent embankment. g. Compaction of embankments shall conform to subgrade preparation. Each layer of embankment requiring compaction shall be compacted to the required density by any method, type and size of equipment which will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. E4 h. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise indicated. Soils shall be sprinkled as required and compacted to the extent neces- sary to provide not less than 95 percent nor more than 105 percent of the density as determined in accordance with SDHPT Test Method Tex -114 -E at optimum moisture content or within minus three (3) percent of the optimum moisture content. Care shall be taken to avoid overcompacting high P1 expensive clays. i. After each layer of earth embankment or select material is complete, tests as necessary will be made by the Engineer. If the material fails to meet the den- sity specified, the course shall be regorked as necessary to obtain the specified compaction. .11 ROCK EMBANKMENTS a. Rock embankments shall be defined as those composed principally of rock and shall be constructed of accepted material from approved sources. Rock embank- ments shall not be placed immediately adjacent to structures or under greens, tees or traps. b. Except as otherwise indicated, rock embankments shall be constructed in successive layers for the full width of the cross section and of eighteen (18) inches or less in depth. When, in the opinion of the Engineer, the rock sizes necessitate a greater depth of layer than specified, the layer depth may be in- creased as necessary, but in no case shall the depth of layer exceed two and one half (2 1/2) feet. Each layer shall be constructed by starting at one end and dumping the rock on top of the layer being constructed then pushing the material ahead with a bulldozer in such a manner that the larger rock will be placed on the ground or preceding embankment layer and the interstices between the larger stones filled with small stones and spalls by the operation and from the placing of succeeding loads of material. c. The maximum dimension of any rock used in embankment shall be less than the depth of the embankment layer and in no case shall any rock over two (2) feet in its greatest dimension be placed in the embankment. All oversized rocks which are otherwise suitable for construction shall be broken to the required dimension and utilized in embankment construction where indicated, except that when preferred by the Contractor and acceptable to the Engineer, such rocks may be placed at othee points where the embankment layer is of greater depth. thus requiring less breakage. d. Each layer shall be compacted to the required density as outlined for "Earth Embankments ", above, except in those layers where rock will make density testing difficult, the Engineer may accept the layer by visual inspection or proof rolling. e. Unless otherwise indicated, the upper three (3) feet of the embankment shall contain no stones larger than four (4) inches in their greatest dimension and shall be composed of material so graded that the density and uniformity of the surface layer may be secured in accordance with SDHPT Test Method Tex - 114 -E. f. Exposed oversize materials shall be broken up or removed. .12 EMBANKMENTS AT CULVERTS AND BRIDGES a. Embankments adjacent to culverts and bridges which cannot be compacted by use of the blading and rolling equipment used in compacting the adjoining sections E5 of embankment shall be compacted in the manner prescribed under Structural Excava- tion and Backfill. b. Embankment placed around spill through type abutments shall be constructed in six (6) inch loose layers of uniform suitable material placed in such manner as to maintain approximately the same elevation on each side of the abutment and all materials shall be mixed, wetted and compacted as specified above. c. Embankment material placed adjacent to any portion of any structure or above the top of any culvert or similar structure shall be free of any appreciable amount of gravel or stone particles and thoroughly compacted by mechanical compac- tion equipment. .13 DRAINAGE a. If necessary during the progress of the work to interrupt the natural sur- face drainage or flow of artificial drains, or irrigation ditches, the Contractor shall provide adequate temporary drainage facilities that will prevent erosion damage or unnecessary delay in the work and shall restore original drainage or con- struct proposed drainage structures as soon as conditions will permit. The Con- tractor shall provide and maintain adequate drainage away from any building area during the construction period. .14 REMOVAL OF UNSTABLE SOILS a. Where excavation to proper subgrade exposes unstable soil, the Contractor shall remove the unstable materials and replace with satisfactory materials as directed by the Golf Course Architect or Engineer. b. Soil, sod, weeds, or other material encountered above the subgrade eleva- tion which cannot be properly compacted may be designated as unstable material by the Golf Course Architect or Engineer. .15 PROSECUTION AND CLEANUP a. The Contractor shall be aware of any comply with work priorities outlined in these Specifications and other adjustment in work schedule as may be required to properly coordinate the construction work with other contractors or the Owner's requirements. b. The grading Contractor shall leave the site in an orderly condition free of all debris so that seeding, sprigging and /or sodding operations may proceed immedia- tely. All areas outside the Contract limits which have been disturbed shall be re- stored to the original condition at the expense of the Contractor and to the satis- faction of the Golf Course Architect. .16 MEASUREMENT a. The Contractor shall provide for an approved registered surveyor, acceptable to the Owner and hired by the Contractor, to provide measured in place fill and the volume computed in cubic yards by the method of average end areas. No allowance will be made for shrinkage. E6 .17 PAYMENT a. Excavation, placing and Embankment, when included in the contract as a separate pay item, shall be paid for at the contract unit price bid for "Excavation and Placing (to include Embankment), which price shall be full compensation for all work herein specified, including the furnishing of all materials, compacting, equipment, tools, labor, water for sprinkling, proof rolling and incidentals nec- essary to complete the work. E7 TECHNICAL SECTION GOLF COURSE DETAILS .01 SCOPE These specifications outline minimum requirements for materials, construction methods and workmanship necessary for the construction of golf courses. .02 MATERIALS a. Sand and gravel for golf course construction shall be washed and shall conform to the following gradation: Total % Passing Gravel Pea Course Green Mix Trap Sieve Size Backfill Gravel Sand Sand Sand 1 inch 100 3/4 inch 90 - 100 1/2 inch 50 - 90 100 3/8 inch 20 - 55 85 - 100 No. 4 1 - 10 0 - 10 No. 8 0 - 5 0 - 5 No. 10 100 100 No. 16 100 95 - 100 95 - 100 No. 30 10 - 80 70 - 95 70 - 95 No . 60 1 - 1 0 0 - 2 0 - 2 b. Topsoil shall be natural, friable, fertile soil possessing characteristics of good native topsoil materials which produce a vigorous growth of vegetation in the vicinity of the work site. Topsoil shall be free from turf, weeds, roots, rocks or stones larger than 1" in diameter, lime, cement, ashes or other deleter- ious matter. The volume of rock between 3/8" and 1" shall not exceed 10% in the topsoil layer. c. Canadian Sphagnum Peat or Reed Sedge Peat shall be used for organic matter and shall be uniform in texture and quality throughout the construction work. Contractor shall guarantee that all of the required peat will be obtained from one uniform source. The Peat shall contain a minimum of 85% organic matter. d. Trap sand shall be white or light tan in color with a minimum of 75% in the 0.25 to 0.50 mm range. .03 FAIRWAY CONSTRUCTION a. The Grading Plan shows finish grade contours for the entire site. The Contractor shall schedule his work so that large areas are finished and ready for installation of irrigation systems and for seeding as soon as possible. GD1 1 1 1 1 1 1 1 1 1 1 b. Uniformity of compaction is essential. The Contractor shall place fill in uniform layers of dry and stable material up to the maximum capacity of his equip- ment to spread and compact the material uniformly without excessive bridging. c. The Contractor will be allowed to adjust elevations in order to make cuts and fills balance for the total site. Adjustments to reduce haul from one part of the site to another will not be permitted. All adjustments must be approved in advance and in writing by the GOLF COURSE ARCHITECT and must provide proper vision for sight distance, organically flowing and blended with the existing grade. d. All grading shall be finished with smooth, rounded slopes basically follow- ing the curved contour lines shown on the plans. The Contractor shall particul- arly avoid creating angular ditches and backslopes which produce a "highway" or "drainage ditch" appearance. e. Upon completion of the grading operation and the application of topsoil to the specified depths all areas to be planted shall be thoroughly tilled with a tractor -drawn rototiller or other approved implement until all lumps and clods of soil have been broken down and the seedbed left in a pulverized condition. All debris, roots, trash, clumps of sod, rocks, etc., shall be removed from the soil, to the satisfaction of the GOLF COURSE ARCHITECT, in order to make a clean seed- bed for seeding. f. All areas to be planted shall be smoothed to provide complete surface drain- age free from water holding depressions or pockets. Undulations in grade that will not permit proper operation of mowing equipment shall be corrected for the effec- tive use of such equipment. .04 TEE CONSTRUCTION a. The locations, shapes, and sizes of all tees as shown on the drawings, are drawn for the purpose of providing the Contractor with an indication of the loca- tion and character of these proposed items. b. The best quality topsoil of the material stripped shall be stockpiled and used specifically for tee construction. No rock larger than one -half inch (1 /2 ") shall be allowed in topsoil for tees. c. Where fill material has been stockpiled at tee sites, it shall be of suffi- cient quantity to permit shaping of the tee to be built for that site. Should the GOLF COURSE ARCHITECT determine that additional fill is necessary, it will be taken from existing borrow areas without increasing the quantities or costs by the Con- tractor. d. Tees shall be shaped so that their lines and slopes will blend with the nat- ural surrounding contours harmoniously. In order to develop the finest possible tees, the GOLF COURSE ARCHITECT reserves the right to alter the construction of any tee when, in his opinion, such alteration is necessary to improve the design of these features without increasing the quantities or costs by the Contractor. e. Embankments for tees shall be uniformly compacted to prevent uneven settle- ment. f. Finished elevation of the tee may vary slightly from plan elevations but the playing surface shall be dragged and carefully hand raked to perfectly flat surfaces which blend smoothly with transition slopes. GD2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 g. All tees shall be graded to provide a smooth, level surface, free from depressions or pockets, and pitched slightly (no more than one (1) percent (see drawings) from front to rear, from rear to front, or from right side to left side), to provide surfaced drainage. All tee slopes shall be graded to blend smoothly with the surrounding contours and to permit mowing by fairway gang mowers unless otherwise directed by the GOLF COURSE ARCHITECT. After tees have been graded in this manner, the topsoil shall be replaced over all slopes and surfaces to a depth of six (6) inches as hereinbefore specified. .05 SAND TRAP CONSTRUCTION a. The locations, shapes, and sizes of all sand traps and bunkers, as shown on the drawings, are drawn for the purpose of providing the Contractor with an indication of the location and character of these proposed items. b. Where fill material has been stockpiled at sand trap and bunder sites, it shall be of sufficient quantity to permit shaping of the bunker to be built for that site. Should the GOLF COURSE ARCHITECT determine that additional fill is necessary, it will be taken from existing borrow areas without increasing the quantities by the Contractor. c. Sand traps and bunkers shall be shaped so that their lines and slopes will blend with the natural surrounding contours harmoniously. In order to develop the finest possible sand traps and bunkers, the GOLF COURSE ARCHITECT reserves the right to alter the construction of any sand trap or bunker when, in his opin- ion, such alteration is necessary to improve the design of these features with- out increasing cost to the Owner. d. The sand traps and bunkers shall be shaped to the sizes and shapes shown on the plans and /or as otherwise laid out in the field by the GOLF COURSE ARCHITECT. They shall be cut with the bottoms being concave so all surface drainage runs away from the edges of the trap or bunker. Care shall be taken to not make the sand traps too steep to hold sand therein. The Contractor shall be careful to preserve the natural - looking lines on the sand traps and grass bunkers as shown on the plans or as directed by the GOLF COURSE ARCHITECT. The artistic and aesthetic handling of the shaping of the mounds, noses, and outlines of all sand traps and bunkers shall be a prerogative of the GOLF COURSE ARCHITECT. It is to be expected that most of this work will be accomplished by machine and then hand - worked as direct- ed by the GOLF COURSE ARCHITECT. Each sand trap will contain drain tile lines of four (4) inch perforated plastic pipe or its equivalent. This pipe shall be placed in a ditch a minimum of eight (8) inches wide and eight (8) inches deep. This ditch shall be located so that all areas of the sand trap or bunker slope toward it. A leveling layer of drain tile bedding material of three - eights (3/8) inch to one - half (1 /2)inch diameter minimum particle size shall be placed on the bottom of the ditch. The tile lines shall then be installed in this base with a minimum fall of one.(1) percent. The upper end of the tile should be covered or capped. The ditch shall then be filled to grade with the same gravel. These tile lines shall each connect to a sump located outside of the trap or continue to a point at which they may be daylighted. A sump shall consist of a hole five (5) feet by five (5) feet (see detail), filled with washed gravel three - eights (3/8) to two (2) inches in diameter particle size. Carry -off lines shall be directed to daylight. When tile is daylighted, the last six (6) feet of the line shall be galvanized c.m.p. or steel well casing of sufficient interior dimension to allow the corrugated plastic pipe to fit inside. The end of the pipe shall be cut at the end (minimum 2:1) to blend with 1 ,lopo of the ground and all outlets shall he protected by expanded metal spot CD3 t 1 1 1 1 1 welded to the pipe end (use 1/2" x 13 gauge flattened expanded metal), and if necessary, a swale to permit proper discharge. It is not necessary for the carry - off lines to have the gravel base or to be backfilled with gravel if non- perfor- ated plastic pipe or drainage tubing is used. These lines may be laid directly in the ditch bottom and backfilled with excavated material but they must maintain the desired slope to the point of discharge. e. Immediately prior to the placing of sand in the sand traps, a nine (9) inch vertical lip shall be cut around the edge of the trap. The outline of all the sand traps shall be approved or located by the GOLF COURSE ARCHITECT. At the same time the edging work is being done, the bottom of the sand traps shall be cleaned of all grass, debris and excess material from the trench excavation and trap edg- ing. and the bottoms shaped so that all areas drain to the tile lines. f. After the subgrade has been approved, the Contractor shall carefully dump the required amount of specified sand in the sand trap. Spreading of the sand shall not be required immediately. but shall be done by the Contractor after the surrounding area has germinated and the possibility of soil washing or blowing into the trap is virtually eliminated. g. Sand for use in the traps shall be clean, hard grains of pure sand, as white as possible, free from gravel and containing a majority of particles from lmm to .25mm diameter particle size. The grade and quality of the sand shall be approved by the GOLF COURSE ARCHITECT prior to purchase. The Contractor shall provide a sand sieve analysis for the trap sand to be used. The results shall also indicate the following: a) Degrees dry slump; b) Degrees damp slump; c) Percent buried at dry angle; d) Percent buried at damp angle; e) Percent buried (flat and dry). .06 GREEN CONSTRUCTION a. The grading for the greens is drawn for the purpose of providing the Con- tractor with an indication of the sizes, shapes, and character of the proposed grading of the greens. The plans are to be used as a detailed guide but will be supplemented by the GOLF COURSE ARCHITECT through field direction. Mounds and green surface drainage shall be as indicated on the plans and /or as directed by the GOLF COURSE ARCHITECT to determine whether changes should be made. b. Refer to TECHNICAL SECTION - EARTHWORK outlining topsoil requirements and fill material for greens. c. Where fill material has been stockpiled at green sites, it shall be of suf- ficient quantity to permit shaping of the green to be built for that site. Should the GOLF COURSE ARCHITECT determine that additional fill is necessary, it will be taken from existing borrow areas by the Contractor. Rough grading of fill material shall be shaped into natural appearing mounds and swales without looking artificial. The GOLF COURSE ARCHITECT shall inspect all rough grading of the greens and approval will be given before final shaping begins. e. All greens must be staked at intervals not to exceed 20 feet around the per- imeter of the green, and at all spot elevations shown on the plan. Interior green stakes must be placed at all breaks in grade. GD4 e. Greens shall be shaped so that their lines and slopes will blend with the natural surrounding contours harmoniously. The mounds and swales shall be shaped into smooth, curving lines as shown on the plans and /or as directed by the GOLF COURSE ARCHITECT. The rolls and slopes of the surrounding mounds shall blend smoothly into and onto the putting surfaces of the greens. Molding of the greens shall be done with a tractor, no larger than a Caterpillar D-6. Since this work is critical, it must be done very carefully. It is not the type of operation in which a full blade can be utilized effectively. After the green shapes have been "roughed in in this manner, a small farm -type tractor, such as a Ford, together with an earthcavator or other suitable attachment shall be used to bring the sur- faces of all molded features into a smooth, uniform grade. Where, in the GOLF COURSE ARCHITECT'S opinion the sixe, shape, or slopes of the mounds and /or putt- ing surfaces of the greens require altering slightly in order to improve the de- sign or appearance, such alteration shall be done by the Contractor, to the satis- faction of the GOLF COURSE ARCHITECT, at no extra cost. f. Embankments for greens shall be uniformly compacted to prevent uneven settle- ment. g. Subgrades shall be rough graded before interior stakes are set. All stakes must be in place before the GOLF COURSE ARCHITECT and SUPERINTENDENT will approve the subgrades of subsequent base materials. The subgrade must be properly sloped to drain into the underdrain pipe system. The green subgrade shall be cut out of the rough shaped greens. The contours of the subgrade should conform to those of the proposed finish grade with a tolerance of plus or minus one (1) inch. The subgrade should be constructed at an elevation of sixteen (16) inches below the proposed finished grade. The subgrade should be com- pacted sufficiently to prevent future settling which might create water holding depressions on the putting surfaces. It will be noted that layers of material above the subgrade consist of four (4) inches of gravel and twelve (12) inches of greensmis. After settling, the total depth will be sixteen (16) inches. The Con- tractor must plan his quantities to take into account the compaction of materials to result in the above thickness. Aprons and collars around the completed base materials shall be carefully and ac- curately placed according to plan shape and grade. After the green subgrades and the surrounding slopes have been molded, shaped and compacted, they will be fine graded prior to the installation of the drain lines. No approval for tiling will be given by the GOLF COURSE ARCHITECT until the green and its subgrade have been compacted and fine graded to a point of removing all clods, rocks and chunks of material greater than one (1) inch in diameter. Some hand raking may be necessary to achieve this condition. Upon approval of this work by the GOLF COURSE ARCHITECT, drain tile lines shall be installed as directed. Ditches, a minimum of eight (8) inches wide and eight (8) inches deep, shall be cut. into the subgrade of the green. The ditch bottoms shall be cleaned and smooth- ed to uniform grade and all loose materials shall be removed from the ditch bottoms. All suitable material excavated from these ditches shall be removed from the greens' subsurface and spread uniformly over the backslope of the green. Some hand work may be necessary to accomplish this work. No lips shall be left on the trenches that would prevent water movement into the ditches. A leveling layer of drain tile bedding material of three- eights (3 /R) to one -half (1/2) inch diameter minimum part - cle size shall be placed in the bottom of the ditch. The drain tile shall then be GD5 installed on this gravel base so that the tile lines have a minimum fall of one (1) percent. Drainage tile shall be slotted corrugated plastic pipe. The upper ends of all main drain tile shall be equipped with a tee joint or elbow to the surface grade. This joint will be capped at its openings at the time of installation. This arrangement will enable the drain line to be flushed in the event of its becoming clogged. The ditches shall be filled to the level of the sub -grade with the same gravel. Carry -off lines shall be from the edge of the green putting surfaces to a suitable discharge area and all outlets shall be protected by expanded metal which should be spot welded to the pipe end (use 1/2" x 13 gauge flattened expanded metal) and, if necessary, a swale to permit proper discharge. It is not necessary for the carry -off lines to have the gravel base or to be backfilled with gravel if non -per- forated plastic pipe or drainage tubing is used. These lines may be laid directly in the ditch bottom and backfilled with excavated material, but they must maintain the desired slope to the point of discharge. The last six (6) feet of the carry - off line shall be galvanized c.m.p. or steel well casing of sufficient interior dimension to allow the corrugated plastic pipe to fit inside. The end of the pipe shall be cut at the end (minimum 2:1) to blend with the slope of the ground and all outlets shall be protected by expanded metal as described above to prevent animal entry. Base material shall be furnished and placed as shown on the Drawings in uniform depth so that the finish grade shape of the green is again followed accurately. The entire putting surface subgrade shall be covered with a layer of washed pea gravel (see particle size specification under paragraph .02a MATERIALS, this Sec- tion) to a minimum thickness of four (4) inches. The Contractor shall be careful to follow the contour of the subgrade while laying the gravel, in order not to change the design of the feature. Grade stakes shall be positioned on both sides of the tile lines in order to maintain the desired contours and to serve as a guide for equipment operators in keeping heavy equipment from crushing tile lines. Appro- priate marks on the stakes will indicate correct gravel depths, thereby insuring greater accuracy. In accomplishing the work of laying the drain tile and the _gravel layer, care should be taken to schedule the operations so that the ditches can be cut, tile installed and the four (4) inch gravel layer put on during the same working day so that no ditches, or partially covered tile lines remain open to the elements. All work shall be done in a neat and orderly manner. h. Greensoil shall consist of sand and Canadian Sphagnum or Reed Sedge Peat thoroughly mixed in the proportions determined by soil testing to establish the proper mix composition. i. • After all drain tile and gravel is in place, a layer of topsoil mixture shall be installed immediately on top of the gravel base to a minimum compacted depth of twelve (12) inches. The topsoil mixture shall have a minimum percolation of ten to fifteen (10 -15) inches per hour after compaction in the standard USGA test. The material composition making up this topsoil mixture will be based on a physical laboratory analysis, performed by an approved soil testing laboratory and paid for by the Contractor. Their recommendation for proportions of material to be used must be adhered to. The Contractor will supply the results of this analysis to the GOLF COURSE ARCHITECT and each ingredient must be checked in the field prior to mixing. The materials will then be mixed off the green in a central location and the final mix must be submitted to the testing laboratory for a second recom- menkL,liun of the testing laboratory, it shall be further modified and tested before GD6 1 placement on the greens. Approval of the greensmix by the GOLF COURSE ARCHITECT does not relieve the Contractor of the responsibility of maintaining a mixture of the proper blend (see paragraph "o" below). All required ingredients must be thor- oughly mixed and blended at a central location then hauled to the greens and dump- ed on the gravel surfaces. The mixture must be free and clean of all roots, sticks, stones and /or other objectionable material to the satisfaction of the GOLF COURSE ARCHITECT. It may be necessary for the mixture to be screened or shredded in order to meet these requirements for a finely pulverized seedbed mixture. The green soil mixture shall be dumped at the edge of the gravel base. If the greensoil is trucked to the green, the green apron shall be planked to pre- vent rutting and compaction of the apron. j. The loosely dumped greensoil shall be spread by a tracked machine no heavier than or with a track pressure greater than a caterpillar D -2. Spreading shall be done with the minimum possible amount of machine travel over the greensoil. k. The machine shall not be operated directly on the base material. 1. Great caution shall be maintained at all times in order not to disturb any of the subsurface drainage or the features related to the putting green surfaces. It is the Contractor's responsibility to insure a minimum soil mixture depth of twelve (12) inches over the entire green after settlement. m. Throughout the entire placing operation, the greensoil shall be raked and all rocks, roots, soil lumps, and debris removed. n. When the greensoil has been placed to its full depth, the green and adjoin- ing aprons shall be saturated with water. All depressions which hold water shall be filled and raked smooth to conform to the general shape of the green or apron. No ridges, depressions, or improper blending of grades will be allowed. o. The Contractor shall provide a minimum of two (2) soil tests from an approved soil testing laboratory of greenmix materials. The first test shall include the following (prior to mixing any'components): 1. Sieve analysis of the sand only, corresponding to U.S. Sieve specifications. 2. Permeability of sand in inches per hour. 3. Organic content of peat. After this information has been determined, the following will be required of the mixed materials for an 80% sand /20% Sphagnum Peat or an 90% sand /10% Reed Sedge Peat. 4. Percent of Pore Space (non - capillary (large) and capillary (small)). 5. Permeability (inches per hour). 6. Water retention (at field capacity, % by weight). 7. Bulk density (gm /cm 8. Compression Factor (volume lost after firming mix). 9. Firmness after compaction. The Contractor shall identify the source and address of the location of the materials to be used so the GOLF COURSE ARCHITECT may visit the site(s). The second test will be required of the field mixed materials to the required ratios, pldctng any materials on the greens. The sample shall he a composite one, GU/ taken from a number of locations within the pile of mixed material and combined together. This test shall include the following; 1. Mechanical analysis of sand /peat to determine the various particle size of sand fractions; total % of sand, silt and clay; and % of organic matter. p. For purpose of bidding, the Bidder shall assume a greens mixture ratio of 80% sand and 20% peat by volume if Sphagnum Peat is used, or 90% sand and 10% peat if Reed Sedge Peat is used. These percentages may be changed as required by the results of the soil tests performed by the Contractor. .07 PONDS AND LAKES a. Ponds and lakes shall be graded to the depth indicated on the grading plans. b. The pond and lake floors shall be as level as practical and shall be cleared of all stumps, vegetation, or sharp objects. c. All shorelines shall be graded to the slope below water level as indicated on the drawings. d. Prior to excavation of the pond and lake areas, all topsoil shall be stripped and stockpiled, as herein before provided, if a shortage is expected. e. If gravel or loose rock is excavated from the pond sites it shall be dis- posed of in suitable fills such as fairway mounds, etc., and placed in a manner so that it will not interfere with the installation of the irrigation system. The material shall be covered by a minimum of two (2) feet of soil fill material. Ap- proval by the GOLF COURSE ARCHITECT of this procedure shall be necessary before commencing work on individual areas. f. Solid pieces of rock in excess of 12" shall be hauled to specified areas for use in dry walls and rip -rap. CD8 1 TECHNICAL SECTION UNDERGROUND DRAINAGE SYSTEMS .01 SCOPE OF WORK The work covered by this Section of the Specifications consists of furnishing all materials, labor, and equipment for the installation of storm drainage systems, including catchments, culvert pipes, swales, diversion ditches, and perforated drainage pipe, complete in accordance with this Section of the Specifications and the applicable drawings and subject to the terms and conditions of the Contract. This work shall include grading, trenching, excavation, bedding, and backfill for all piping and drainage appurtenances. .02 MATERIALS a. Pipe and joint materials shown in the Plans will conform to the following minimum standards: TYPE OF PIPE Corrugated Metal Corrugated Aluminum Polyvinyl chloride (PVC) Corrugated Poly-ethylene (Type III) Sewer and Drain PVC CLASS SPECIFICATION JOINTS 16 Gauge AASHO M136 AASHO M136 Galvanized AASHO M1E0 AASHO M190 AASHO M197 AASHO M196 Type 1, Grade 1 ASTM 1784 ASTM D3212 Grade 4 ASTM 01248 Couplers Class C Heavy Duty SCS Code 606 UD1 ASTM 2729 Bell End b. Drain tile shall be four (4) inch perforated corrugated polyethylene tubing meeting SCS Code 606 and ASTM F449 Recommended Installation Practice, or four (4) inch perforated polyvinyl chloride (PVC). c. Bends, elbows, tees, wyes, and other fittings shall conform to the require- ments of the type of pipe specified. d. Reinforced Concrete Pipe. Reinforced concrete pipe shall conform to the Design Construction Standards 8 Specifications of the local governmental agency for reinforced concrete storm drain pipe. e. Flared End Sections. Reinforced concrete end sections shall be manufactured from the same materials used in concrete pipe. Details of manufacture and dimen- sions shall be approved by the GOLF COURSE ARCHITECT prior to delivery to the job site. f. Pipe bedding material for culver pipe shall be pit run material having the largest amount of 1/2" to 3/4" aggregate size as possible, or as per local municipal, governmental or supplier design construction standards and specifications Pipe bedding material for perforated drain tile in greens and traps shall be 1/2" minimum for PVC drain tile and 3/8" pea gravel for corrugated plastic pipe. .03 CONSTRUCTION REQUIREMENTS a. Perforated drain tubing shall be laid accurately to line and grade with the openings on the bottom (PVC drain tile), with a minimum slope of one (1) percent. b. Unless otherwise shown on the Plans, underdrains shall be placed on a level- ing layer of pipe bedding material. The pipe shall be bedded and covered with pipe bedding material to a point six (6) inches over the top of the pipe, where possible. The remainder of the trench shall be backfilled and completed as shown on the de- tail sheet. c. Rock encountered within the excavation shall be removed to a width equal to the outside diameter of the pipe plus 12 inches, and to a depth of 6 inches below the pipe. Backfill, to the foundation elevation. may be of approved material re- moved from elsewhere in the trench excavation. d. All junctions and turns shall be made with wyes, tees, and bends fabricated from the same material as the pipe. e. The upslope ends of all underdrain pipe shall be closed with suitable plugs to prevent the entry of soils. f. Pipe bedding material need not be compacted for tile drainage. g. Openings in perforated PVC pipe shall not be larger than 1/2 inch. Pipe with larger openings will not be accepted. h. All underground utilities such as telephone, electric, water, gas, sanitary sewer, storm, tile and drain lines, whether public or private mains or services, shall be repaired if damaged by the Contractor at no added cost to the OWNER. i. All drains to be free of silt, debris accumulation, or other obstruction and shall be flushed thoroughly in the presence of the GOLF COURSE ARCHITECT or SUPERINTENDENT. .04 EXCAVATION, TRENCHING, BEDDING AND BACKFILL a. General: The term "excavation" used hereinafter is defined as "unclassified excavation." Excavation of every description, regardless of material encountered within the grading limits of the project shall be performed to the lines and grades indicated. Excess material from the excavation not required for fill or backfill shall be wasted on the site at locations indicated by the GOLF COURSE ARCHITECT and shall be spread and leveled or graded as directed. Excavation and backfilling shall be performed in a manner and sequence that will provide drainage at all times. Grading shall be done as may be necessary to prevent surface water from flowing in- to trenches or other excavations, and any water accumulating therein shall be re- moved by pumping or by other approved methods. Sheeting and shoring shall be done as necessary to prevent surface water from flowing into trenches or other excavations and any water accumulating therein shall be removed by pumping or by other approved methods. Sheeting and shoring shall be done as necessary for the protection of the work and for the safety of the personnel. All shoring shall be in accordance with Section 7 of the Manual of Accident Prevention in Construction as published by the Associated General Contractors of America, Inc. UD2 b. Trench Excavation shall be by open cut and trenches shall be of the necessary width for proper laying of pipe. The banks of the trenches shall be as nearly ver- tical as practical. Care shall be taken not to over - excavate. No greater length of trench in any location shall be left open, in advance of the completed work, than shall be authorized or directed. During excavation, materials suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench to avoid overloading. c. Except as hereinafter specified for wet or otherwise unstable material, over - depths shall be backfilled with materials specified for backfilling the lower por- tion of trenches. Whenever wet or otherwise unstable material that is encountered in the bottom of the trench, as determined by the GOLF COURSE ARCHITECT, such mat- erial shall be removed to the depth required and the trench backfilled to the pro- per grade with coarse sand, fine gravel, or other suitable approved material. Special requirements relating to specific utilities are as follows: d. The width of the trench one (1) foot above the top of the pipe shall be such that the clear space between the barrel of the pipe and the trench wall shall not exceed eight (8) inches on either side of the pipe. The width of the trench above that level shall be as wide as necessary for sheeting and bracing for proper per- formance of the work. e. The bottom of the trenches shall be accurately graded to provide uniform bear- ing and support for each section of the pipe on undisturbed soil at every point along its entire length, except for the portions of the pipe sections where it is neces- sary to excavate for the proper sealing of the pipe joints as hereinafter specified. Depressions for joints shall be dug after the trench bottom has been graded, and, in order that the pipe rests on the prepared bottom for as nearly its full length as practicable, depressions shall be only of such length, depth and width as required for properly making the particular type of joint. f. Shoring shall be recovered in a manner to avoid damage or disturbance to the work and the excavation shall be free of forms and cleaned of trash. Approved soil material shall be placed in layers not exceeding six (6) inches in thickness, unless otherwise specified, and compacted to the same density as adjacent parent material. Each layer shall be uniformly spread, moistened, or dried by aeration when required, to the proper moisture content and uniformly compacted by hand or machine tampers, or by other suitable equipment. Backfill shall be brought to final grade unless otherwise indicated. Care shall be exercised to avoid any wedging action or eccen- tric action upon or against any structure and to avoid any disturbance or damage to the work. g. Lower Portion of Trenches: Backfill material shall be deposited in six (6) inch maximum thickness layers and compacted with suitable tampers to the density of the adjacent soil until there is a cover of not less than one (1) foot over the crown of the pipe or conduit. The backfill material in this portion of the trench shall consist of approved materials free from stones larger than three (3) inches in any dimension, except where the pipe is coated or wrapped for protection against corrosion, the backfill material shall be free from stones larger than one (1) inch in any dimension. h. Upper Portion of Trenches: The remainder of the trench shall be backfilled with material that is free of stones larger than six (6) inches in any dinension. L,c4fill material under turfed or seeded areas shall be depusited in layers not ex- ceoding twelve (12) inches and each layer shall be compacted to the density of the adjocont soi 1 . UD3 .05 STORM DRAINAGE CONSTRUCTION a. ' All lines shall be constructed true to line and grade as indicated. Trench- ing, excavation, bedding and backfill shall be performed as specified hereinbefore. All pipe which is found to be defective or improperly laid shall be removed from the construction and the portion of that line shall be repaired to the satisfaction of the GOLF COURSE ARCHITECT at the Contractor's expense. b. Each pipe shall be carefully examined before being laid, and defective or damaged pipe shall not be used. Proper facilities shall be provided for lowering sections of pipe into trenches. The laying of pipe shall proceed upgrade beginning at the lower end of the pipeline. Under no circumstances shall pipe be laid in water, and no pipe shall be laid when the trench condition or weather is unsuitable. All pipe shall be laid with tongue end in the direction of flow. c. Perforated Plastic Pipe shall be installed for the purpose of collecting seepage water from those areas in which spring water has been exposed to the sur- face by grading operations. Excavations of trenches to receive pipe shall be from the visible source of seepage extending to areas designated by the GOLF COURSE ARCHITECT. Depth of trenches shall be a minimum of three (3) feet with a minimum width of twelve (12) inches. A six (6) inch layer of crushed stone, of the same type used in green construction, shall be installed in the bottom of the ditches prior to the installation of pipe. Upper ends of the pipe shall be closed off and the trenches backfilled with gravel to within six (6) inches of the ground surface. Topsoil shall then be added to bring the ditch even with the surrounding grades. d. In lieu of headwalls, pipe shall be provided on both ends with flared end sections, type 5, with bands as manufactured by ARMCO as indicated on the plans. These sections shall be installed in accordance with the manufacturer's recommen- dations. Not all culvert or pipe urns require the flared end sections. e. The inverts of the swales shall be graded to a smooth and uniform grade in order to provide a constant flow of drainage with a minimum slope of one -half (.5) percent. Side slopes shall be blended into existing contours to insure proper mow- ing operations with no scalping or missing of ridges and depressions. Material ex- cavated from swales shall be used as fill in adjacent areas or as otherwise directed by the GOLF COURSE ARCHITECT. f. The GOLF COURSE ARCHITECT may require the Contractor to construct diversion swales to prevent surface run -off from damaging tees, greens, fairways, or other areas. These swales, when necessary, shall be designated by the GOLF COURSE ARCH- ITECT in the field. g. The GOLF COURSE ARCHITECT may also require the Contractor to construct swales in addition to those shown on the plans at any time during the course of construction. .06 PROTECTION OF WORK AND PROPERTY The Contractor shall take all necessary precautions to prevent any damage to exist- ing trees, foliage, plant materials and property outside the areas of work under this Section. .07 TRENCH SAFETY The Contractor shall supply a trench safety plan in accordance with OSHA and State requirements. UD 4 .08 FINAL APPROVAL All pipes and drains, at the time of final acceptance, shall be free of silt or debris accumulation or other obstruction. UD5 TECHNICAL SECTION SPRIGGING, FERTILIZATION AND SODDING .01 SCOPE The work under this Section of the Specifications consists of furnishing all labor, materials, and equipment to finish shape, pick rock, prepare seed -bed, sprig, fertilize, sod and mulch according to the Drawings, Specifications and directions of the Golf Course Architect (GCA) and Superintendent. .02 MATERIALS All materials shall conform to the following requirements: a. Sprigs shall be purchased from an established, reputable dealer, tagged to comply with the requirements of the mixture shown on the Drawings and /or in these Specifications and shall be approved by the GCA or Superintendent before use. Sprigs shall be certified as to purity of variety by the State Certifying Agency in the state of origin. A valid certificate shall be supplied to the Owner. b. Fertilizer shall be a commercial formula containing minor trace elements and shall conform to applicable State fertilizer laws. c. Water shall be suitable for irrigation and free from ingredients harmful to plant life. d. Topsoil shall be free from weeds, rock larger than 1" in diameter, concrete, roots, or other deleterious matter. e. Sod shall be Bermuda varieties as specified on the drawings or in the speci- fications. The sod shall be cut by an approved mechanical sod cutter to a thick- ness of not more than 1 inch, or less than 1/2 inch. f. Mulch shall be of wood fiber as manufactured by ConWed Corporation. Weyer - hauser Corporation or Pacific Timber Products. .03 FINISH SHAPING, ROCK PICKING AND SEED BED PREPARATION OF TEES, FAIRWAYS AND SLOPES a. The Contractor will take all necessary precautions to prevent damage to drain- age pipe, irrigation pipe, wiring, sprinkler heads, controllers, and under ground valve boxes previously installed. All pipes in the area of haul roads should be ramped with sufficient earth fill if necessary to prevent damage. Should any damage occur, it will be the Contractor's responsibility to repair the damage at his expense. b. All grades and contours previously established in the rough grading operation will be maintained and enhanced. Any damage or disruption to these grades or con- tours will be re- established by the Contractor. c. All areas compacted due to stroage or traffic shall be plowed or ripped if necessary to a minimum of 12 inches (watch out for irrigation lines), disced or harrowed, and dragged to match the texture of the other finished graded areas. SFS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 d. The practice tee shall be treated in the same manner as regular tees. e. The practice fairway and adjacent rough shall be treated in the same manner as regular fairways and rough areas. f. Target greens shall be treated in the same manner as the fairways. 1. They should be shaped and located as indicated on the grading plans or as directed by the GCA. 2. They should consist of approved topsoil to a depth of at least 3 inches. g. The Contractor shall understand that the finish grading phase of golf course construction involves the most artistic and creative portion of the work, and the Contractor shall coordinate, cooperate and work closely with the GCA and Super- intendent to obtain the desired results. h. The finish grading operation shall begin after the irrigation and major drainage work is completed in a given area. The GCA and Superintendent will be notified prior to any finish work so that they may inspect all work to that point and aid the Contractor in scheduling the finish grading. i. The fairways shall be smoothed and floated by means of a tractor drawn board or pipe drag, steel mat, soil surgeon, or equal. All clods shall be thoroughly pulverized and all areas blended to existing grades. This shall insure that there are no spots which shall hold water and that the surface is such that a gang mower set at 1/2 inch in height will not scalp any area. j. Any vegetation, roots, rocks 1 inch and larger, sticks or other objectionable materials that are collected during this phase of construction shall be hauled to a designated area on site. k. Areas around irrigation heads, controllers. drainage lines and caps, restrict- ed areas around bunkers and greens that cannot be mechanically prepared shall be manually raked and smoothed. m. All finish grade work should provide a two (2) inch minimum depth of bedding soil (powder) for sprigging purposes. At the completion of the seedbed prepara- tion operation and prior to any grassing, the GCA and Superintendent shall be notified for inspection and approval. .04 GOLF COURSE GRASSING a. Materials. 1. Greens sprigs shall be certified 328 Tifgreen Bermuda grass. 2. Tee, Fairway, Rough Sprigs shall be certified 419 Tiffway Bermuda grass. 3. Sod for bunker edges and green collars shall be certified 419 Tiffway Bermuda grass. 4. All sprigs and stolens shall be fresh, high quality certified materials from a source acceptable to the Owner and CCA. The stock shall contain no weeds, soil, or other debris and shall not be dried out at the time of planting. Sprigs shall be Tiffway 419 Bermuda. SFS 2 5. The sprigs shall be harvested to facilitate separation and distribution. Sprigs shall average four to six (4 to 6) inches in length and carry at least four (4) nodes. The sprigs shall be planted within twenty -four (24) hours after their removal from the turf bed nursery. It shall be the Contractor's responsibility to protect the stolens, keeping them moist and out of the sunlight throughout the planting operation. b. Sprigging Tees, Tee Slopes, Fairways. Roughs and Greens Slopes. 1. No area shall be planted before the finish grading is 100% completed and approved by the Golf Course Architect and Superintendent. 2. No area shall be planted before the irrigation system within a given area is operable and has been approved by the Superintendent. 3. The Contractor shall carefully coordinate the grassing operation with the Superintendent being careful not to grass on any area to large or move so swiftly that a reasonable watering operation could not follow. Carelessness of the Contractor, as mentioned above, shall result in him being liable for the cost of additional sprigs and the replanting of the same. 4. The tees, Fairways. irrigated roughs and slopes of moderate angles shall be mechanically sprigged with a planter at a rate of 400 bushels per acre. The sprigs shall be planted to a depth where the soil moisture is stable, generally two (2) inches. The sprigs in a single row shall slightly overlap and under no circumstances be placed more than eight (8) inches apart. A bushel is defined as 1.25 CF or approx. 3 sq. yds of shredded sod. 5. All slopes of steeper degree, in which a mechanical planter would be unsafe to use, will be sprigged by hand, using the same rate of bushels per acre. The sprigs shall be pressed into the soil with a hand disc. .05 FERTILIZING a. Greens, tees and fairways shall be fertilized with the same fertilizer blend. About five (5) to seven (7) days prior to sprigging, the Contractor shall apply 32 -0 -0 at the rate of 136 pounds per acre -over all areas and work into the soil. Within one day prior to sprigging, the Contractor shall apply 10 -20 -10 at the rate of 435 pounds per acre over all areas. This fertilizer need not be worked into the soil. b. A soil sample will be taken by the Owner approximately 30 days prior to application of the fertilizer. The fertilizer rates may be adjusted depending on the results of the test. c. Fertilizer must be dry and free flowing when applied. Caked or deteriorated materials will not be permitted. .06 SPRIGGING OF GREEN SURFACE a. Green surfaces will be hand sprigged at a rate of fifteen (15) bushels per 1,000 square feet (a bushel is defined as 1.25 cubic feet or approximately 3 square yards of shredded sod). SFS 3 b. The area being sprigged as green surface will be defined by a sod outline of the green (see item .07 a.(Sodding around greens and bunkers). c. The sprigs will be certified Tiffgreen 328 bermuda grass. d. The Contractor will smooth float and prepare the surface of the green under the direction of the GCA and Superintendent prior to grassing. This operation will be accomplished by the use of a box blade, tripple board drag, soil surgeon or equal. drawn by a grading tractor. e. The Contractor shall drag and float the green from inside the putting surface outward bringing greenmix into the fringe area. Soil outside the putting surface shall not be dragged onto the greensmix. Such negligence will require the Contrac- tor, at his expense, to strip the greenmix of objectionable material and replacing with approved soil. f. All green traps shall be lipped to prevent surface runoff from the green from entering the trap. g. The GCA will work on site with the Contractor during the final floating of the greens to assure that the actual and entended contours are achieved. The GCA will approve each green prior to any grassing. .07 SODDING AROUND GREENS AND BUNKERS a. The perimeter of all greens and bunkers shall be sodded with a strip of Tiffway 419 bermuda sod to a width of twelve (12) to twenty -four (24) inches de- pending on slope severity. b. Sod will be secured by staples /stakes if necessary. .08 MULCHING a. A cellulose fiber hydromulch will be applied after sprigging and spread over the entire green surface at a rate of one (1) bale of mulch per 1,000 square feet. A bale of mulch is defined as 50 pounds. The mulch shall be as manufactured by ConWed Corporation, Weyerhauser Corporation or Pacific Timber Products. .09 SATISFACTORY GERMINATION /ESTABLISHMENT AND REPLACEMENT a. Sprig survival rate after fifteen (15) days shall not be less than eight (8) live sprigs per square foot. b. Sprigged areas which fail to show an adequate stand of grass within fifteen days shall be raked, refertilized, planted, and mulched at the Contractor's expense. SFS 4 IRRIGATION TECHNICAL SPECIFICATIONS SECTION I - MATERIAL - INSTALLATION 2.01 GENERAL (a) Contractor shall follow manufacturer's recommendations for instal- lation of this system. Care shall be taken to install all equipment within one foot of its staked location. (b) If, at any time prior to final acceptance of this system, it is found that the Contractor has failed to satisfy the requirements of the plans or specifications, or heads are moved from designer's staking operation,he shall be required to remove and relocate installation as directed at his own cost. 2.02 ORDER OF WORK (a) Staking of sprinkler heads (see Special Conditions) shall be co- ordinated with grading contractor. Installation shall proceed as directed following this staking. 2.03 ORDER OF WORK (a) Contractor shall furnish all materials and equipment necessary to complete this work as described herein, and designed on plans. Contractor shall assume responsibility for equipment until all of job, or portion thereof, has been accepted by Owner. Note: Any material furnished by the Owner shall be so listed in Section II Special Conditions. (b) Quality - - Materials used in the system shall be new and without flaws or defects of any type, and shall be the best of their class and kind. Materials shall have a minimum guarantee of one year against defective materials. (c) Handling and Storage - - Protect materials from damage, deterioration, or loss while in storage and during construction. 2.04 SLEEVING (a) Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle. (b) Sleeving material beneath 200 pipe with solvent welded joints. (c) Sleeving beneath drives and (CMP). (d) bundle. pedestrian pavements shall be PVC Class streets shall be corrugated metal pipe Sleeving diameter: equal to twice that of the pipe or wiring Section I Page 1 2.05 PIPE AND FITTINGS (a) Storage: Do not subject plastic pipe and fittings to prolonged exposure to sunlight. (b) Mainline Pipe and Fittings: Use rigid, unplasticized polyvinyl chloride (PVC) AWWA C -900 approved pipe, extruded from material meeting the requirements of Cell Classification 12454A or 12454B, ASTM Standard D1784, with integral belled end. Use Class 100, SDR -25, rated at 200 psi, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use rubber - gasketed pipe for mainline pipe with a nominal diameter greater than or equal to four inches, and rubber gasketed cast iron or ductile iron with lubricant approved by the pipe manufacturer. (c) Submain pipe, Lateral Pipe, and Fittings: Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sani- tation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454 -A or 12454 -8, ASTM Standard D1784, with an integral belled end suitable for solvent welding. Use Class 160, SDR -26, tolerances established material ledger. Use Class 200, SDR -21, tolerances established material ledgers. rated at 160 psi by ASTM Standard rated at 200 psi by ASTM Standard , conforming to the D2241 for pipe when , conforming to the D2241 for pipe when dimensions and called out in dimensions and called out on Fittings for PVC pipe shall be Schedule 40, Type 1, PVC solvent weld fittings, ASTM Standards D2466 and 01784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564, of a type approved by the pipe manufacturer. (d) Specialized Pipe and Fittings: Galvanized steel pipe: Schedule 40 galvanized steel pipe, ASTM Standard Al20. Fittings shall be galvanized, threaded, standard weight, malleable iron fittings. Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined to an iron -based metal (iron, galvanized steel, stainless steel). Service connection on 4" or larger to be made using CAL-AM saddles with 2" FIPT TAP. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 40 threaded fittings and PVC Schedule BO nipples unless otherwise noted on details. Section I Page 2 Joint sealant: Use only approved type PVC pipe joint sealant on plastic threads. Use nonhardening, non toxic pipe joint sealant formulated for use on water - carrying pipes on metal threaded connections. (e) Control Wire: Electric wire from the satellite control unit to each remote control valve shall be American Wire Gauge (AWG) No. 14 solid copper, Type UF cable, UL ap- proved for direct underground burial. Unless otherwise noted, electric wire linking the central control unit and satellite control units shall be American Wire Gauge (AWG) No. 14 solid copper, Type UF cable, UL approved for direct underground burial. Color: Wire color shall be continuous over its entire length. Use black white and green for 120 Volt power wire. Use easily distinguished colors for other control wires and signal wires, per plan call out. 2.06 VALVE BOXES (a) All boxes to be located at grade or 1/4" below grade to prevent possible mower damage. (b) See details and plan notes for boxes. It is important for maintenance that correct box is used with color code as called for. 2.07 GATE VALVES (a) (Main Line Valve - Valve shall be quality type as "Nibco ". Connection shall be ringtite with square operating nut. (See detail for box.) (b) 1 -1/2" or 2" Brass Gate Valve - Valve shall be all brass construction. Type as specified on plans. (See detail for box). 2.08 SPRINKLER, CONTROLLERS, REMOTE CONTROL VALVES (a) All threaded joints shall be installed with use of approved pipe mastic for P.V.C. (b) All heads shall be installed as per details. (c) Quick Coupling Valves - Contractor shall install Q.C.V. at locations as directed by the Irrigation Consultant. plan. uantity is as shown on P Q.C.V. Q•CV is to be installed as per detail. (d) Automatic Controller - Brand and type as shown on plan. 1. Automatic sprinkler controller installation - install controller, housing and all accessories in strict accordance with the manufacturer's approved details and contract requirements. 2. Master /central controller shall be located as directed in field. (When required.) (e) Remote Control Valves - Brand and size as shown on plans. See details for box and installation. Section I Page 3 2.09 EXCAVATING AND BACKFILLING (a) Locations of existing utilities and other improvements on the drawings are approximate. Existing known conditions shall be the responsibility of the Contractor in case of damage. (b) If after the Contractor requests verification of existing utilities and existing utility is not pointed out by Owner's Representative, it shall remain the Owner's responsibility in case of damage. (c) Excavation - All excavation shall be open vertical construction sufficiently wide to provide ample working space around the work installed, and ample space for backfilling operations. (d) Rock Free - 4" of rock free material will be required above and below all main line piping. (e) Backfill - The Contractor shall place six (6) inches of rock -free backfill over pipe as soon after installation as possible. 24 -Volt wire shall be bundled and run in the trench with this backfill so as to be separate from main line pipe. Remaining trench backfill shall be rock - free material placed over wire. All unsuitable excavated material shall be immediately hauled from site and area cleaned and dressed to receive topsoil or landscaping. (f) Compaction - The Contractor shall compact all open trenches to eliminate later settlement. The compaction may be accomplished by means of flooding, but full responsibility for any settlement will rest with the Contractor and no extra compensation will be allowed for placing additional material to grade. Contractor shall be responsible for all settling of trenches for one year. (g) It is recommended that backfill be made first thing in the morning while pipe and soil temperatures are approximately the same. (h) Flushing and Testing - All pipe lines shall be thoroughly flushed before any heads are installed. When requested, test shall include pressure and leakage tests of sections of pipe as separated by line valves, at pressures not to exceed 150 pounds on gauge at low point of section or sections being tested. Designer shall determine proper pressure and the test shall be executed in accordance with recommendation of Johns - Manville Guide for Installation of Ring -Tite Pipe. (i) Final Backfill - After test is approved by Designer, the complete backfill of mains will be done with compaction by flooding method. Remove all material excess or unsuitable material for seedbed. 2.10 SLEEVING AND BORING (a) For pedestrian sleeving, install sleeving at a depth which permits the encased pipe or wiring to remain at the specified burial depth. (h) For highway sleeves (CMP), install sleeves a maximum of 36 inches from top of pipe to finished grade. Section I Page 4 (c) Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and mark with stakes. (d) Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. 2.11 ASSEMBLING PIPE AND FITTINGS (a) General: 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe ends. 2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. (b) Mainline Pipe and Fittings: 1. Use only strap —type friction wrenches for threaded plastic pipe. 2. PVC Rubber — Gasketed Pipe; (a) Use pipe lubricant. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. (b) Cast iron or ductile iron fittings shall not be struck with a metallic tool. Cushion blows with a wood block or similar shock absorber. 3. PVC Solvent Weld Pipe: (a) Use primer and solvent cement . Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. (b) Cure for 30 minutes before handling and 24 hours before allowing water in pipe. (c) Snake pipe from side to side within the trench. (c) Submain Pipe, Lateral Pipe, and Fittings: 1. Use only strap —type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: (a) Use primer and solvent cement. Join pipe ir the manner recommended by manufacturer and in accordance with accepted industry practices. (b) Cure for 30 minutes before handling and 24 hours before allowing water in pipe. (c) Snake pipe from side to side within the trench. Section I Page 5 (d) Specialized Pipe and Fittings 1. Galvanized Steel Pipe (a) Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. (b) Apply teflon -type tape or pipe joint compound to the male threads only. 2. Insert a dielectric union wherever a copper - based metal (copper, brass, bronze) and an iron -based metal (iron, galvanized steel, stainless steel) are joined. 3. PVC Threaded Connections (a) Use only factory formed threads, Field - cut threads are not permitted. (b) Use only approved type pipe mastic. (c) When connection is plastic -to- metal, the plastic component shall have female threads. 4. Install CAL-AM saddles according to manufacturer's recommendations. 5. Make metal -to- metal, threaded connections with Teflon -type tape or pipe joint compound applied to the male threads only. (e) Thrust Blocks 1. Use cast -in -place concrete bearing against undisturbed soil on all ring -tite fittings and gate valves. 2. For concrete volume, see Johns - Manville Hand Book with size to soil type. 2.12 INSTALLATION OF CONTROL SYSTEM COMPONENTS (a) Irrigation Control Units The locations of the control units as depicted on the drawings are approximate; the Consultant will determine their exact site locations during sprinkler layout inspection. Lightning protection: Drive an 8 -foot copper -clad grounding rod into the soil (see installation details). If rock prevents driving, bury at least four feet deep. Connect control unit to grounding rod with AWG #10 solid con- ductor copper wire. Secure wire to grounding rod with brass or bronze clamp. Central control unit to be installed per manufacturers recommendation as called out in Special Conditions. (h) Control Wire Bnn�il, wLrus where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 10 -foot intervals. Section I Page 6 Electrical connection at valve will allow for pigtail so solenoid can be removed from valve with sufficient slack to allow ends to be pulled 12" above ground for examination and cleaning. See Details. Provide a 24 —inch excess length of wire in an 8 —inch diameter loop at each 90 degree change of direction, and at both ends of sleeves. Do not tie wiring loop. If a control wire must be splice, (or at solenoid connections) make splice with wire connectors and waterproof sealant, installed per the manufacturer's instructions. When splicing between satellites signal wires or 120 Volt power wires, an electrical junction box is required per detail. Unless noted on plans, install wire parallel with main line pipe. See Detail 2.13 RECORD (AS— BUILT) DRAWINGS (a) Maintain in good order, on site, one complete set of irrigation construction drawings which shall be updated on a weekly basis to reflect progress. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points. 2.14 CLEANUP (a) Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. Section I Page 7 End of Section I IRRIGATION SPECIFICATIONS SECTION II - SPECIAL INSTRUCTIONS 3.01 GENERAL These special instructions are to be considered as part of the specifications and where in conflict with any other part of these specifications are to supersede the same. 3.02 STAKING AND "AS BUILT" MAP (a) Contractor will supply all stakes and flagging needed for staking and layout as per Designer's request. (b) The Designer will be responsible for all staking and layout. Contractor shall furnish three (3) men to assist in this staking. (c) The Designer will make all decisions as to infield changes. (d) The Desginer will be responsible for the preparation of the "As Staked" plan and provide Contractor with copies of New Blue Line drawings within twenty four hours as as possible. (e) Contractor is to red line these blue line "As Staked Drawings" as he completes work in each area. This red line is to indicate where piping was installed showing all routing changes. Progress payments will be held up if this process is not kept up to date. 3.03 DEPTH OF COVER (a) Irrigation Main Line Pipe - That pipe 4" and larger will have a cover of 18" to 22 ". (b) Sub Main Line Pipe - That pipe 1 -1/2 - 2 - and 2 -1/2" supplying the valve in head sprinkler or R.C.V. "s shall have a cover of 12" to 16 ". (c) Lateral Piping - That pipe after the remote control valve supplying the individual sprinklers, shall have a cover of 10" to 14 ". (d) Wire - Wire depths and installation shall conform to local codes. 3.04 TRENCH WIDTH (a) Trenching in limestone area will require special consideration in trench width and backfill. (b) Trenching mainline will require Vermeer 800 type trenches with width requirements as follows: Pipe Trench Width 1- 1/2 "- 2 "- 2 -1/2" 8" 4 " 12" 6 " -8" 18" The need to provide space on both sides of the main in this hard limestone is for repair and installation. 3 .05 BACK FILL (a) When sandstone /limestone is removed from trench and becomes fine 1 kr dust, this material will not be permitted for bedding. (b) Bedding material will be supplied on site for Contractor to pick up and deliver to his trench side. This material will then be placed as bedding, prior to pipe installation. After pipe is installed and shaded with good bedding material, final back fill can be mixed with limestone fines if less than 1 -1/2" in size. (c) In all cases it is understood if trench walls or bottom has exposed rock of any type, bedding will be completed with this outside bedding material prior to pipe installation to cushion from this rock. (d) All trenches shall be water settled for compaction. 3.06 POWER SUPPLY 120 VOLT FIELD CONTROLLERS (a) Two power sources are used with 120 Volt power coming from breaker box as provided at irrigation pump station. (b) Conduit required in concrete floor as detailed. Use flex cable or steel conduit where exposed in building to meet local electric codes. (c) Provide power stabilizer at each source as called for on plans. (d) Provide lightning protection at each clock as called for on plan. 3.07 CENTRAL PROGRAMMER (a) Irrigation Contractor is responsible to run pulse wire to maintenance building and locate in Junction Box outside of building. Wire hook up into building is by others. Irrigation Contractor is responsible to "ring out" pulse wire with manufacturers represenative, and is responsible for cost of any repairs to make pulse wire operable. 3.08 SETTING OF HEADS AND BOXES (a) Contractor shall be responsible for all pipe ditch settlement for one year after acceptance. (b) Contractor shall be responsible for all settlement of sprinkler heads and boxes, for 60 days after each area has been turned over and accepted for operation by the Owner. (c) Boxes will be set to finish grade and hand tamped with weighted hand held compactor. This tamping will be done when soil is moist - not wet. (d) Sprinkler heads will be set 1 -1/2" - 2" above grade so as not to flood with mud. (e) Owner will be responsible to lower heads to grade. 3.09 CREEK CROSSINGS Creek beds as shown on plans generally have a rock bottom and will require special handling for crossing with pipe or wire. (a) Plans show crossings with a O1 or with a O2 . 8 shall he made with steel bedded in concrete per detail. shuli be made in 4" steel sleeve with solvent weld 90 per detail (b) All wire shall he in P.V.C. conduit located next to pipe. Pulse wiry• shall be in separdte conduit for power wires. Serrinn TT Paon 3.10 CLEAN UP (a) It is understood that rock exposed from trench excavation shall be removed and disposed of by the Irrigation Contractor. (b) Any rock left after back fill, and prior to finish grade work, shall be 2" in size or less. Failure to meet this requirement of clean up will result in work being performed by finish grade Contractor and back charged to Irrigation Contractor. (c) Irrigation Contractor shall be notified in writing if clean up requirements are not met, with twenty four to respond. 3.11 EXISTING UTILITIES (a) The location of any existing utilities is the responsibility of the Contractor to verify. The existing conditions shall be the responsibility of the Contractor in case of damage. (b) If Contractor request verification of utilities and is not advised it will be Owner's responsibility for repair. 3.12 ROAD CROSSINGS (a) All irrigation piping at road crossings shall have minimum of 36" of cover. Back fill shall be completely of sand with bedding 6" — 8" below and on both sides of pipe. (b) All wire crossing roads shall be in conduit sized to accommodate wire. 120 volt power, pulse wire, and 24 volt wires shall all be in separate conduits. 3.13 PUMP STATION (a) Pump stations as detailed, shall be a skid unit as manufactured by PSI with all of the standard features as called under their standard unit. (b) Wet Well shall be set as detailed with size and depth as on plans. (c) Inlet pipe shall be with rotating screen at inlet. Screen to be stainless steel with plastic frame or approved epoxy coated steel frame. Size as called on detail. (d) Pad shall be as sized on plan, with re —bar requirement to meet local code for type of building to be built by others. Pad footing requirement shall be confirmed by Owner as to building requirm't. Note:Conduit requirm't (e) Power shall be supplied by Owner with hook —up of same by others. (f) 120 volt power to field clocks shall be part of this work. (g) Setting of skid and hook —up of welded steel shall be as per detail. Paint exposed steel piping to match pump station. (h) Contractor shall be responsible for pump manufacturer to perform start up and written warranty will be for two years from date of purchase. Section II Page 3 3.14 WARRANTY (a) The Contractor shall warrant his construction to be free from defects in material and workmanship including the manner of installation for a period of one year following acceptance of final payment by the Owner to the Contractor. Provided, however, this warranty shall be enforceable only if the installation is properly maintained and operated under normal conditions and in accordance with manufacturer's instructions. The Contractor shall repair or replace immediately any part of his work which proves defective during the warranty period except such items which are expected to be used up or consumed in service. The Contractor warranty shall be in addition to the Contractor and surety obligations under the Performance Bond. (b) Changes in sprinkler locations shall be made in the field due to the contour and tree locations. Due to these conditions, it shall be the Contractor's responsibility to achieve the basic coverage as outlined on the plan. This is not to mean any additional heads shall be required to be installed under this contract price, but if additional pipe or wire is required, due to these condi- tions, the Contractor shall install and furnish it at no additional cost to the Owner. Extra heads or deletion of head count as found on these plans shall be handled as unit price additions or deductions. (See Bid Form for Measured Sum Units.) (c) All agreements for alterations, changes,omissions from "extras" or additions to the work shall be made in writing and bear the Designer's written approval. (d) It shall be the contracting installer's responsibility to report to the Owner or the Designer of any deviations between mechanical drawings, speci- fications, and the site. Failure to do so, prior to the installing of equipment, resulting in replacing and relocating the equipment, shall be done at the Con- tractor's expense. (e) The Contractor warrants to the Owner, the Architect, the Construction Manager, and any person who now or hereafter owns the property involved that all materials and equipment furnished under this Contract and incorporated in the work will be new unless otherwise specified, and that all equipment, materials and work will be of good quality, free from faults and defects and in good conformance with the Contract Documents. All equipment, materials and work not so conforming to these requirements, includ- ing substitutions not properly approved and authorized, may be considered defective. If required by the Architect or the Construction Manager the Contractor shall furnish satisfactory evidence as to the kind or quality of materials and equipment. 3.15 SUPPLIER'S RESPONSIBILITY The Owner or the Contractor, (Purchaser, as the case may be) will be res- ponsible for the warranty and service of all equipment provided by them respectively after the installation thereof, and to the extent that they shall be respectively responsible as aforesaid, they will, at their own expense, cause the supplier to do and perform the following: Section 1I Page 4 1. Supplier will make periodic calls on the project during installation to see that the Contractor is following the manufacturer's recommended instal- lation procedures. 2. Supplier shall agree to local service and spend necessary time with maintenance to insure full understanding of operation and maintenance. 3.16 SUBSTITUTION OF MATERIALS (a) In the event the Contractor wishes to substitute a product that he believes to be an equal product to the product as specified in the Contract Documents, and that in his opinion meets all the mechanical, material, and operational requirements of the products, as specified, he shall submit (along with the required shop drawings) a letter stating, (1) the qualifications of such product over the product as specified, and (2) his reasons for requesting the substitution in lieu of the product as specified, and (3) the credit the Contractor will offer to the Owner if such substitution be formally accepted as an equal to the product specified. (b) It is to be noted that any Contractor submitting a formal bid on this work will submit his bid using only the materials as specified in the Bid Documents. Material substitutions will be considered only after the signing of the Contract. (c) Submittals must be made prior to signing of the contract. 3.17 MATERIALS (a) Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, construction water, tools, equipment, temporary light, temporary power, transportation and other facilities necessary for the completion and execution of the work. Unless otherwise specified, all mater- ials incorporated in the permanent work shall be new and of good workmanship and good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. 3.18 SUPERINTENDENCE (a) The Contractor shall, at all times when work is being done, have on the site as his agent a competent superintendent capable of interpreting the Plans and Specifications, and experienced in the type of work being performed, who shall receive instructions from Don K. Burns and comply with them without delay. Such superintendent shall be furnished regardless of the amount of work sublet to Subcontractors. (b) The superintendent shall not be replaced without written notice to the Owner's Representative. (c) Any employee of the Contractor of Subcontractor whose work is deemed by Don K. Burns sufficiently incompetent to jeopardize the work or safety of other employees or the public, shall be dismissed from the work upon written notice from Don K. Burns to the Contractor. Section II Page 5 3.19 TESTING Contractor Responsibility: (a) Notify the Consultant three days in advance of testing. (b) Pipelines jointed with rubber gaskets or threaded connections may be subjected to a pressure test at any time after partial completion of back - fill. Pipelines jointed with solvent- welded PVC joints shall be allowed to cure at least 24 hours before testing. (c) Subsections of mainline pipe may be tested independently, subject to the approval of the Engineer. (d) Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. (e) Volumetric Leakage Test: 1. Cap risers for volumetric pressure tests. Back fill to prevent pipe from moving under pressure. Expose couplings and fittings. 2. Purge air from the pipeline before test. 3. Subject mainline pipe to the anticipated operating pressure of 150 PSI at tested section low points for two hours. Maintain constant pressure. The amount of additional water pumped in during the test shall not exceed 0.98 gallons per hour per 100 joints of four -inch diameter pipe and 1.45 gallons per hour per 100 joints of six -inch diameter pipe. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the Consultant approves the test results. 3.20 RULES AND REGULATIONS (a) Work and materials shall be in accordance with the latest edition of the National Electric Code, Uniform Plumbing Code as published by the Western Plumbing Officials Association, and other applicable state or local laws or regulations. Nothing in these Drawings or Specifications is to be construed to permit work which would not conform to these codes. 3.21 PLACING WORK IN SERVICE (a) If desired by Owner, portions of the work may be placed in service when completed and the Contractor shall provide proper access for this purpose. Such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction throughout the duration of this Contract and thereafter as provided under the guarantee. Section II Page 6 3.22 COORDINATION WITH OTHER CONTRACTORS (a) The Contractor shall coordinate his work with that of other Contrac- tors and public utility companies or their subcontractors in order to minimize any inconveniences, conflicts and delays. 3.23 TREE AND SHRUB PROTECTION (a) The Contractor shall exercise great care to protect and preserve all trees and existing groundcover within the vicinity of the work -site which are outside of the areas designated for clearing and /or grading and all trees within the clearing and grading areas designated to remain. The Contractor shall per- form the work without taking access through any tree cover to remain except for those locations established by Don K. Burns. The work includes the installation by Contractor of piping within areas where trees and ground cover is designated to remain. Such work shall be done in ways which minimize damages to such trees and groundcover. Section II Page 7 CITY OF ROUND ROCK PUBLIC WORKS PROJECT ROUND ROCK MUNICIPAL GOLF COURSE SPECIFICATIONS AND CONTRACT DOCUMENTS /355 R THE STATE OF TEXAS COUNTY OF Travis. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT J.C. Evans Construction Co., Inc. of the City of Austin County of Travis , and State of Texas as principal, and United States Fidelity & Guaranty Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound Bond #72-0120-10050-904 unto City of Round Rock (OWNER) , One Million Eight Hundred NinetyTTTe in the penal sum of Thousand Five Hundred Sixty and 81/00 -- Dollars ($ 1,895,560.81 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the 17th day of January 1990, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; This bond shall be construed to incorporate the provisions of Senate Bill 1321 enacted by the 71st Legislature of the State Texas, Texas Regular Session, 1989. In the event that J.C. Evans Const. Co., Inc. is unable to fulfill its contractual obligation under this policy or contract or application or certificate or evidence of coverage, the policyholder or pB_lcertificateholder is not protected by an Insurance Guaranty Fund or toher solvency protection arrangement. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of January 1990. J.C. Evans Construction Co.,,Inc. United States Fidelity & Guaranty Co. Principal Surety By 6 . Title Title Attorney -in -Fact Address PO Box 9647 Address PO Box 2291 Austin, Texas 78766 Austin, Texas 78768 The name and address of the Resident Agent of Surety is: Bill Pitts Insurance Agency PO Bxo 2291, Austin, Texas 78768 PB -2 BY' Rose Marie Bbriskie THE STATE OF TEXAS COUNTY OF. Travis PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, THAT J.C. Evans Construction Co., Inc. , of the City of Austin County of Travis , and State of Texas as principal, and Unites States Fidelity & Guaranty Co. authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Round Rock (OWNER) , One Million Eight Hundred ine y live in the penal sum of Thousand Five Hundred Sixty and 81 / 100 - Dollars ($ 1,895,560.81 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 1990, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said contract, then, this - obligation shall be void; otherwise to remain in full force and effect; This bond shall be construed to incorporate the provisions of Senate Bill 1321 enacted by the 71st Lesgislature of the State Texas, Texas Regular Session, 1989. In the event that J.C. Evans Const. Co., Inc. is unable to fulfill its contractual obligation under this policy or contract or application or certificate or evidence of coverage, the policyholder or certificateholder is not protected by an Insurance Guaranty Fund or other solvency protection arrangement. PB -3 17th day of January Bond #72- 0120 - 10050 -904 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be- determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of January 1990 J c Eyans Construction Co. Tpc. United States Fidelity & Guaranty_Co. Principal Surety By lRGV�G ! IG!r By "'f Rose Marie Boriskie Ti t l e Title Attorney -in -Fact Address PO Box 9647 Address PO Box 2291 Austin, Texas 78766 Austin, Texas 78768 The name and address of the Resident Agent of Surety is: Bill Pitts Insurance Agency PO Box 2291, Austin, Texas 78768 PB -4 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the law. of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint of the City of Austin its true and lawful attorney in and for the State of (SEAL) STATE OF MARYLAND, BALTIMORE CITY, 7} 55: (SEAL) STATE OF MARYLAND BALTIMORE QTY, FS 3 (6-77) } CERTIFIED COPY GENERAL POWER OF ATTORNEY No 89992 Set. Rose Marie Boriskie (Signed) Texas , State of Texas for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Rose Marie Boriskie may lawfully do in the premises by virtue of these presents In Witnewa Whereof, the .ald UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal. duly attested by the signatures of Its Vice- President and Assistant Secretary, this llth day of October , A D. 19 79 UNITED STATES FIDELITY AND GUARANTY COMPANY. {Signed) 87 James D. Rector W. B. M. Hingeley (Signed) Margaret M. Hurst Vice- President Assistant Secretary. On this llth day of October , A. D. 19 7 9 before me personally came James D. Rector , Vice - President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W. B. M. Hingeley , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said James D. Rector and W . B . M . Hingeley were respectively the Vice - President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice - President and Assistant Secretary, respectively, of the Company. My commission expires the fiat day in July, A. D. 19. fi 2... Notary Public. I. William Allen , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a Beal, do hereby certify that Margaret M. HUT St , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorised by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereo /, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this llth day of October ,A. D.19 79 (SEAL) (Signed) William Allen Clerk a/ the Superior Court of Baltimore City. COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. There/ ore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice - Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsover, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. 1, James M. Carroll , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Rose Marie Boriskie of Austin, Texas , authorizing and empowering her to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board. of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the llth day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said reso.uti *n; and the whale thereof as recorded in the minutes of said meeting. in Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on %W/ I& r'L/ Assistant Secretary. ACOMI. PRODUCER Pitts Insurance Agency P.O. Box 2291 Austin, Texas 78768 CODE SUB -CODE INSURED J.C. Evans Construction Co., Inc. P.O. Box 9647 Austin, Texas 78766 CO TYPE OF INSURANCE LTR GENERAL LIABILITY A - X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X OCCUR. OWNER'S & CONTRACTOR'S PROT' AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABILITY 642NH8257 EXCESS LIABILITY .. _. _. ......... _.. 642NH8257 -1 A X OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND WVO420063700 EMPLOYERS' LIABILITY OTHER A OCPL TBD DESCRIPTION OF OPERATIONS/ LOCATIONS/VEHICLES/RESTRICTIONS /SPECIAL ITEMS 'CERTIFICATE HOLDER City of Round Rock 221 E. Main St. Round Rock, Texas 78664 THIS CERTIFICATE 16 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVF AFFORDED BY THE POLICIES BELOW COMPANY A LETTER COMPANY B LETTER COMP LETTER ANY C COMPANY D L COMPANY E LETTER St. Paul Insurance Agency 042NH8257 10/01/89 10/01/90 OVERAGES THIS I5 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS DATE (MMIDD/YY) DATE (MM /DD/YY) 10/01/89 10 /01/90 BODILY INJURY S (Per accident) PROPERTY $ DAMAGE EACH AGGREGATE OCCURRENCE NCE 10/01/89 10/01/90 $5,000 $ 5,000 STATUTORY $ 500, (EACH ACCIDENT) 10/01/89 10/01/90 $ 500 (DISEASE — POLICY LIMIT) $ 500, (DISEASE —EACH EMPLOYEE 1/17/90 10/1/90 1,000,000. Occurrence 1,000,000. Aggregate Limits of liability are stated as of inception date of policy. Paid losses may have reduced available aggregate limits. CANCELLAT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1n DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ' LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. e AUTHORIZED REPRESENTATIVE COMPANIES AFFORDING COVERAGE ISSUE DATE (MM /DD/YY) 1/17/90 GENERAL AGGREGATE $ 2,000., PRODUCTS - COMP /OPS AGGREGATE $ 1,000, PERSONAL & ADVERTISING INJURY $ 1 . 000 _ EACH OCCURRENCE FIRE DAMAGE (Any one fire) $ 50 , MEDICAL EXPENSE (Any one person) S 5 COMBINED SINGLE S LIMIT 1 000 BODILY INJURY $ (Per person) . . la Bill Pitts Insurance Agency - -- -- ACORD 254 (3/88) -. - -AiCORPORATION 1988 CONSTRUCTION SPECIFICATIONS ROUND ROCK MUNICIPAL GOLF COURSE CITY OF ROUND ROCK, TEXAS SET NO. INDEX Notice to Contractors NTC -1 Instructions to Bidders ITB -1 - ITB -3 Agreement PBD -1 - PBD -3 Statement of Bidders Qualifications PBD -4 - PBD -7 Non Collusion Affidavit of Prime Bidder PBD -8 Bid Bond BB -1 - BB -2 Contractors List of Subcontractors /Suppliers LSS -1 Bid Schedule (Unit Price) Golf Course Construction BS -1 - BS -3 Bid Schedule - Irrigation BS /I -4- BS /I -5 Bid Schedule Summary BS -6 Alternates BS -7 Notice of Award NA -1 Performance Bond PB -1 - PB -2 Payment Bond PB -3 - PB -4 Maintenance Bond MB -1 - MB -2 Notice to Proceed NTP -1 Change Order CO- 1 - CO -2 General Conditions GC -1 - GC -26 Special Conditions SC -1 - SC -5 Technical Specifications: Clearing and Grubbing CG -1 - CG -4 Earthwork E -1 - E -7 Golf Course Details GD -1 - GD -8 Underground Drainage Systems UD -1 - UD -5 Sprigging, Fertilization and Sodding SFS -1 - SFS -4 Irrigation - Material - Installation I /MI -1- I /MI -7 Irrigation - Special Instructions I /SC -1- I /SC -7 Plans and Construction Drawings: Cover Sheet CB -1 GP -1 GP -2 CP -1 CD -1 Clearing and Grubbing Plan /Site Preparation (Fence Removal) Grading Plan - Front Nine Grading Plan - Back Nine Cart Path Plan Construction Details - Greens /Tile NOTICE TO CONTRACTORS Sealed proposals addressed to the City Manager, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and performing all work required for the construction of the Round Rock Municipal Golf Course. The work to be performed under the provisions of these Contract Documents shall consist of the construction of the 18 -hole Round Rock Municipal Golf Course located East of town within the Franklin Tract off County Road 122 adjacent to Oak Bluff Subdivision to the South. The Contractor shall be responsible for providing all superintendence, equipment, labor, supplies, materials, transportation, etc..., for completing the job as detailed on the bidding plans and in the contract documents. Proposal forms, specifications, and instructions to bidders may be obtained from the office of the City Secretary, 3rd floor, City Hall in Round Rock, Texas beginning August 28, 1989, for a nonrefundable charge of Sixty -five Dollars ($65.00) per set. Bids will be received until 2:00 P.M., September 14, 1989, then publicly opened and read aloud. No bids may be withdrawn after the scheduled opening time. Any bids received after schedule bid opening time will be returned unopened. A pre -bid conference is scheduled for 2:00 P.M., September 8, 1989. All bidders are encouraged to attend but this is not mandatory. All proposals shall be accompanied by a certified cashier's check upon a national or state bank in the amount of five (5 %) percent of the total maximum bid price payable without recourse to The City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that bidder will enter into a contract and execute performance bond within ten (10) days after notice of award of contract to him. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. When determining the responsibility of the lowest and best bidder, the City will require evidence of recent experience in the construction and supervision of golf courses. Pub. Dates: Austin American Statesman Round Rock Leader NTC -1 JOANNE LAND City Secretary City of Round Rock INSTRUCTIONS TO BIDDERS 1. PROPOSAL 1.1 All bidders shall observe the following instructions and those contained in the "Notice to Contractors ". 1.2 Only bids submitted upon the proposal form furnished herein will be accepted. All items shall be properly filled out. Numerals, printing and signatures shall be written in ink. Signatures shall be in longhand. Alterations to bid amounts by erasures or by interlineations shall be initialed by the signer of the Bid Proposal. Any Bid Proposal not duly signed will not be considered. Alternative proposals will not be considered unless called for in the proposal form. 1.3 All bids must be sealed, addressed to and deposited on or before the day and hour set for the opening of bids at the location called for in the "Notice to Contractors ". The bids must be submitted in a sealed envelope, and outside of the envelope shall show the title of the work as shown on the specifications, the date and time of opening and the name of the bidder. 1.4 The bid shall be submitted on the proposal form as provided, without separ- ation from the documents. The entire book shall be submitted with the bidder's proposal. 2. PROPOSAL GUARANTEE Each proposal shall be accompanied with a certified or cashier's check drawn on an acceptable bank or a bid bond in an amount not less than five percent (5 %) of the total bid. 3. WITHDRAWAL OF BIDS The Bidder may withdraw any proposal he has submitted at any time prior to the hour set for opening of bids provided a request for withdrawal is signed in a manner identical with the proposal being withdrawn. No withdrawal or modifi- cation will be permitted after the hour designated for opening of bids. 4. INTERPRETATIONS OF DRAWINGS AND DOCUMENTS If discrepancies or omissions are found in the drawings or specifications, or if the bidder is in doubt of the meaning or needs clarifications, he shall notify the Golf Course Architect. If the point or points in question are not clearly and fully set forth, a written addendum will be mailed to each person obtaining a set of contract documents. The owner will not be bound by, nor responsible for oral instructions, interpretations or representations. 5. QUALIFICATIONS OF BIDDERS 5.1 The owner may make such investigations as it deems necessary to determine the ability to perform the work, and the bidder shall furnish to the owner all ITB -1 such information and dates for this purpose as the owner may request. The owner reserves the right to reject any bid if the evidence submitted by, or investiga- tion of, such bidder fails to satisfy the owner that such bidder is properly qualified to carry out his obligations of the contract and to complete the work contemplated within (Refer to sheets PBD -4 through PBD -7). 6. CONSTRUCTION SCHEDULE Prior to signing the contract, the contractor shall submit an overall con- struction schedule for the project. This construction schedule shall start with the proposed date of signing and contract, and the completion date shall be the date specified in the contract. 7. CONTRACTOR RISK The construction contract and the detailed specifications contain the pro- visions required for the construction of the project. No information obtained from any officer, agent or employee of the owner on any such matters shall in any way affect the risk of obligation assumed by the contractor or relieve him from fulfilling any of the conditions of the contract. 8. DEFINITIONS 8.1 The word "Owner" means the City of Round Rock, Texas. The owner will be responsible for payment in accordance with the terms of the contract. 8.2 The word "Contractor" means the person, firm, or corporation to whom the award is made. Subcontractors as such will not be recognized. 8.3 The word "Golf Course Architect (GCA)" refers tothe firm of Richard M. Phelps, Ltd., Evergreen, Colorado. designated by the owner as its golf course architectural representative during the course of construction to perform appro- priate construction observation and computations of payment. 9. SALES AND USE TAX FORMS Tax Exemption Certificates must be obtained from both the City and the State for all materials used in City projects. The City will furnish these forms to the successful bidder. The City will require a summary of all invoices for materials used in their project to be submitted upon completion of the Project for audit purposes. Bid price to be exempt from Federal, State or local taxes on bids. 10. INSURANCE The successful bidder shall furnish Certificate of Insurance indicating general liability, workmen's compensation and employee's liability, prior to commencement of work. ITB -2 11. APPLICABLE LAWS The submission of a bid shall be a representation by the bidder that he has familiarized himself with all laws applicable to the Project and will com- ply therewith throughout the Contract. 12. PERFORMANCE AND PAYMENT BONDS The party to whom the contract is awarded will be required forthwith to execute the contract and a performance and payment bond with ten (10) calendar days from the date of the written notice of award of the contract is delivered to the bidder at the address given by him. In case of a failure to do so, the Owner may, at his option, consider that the Bidder has abandoned the contract, and the certified check or bid bond accompanying the proposal shall become the property of the Owner. The Performance and Payment bonds shall be in the amount of 100% of the total contract price. 13. MAINTENANCE BOND The Contractor shall deliver to the Owner, upon completion of all work under this Contract, and before final payment is made, his written guarantee made out to the Owner, in a form satisfactory to the Owner guaranteeing all the work, materials, appliances, equipment, etc., provided under the Contract to be free from defective materials and /or faulty workmanship, and to be watertight and leakproof. In the guarantee, the Contractor shall agree to replace or reexecute, in a manner satisfactory to the Owner, without cost to the Owner or Project Manager, such work as may be found to be defective or faulty, and pay for all damages due to such replacement, or reexecution. The Maintenance Bond shall be in the amount of 10% of the total contract price. 14. INSURANCE The Comprehensive General Liability insurance will include as Additional Named Insureds: the City of Round Rock; Dippel- Ulmann & Associates, Inc., Engineers; Donald K. Burns, Irrigation Consultant; Richard M. Phelps, Ltd., Golf Course Architect; CCA- Silband Corporation, Golf Management; and each of their officers, agents and employees. ITB -3 AGREEMENT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF WILLIAMSON ►' of That this Agreement made and entered into this l day � �i a': A.D., 1989, by and between the CITY OF ROUND ROCK, TE S, it's Mayor, First Party, hereinafter mimed the Owner and of the City of County of , State , hereinafter termed Contractor. , Second Party. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by said First Party (0 wner), the said Second Party (Contractor) hereby agrees with the first Party to commence and complete the construction of dated certain improvements at the price, st forth in the Contractor's Proposal for certain improvements described as follows: CONSTRUCTION OF 18 -HOLE ROUND ROCK MUNICIPAL GOLF COURSE The Contractor shall perform all work shown on the Plans and described in the Contract and shall meet all requirements of this Agreement, the General and Special Conditions of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the above named parties to this Agreement The Contractor hereby agrees to com mence work under this contract within 10 consecutive calendar days after the date written notice to do so shall have been given to him and shall cause work to progress in a manner satisfactory to the Owner. Such work stall be completed in full by May 15, 1990 The Owner agters to pay the Contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, sub to additions and deductions, all as provided in the General Conditions of the Agreement. The the Contra owing documents together with this Agreement, comprise fallowing and they are fully a part thereof as if herein repeated in f The Notice to Contractors The Instruction to Bidders The Proposal and Bidding Sheets The Performance & Payment Bonds Maintenance Bond Notice of Award Notice to Proceed PBD Change Order The General Conditions The Special Conditions Addenda Specifications The Plans AGREEMENT - continued The undersigned bidder hereby acknowledges addenda No. IN WITNESS WHEREOF the Parties to these presents have executed this Agreement in the year and day first above written ATTEST: BY: 0()6 y Secretary By: /L Mayor CITY OF ROUND ROCK, TEXAS, OWNER Contractor PBD -2 1 1 1 1 1 1 St-a 1 1 1 1 1 1 1 1 1 1 1 1 1 IF CORPORATION IN WITNESS WHEREOF the u rsigned corporation has caused this instrument to be executed and it /7 day of I affixed by its duly a thorized officers this 19 PBD /Name of Corpor tion C/ ! • By ,,___ _ ? Attest Secretary STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehen- sive. This statement must be notarized. If necessary, questons may be answered on seperate attached sheets. The Bidder may submit any additional information he desires. e 1. Name of Bidder: e C Lo c�hre . 2. Permanent main office address: d /7 � �i�� 3. When organized: /95.r 4. If a corporation, where incorporated: 7. 5. Now many years have you been engaged in the contracting business under your present firm or trade name? z > e¢J 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) General character of work performed by your company: 8. Have you eve failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? PBD -4 E 1 I ROJECT NAME 1 I TEINER RANCH SEC1A 1 OORES CROSSING Al STREETS 1 00RES CROSSING A2 STREETS I OORES CROSSING BLVD. I LROY ROAD I IRCLE C B3 PHASE III STREETS IRCLE C B6 STREETS 1 AKELINE BLVD. RIDDLE SLAUGHTER 1 ANDICE ROAD 1 1 9/09/89 1 CURRENT PROJECTS J. C. EVANS EXCAVATION CO., INC. I BBOTT LABS 126,000.00 BRAKER LANE EXT 183 325,682.00 1 I ARKE AT SPICEWOOD SPRINGS 738,000.00 CONTRACT AMOUNT OWNER /ENGINEER EST. PHONE NUMBER CPLT DATE ABBOTT LABS LARRY LACY 512- 255 -2000 SWC BRAKER /183 LTD. 10/89 C/O BAKER AICKLEN JOSE E. SAENZ 512- 346 -6980 II ANOR DOWNS RACETRACK IMPROVEMENTS 212,175.50 MANOR DOWNS C/O O'MALLEY & CLAY 409 - 836 -7937 530,640.00 374,847.00 201,648.00 37,236.00 1,038,227.00 290,089.00 48,367.00 462,915.00 126,325.00 296,005.00 HORIZON SAVINGS C/O GRAY ENGINEERING 512- 483 -5650 10/89 HUGHES INTEREST 512- 328 -821 08/89 MOORES CROSSING JT.VT 512- 454 -5162 MOORES CROSSING JT.VT 512- 454 -5162 10/89 10/89 05/89 05/89 MOORES CROSSING JT.VT 512- 454 -5162 05/89 MOORES CROSSING JT.VT 512- 454 -5162 05/89 06/89 480 -9821 AUSTIN PAVING 512- 451 -4082 AUSTIN PAVING 512- 451 -4082 AUSTIN PAVING 512- 451 -4082 10/89 08/89 08/89 1 1 1 1 Job Name RENOVATIONS AND 1 ALTERATIONS TO PARK ST. DAVID PROFESSIONAL OFFICE "BUILDING 1 1 1 1 1 1 1 IBM BLDG 1 ' 3 -M OUTDOOR TESTING FACILITY ' HISCO MANUFACTURING FACILITY IBM FASTLANE 11 FINISHOUT CURRENT PROJECTS J.C. EVANS GENERAL CONTRACTING CO., INC. Contract Owner /Contact Phone Number Amount ST. DAVID'S HOSPITAL Graeber Simmons Cowan Mr. Phil Bible ' MOTOROLA MOTOROLA PROJECT MGMT. Ray Tyx 3 -M THERMAL OXID. 3M II BROWNWOOD Nick Patera (512)477 -9417 $ +680,805 Comp. Date IBM FACILITIES ENGINEER (512)823 -2304 $ 175,000 7/89 Harvey Hoskins 3 -M AUSTIN $ 151,000 8/89 John Grimm (512)984-5107 HISCO $605,000 10/89 Paul Seaback (512) 834 -9773 (512) 928 -6346 $4,075,000 12/89 (612) 778.6901 $259,000 9/89 IBM $389,900 9/89 FACILITIES ENGINEER (512)823 -2304 Harvey Hoskins 1 1 1 Project Name I MANOR DOWNS RACETRACK IMPROVEMENTS ' MCNEIL ESTATES AND WEST BURNET ROAD 1 1 1 1 NORTH UPPER BANK SLAUGHTER CREEK 'INTERCEPTER 1 1 1 1 1 1 SLAUGHTER LANE I (CASTLEWOOD) MOORE'S CROSSING CURRENT PROJECTS J.C. EVANS UNDERGROUND UTILITY CO., INC. Owner /Contact MANOR DOWNS C/O O'MALLY & CLAY CITY OF AUSTIN CITY OF AUSTIN MOORE'S CROSSING JOINT VENTURE P.O. BOX 9647 AUSTIN, TEXAS 78766 GRAY ENGINEERING CIRCLE C DEVEL. STEVE BARTLETT 1111 W. 11TH Contract Comp. Phone Number Amount Date (409)836 -7937 $113,790 10/89 (512)322 -6410 $945,927 10/89 (512)322 -6410 $1,201,128 12/89 (512)483 -5650 $424,255 02/90 (512)480 -9821 $1,489,541 03/90 J. C. EVANS UNDERGROUND UTILITIES CURRENT PROJECTS ELECTRIC, GAS, TELEPHONE Steiner Ranch Sec 2A Electric Hughes Interests 58,268.90 Will Shepherd 512 -328 -8211 Legend Oaks Section 5A Gas Southern Union Gas 23,598.00 Eddie Imken 512 - 477 -5981 Ext 412 Southwestern Bell Adirondack Southwestern Bell 8,800.00 Gary Havener 512- 870 -2189 10. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. (Identify projects comparable to the project being bid.) 11. List your major equipment available for this contract. — 12. Experience in construction work similar in importance to this project: 13. Background and experience of the principal members of your organization, including officers: 14. Credit available: 15. Bank reference: 2 4rL4 16. Will you, upon request, fill out a detailed financial statement and fyyrnish any other information that may be required by the Owner? PB D- 5 1 L OJECT NAME II ALCONES RESEARCH CTR `OODBAY PARKE 1 RATTON LANE 1 ANYON CREEK I IRCLE C B3 PHASE I STREETS IRCLE C B3 PHASE II STREETS GROVE BLVD. WATERFORD CENTER 1 STEINER BLVD. I TEINER PHS ONE SEC ONE 1 OTOROLA OAKHILL -SITE - 114,855.75 OAKHILL CAFETERIA - 94,860.00 BLUESTEIN - 40,992.00 1 1 1 1 1 L EGEND OAKS 1,831,479.05 EC 4 /ESCARPMENT OUR POINTS 1 OUND ROCK WEST DRIVE BRIDGE IMPROVEMENTS RECENTLY COMPLETED PROJECTS J. C. EVANS EXCAVATION CO., INC. CONTRACT AMOUNT 53,900.00 238,300.00 200,500.00 116,857.00 164,208.00 115,970.00 1,081,869.00 620,000.00 2,391,506.00 1,700,888.00 860,495.00 OWNER /ENGINEER UT AT AUSTIN 512- 471 -3042 HAEGLIN CONSTRUCTION 512- 346 -7117 HB AUSTIN PARTNERSHIP 512- 388 -1313 AUSTIN CANYON CORP. 512- 327 -3135 07/89 BRADLEY DEVELOPMENT 05/89 STEVE BARTLETT 05/89 CITY OF AUSTIN TRANS.& PUBLIC SERV. 02/89 HUGHES INTEREST 512- 328 -8211 HUGHES INTEREST 512- 328 -8211 HUGHES INTEREST 512- 328 -8211 WRIGHT /HANKEY JOHN WRIGHT 512 -385 -6651 REALTEX FUNDING 328 -8000 PWB JOINT VENTURE 512 - 327 -6840 CPLT. DATE 08/89 07/89 07/89 01/89 01/89 02/89 03/89 03/89 03/89 03/89 12/88 170,470.00 CITY OF ROUND ROCK 12/88 512- 255 -3612 II HE PAVILION II ELLS POINT DETENTION POND IIIRCLE C B5 IIEARTLAND LAKE CREEK /MACONDA 1 II REAT HILLS PHASE 2 SECT. 2 li ASIS BLUFF LEGEND OAKS SECTION II 1 LEGEND OAKS 3A li AT HOLLOW - O'CONNOR DR. II URTLE ROCK I HOWPLACE LANES I HEPHERD MOUNTAIN AT HOLLOW 1 & 5 CAT HOLLOW 3 I AT HOLLOW 9 CIRCLE C ESCARPMENT 1 Il LAUGHTER LANE CIRCLE C WOLFTRAP 1 GREAT HILLS PHASE 2 SECT. 1 1 11 9/09/89 1 420,341.90 106,371.70 104,530.00 268,368.00 855,326.00 499,842.65 761,000.00 2,300,000.00 403,650.00 642,000.00 153,200.00 378,535.00 1,728,000.00 74,415.00 142,068.00 149,215.00 1,360,857.00 1,372,015.00 226,170.00 296,518.75 FRANKLIN SAVINGS 12/88 C/O BURY & PITTMAN 512- 477 -5369 MERA BANK C/O 12/88 CARLSON ENGINEERING 512- 280 -5160 BRADLEY DEVELOPMENT 11/88 512- 480 -9821 HEALTH CARE RET.CORP. 10/88 MACONDA PARK JV 09/88 C/O HAYNIE KALLMAN 512- 250 -8611 SAN JACINTO S & L 08/88 713 - 661 -7000 TRAVIS CTY CIP 512- 473 -9666 REALTEX FUNDING 512 - 452 -2562 REALTEX FUNDING 512- 452 -2562 PARKLANE DEVELOP. 512- 320 -0001 POHL BROWN AND BROWN 06/88 KINLEY NELSON CO. 06/88 ARLINGTON, TEXAS SHEPHERD MTN. JV PARKLANE DEVELOP. 512- 320 -0001 CIRCLE C DEVELOP. 512 - 327 -9270 GAREY CONSTRUCTION 512- 837 -5916 OLMOS CONSTRUCTION 512- 448 -3838 SAN JACINTO S & L 713 - 661 -7000 08/88 08/88 08/88 06/88 06/88 06/88 05/88 02/88 02/88 10/87 Project: Description: Cost: Date of Completion: Owner: Address: Contact: Project: Description: Cost: Date of Completion: Owner: Address: Design: Project: Description: Cost: Date of Completion: Owner: Address: Design: Project: Address: Description: Cost: Date of Completion: Owner: Address: Design: Project: Address: Description: Cost; Date of Completion: Owner: Address: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Project: Address: Description: Cost: Date of Completion: Owner: Address: RECENTLY COMPLETED PROJECTS IBM Bldg. 007 Finish Out $381,000.00 April 1989 IBM Austin 11400 Burnet Rd., Austin, TX Harvey Hoskins, Facilities Engineer Harris Branch Recreation Center Recreation Facility $576,000.00 March 1989 Provident Development 901 Mopac South, Suite 540, Austin TX Boussard Group Selber Manufacturing Manufacturing Plant $197,229.00 March 1989 Selber & Assoc. 4715 Steiner Ranch Blvd., Austin TX Benchmark Professional Group Waterford Centre Waterford Centre Blvd. Medical Care Complex $3,047,518.00 February 1989 Hughes Interests 1301 Capital of Texas Hwy, Austin, TX Murphee Engineering Circle C Swim Center 10501 Escarpment Blvd., Austin, TX Swim Center Recreational Complex $442,945.00 September 1988 Circle C Development Corporation 1111 West llth Street, Austin, TX Heather McKinney Architects IBM Austin 11400 Burnet Road, Austin, TX Improvements $85,000.00 December 1988 IBM International 11400 Burnet Road, Austin TX Texas Instruments 12501 Research Blvd., Austin, TX Remodel $57,849.40 April 1988 Texas Instruments 12501 Research Blvd., Austin, TX Project: Cost: Date of Completion: Owner: Address: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Cost: Date of Completion: Owner: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Legend Oaks Monuments $66,476.00 April 1988 Peyton Collins 901 Mopac Expressway S. Suite 410, Austin, TX Babendure Design Group Gabriel's Court 2905 San Gabriel, Austin, TX Office and Retail Building $3,100,000.00 December 1987 San Gabriel, Ltd. MBank Tower, Suite 1300, Austin, TX The Austin Group Circle C Dam $769,140.00 December 1987 Bradley Development Medical Parkway Garage 1015 West 37th Street Seven Level Concrete Parking Structure $3,241,269.00 February 1987 Seton Medical Center 1201 West 38th Street, Austin, TX Walker Parking Consultants TI PWB Building Expansion PWB Building Expansion $813,080.00 February, 1987 Texas Instruments, Inc. 12501 Research Blvd. The Colley Associates Microelectronics Computer Technology Corp. (MCC Facilities) 10100 Burnet Road 210,000 SF Corporate Headquarters $19,454,250.00 October 1, 1986 University of Texas System 210 West Sixth Street, Austin, TX Golemon & Rolfe Marathon Professional Building 18,000 SF Doctors Office Building $1,381,000.00 July 31, 1986 Marathon Professional Associates 1005 Congress, Suite 550, Austin, TX Tom Pinchback (512) 477 -1007 Cox /Croslin & Associates Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Project: Description: Cost: Date of Completion: Owner: Address: Telephone: Architect: Project: Address: Description: Cost: Date of Completion: Owner: Address: Architect: Project: Description: Cost: Date of Completion: Owner: Address: *Northwest Hills United Methodist Church 7017 Hart Lane Sanctuary, New Dining Hall, Office Addition $800,000.00 July 1, 1986 Northwest Hills United Methodist Church 7017 Hart Lane, Austin, TX Wilson, Stoeltje, Martin, Inc. InterFirst Bank /Westlake Drive Thru Facility $310,000.00 June, 1986 InterFirst Corporation P.O. Box 908 Mike Thompson (512) 327 -2980 Holt +Fatter, Inc. *Town & Country Bank 13915 Burnet Road Bank & Four Story Building $3,600,000.00 February, 1986 Town & Country Bank 13409 Burnet Road, Austin, TX The Austin Group Sid W. Richardson Physical Education Ctr. Natatorium Renovations $312,159.00 October 15, 1985 Southwestern University P.O. Box 770, Georgetown, TX Kirk Treible (512) 863 -6511 Skidmore, Owings & Merrill *Steck II Negotiated 33,000 SF Office Building $2,100,000.00 April 15, 1985 Steck II - Joint Venture 8217 Shoal Creek Blvd. Gary D. Nauert Cox /Croslin & Associates *B.P.I. Systems 3001 Bee Caves Road, Rollingwood, TX Negotiated, Design, Build, Office & Mfg. $2,800,000.00 April, 1985 S.P.I. Systems 3001 Bee Caves Road, Rollingwood, TX The Austin Group InterFirst Bank /Westlake Main Bank Building $243,458.00 January, 1985 InterFirst Corporation 1400 Capital of Texas Highway, Austin, TX 1 1 1 LEGEND OAKS SECTION 4 REALTEX FUNDING I ESCARPMENT 901 MOPAC #410 AUSTIN, TEXAS PEYTON COLLINS LAKEWOOD PARK SUBDIVISION I CIRCLE C WEST INTERCEPTOR 1 1 BEAR CREEK POND IRRIGATION SYSTEM i MOORES CROSSING 36" TRANS. MAIN 1 ' BRUSHY CREEK WASTEWATER SYSTEM 1 ti 1 WATERFORD CENTRE 1 1 1 1 1 PAVILION STEINER BLVD. 16" 'WATER TRANS. MAIN RECENTLY COMPLETED PROJECTS J.C. EVANS UNDERGROUND UTILITIES CO., INC. CITY OF AUSTIN (512)322 -6410 CIRCLE C DEVELOPMENT STEVE BARTLETT 1111 W. 11TH AUSTIN, TEXAS 78703 (512)480 -9821 CIRCLE C DEVELOPMENT STEVE BARTLETT 1111 W. 11TH AUSTIN, TEXAS 78703 (512)480-9821 MOORE'S CROSSING JOINT VENTURE P.O. BOX 9647 AUSTIN, TEXAS 78766 HAYNIE KAHLMAN & GRAY ENGINEERS (512)250 -8611 LOMAS LAND, INC. 2001 BRYAN TOWER 35TH FLOOR DALLAS, TEXAS 75201 LICHLIRWE /JAMESON & ASSOC. ENGINEERS HUGHES INTEREST Will Shepherd FRANKLIN SAVINGS ASSOCIATION HUGHES INTERESTS Will Shepherd (512)452 -2562 (512)474 -5500 $701,177.00 $207,135.00 $632,855.00 $96,720.00 $416,210.00 $566,599.00 (512)328 -8211 $396,594.00 $243,326.00 (512)328 -8211 $327,859.00 1 1 SHEPHERD MOUNTAIN SHEPHERD MOUNTAIN JV 512 - 250 -8611 $702,000.00 C/O HAYNIE, KALLMAN & GRAY "SLAUGHTER LANE UTIL. BRADLEY DEVELOPMENT 512 -480 -9821 $2,193,452.00 STEVE BARTLETT ' SAN MARCOS MEDPARK SAN MARCOS JV. 512- 477 -5369 $134,710.00 C/O BURY & PITTMAN ' ENCLAVE METRIC JOINT VENTURE 512 - 452.5528 $146,000.00 Will Shepherd ' CIRCLE C PH B SEC 2 BRADLEY DEVELOPMENT 512- 480 -9821 $1,492,782.65 Steve Bartlett BRAKER LANE NORTH TRAVIS 512- 499 -3601 $734,904.00 1 COUNTY MUD #1 STEINER BLVD. HUGHES INTERESTS 512- 328 -8211 $330,814.80 I Will Shepherd STEINER PHS 1 SEC 1 HUGHES INTERESTS 512 - 328 -8211 $603,050.00 Will Shepherd 1 SHOWPLACE LANES KINLEY NELSON CO. $89,097.00 Arlington, TX CIRCLE C PHASE B CIRCLE C DEVELOPMENT 512- 480 -9821 $55,587.20 SECTION 4 "CIRCLE C SWIM CENTER CIRCLE C DEVELOPMENT 512 - 480 -9821 $39,135.50 1 5 1 1 1 1 1 1 1 GRADER CAT 12F GRADER CAT 12G MUELLER CAT 140G POCLAIN 220 BACKHOE BACKHOE JOHN DEERE 710 CAT 235 BACKHOE HITACHI BACKHOE FORD 555A BACKHOE CAT 416 CAT 215 CASE 125 EXCAVATOR CAT 416 CAT 225 EXCAVATOR INGRAM PNEUMATIC ROLLER INGERSOLL RAND VIBRATORY SAKAI PNEUMATIC ROLLER TAMPO VIBRATORY FOLLER EUCLID R -25 END DUMP J. C. CONSTRUCTION COMPANY EQUIPMENT LIST IR PAD FOOT ROLLER ROSCO VIBRATORY ROLLER TAMPO DOUBLEDRUM ROLLER CASE MODEL 752 ROLLER MUELLER INGER. RND RLR. CAT CP323 ROLLER CASE 1102 PADFOOT RLR. RAYGO 220A PADFOOT RLR. CAT 621 SCRAPER CAT 613 SCRAPER GARDNER DENVR. COMP /DRL GARDNER DENVR. AIR COMP KAMATSU D35A DOZER CAT D6D DOZER CAT D7G DOZER CAT D8L DOZER VERMEER T -600D CASE 480 E LL LOADER CAT 936 WHEEL LOADER MICHIGAN L90 LOADER MICHIGAN L -70 LOADER CAT 963 TRACK LOADER GRADER CAT 12F GRADER CAT 12G MUELLER CAT 140G POCLAIN 220 BACKHOE BACKHOE JOHN DEERE 710 CAT 235 BACKHOE HITACHI BACKHOE FORD 555A BACKHOE CAT 416 CAT 215 CASE 125 EXCAVATOR CAT 416 CAT 225 EXCAVATOR INGRAM PNEUMATIC ROLLER INGERSOLL RAND VIBRATORY SAKAI PNEUMATIC ROLLER TAMPO VIBRATORY FOLLER EUCLID R -25 END DUMP J. C. CONSTRUCTION COMPANY EQUIPMENT LIST IR PAD FOOT ROLLER ROSCO VIBRATORY ROLLER TAMPO DOUBLEDRUM ROLLER CASE MODEL 752 ROLLER MUELLER INGER. RND RLR. CAT CP323 ROLLER CASE 1102 PADFOOT RLR. RAYGO 220A PADFOOT RLR. CAT 621 SCRAPER CAT 613 SCRAPER GARDNER DENVR. COMP /DRL GARDNER DENVR. AIR COMP KAMATSU D35A DOZER CAT D6D DOZER CAT D7G DOZER CAT D8L DOZER VERMEER T -600D CASE 480 E LL LOADER CAT 936 WHEEL LOADER MICHIGAN L90 LOADER MICHIGAN L -70 LOADER CAT 963 TRACK LOADER Circle C B3 Electric J. C. EVANS UNDERGROUND UTILITIES COMPLETED PROJECTS ELECTRIC, GAS, TELEPHONE Bradley Development $ 237,000.00 Steve Bartlett 512 - 480 -9821 Circle C Golf Course Electric Bradley Development 4,605.00 Steve Bartlett 512 - 480 -9821 Southwestern Bell Grove Southwestern Bell 17,755.00 Steve Short 512- 870 -5068 Southwestern Bell Circle C Southwestern Bell 7,740.00 Walter Spangler 512- 870 -3245 Southwestern Bell Fireside Southwestern Bell 16,350.00 Walter Spangler 512 - 870 -3245 Southwestern Bell Steiner Southwestern Bell 33,494.00 Walter Spangle 512- 870 -3245 Grove Blvd. Electric City of Austin 35,139.00 Mike Wier 512- 451 -8785 Steiner Blvd. Electric Hughes Interests 46,278.00 Will Shepherd 512 -328 -8211 Steiner Sec 1 Electric Hughes Interests 16,245.00 Will Shepherd 512- 328 -8211 Waterford Electric Hughes Interests 35,839.00 Will Shepherd 512- 328 -8211 Southwestern Bell Fiber Southwestern Bell 79,330.00 Optic Cable /Smith School Walter Spangler 512 -870 -3245 Circle C B5 Electric Bradley Development 16,135.00 Steve Bartlett 512- 480 -9821 9/09/89 JAY C. EVANS Chairman of the Board, Chief Operating Officer Jay Evans joined the company in 1970 after graduating from Texas Tech University with a degree in engineering and administrative management. His initial duties included being in charge of excavation and heavy equipment. In recent years, he has been in control of the Commercial Building Division. To maintain his involvement in the Austin community, Jay has taken leadership roles in the Austin /Travis County Livestock Show and with committees of the Austin Chamber of Commerce. He is also a member of the Associated General Contractors. JIMMY D. EVANS President and Chief Executive Officer Jimmy Evans became an executive with the company in 1977 after his graduation from Texas Tech University, where he majored in business administration and agriculture. He has served as a superintendent with the company and has been in charge of the Heavy Equipment and Utilities Division. Like other members of the Evans family, he donates a significant amount of time to civic affairs, especially the Austin /Travis County Livestock Show and the Associated General Contractors. He also serves on the Board of Directors of the Austin Area Contractors and Engineers Association. BLAKE KUHLMAN Vice President and Chief Financial Officer After graduating from the The University of Texas with a degree in accounting, Blake spent four years in professional practice with Main Hurdman, an accounting firm in Houston. Later, he moved to Austin, where he served as audit manager with the CPA firm of Lanier, Locke and Ritter. Mr. Kuhlman's involvement with the construction industry started when he was Chief Financial Officer for one of Central Texas' largest and most successful home building companies...his position prior to joining J. C. Evans Construction. 17. Are you licensed as a Golf Course Contractor, and Excavator, or any other title? `/ !i If yes, in what city, County and state? 4 / What company? What class, licenS'e and numbers? Note: The CONTRACTOR must be /become licensed or have the ability to obtain a building permit within Boulder County and in the City for which this work is to be performed. 18. Do you anticipate subcontracting work under this contract? If yes, what percentage of total contract? j. � and to whom? (complete attached sheet C -7) 19. Are any lawsuits pending against you or your firm at this time? If yes, DETAIL 20. What are the limits of your public liability? DETAIL 21. What are your company's bonding limitations? 22. List the three 18 -hole regulation golf courses you have completed in the last 8 years. Name of Course: Name of Course: Name of Course: 23. Indicate which of the above ut "lized computerized control system. Name of Course: Type of computerized contra syste 24. Indicate the name of the irrigation contractor (subcontractor) you intend to use on this project and the name of the golf course whe a they computerized control system. Name of Contractor: (Sub - Contractor) Name of Course: • Type of Control System: C -5 ce> Yea Year Year installed a .F t4ta,L 22. The undersigned hereby authorizes and requests any person, firm or cor- poration to furnish any information requested by the Owner in verification of the recital comprising this Statement of Bidder's Qualifications. � Dated at / a/� this /y day of27/7i; I?4.) 19 24 "' "' add State of County of that he is �J ) �QIe!<I of 7 Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this LINDA M. BEAVER MV COMMISSION EXPIRES June 26, 1993 PBD -7 My commission expires //. being duly sworn deposes and says 19, No ry Public 1 AC01:1 . CERTIFICATE OF INSURANCE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURED CO OTHER Bill Pitts Insurance Agency PO Box 2291 Austin, Texas 78768 CODE SUB -CODE J.C. Evans Construction Co., Inc. PO Box 9647 Austin, Texas 78766 OVERAGES • • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. GENERAL LIABILITY }{ COMMERCIAL GENERAL LIABILITY CLAIMS MADE k' OCCUR. OWNER'S 8 CONTRACTOR'S PROT. AUTOMOBILE LIABILITY B ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS _x_ HIRED AUTOS NON -OWNED AUTOS - GARAGE LIABILITY EXCESS LIABILITY TYPE OF INSURANCE G12660033 10/1/88 10/1/89 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' IJABILITY ESCRIPTION OF OPERATIONS/ LOCATIONS/VENICLFS/RESTRICTIONS /SPECIAL ITEMS LIMITS OF LIABILITY ARE STATED AS OF INCPLI'ION DATE OF POLICY. PAID LOSSES MAY HAVE REDUCED AVAILABLE AGGREGATE LIMITS. ERTIFICATE HOLDER City of Round Rock 214 E. Main Round Rock, Texas 78664 nnan 75 - c (?MP D20274062 C31885176 COMPANY A LETTER American Lloyds COMPANY B LETTER Pacific Employers Ins. CO. _ COMPANY LETTER C Cigna Ins. Co. of Texas COMPANY D LETTER COMPANY E LETTER AUTHORIZED REPRESENTATIVE 10/1/88 10/1/89 C1L971669 10/1/88 10/1/89 COMPANIES AFFORDING COVERAGE POLICY NUMBER POLICY EFFECTIVE - POLICY EXPIRATION ALL LIMITS IN THOUSANDS DATE (MM /DD/YY) DATE (MM /DD /YY) Bill Pitts Insurance Agency ' GENERAL AGGREGATE S 1,000, PRODUCTS- COMP /OPS AGGREGATE 1,000, PERSONAL & ADVERTISING INJURY S 1,000,_ EACH OCCURRENCE . 1,000, FIRE DAMAGE IAny one Irre) 5 50 MEDICAL EXPENSE Any one person) 5 5 COMBINED SINGLE 5 LIMB 1„000, BODILY INJURY 5 (Per person) BODILY INJURY 5 (Per accident) ISSUE DATE (MM/DO/YY) 9/13/89 PROPERTY S DAMAGE EACH AGGREGATE OCCURRENCE 5 5,000, 5 10,000, STATUTORY • 500.E (EACH ACCIDENT) 10/1/88 10/1/89 On (DISEASE—POLICY LIMIT) • 500 (DISEASE —EACH EMPLOYEE CANCELLATION _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL _1tL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. (nA r•nory onaArrnnt ■pod 1 1. 1 1 1 1 1 1 1 1 1 1 1 1 1 State of Count of deposes and says tha : (1 He is Signed Title Subscribed and sworn to before me this 19 Sy. My commission expires: LINDA M. BEAVER MY COMMISSION EXPIRES June 26, 1993 NONCOLLUSION AFFIDAVIT OF PRIME BIDDER ss. ) NotarI Public t o /AO. 3 PB D , being first duly sworn, !t tie, has submitted the attached Bid; (2) He is fully informed respecting the preparation and content of the attached Bid and of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been sub- mitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or com- munication or conference in the attached Bid or any other Bidder, or to fix any overhead, profit or cost element of the 81d price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Owner or any other person interested in the proposed contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. , the Bidder that 1 1 1 1 State of Count of deposes and says tha / jg: (1) He is �{ nas submitted the attached Bid; (2) He is fully informed respecting the preparation and content of the attached Bid and of ail pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, Including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been sub- mitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or com- munication or conference in the attached Bid or any other Bidder. or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Owner or any other person interested in the proposed contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties In interest, including this affiant. Signed Title Subscribed and sworn to before me this 19 Sy. My commission expires: LINDA M. BEAVER - MY CAAMI•L5510t1 EXPIRES June 26, 1993 NONCOLLUSION AFFIDAVIT OF PRIME BIDDER ) ss. , being first duly sworn, 6 �IA ) , the Bidder that Notarlj Public PBD -8 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE , as PRINCIPAL and , as SURETY, are held and firmly bound unto the , hereinafter refer- red to as the "OWNER ", in the penal sum of five percent (5%) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of THE CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction of the work under the "SPECIFICATIONS FOR CONSTRUCTION OF 18 -Hole Round Rock Municipal Gol f Course for which bids are to be opened at the office of the OWNER 2:00 PM, Local time, on Sept. 14 1989 NOW, THEREFORE, if the PRINCIPAL is awarded the Contract, and within the time and manner required under the heading "In- structions to Bidders ", after the prescribed forms are pre- sented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the two bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obliga- tion shall be null and void, otherwise, it shall be and re- main in full force and effect. BB -1 In the event suit is brought upon this bond by the OWNER and judgment is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, we•have hereunto set our hands and seals this day of , 1989. Principal Surety By: By: (Seal) (Seal) BB -2 1 1 1 1 1 1 Strfp, stockpile, respread, finish grade to seedbed condition 1 Excavation and placing; rough 1 aradin9 �il �+ reens, traps and QQQ rl+�ia ee construction 1 1 1 1 / / � Sodding. seeding, (� sprigging 1 ? fr 1 1 1 1 NAME SUBCONTRACTOR /SUPPLIER COMPANY OFFICIAL (WORK DESCRIPTION) BY %L) Clearing h Grubbing Name o _ Contractor / 4 ( ( Printed flame and T t CONTRACTOR'S LIST OF SUBCONTRACTORS /SUPPLIERS INTENDED FOR PROJECT: Round Rock Municipal Golf Course LSS -1 Water control/ culverts Design & implemen- tation of trench safety Asphalt cart paths Blasting Irrigation system & pump stations Spillways Golf cart /equipment underpass crossings Da te 4/ <S/.2)& /-1// d5� (1h/1 le of Authorized Signature Revised 9/11/69 UNIT PRICE 'BID SCHEDULE TO THE CITY OF ROUND ROCK, TEXAS (HEREINAFTER CALLED "OWNER "): 1. The undersigned (hereinafter called "Bidder ") to compliance with the Notice to Contractor for the construction of the ROUND ROCK MUNICIPAL GOLF COURSE. having carefully examined the Contract Documents and the site of the proposed Work, and being familiar with all of the conditions surrounding the construction of the proposed Project including the availability of materials and labor. hereby proposes to' furnish all labor. materials, and supplies, and to construct the Project in accordance with the Contract Documents, within the time set forth within, and at the unit prices stated below. This price is to cover all expenses incurred In performing the Work required under the Contract Documents of which this Bid Schedule is a part. 2. All amounts shown on Bid Proposal page BS -6 shall be shown in both words and figures, In case of discrepancies. the amount shown in words will govern. 3. The Bidder agrees that the breakdown of the unit prlceS shown below can be used to compute dollar values for all changes (by change order only) of not more than TWENTY -FIVE PERCENT (25%), plus or minus, of the total contract .rice. Should this occur, no allowances will be made for profit and /or overhead for the work deleted. 3. Breakdown of Unit Price Bid: ITEM NO. L DESCRIPTION ELEMENT A - SITE PREPARATION 1. Clearing & grubbing large trees 2. Clearing & grubbing of smaller trees and shrubs 3. Removal of wire fence SUBTOTAL SITE PREPARATION,_. w.. ELEMENT B - EARTHWORK 1. Strip. stockpile & respread 6" depth topsoil; finish grade to seedbed condition 2. Prepare irrigated undisturbed areas to seedbed condition 3. Excavation & placing to subgrade 4. Place one (1) foot layer of select on -site clay material, adjust to hoar optimum moisture content & compact to 95% standard proctor 5. Haul & place topsoil from offsite source (approx. 7 mile haul) ESTIMATED QUANTITY & UNIT UNIT COST AMOUNT BS -1 33 AC 43 AC 5,230 LF 76.5 AC 29.5 AC 113,225 CY 6,425 CY 5,000 CY s POD, oo s s / a 9'©0 $ , Z 50 $ AG /5" e " a .. L... s4%9/,� $? 6 /5' 7 s 5 $ N'750 $ a 29 s,? 9 $ / � s /0'aZ ?6 °O s pad $ /SAS - g o Revised 9/11/89 IT61 Nn. a fFSCRTPTTfN b. Putting Green Construction (19 greens - total 120,100 SF) a. Furnish & place 4" drain tile, gravel, & all fittings includ- ing CMP 6ndi when Lruuyht to daylight for subdrainage b. Furnish & place "Imperial HVC" (hinged valve cap), & 12" length of 4" PVC, around greens & traps (See detail 2, Construction ❑r i.afl 3ho.L col) c. Furnish & place gravel subbase for putting greens to a minimum depth of four (4) inches (incl- udes 10% shrinkage) d. Furnish & place gravel in trench with perforated drain tile (greens & traps; includes 10% shrinkage) e. Furnish, mix, & place sand & organic matter for greermix to a minimum twelve (12) inch com- pacted measure (includes 25% shrinkage) 7. Furnish & place eight (8) inch • layer of washed sand in all traps (includes 25% for shrinkage and concave shape) SUBTOTAL EARTHWORK ELEMENT C - WATER CONTROL /CULVERTS 1, Furnish & place 18" RCP across #7 fairway (2 locations) 2. Furnish & place 18" RCP across #18 fairway 3. Furnish & place 18" RCP at 4 locations (24' length of pipe at each location) 4. Furnish & place concrete head- walls for 18" RCP (approx. 1.0 CY concrete & 129 lbs. of reinforcing steel) ESTIMATED f)UANTTTY £ UNIT uzi i AMY AMOUNT 13,172 LF $ , $ a3r&5 36 0 108 CA $ x/30 $ A/93 9� 1,615 CY $ /2 L%4 ?5 129 CY $ $ 5,560 CY s 4C t3 $ / ads Z° 2,329 CY 355 LF 175 LF 96 LF $ /7 '/S $ 4/04 i/b 6 $ 73873,14/ l $ /x,30 $ 4//,50 $ 17 30 $3oa,23 $ /7/ 3L $ /lake, JD 12 CY $&7O SIZIA661 8S-2 Revised 9/11/89 ESTIMATED ITEM NO. & DESCRIPTION QUANTITY & UNIT 5. Furnish & place Type VL riprap over filter fabric at 9" thick 24 TON SUBTOTAL WATER CONTROL /CULVERTS UNIT COST AMOUNT ---- ---- -- $ H753, g ELEMENT D - SODDING SEEDING, SPRIGGING 1. Furnish & place Tiffway 419 bermuda on all irrigated fairways and tees 2. Furnish & place Tiffgreen 328 bermuda on all greens 3. Furnish & place Tiffway 419 bermuda sod around greens, traps & selected steep clapo arced (quantity bsatd un 18" width sod) 4. Furnish & apply fertilizer on all greens, tees & fairways SUBTOTAL SODDING, SEEDING, ELEMENT E - CART PATHS 1, Furnish & place 6' wide asphalt paths (2" asphalt over 4" base material - paths to be flush with surrounding finish grade) SUBTOTAL CART PATHS ELEMENT F - TRENCH SAFETY 1. Design & implementation of trench safety SUBTOTAL TRENCH SAFETY ELEMENT G - BLASTING 1. Rock excavation by blasting, removal and on -site placement 24,000 TON SUBTOTAL BLASTING 95 AC 120,100 SF 25,000 SF 9845 AC $ D. /9 $ 4 s $ 45 DO SPRIGGING $ 15,820 LF $ ` ' t $ 793 - $ 75936 $ 89.5 $ $ )795= LUMP SUM TOTAL OF ELEMENTS A THROUGH G $ $ 7/54,e. �D s D, D9 $ /0 00 $ /, 05 s 1542 V �xsaaa °� s 99 /D40 g BS -3 Revised 9/11/89 BID SCHEDIILE IRRIGATION WORK BASE LUMP SUM PROJECT: ROUND ROCK MUNICIPAL G.C. Round Rock, Texas Total base lump sum using RAINBIRD as specified $ (Using figures) ,474 die (Base Bid to yynnFluste 80,,-. Q.C.V. in pl c includi box) (Using Script)JyG 44 114 LLC, J dollars. / dG "7LCJd Total base lump sum using TORO as described below $ (Using figures) (Base Bid to include 80 - 1" Q.C.V. in ly ate( i ncluding box) (Using Script) dollars. The total lump sum shall be for all of the work described by the documents. It is understood that the Owner shall add or deduct monies from this base price for any heads added or deducted from the quantity as shown on the plans, to those actually installed. MEASURED SUM UNIT PRICE The following unit prices shall be used for these additions or deductions. These unit prices include, but not limited to; sprinkler head, lateral piping, fittings, swing joint, wiring and labor required to install one sprinkler unit in working order. It is understood these unit prices do not include additional main line piping or field controllers. . RAINBIRD #51 DR in place $ 19.5 each C OQ RAINBIRD #51 DR in place $ /7 2 each RAINBIRD #47 DR in place $ c' QS v — each If the Contractor would like to submit Toro equipment in place of Rainbird the following would be considered equal. TORO RAINBIRD 674 -06 for 51 DR 1 -1/2" RISER 634-06 for 51 DR 1" RISER 655-06 for 47 DR 1" RISER NETWORK 8000 for MAXI 4 : items required other than standard, on Toro will be same as specified for Maxi requirement. 132 -76-08 for SBM 12 stations pedestal - both brands to have stainless steel cases. A tntll of (20) twenty 132 -76 -08 field satellites are required iur the Toro bid. For costing of this bid use same power and pulse wire requirements. BS/I-4 Page 2 Bid Schedule Round Rock If Toro is selected: The following unit prices shall be used for these additions or deductions. These unit prices include, but not limited to; sprinkler head, lateral piping, fittings, swing joint, wiring and labor required to install one sprinkler unit in working order. It is understood these unit prices do not include additional main line piping or field controllers. TORO 674 -06 in place $ / v/ � each TORO 634 -06 in place $ /t each TORO 655 -06 in place $ each each The following. unit will be for a 1" Q.C.V. in place. This unit will include valve, fittings, and box per detail sheet. A total of 80 will be required and included in the Base Bid but not shown on plans. Quick Coupling Valve /Box The following unit will be for a 2" angle control valve in place. This unit will include valve fittings with saddle, and box per detail sheet. 2" Angle Control Valve in place $ BS /I -5 UNIT PRICE pa in place $ .d each BID SCHEDULE SUMMARY - This page is to be filled out by the General Contractors: All amounts shall be shown in both words and figures. the amount shown in words will govern. A. ELEMENT A - SITE PREPARATION (Using Script) B. FIFMFNT R . EA TH •R., _ (Using Script)? C. ELEMENT C - WATE CONTROL /CULVERTS (Using Script D. ELEMENT D - SODDING, (Using Script BASE BID - TOTAL (Using Script SEEDING, SP E. ELEMENT E - RT PAT S A (Using Script) F. ELEMENT F - T` J RE CH ET Y (Using Script) G. ELEMENT G - BLASTING (Using Script H. IRRIGATION - (Using Script I. IRRIGATION - TO O ubmit bid (Using Script) tiJ /L) J. CONCRETE SPILLWAYS (3) K. LOW -WATER CROSSINGS (11) L. ROAD CROSSINGS (UNDERPASS) (2) SAF $ IA446 °—° '75B73 , D/ /5 8° 31aag GGI G In case of discrepancies, $ 7. 13 �93� $ 95 $ ag (Submm t bid on $ 6 7x,00 a- ane or the other) on one or th other) ALLOWANCE $ 27,000 ALLOWANCE $ 152,500 ALLOWANCE $ 55,000 OF ALL ITEMS $ rici4_/} p d L C. / Revised 9/17/89 Contract 11 (Revised) (1 -P.) UNITED STATES FIDEL KNOW ALL MEN BY THESE PRESENTS: as Obligee, in the full and just sum of 5% of bid (A St Signed, sealed and delivered...s7UGe...J 5.,.....19.89 (Date) of any) BID BOND ARANTY COMPANY BOND NUMBER THAT J.C. Evans C4.t1S. r1. lC.:k.S)t1 ...C9....,....�XI,C. Austin, Texas GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto City of Round Rock Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS. the said Principal is herewith submitting its proposal 1$- -Hole Round Rock Municipal Golf Course THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. J.C. Evans Construction Co. r Inc. (SEAL) as Principal , and UNITED STATES FIDELITY AND / Rose Marie Boriskie (SEAL) UNITED STATES FIDELITY AND GUARANTY COMPANY Attorney -in -fact ' CERTIFIED COPY GENERAL POWER OF ATTORNEY 1 No 89992 Know all Men by these Presents: ' That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Rose Marie Boriskie ' of the City of Austin ,State of Texas its true and lawful attorney in and for the State of Texas ' for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY ' COMPANY, a certified copy of which is hereto annexed and made a pan of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Rose Marie Boriskie may lawfully do in the premises by virtue of these green. ' In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seav duly attested by the signatures of ita Vice. President and Assistant Secretary, thia 11th day of October , A. D. 19 79 I UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) 8,.. . James D. Rector Vito President I (SEAL) (Signed) W. B. M. Hingeley Assistant Secretary. ' STATE OF MARYLAND, ) BALTIMORE CITY. 17 ss. On this 11th day of October , A. D. 19 79 before me personally came I James D. Rector , Vice - President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W. B. M. Hingeley , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said James D. Rector and W. B. M. Hingeley were respectively the Vice. President and the Assistant Secretary of the said UNITED ' STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice - President and Assistant Secretary, respectively, of the Company. ' My commission expires the first day in July, A. D. 19. $ 2... (SEAL) (Signed) Margaret M. Hurst Notary Public. ' STATE OF MARYLAND ) J } BALTIMORE CITY, Sct. L William Allen , Clerk of the Superior Court of Baltimore City, which Court is a I Court of Record, and has a seal do hereby certify that Marg M. Hurst , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland. in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgment,, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said I Notary, and verily believe the signature to he his genuine signature. In Testimony Whereof, I hereto set my hand and affix the real of the Superior Court of Baltimore City, the same being a Court of Record, thia llth day of October , A. D. 19 79 (SEAL) (Signed) William Allen Clerk of the Superior Court of Baltimore City. FS 3 (641) .,. COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con• tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsover, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. 7, James M. Carroll an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Rose Marie Boriskie of Austin, Texas authorizing and empowering her to sign bonds as therein net forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a r solution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the llth day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting, In Tectin.oay Irhereof, I have hereunto net my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY an % I (Date) ALTERNATES Bidders are required to submit a bid for all Alternate Items below along with the Base Bid Items. 1. Alternate Add - Furnish & place 6' wide asphalt paths (2" asphalt over 4" base material) (paths to be flush with sur- $ �� $ 5��(0 . rounding finish grade) 11,340 LF 2. Alternate Add or Deduct - Concrete Paths Furnish & place 6' wide, 4" thick, 3,000 PSI, Cl. 'A' concrete for cart paths, in- cluding reinforcing steel (15,820 LF) //n D O Total amount to be added or (deducted) for Alternate 2 ,44 $ �O�C 937 3. Alternate Add - Phase 2 Concrete Paths Furnish & place 6' wide, 4" thick 3,000 PSI, Cl. 'A' concrete for Phase 2 cart paths, including reinforcing steel $ 3,j $//73 (in conjunction with Alternate 2 only) 11,340 LF JD BS -7 Construction of the 18 -hole PROJECT: Round Rock Municipal Golf Course Dear Mr. The Owner has considered the Bid submitted by you for the above described in response to its Adverti for Bids. You are hereby notified that your Bid has been accepted for items in the amount of You are required by the Instructions to Bidders to execute the Agreement and furnish the required Contractor's Performance Bond, Payment Bond and Certificate of Insurance within ten (10) ralendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and Certificate of Insurance within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your Bid as abandoned and as a forteiture of your Bid Bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged Dopy of this Notice of Award to the Owner. Dated this NOTICE OF AWARD day of , 1989. ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the day of 1989. NA - 1 The City of Round Rock By: Pnhli Works Department CONTRACTOR By: Title: THE STATE OF TEXAS f COUNTY OF KNOW ALL MEN BY THESE PRESENTS, THAT of the City of County of , and State of as principal, and PERFORMANCE BOND authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of 1989, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PB -1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 1989. Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: PB -2 THE STATE OF TEXAS PAYMENT BOND COUNTY OF KNOW ALL MEN BY THESE PRESENTS, THAT , of the City of County of , and State of as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of 1989 , to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PB - Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 1989. Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: PB -4 THE STATE OF TEXAS COUNTY OF MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE organized under the laws of the State of SURETY, are held and firmly bound unto as PRINCIPAL and a Corporation , as , as OBLIGEE, in the penal sum of Dollars ($ ), to which payment will and truly to be made we selves, our and each of our heirs, successors and assigns jointly and presents. WHEREAS, the said PRINCIPAL has constructed WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a bond conditioned to guarantee for the period of one year after approval by against all defects in workmanship and materials which may become apparent during said period; MB -1 executors, do bind our- administrators, severally, firmly by these NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the PRINCIPAL shall indemnify the OBLIGEE for all loss that the, OBLIGEE may sustain by reason of any defective materials or workmanship which become apparent during the period of one year from and after date of acceptance by the OWNER, then this obligation shall be void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed and sealed this instrument this day of 19 Principal Surety By: By: Title Title Address Address The name and address of the Resident Agent of Surety is: MB -2 DATE: TO: PR OJECT: Dear NOTICE TO PROCEED Construction of the 18 -hole Round Rock Municipal Golf Course You are hereby notified to commence work in accordance with the Agreement dated , on or before and you are to complete the work within consecutive calendar days thereafter. The date of completion of all work is therefore The City of Round Rock By: ACCEPTANCE OF NOTICE Pi�hlir Works Department Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of , 1989. NTP -1 By Title CONTRACTOR CONTRACT CHANGE ORDER State Order Number County bate Contract For: Owner: To: Contractor You are hereby requested to comply with the following changes from the contract plans and specifications: Description of Changes DECREASE INCREASE Supplemental Plans d Specs Attached Contract Price Contract Price TOTALS $ NET CHANGE IN CONTRACT PRICE $ JUSTIFICATION: f S f $ The amount of the Contract will be (decreased) (increased) by the sum of $ dollars, (S ). The Contract Total including this and previous change orders will be: dollars, ($ ). The Contract Period provided for completion will be (Increased) (decreased) (unchanged) days. CO -1 Contract Change Order # Continued, page 2 Tnis document will become a supplement to the contract and all provisions will apply hereto: Requested: Recommended: Accepted: By Title Date OWNER S ARCHITECT/ENGINEER By Title Date By Title Date OWNER CONTRACTOR CO -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INDEX - GENERAL CONDITIONS OF THE CONTRACT SECTION PAGE .01 DEFINITIONS GC1 .02 JURISDICTION GC1 .03 ESSENCE OF CONTRACT GC1 .04 NOTICE TO CONTRACTOR GC2 .05 ACCEPTANCE OR REJECTION OF PROPOSALS GC2 .06 WITHDRAWAL OF BIDS GC2 .07 QUALIFICATIONS OF BIDDERS GC2 .08 ADDENDA - CHANGES IN THE WORK GC2 .09 INTERPRETATIONS AND INSTRUCTION GC3 .10 EXECUTION OF CONTRACT GC3 .11 SEPARATE CONTRACTS GC3 .12 GUARANTY BONDS GC3 .13 CONTRACTOR'S WORK SCHEDULE GC4 .14 CONTRACTOR'S OBLIGATIONS GC4 .15 ASSIGNMENTS GC4 .16 SUBCONTRACTS GC4 .17 RELATIONS OF CONTRACTOR AND SUB - CONTRACTOR GC5 .18 GOLF COURSE ARCHITECT'S STATUS GC6 .19 GOLF COURSE ARCHITECT'S DECISIONS GC7 .20 ARBITRATION GC7 .21 DAMAGES GC8 .22 CASH ALLOWANCES GC8 .23 MUTUAL RESPONSIBILITY OF CONTRACTORS GC8 .24 CONTRACTOR'S LIABILITY INSURANCE GCB .25 CONTINGENT LIABILITY INSURANCE GC8 .26 CONTRACTOR'S INSURANCE GC9 .27 DETAIL DRAWINGS AND INSTRUCTIONS GC10 .28 CONTRACT DRAWINGS AND SPECIFICATIONS GC10 .29 SHOP DRAWINGS GOO .30 DRAWINGS AND SPECIFICATIONS ON THE WORK GC11 .31 OWNERSHIP OF DRAWINGS GC11 .32 SAMPLES GC11 .33 MATERIALS, APPLIANCES, EMPLOYEES GC11 .34 ROYALTIES AND PATENTS GC12 .35 SURVEYS, PERMITS, LAWS, TAXES, AND REGULATIONS GC12 .36 PROTECTION OF WORK AND PROPERTY GC12 .37 ACCESS TO WORK GC13 .38 SUPERINTENDENCE: SUPERVISION GC13 .39 CHANGES IN THE WORK GC13 .40 CLAIMS FOR EXTRA COST GC14 .41 DELAYS AND EXTENSION OF TIME GC14 .42 CORRECTION OF WORK BEFORE FINAL PAYMENT GC14 .43 CORRECTION OF WORK AFTER FINAL PAYMENT GC15 .44 DEDUCTIONS FOR UNCORRECTED WORK GC15 .45 THE OWNER'S RIGHT TO DO WORK GC15 .46 OWNER'S RIGHT TO TERMINATE CONTRACT GC15 .47 THE CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT GC16 .48 APPLICATIONS FOR PAYMENT GC16 .49 CERTIFICATES FOR PAYMENT GC16 .50 PAYMENTS WITHHELD GC17 GC -1 INDEX - GENERAL CONDITIONS OF THE CONTRACT (Continued) SECTION PAGE .51 LIENS GC17 .52 USE OF THE SITE GC18 .53 CUTTING, PATCHING GC18 .54 CLEANING UP GC18 .55 DETERMINATION AND EXTENSION OF CONTRACT TIME GC18 .56 DETERMINATION OF CONTRACT TIME GC18 .57 EXTENSION OF CONTRACT TIME GC20 .58 FAILURE TO COMPLETE THE WORK ON TIME /LIQUIDATED DAMAGES GC21 .59 TESTING GC22 .60 INSPECTION OF WORK GC22 .61 NOTICE OF READINESS GC23 .62 CERTIFICATES GC23 .63 GUARANTEES GC23 .64 OPERATING INSTRUCTIONS GC24 GC -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL CONDITIONS OF THE CONTRACT .01 DEFINITIONS a. The Contract Documents consist of the Notice to Contractors, Instructions to Bidders, The Proposal and Bidding Sheets, Performance /Payment /Maintenance Bonds, Notice of Award, Notice to Proceed, Change Order, General Conditions, Special Condi- tions, Addenda, Specifications and Plans, including all modifications thereof in- corporated in the documents before their execution. These form the Contract. b. The "OWNER ", the "CONTRACTOR ", and the "GOLF COURSE ARCHITECT" (GCA), are those mentioned as such in the Instructions to Bidders. They are treated through- out the Contract Documents as if each were of the singular number and masculine gender. c. The term "SUB- CONTRACTOR ", as employed herein, includes only those having a direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. d. The term "SUPERINTENDENT" shall mean the authorized representative of the OWNER on the job, for the purpose of inspection of materials and supervision /in- spection of workmanship and equipment constructed or installed. "OWNER'S REPRESEN- TATIVE" shall be an interchangeable term with "SUPERINTENDENT "'and shall be inter- preted as the same. e. The term "work" of the CONTRACTOR or SUB - CONTRACTOR includes labor, mater- ials or both. f. A "WORKING DAY" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the CONTRACTOR will permit construction operations to proceed for at least six (6) hours of the day with the normal working force engaged in per- forming the controlling item or items of work which would be in progress at that time. 9 "CALEND7R DAY" is any day of the week nr month, no days being excepted. h. Standard Specifications, such as A.S.T.M., A.A.S.H.O., W.W.P., used in these Specifications which are incorporated or referred to by number designation shall mean the latest revised edition. .02 JURISDICTION a. The law of the place of building shall govern the construction of this Contract. .03 ESSENCE OF CONTRACT a. All time limits stated in the Contract Documents are the essence of the Contract. GC -3 .04 NOTICE TO CONTRACTOR a. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the cor- poration for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. .05 ACCEPTANCE OR REJECTION OF PROPOSALS a. The OWNER reserves the right to accept or reject any or all bids, and to waive irregularities and informalities in order to serve the best interests of the project. .06 WITHDRAWAL OF BIDS Proposals may be withdrawn prior to the time set for opening proposals. Proposals nidy not be withdrawn after the time established for such submittals has been reached. .07 QUALIFICATIONS OF BIDDERS (Reference Qualification Forms PBD -4 through PB0 -7) a. Bidders shall be prepared to satisfy the OWNER as to their integrity, exper- ience, adequacy of equipment and personnel, and financial ability to perform the work specified. b. The OWNER may conduct such investigations as it deems necessary to deter- mine the ability of the CONTRACTOR or SUB- CONTRACTORS to perform the work, and the bidder shall furnish to the OWNER all such information and data for this pur- pose as the OWNER may request. The OWNER reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder falls to satisfy the OWNER that such bidder is properly qualified to carry out his obligations of the Contract and to complete the work contemplated therein. c. If the total amount of the work to be subcontracted amounts to forty per- cent (40%) or more of the total bid price, the CONTRACTOR shall be prepared to provide all of the above information for each of the SUB - CONTRACTORS employed by the CONTRACTOR. .08 ADDENDA - CHANGES IN THE WORK a. Changes in the work, corrections of errors, omissions or discrepancies in the Plans, Specifications, or other Contract Documents, or additional information necessary for the preparation of bids developed during the bidding period will be issued by the GOLF COURSE ARCHITECT as written addendum to all Bidders. b., The CONTRACTOR will not be allowed to take advantage of errors or omissions in plans and specifications. The GOLF COURSE ARCHITECT will provide full instruc- tions when errors or omissions are discovered. c. Questions received less than forty -eight (48) hours before the bid opening cannot be answered due to the lack of time remaining to issue addenda to all other bidders. GC -4 .09 INTERPRETATIONS AND INSTRUCTION a. If any person contemplating submitting a bid for any element of this work is'in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the GOLF COURSE ARCHITECT a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. b. Any interpretation of the proposed documents will be made only by addendum duly issued or delivered to each person receiving a set of such documents. The OWNER will not be responsible for any other explanations or interpretations of the proposed documents. .10 EXECUTION OF CONTRACT a. The successful bidder shall properly execute the form of contract within ten (10) days of receipt of notice of such award. Failure to execute the contract or to provide necessary bond will be considered cause for annulment of the award and forfeiture of bid guarantee as liquidated damages sustained by the OWNER as a result. b. The Contract Documents are Complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor, materials, equipment, and transportation necessary for proper execution of the work. Materials or work described in words which so applied have a well -known technical or trade meaning shall be held to refer to such recog- nized standards. .11 SEPARATE CONTRACTS a. The OWNER reserves the right to let other contracts in connection with this work under similar General Conditions. The CONTRACTOR shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the CONTRACTOR'S work depends for proper execution or re- sults upon the work of any other CONTRACTOR, the CONTRACTOR shall inspect and prompt- ly report to the GOLF COURSE ARCHITECT any defects in such work that render it un- suitable for such proper execution and results. His failure to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other con- tractor's work after the execution of his work. To insure proper execution of his subsequent work, the CONTRACTOR shall measure work already in place and shall at once report to the GOLF COURSE ARCHITECT any discrepancy between the executed work and the drawings. .12 GUARANTY BONDS a. The CONTRACTOR shall furnish guaranty bonds, as required in the Special Con- ditions, in such form as the OWNER may prescribe and with such sureties as he may approve. The premium shall be paid by the CONTRACTOR. GC -5 .13 CONTRACTOR'S WORK SCHEDULE a. The CONTRACTOR shall furnish the OWNER, the SUPERINTENDENT and the GOLF COURSE ARCHITECT with the proposed working schedule by major operation and work- ing period. Once work has begun on an item in the schedule, the CONTRACTOR shall diligently prosecute the work whenever conditions permit. If a period of five (5) working days passes without substantial prosecution of the work, the OWNER may terminate the Contract and proceed to complete the remaining work in the most expeditious manner possible. The cost of the work, together with all additional costs for staking, observation and administration services by OWNER, the SUPERINTENDENT and the GOLF COURSE ARCHITECT shall be deducted from payments due the CONTRACTOR. b. No work shall be performed on Sundays or legal holidays without written permission from the OWNER. c. Where the site of the work is within seven hundred -fifty feet of any dwelling, no work shall be performed from 7 p.m. to 7 a.m. without the written consent of the OWNER. .14 CONTRACTOR'S OBLIGATIONS a. The CONTRACTOR, by executing the Contract, represents that he has visited the site, studied the local conditions, familiarized himself with all of the re- quirements of the Contract Documents, specifications and drawings. b. If the CONTRACTOR, after carrying out all of the above studies and famil- iar.izations, finds any error, omission or inconsistency, he shall at once report them to the GOLF COURSE ARCHITECT, in writing. The CONTRACTOR shall perform no work until such errors, omissions, etc., are corrected. The CONTRACTOR shall perform no work without drawings, specifications or interpretations. c. The CONTRACTOR shall supervise and direct the work using his best skill acid attention. All construction methods, techniques and procedures shall be the sole responsibility of the CONTRACTOR. He will be responsible for proper sequence and coordination of all phases of this work under the Contract. d.• The CONTRACTOR shall be responsible to the OWNER for the acts and omissions of all his employees, sub- contractors or any others who work under contract to the CONTRACTOR. .15 ASSIGNMENTS a. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other, nor shall the CONTRACTOR assign any moneys due or to become due to him hereunder, without the previous written consent of the OWNER. .16 SUBCONTRACTS a. As soon as shall notify the GOL practicable FCOURSEARCHITECT o in writing of the u names t of c the sub - contractors GC -6 proposed for the principal parts of the work, and for such other parts for which there may be reasonable objection. If before or after the execution of the Con- tract, the CONTRACTOR has submitted a list of sub - contractors which has been approved by the GOLF COURSE ARCHITECT and the change of any sub- contractors on such list is required by the OWNER after such approval. the contract price shall be increased or decreased by the difference in cost occasioned by such change. The CONTRACTOR shall not be required to employ any sub - contractor against whom he has a reasonable objection. The GOLF COURSE ARCHITECT shall. on request, furnish to any sub - contractor, wherever practicable, evidence of the amount cer- tified on his account. The CONTRACTOR agrees that he is as fully responsible to the OWNER for the acts and omissions of his sub - contractors and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. Nothing contained in the Contract Documents shall create any contractual relation between any sub - contractor and the OWNER. .17 RELATIONS OF CONTRACTOR AND SUB - CONTRACTOR a. The CONTRACTOR agrees to bind every SUB - CONTRACTOR and every SUB-CONTRAC- TOR agrees to be bound by the terms of the Contract, the General Conditions, the Special Conditions; the Drawings and Specifications as far as applicable to his work, including the following provisions of this article, unless specifically noted to the contrary in the sub - contract approved in writing as adequate by the OWNER or GOLF COURSE ARCHITECT. b. The SUB- CONTRACTOR Agrees: 1. To be bound to the CONTRACTOR by the terms of the Contract; General Conditions; Special Conditions; the Drawings and Specifications. and to assume toward him all the obligations and responsibilities that he, by those documents, assumes toward the OWNER. 2. To submit to the CONTRACTOR applications for payment in such rea- sonable time as to enable the CONTRACTOR to apply for payment un- der Section 48 of the General Conditions. 3. To make all claims for extras, for extensions of time and for damages for delays or otherwise, to the CONTRACTOR in the manner provided in the General Conditions for the like claims by the CONTRACTOR upon the OWNER, except that the time for making claims for extra cost is one week. c. The CONTRACTOR Agrees: 1. To be bound to the SUB - CONTRACTOR by all the obligations that the OWNER assumes to the CONTRACTOR under the Contract, General Condi- tions, the Drawings and Specifications, and by all the provisions thereof affording remedies and redress to the CONTRACTOR from the OWNER. 2 To pay the SUB - CONTRACTOR, upon the payment of certificates, if issued under the schedule of values described in Section 48 of the GC -7 General Conditions, the amount allowed to the CONTRACTOR on account of the SUB- CONTRACTOR'S work to the extent of the SUB- CONTRACTOR'S interest therein. 3. To pay the SUB - CONTRACTOR, upon the payment of certificates. if issued otherwise than as in .17 -b -2 above, so that at all times his total payments shall be as large in proportion to the value of the work done by him as the total amount certified to the CONTRACTOR is to the value of the work done by him. 4. To pay the SUB - CONTRACTOR to such extent as may be provided by the Contract Documents or the sub- contract, if either of these provides for earlier or larger payments than the above. 5. To pay the SUB - CONTRACTOR on demand for his work or materials as far as executed and fixed in place. less the retained percentage, at the time the certificate should be issued. even though the GOLF COURSE ARCHITECT fails to issue it for any cause not the fault of the SUB - CONTRACTOR. 6. To make no demand for liquidated damages or penalty for delay in any sum in excess of such amount as may be specifically named in the sub - contract. 7. That no claim for services rendered or materials furnished by the CONTRACTOR to the SUB- CONTRACTOR shall be valid unless written notice thereof is given by the CONTRACTOR to the SUB- CONTRACTOR during the first ten days of the calendar month following that in which the claim originated. 8. To give the SUB- CONTRACTOR an opportunity to be present and to sub- mit evidence in any arbitration involving his rights. 9. To name as arbitrator under arbitration proceedings as provided in the General Conditions the person nominated by the SUB - CONTRACTOR, if the sole cause of dispute is the work, materials, rights or res- ponsibilities of the SUB - CONTRACTOR. or, if of the SUB- CONTRACTOR and any other SUB - CONTRACTOR jointly, to name as such arbitrator the person upon whom they agree. d. The CONTRACTOR and the SUB - CONTRACTOR Agree: 1. That in the matter of arbitration, their rights and obligations and all procedure shall be analogous to those set forth in this Contract; provided, however, that a decision by the GOLF COURSE ARCHITECT shall not be a condition precedent to arbitration. Nothing in this article shall create any obligation on the part of the OWNER to pay or to see to the payment of any sums to any SUB- CONTRACTOR. .18 GOLF COURSE ARCHITECT'S STATUS a. The GOLF COURSE ARCHITECT shall be the OWNER'S representative during the GC -8 construction period and he shall observe the work in process on behalf of the OWNER. He shall have authority to act on behalf of the OWNER only to the extent expressly provided in the Contract Documents or otherwise in writing, which shall be shown to the CONTRACTOR. He shall have authority to stop the work whenever such stoppage may be necessary in his reasonable opinion to insure the proper execution of the Contract. The GOLF COURSE ARCHITECT shall be, in the first in- stance, the interpreter of the conditions of the Contract and the judge of its performance. He shall side neither with the OWNER nor with the CONTRACTDR, but shall use his powers under the Contract to enforce its faithful performance by both. In the case of the termination of the employment of the GOLF COURSE ARCHI- TECT, the OWNER shall appoint a capable and reputable replacement against whom the CONTRACTOR makes no reasonable objection. whose status under the Contract shall be that of the former GOLF COURSE ARCHITECT, and dispute in connection with such appointment shall be subject to arbitration. .19 GOLF COURSE ARCHITECT'S DECISIONS a. The GOLF COURSE ARCHITECT shall, within a reasonable time, make decisions on all claims of the OWNER or CONTRACTOR and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. The GOLF COURSE ARCHITECT'S decision, in matters relating to artistic effect, shall be final, if within the terms of the Contract Documents. .20 ARBITRATION a. All disputes, claims or questiels subject to arbitration under this con- tract shall be submitted to ar 1! V09 n accordance with the provisions, then obtaining, of the Standaritration Procedure of The American Arbitra- tion Association, a Xs_ ement shall be specifically enforceable under the prevailing arbit t er, and judgement upon the award rendered may be entered in the co '4f 4M. orum, state or federal, having jurisdiction. It is mutually agreed decision of the arbitrators shall be a condition precedent to any right egal action that either party may have against the other. b. The CONTRACTOR shall no a delay of the work during any arbitration proceedings, except by agr mh he OWNER. Notice of the demand for arbi- tration of a dispute ; al ed in writing with the other party to the Contract, and a copy file v ` LF COURSE ARCHITECT. The demand for Arbitration shall be made wi n ■ •a onable time after the dispute has arisen; in no case, however. shall trip be made later than the time of final payment, except as otherwise expre // stipulated in the Contract. c. The arbitrators, if they dat the case requires it, are authorized to award to the party whose co t t ustained, such sums as they or a majority of them shall deem proper o e him for the time and expense incident to the proceeding and, if y ation was demanded without reasonable cause, th m also award kmag o delay. The arbitrators shall fix their own compensation, unlesveVise provided by agreement, and shall assess the costs and changes of the p Winqs upon either or both parties. GC -9 .21 DAMAGES a. Should either party to this Contract suffer damages because of any wrong- ful act or neglect of the other party or of anyone employed by him, claim shall be made in writing to the party liable within a reasonable time of the first ob- servance of such damage and not later than the final payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be adjusted by agreement. .22 CASH ALLOWANCES a. The CONTRACTOR shall include in the Contract sum all allowances named in the Contract Documents and shall cause the work so covered to be done by such con- tractors and for such sums as the GOLF COURSE ARCHITECT may direct, the contract sum being adjusted in conformity therewith. b. The CONTRACTOR declares that the contract sum included such sums for ex- penses and profit because of cash allowances as he deems proper. No demand for expenses or profit other than those included in the contract sum shall be allowed. The CONTRACTOR shall not be required to employ for such work persons against whom he has a reasonable objection. .23 MUTUAL RESPONSIBILITY OF CONTRACTORS a. Should the CONTRACTOR cause damage to any separate contractor on the work the CONTRACTOR agrees, upon due notice. to settle with such contractor by agree- ment or arbitration. if he will settle. If such separate contractor sues the OWNER because of damage alleged to have been so sustained, the OWNER shall notify the CONTRACTOR, who shall defend such proceedings at the CONTRACTOR'S expense and, if any judgement against the OWNER arise therefrom, the CONTRACTOR shall pay or satisfy it and pay all costs incurred by the OWNER. .24 CONTRACTOR'S LIABILITY INSURANCE a. The CONTRACTOR shall maintain such insurance as will protect him from claims under workmen's compensation acts and other employee benefits acts, from claims for damages because of bodily injury including death to his employees and all others and from claims for damage to property, and or all of which may arise out of or result from the CONTRACTOR'S operations under this Contract whether such operations be by himself or by any sub - contractor or anyone directly or indirectly employed by either of them. This insurance shall be written for not less than any limits of liability specified as part of this Contract. Certificates of such insurance shall be filed with the OWNER and the GOLF COURSE ARCHITECT. .25 CONTINGENT LIABILITY INSURANCE a. The CONTRACTOR shall be responsible for and maintain such insurance as will protect the OWNER and GOLF COURSE ARCHITECT from contingent liability to others for damages because of bodily injury, including death, which may arise from opera- tions under this contract, and any other liability for damages which the CONTRACTOR is required to insure under any provisions of this Contract. GC -10 .26 CONTRACTOR'S INSURANCE The CONTRACTOR shall provide satisfactory evidence of insurance in force during the term of the Contract as follows: a. WORKMEN'S COMPENSATION INSURANCE: The CONTRACTOR shall take out and main- tain for duration of this Contract statuatory Workmen's Compensation Insurance and frrrployer's Liability Insurance as shall he required under all applicable laws. b. GENERAL LIABILITY INSURANCE 1. Public Liability Insurance: The CONTRACTOR shall take out and main- tain during the life of this Contract such Public Liability and Pro- perty Damage Insurance as shall protect him from all claims for bod- ily injury including accidental death as well as from all claims for Property Damage arising from operations under this Contract. The minimum limits which are required are specified under Special Con- ditions of these Specifications. Such policy shall include coverage for: 2. Injury to or destruction of any property arising out of the collapse of, or structural injury to any building or structure due: to grading of land, excavation, borrowing, filling, backfilling, tun- neling, pile driving, cofferdam work or caisson work. or, to moving, shoring, underpinning, raising. or demolition of any building or structure removal or rebuilding of any structural support thereof. 3. Injury to or destruction of wires. conduits, pipes, mains, sewers or other similar property, or any apparatus in connection therewith, below the surface of the ground. if such injury or destruction is caused by or occurs during the use of mechanical equipment for the purpose of grading of land, paving. excavation or drilling, or in- jury to or destruction of property, at any time resulting therefrom. 4. Injury to or destruction of any property arising out of blasting or explosion. 5. Automobile Insurance: The CONTRACTOR shall carry Automobile Insur- ance on all automotive equipment owned, rented or borrowed in the minimum amounts as stipulated in the Special Conditions of these Specifications. 6. Contractual Liability Insurance: The CONTRACTOR agrees to hold harm- less and indemnify the OWNER, the GOLF COURSE ARCHITECT and their agents from every claim, action, cause of action, liability, damage. expense or payment incurred by reasons of any bodily injury includ- ing death, or property damage resulting from the CONTRACTOR'S oper- ations on this project. 7 OWNER'S Protective Liability and Property Damage Insurance: The CONTRACTOR shall provide OWNER'S Protective Liability and Property GC -11 Damage Insurance in the name of the OWNER and the GOLF COURSE ARCHITECT, insuring against bodily injury and property damage liability in the limits set forth above for which they may become legally obligated to pay as damages sustained by any persons, caused by accident and arising out of operations performed for the named insured by independent contractors and general supervision thereof. c. Builder's Risk -Fire and Extended Coverage- Insurance: If the nature of the entire installation or portion thereof, is such that it is insurable against the perils of fire, extended coverage, vandalism and malicious mischief, such in- surance shall be procured and maintained by the CONTRACTOR in behalf of himself. and OWNER and his sub - contractors, on a complete value form. d. Insurance certificates evidencing that the above insurance is in force with companies acceptable to the OWNER and in the amounts required shall be sub- mitted to the OWNER'S Attorney for examination and approved concurrently with the execution of the contract, after which they shall be filed with the OWNER. In addition to the normal information provided on the insurance certificates, they shall specifically provide that: 1. A certificate will not be modified except upon ten (10) day's prior written notice to the OWNER. 2. Coverage is included for blasting, collapse and underground hazards, and 3. The contractual liability hazard has been insured. .27 DETAIL DRAWINGS AND INSTRUCTIONS a. The GOLF COURSE ARCHITECT shall furnish with reasonable promptness, addi- tional instructions by means of drawings or otherwise, necessary for the proper execution of the work. All such drawings and instruction shall be consistent with the Contract Documents, true developments thereof, and reasonably inferable there- from. The work shall be executed in conformity therewith and the CONTRACTOR shall do no work without proper drawings or instructions. .28 CONTRACT DRAWINGS AND SPECIFICATIONS a. Unless otherwise provided in the Contract Documents the CONTRACTOR will be furnished, free of charge, all copies of the drawings and specifications reasonably necessary for the execution of the work. b. All copies of drawings and specifications must be returned to the GOLF COURSE ARCHITECT upon demand. .29 SHOP DRAWINGS a. The CONTRACTOR shall check and verify all field measurements and shall submit promptly three copies, checked and approved by him, of all shop or setting drawings and schedules required for the work of the various trades. The GOLF COURSE r,lHl TFCT shall check and approve, with reasonable conformance with the design con- GC -12 cept of the Project and compliance with the information given in the Contract Documents. The CONTRACTOR shall make any corrections required by the GOLF COURSE ARCHITECT and file with them two corrected copies each and furnish such other copies as may be needed. The GOLF COURSE ARCHITECT'S attention to such deviations at the time of submission, and secured with his written approval, shall not re- lieve the CONTRACTOR from responsibility for errors in shop drawings or schedules. .30 DRAWINGS AND SPECIFICATIONS ON THE WORK a. The CONTRACTOR shall keep one copy of all drawings and specifications on the work, in good order, available to the GOLF COURSE ARCHITECT and SUPERINTENDENT at the job site. .31 OWNERSHIP OF DRAWINGS a. All drawings, specifications and copies thereof furnished by the GOLF COURSE ARCHITECT are his property. They are not to be used on other work and with the exception of the signed Contract set, are to be returned to him on re- quest, at the completion of the work. .32 SAMPLES a. the CONIRACIOR shall furnish for approval, with reasonable promptness, all samples as directed by the SUPERINTENDENT or GOLF COURSE ARCHITECT. The GOLF COURSE ARCHITECT shall check and approve such samples, with the reasonable prompt- ness, only for conformance with the design concept of the Project and for compli- ance with the information given in the Contract Documents. The work shall be in accordance with approved samples. .33 MATTRIALS, APPLIANCES, EMPLOYEES a. Unless otherwise stipulated, the CONTRACTOR shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities necessary for the execution and completion of the work. b. All materials shall be new, unless otherwise specified in the Contract Documents. Both workmanship and materials shall be of good quality. The CONTRAC- TOR shall, if required, furnish satisfactory evidence as to the kind and quality of materials. c. Where the CONTRACTOR has good reason to suggest a substitution, he shall indicate the amount of extra or credit involved, at the time of the contract sign- ing, and in each case he shall obtain written approval from the OWNER, and the GOLF COURSE ARCHITECT before using substitute materials. For each proposed sub- stitution, samples, descriptive and technical data, cost comparison data, and re- ports of tests shall be submitted to the GOLF COURSE ARCHITECT for approval. No substitute items shall be furnished or installed without written approval. The CONTRACTOR shall reimburse the OWNER for any additional architectural or engineer- ing charges incurred in evaluating the proposed substitutions, whether accepted or rejected and for any changes in specifications, drawings and in the work of other trades resulting from substitutions. GC -13 d. Strict Discipline and Good Order shall at all times be enforced by the CONTRACTOR, and he shall not employ on the work any unfit person and anyone not skilled in the work assigned to him. e. The CONTRACTOR shall furnish the necessary sanitary conveniences, properly secluded, for laborers on this work and these shall be maintained in a manner in- offensive to the public. .34 ROYALTIES AND PATENTS a. The CONTRACTOR shall pay all royalties and license fees. He shall defend all suits and claims for infringement of any patent rights and shall save the OWNER harmless from loss on account thereof, except that the OWNER shall be res- ponsible for any such loss when a particular process or the product of a particu- lar manufacturer or manufacturers is specified, but if the CONTRACTOR has informa- tion that the process of article specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the OWNER. .35 SURVEYS, PERMITS, LAWS, TAXES, AND REGULATIONS a. The OWNER shall furnish all surveys unless otherwise specified, and shall acquire and pay for all easements for permanent structures or permanent changes in existing facilities, unless otherwise specified. h. The CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified, and shall secure and pay for all necessary permits and licenses. If the CONTRAC- TOR observes that the drawings and specifications are at variance therewith, he shall promptly notify the GOLF COURSE ARCHITECT in writing and any necessary changes shall be adjusted as provided in the Contract for changes in the work. If the CONTRACTOR performs any work knowing it to be contrary to such laws, ordin- ances, rules, and regulations, and without such notice to the GOLF COURSE ARCHITECT, he shall bear all costs arising therefrom. c. Wherever the law of the place of building requires a sales, consumer, use, or other similar tax, the CONTRACTOR shall pay such tax. .36 PROTECTION OF WORK AND PROPERTY a. The CONTRACTOR shall continuously maintain adequate protection of all his work from damage and shall protect the OWNER'S property from injury or loss arising in connection with this Contract. He shall make good any such damage, injury, or loss, except such as may be directly due to errors in the Contract Documents or caused by agents or employees of the OWNER, or due to causes beyond the CONTRACTOR'S control and not to his fault or negligence. He shall adequately protect adjacent property as provided by law and the Contract Documents. The CONTRACTOR shall take all necessary precautions for the safety of employees on the work, and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. He shall erect and properly main- tain at all times, as required by the conditions and progress of the work, all neces- GC -14 Sary safeguards for the protection of workmen and the public and shall post danger signs warning against all hazards. In an emergency affecting the safety of life or of the work or of adjoining property, the CONTRACTOR without special instruction or authorization from the GOLF COURSE ARCHITECT or OWNER, is hereby permitted to act, at his discretion, to prevent such threatened loss or injury and he shall so act without appeal; if so authorized or instructed. Any compen- sation, claimed by the CONTRACTOR because of emergency work, shall be determined by agreement or arbitration. .37 ACCESS TO WORK a. The GOLF COURSE ARCHITECT and SUPERINTENDENT shall at all times have access to the work wherever it is in preparation or progress and the CONTRACTOR shall provide proper facilities for such access so that they may perform their functions under the Contract Documents. If the specifications, the GOLF COURSE ARCHITECT'S instructions, laws, ordinances or any public authority require any work to be specially tested or approved, the CONTRACTOR shall give timely notice of its readiness for observation or inspection. If the inspection is by an author- ity other than the GOLF COURSE ARCHITECT or SUPERINTENDENT, required certificates of inspection shall be secured by the CONTRACTOR. Observations by the GOLF COURSE ARCHITECT or SUPERINTENDENT shall be promptly made, and where practicable at the source of supply. If any work should be covered up without approval or consent of the GOLF COURSE ARCHITECT or SUPERINTENDENT, it must be uncovered for examina- tion at the CONTRACTOR'S expense, if ordered. Re- examination of questioned work may be ordered by the GOLF COURSE ARCHITECT or SUPERINTENDENT, and if so ordered, the work must be uncovered by the CONTRACTOR. If such work be found not in accord- ance with the Contract Documents, the CONTRACTOR shall pay such cost, unless it be found that the defect in the work was caused by a CONTRACTOR employed as pro- vided in Section 11, and in that event, the OWNER shall pay such cost. .38 SUPERINTENDENCE: SUPERVISION a. The CONTRACTOR shall give active supervision to the work, using his best skill and attention. He shall carefully study and compare all drawings, specifi- cations and other instructions and shall at once report to the SUPERINTENDENT and GOLF COURSE ARCHITECT an error, inconsistency or omission which he may discover, but he shall not be liable to the OWNER for any damage resulting from any errors or deficiencies in the Contract Documents or other instructions by the SUPERINTEN- DENT or GOLF COURSE ARCHITECT. The GOLF COURSE ARCHITECT shall not be responsible for the acts or omissions of the SUPERINTENDENT. b. The CONTRACTOR must submit with his bid, the name and qualifications of his job superintendent. The job superintendent will be present at the job site during the entire progress of the work. Any communication through the job superintendent shall be binding as if given to the CONTRACTOR. .39 CHANGES IN THE WORK a. The OWNER, without invalidating the Contract, may order extra work or make changes by altering, adding to, or deducting from the work, the Contract Sum being adjusted accordingly. All such work shall be executed under the conditions of the original contract except that any claim for extension of time caused thereby shall GC -15 4 be adjusted at the time of ordering such change. In giving instructions, the GOLF COURSE ARCHITECT shall have authority to make minor changes in the work, not in- volving extra cost, and not inconsistent with the purpose of the construction, but otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written order from the OWNER signed or countersigned by the GOLF COURSE ARCHITECT or a written order from the GOLF COURSE ARCHITECT, stating that the OWNER has authorized the extra work or change, and no claim for an addition to the contract sum shall be valid unless so ordered. The value of any such extra work or change shall be determined in one or more of the following ways, mutually agreed upon by the Owner, GCA and Contractor. 1. By Estimate and acceptance in a lump sum. 2. By Unit Prices named in the Contract or subsequently agreed upon. 3. By Cost and Percentage or by cost and fixed fee. .40 CLAIMS FOR EXTRA COST a. If the CONTRACTOR claims that any instruction by drawings or otherwise involve extra cost under this Contract, he shall give the GOLF COURSE ARCHITECT written notice thereof within a reasonable time after the receipt of such instruc- tions, and in any event before proceeding to execute the work, except in emergency endangering life or property, and the procedure shall then be as provided for changes in the work. No such claim shall be valid unless so made, and in writing. .41 DELAYS AND EXTENSION OF TIME a. If the CONTRACTOR be delayed at any time in the progress of the work by any act or neglect of the OWNER or the GOLF COURSE ARCHITECT, or of any employees of either, or by any separate contractor employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, un- avoidable casualties or any causes beyond the CONTRACTOR'S control or by delay justified by the GOLF COURSE ARCHITECT, then the time of completion shall be ex- tended for such reasonable time as the GOLF COURSE ARCHITECT may decide. b. No such extension shall be made for delay occurring more than seven days before claim therefore is made in writing to the GOLF COURSE ARCHITECT. In the case of a continuing cause of delay, only one claim is necessary. If no schedule or agreement stating the dates upon which drawings shall be furnished is made, then no claim for delay shall be allowed on account of failure to furnish drawings un- til two weeks after demand for such drawings and not then unless such claim be rea- sonable. This article does not exclude the recovery of damages for delay by either party under other provision in the Contract Documents. .42 CORRECTION OF WORK BEFORE FINAL PAYMENT a. The CONTRACTOR shall promptly remove from the premises all work condemned by the SUPERINTENDENT or the GOLF COURSE ARCHITECT as failing to conform to the Contract, whether incorporated or not, and the CONTRACTOR shall promptly replace and reexecute his own work in accordance with the Contract and without expense to GC -16 the OWNER and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If the CONTRACTOR does not remove such condemned work within a reasonable time, fixed by written notice, the OWNER may remove it and may store the material at the expense of the CONTRACTOR. If the CONTRACTOR does not pay the expense of such removal within ten days' time thereafter, the OWNER may, upon ten days' written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs and expenses that should have been borne by the CONTRACTOR. .43 CORRECTION OF WORK AFTER FINAL PAYMENT a. The CONTRACTOR shall remedy any defects due to faulty materials or workman- ship and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of final payment, or from the date of the OWNER'S substantial usage or occupancy of the Project, whichever is earlier, and in accordance with the terms of any special guarantees provided in the Contract. The OWNER shall give notice of observed defects with reasonable promptness. All ques- tions arising under this Section shall be decided by the GOLF COURSE ARCHITECT sub- ject to arbitration, not withstanding final payment. .44 DEDUCTIONS FOR UNCORRECTED WORK a. If the GOLF COURSE ARCHITECT and OWNER deem it expedient not to correct work injured or done not in accordance with the Contract, an equitable deduction from the Contract price shall be made therefore. .45 THE OWNER'S RIGHT TO DO WORK a. If the CONTRACTOR should neglect to prosecute the work properly or fail to perform any provision of this Contract, the OWNER, after ten days' written notice to the CONTRACTOR may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the CONTRACTOR provided, however, that the GOLF COURSE ARCHITECT shall approve both such action and the amount charged to the CONTRACTOR. .46 OWNER'S RIGHT TO TERMINATE CONTRACT a. If the CONTRACTOR should be adjudged as bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed because of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen, proper materials, or equipment or if he should fail to make prompt payment to sub - contractors or for material or labor, or persistently disregard laws, ordinances or the instruction of the GOLF COURSE ARCHITECT or otherwise be guilty of a substantial violation of any provision of the Contract, then the OWNER, upon receipt of the certificate from the GOLF COURSE ARCHITECT that sufficient cause exists to justify such action, may without prejud- ice to any other right or remedy, and after giving the CONTRACTOR and his surety, if any, ten days' written notice, terminate the employment of the CONTRACTOR and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the work is GC -17 finished. If the unpaid balance of the Contract price shall exceed the expense of finishing the work including compensation for additional architectural, mana- gerial and administrative services, such excess shall be paid to the CONTRACTOR. If such expense shall exceed such unpaid balance, the CONTRACTOR shall pay the difference to the OWNER. The expense incurred by the OWNER as herein provided, and the damage incurred through the CONTRACTOR'S default, shall be certified by the GOLF COURSE ARCHITECT. .47 THE CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT a. If the work be stopped under an order of any court, or other public author- ity, for a period of ninety days, through no act or fault of the CONTRACTOR or of anyone employed by him, then the CONTRACTOR may, upon ten days' written notice to the OWNER and the GOLF COURSE ARCHITECT terminate this Contract and recover from the OWNER payment for all work executed and any proven loss sustained upon any plant or materials and reasonable profit and damages. Should the GOLF COURSE ARCHITECT fail to issue any Certificate for Payment, through no fault of the CONTRACTOR, with- in ten days after the CONTRACTOR'S formal request for payment or if the OWNER should fail to pay to the CONTRACTOR within fifteen days of its maturity and presentation, any sum certified by the GOLF COURSE ARCHITECT or awarded by arbitrators, then the CONTRACTOR may, upon ten days' written notice to the OWNER and the GOLF COURSE ARCHI- TECT stop the work or terminate this Contract as set out in the preceding paragraph. .48 APPLICATIONS FOR PAYMENT a. At least five days before each payment falls due, the CONTRACTOR shall sub- mit to the GOLF COURSE ARCHITECT an itemized application for payment, supported to the extent required by the GOLF COURSE ARCHITECT by receipts or other vouchers, showing payments for materials and labor, payments to sub - contractors and such other evidence of the CONTRACTOR'S right to payment as the GOLF COURSE ARCHITECT may direct. b. If payments are made on valuation of work done, the CONTRACTOR shall, be- fore the first applications, submit to the GOLF COURSE ARCHITECT a schedule of values of the various parts of the work, including quantities, aggregating the total sum of the Contract, divided so as to facilitate payments to sub - contractors in accordance with Section 17 -C made out in such form as the GOLF COURSE ARCHITECT and the CONTRACTOR may agree upon, and, if required, supported by such evidence as to its correctness as the GOLF COURSE ARCHITECT may direct. This schedule, when approved by the GOLF COURSE ARCHITECT shall be used as a basis for Certificates for Payments, the CONTRACTOR shall submit a statement based upon this schedule. c. If payments are made for materials not incorporated in the work but delivered and suitably stored at the site, or at some other location agreed upon in writing, such payments shall be conditioned upon submission by the CONTRACTOR of bills of sale, lien waivers, or such other procedure as will establish the OWNER'S title to such material or otherwise adquately protect the OWNER'S interest including appli- cable insurance. .49 CERTIFICATES FOR PAYMENT a. If the CONTRACTOR has made application for payment as above, the GOLF COURSE GC -18 ARCHITECT shall, not later than the date when each payment falls due, issue a Certificate for Payment to the CONTRACTOR for such amount as he decides to be properly due, or state in writing his reasons for withholding a certificate. b. No certificate issued nor payment made to the CONTRACTOR, nor partial or entire use or occupancy of the work by the OWNER, shall be an acceptance of any work or materials not in accordance with this Contract, The making and accept- ance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing after final payment or from failure to comply with drawings and specifications and terms of any special guarantees specified in the Contract and of all claims by the CON- TRACTOR, except those previously made and still unsettled. c. Should the OWNER fail to pay the sum named in any Certificate for Payment issued by the GOLF COURSE ARCHITECT or in any award by arbitration, upon demand when due, the CONTRACTOR shall receive, in addition to the sum named in the Cer- tificate, interest thereon at the legal rate in force at the place of construction. .50 PAYMENTS WITHHELD a. The GOLF COURSE ARCHITECT may withhold or, because of subsequently dis- covered evidence, nullify the whole or a part of any certificate to such extent as may be necessary in his reasonable opinion to protect the OWNER from loss be- cause of: 1. Defective Work not remedied. 2. Claims filed or reasonable evidence indicating probable filing of claims. 3. Failure of the CONTRACTOR to make payments properly to the SUB- CONTRACTORS or for material or labor. 4. A Reasonable Doubt that the Contract can be completed for the balance then unpaid. 5. Damage to another contractor. b. When the above grounds are removed, payment shall be made for amounts with- held because of them. c. Retained Percentage - A specified amount of each approved partial payment shall be retained until completion and final acceptance of the work. This percen- tage shall be as stipulated in the Special Conditions of these Specifications. .51 LIENS a.' Neither the final payment nor any part of the retained percentage shall be- come due until the CONTRACTOR, if required, shall deliver to the OWNER a complete release of all liens arising out of this Contract, or receipts in full in lieu there- of and, if required in either case, an affidavit that so far as he has knowledge or information the releases and receipts include all the labor and material for which GC -l9 a lien could be filed; but the CONTRACTOR may, if any SUB- CONTRACTOR refuses to furnish a release or receipt in full, furnish a bond satisfactory to the OWNER, to indemnify him against any lien. If any lien remains unsatisfied after all payments are made, the CONTRACTOR shall refund to the OWNER all money that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee. .52 USE OF THE SITE a. The CONTRACTOR shall confine his apparatus, the storage of materials and the operations of his workmen to limits indicated by law, ordinances, permits, plans or directions of the GOLF COURSE ARCHITECT and shall not unreasonably en- cumber the site with his materials. .53 CUTTING, PATCHING a. The CONTRACTOR shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to re- ceive or be received by work of other contractors shown upon, or reasonably implied by the Drawings and Specifications for the completed project, and he shall make good after them as the GOLF COURSE ARCHITECT may direct. Any cost caused by de- fective or ill -timed work shall be borne by the party responsible therefore. The CONTRACTOR shall not endanger any work by cutting, excavating or otherwise alter- ing the work and shall not cut or alter the work of any other contractor save with the consent of the GOLF COURSE ARCHITECT. .54 CLEANING UP a. The CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by his employees or work, and at the comple- tion of the work he shall remove all his rubbish from and about the site and all his tools, equipment, and surplus materials and shall leave his work acceptably, unless more exactly specified. In case of dispute, the OWNER may remove the rub - blish and charge the cost to the CONTRACTOR as the GOLF COURSE ARCHITECT shall determine to be just. b. Before acceptance of the job by the OWNER, the site and premises shall be thoroughly clean to the satisfaction of the GOLF COURSE ARCHITECT and the OWNER. .55 DETERMINATION AND EXTENSION OF CONTRACT TIME a. The time allowed for completion of all work required by the Contract will be stated in the Bid Form and /or Special Conditions and that time allotment shall be known as the Contract Time. For reasons of public interest, it is essential that the time be prosecuted continuously and effectively, with the least possible delay, to the end that all work will be completed within the time period allowed. .56 DETERMINATION OF CONTRACT TIME a. When the Contract Time is specified by designating a definite number of Working Days, as defined in Section 1, assessment of working day charges will start GC -20 on the date specified in the Notice of Contract Award, and all work must be com- pleted in accordance with the requirements of the Contract on or before the date on which the specified number of Working Days expire. Assessment of working day charges will be in accordance with the following provisions: 1. The GOLF COURSE ARCHITECT will furnish the CONTRACTOR a weekly state- ment showing the working day charges assessed against the Contract during the preceding week, along with the time remaining for comple- tion of the Project. No statements will be issued during periods of authorized winter suspension. 2. One whole day will be assessed for each Working Day on which the con- trolling items can be effectively prosecuted during six (6) or more hours of the CONTRACTOR'S daily working schedule. A fractional day will be assessed for each Working Day on which the controlling oper- ations can be effectively prosecuted for at least two (2) hours but not more than six (6) hours of the day. 3. Fractional working day charges may be made on those days when condi- tions beyond the control of the CONTRACTOR and unknown to him at the time of bidding make it impossible to prosecute the controlling items of work with full normal efficiency or with the full normal working forces, or when any one or more but not all of the controlling items can be effectively prosecuted. 4. No working day charges will be assessed on Saturdays, Sundays, and legal holidays of the State, even though work may be performed. No fractional charge will be made for days on which the work cannot be prosecuted for at least two (2) hours of the normal working schedule. 5. No working day charges will be made during the periods between the effective dates of Suspension and Resumption of Work orders issued by the GOLF COURSE ARCHITECT for reasons entirely beyond the control and without the fault of the CONTRACTOR. 6. Upon reciept of each weekly working day statement, the CONTRACTOR will be allowed five days in which to file a written protest if he considers an improper assessment was made. Unless a timely written protest is filed with the GOLF COURSE ARCHITECT, the statement shall be conclusively considered as having been accepted by the CONTRACTOR as correct. 7. Should the CONTRACTOR file a timely protest concerning working day charges on any statement, and if the GOLF COURSE ARCHITECT does not agree with the CONTRACTOR'S contentions by issuing an amended state- ment that is agreed to, the statement in question will be referred to the OWNER for disposition. b. Should an extension of the Contract Time be granted as provided for in Sec- tion 57, the extended time for completion shall then be in full force and effect the same as though it were originally allowed. GC -21 1 .57 EXTENSION OF CONTRACT TIME a. If, for reasons beyond his control and without fault or negligence on his part, the CONTRACTOR finds it impossible to complete the Project within the Con- tract Time as awarded, an extension of time may be granted in accordance with the provisions hereof, provided the CONTRACTOR makes a written request for time ex- tension before the Project has been completed and accepted. In his request, the CONTRACTOR shall set forth the reasons he believes will justify the granting of a time extension, based on the considerations described herein or on such other conditions as he considers to be relevant or accountable. b. The Contract Time as awarded, may be extended as the GOLF COURSE ARCHITECT determines to be justified, for any of the following reasons, or for such other reasons as the OWNER may recognize as being entirely beyond the CONTRACTOR'S control: 1. Delays caused by failure of the OWNER to approve the Contract at least ten (10) Calendar Days in advance of the latest date specified for beginning construction operations; 2. Delays caused by an earthquake, flood, cloudburst, cyclone, tornado, or other cataclysmic phenomenon of a nature beyond the power of the CONTRACTOR to foresee and make preparations in defense against; 3. Delays caused by acts of the Government or a political subdivision or by acts of the public enemy including fires, epidemics, and strikes not caused by improper acts or omissions of the CONTRACTOR; 4. Delays caused by an action or nonaction of the OWNER, by noncomple- tion of work being done by other contractors, or by other unforesee- able interferences not the fault of the CONTRACTOR; 5. Extraordinary delays in delivery of materials, resulting from strikes, lockouts, freight embargoes, governmental acts, or sudden disaster, of a nature beyond the power of the CONTRACTOR or his material sup- plier to foresee and forestall; 6. Delays directly attributable to the performance of Extra Work or in- creased quantities of work. c. The following circumstances or conditions shall not be considered valid rea- sons for the granting of time extensions: 1. Any plea by the CONTRACTOR that insufficient time was specified in the Contract; 2. Delays caused by conditions on the Project that could be foreseen or anticipated prior to bidding; 3. Delays caused by loss of efficiency in prosecuting work during cold weather, under the influence of traffic, or in the presence of other foreseeable interferences; GC -22 4. Delays caused by plant and equipment failure, when due to failure of the CONTRACTOR to provide and maintain the equipment in good mechanical condition or to provide for immediate emergency repairs; 5. Delays due to slow delivery of materials from the supplier or fabri- cator, when the material is available in warehouse stock or when delivery is delayed for reasons of priority, late ordering, finan- cial considerations, or other causes within the power of the CON- TRACTOR or his supplier to foresee and prevent; 6. Delays due to the CONTRACTOR'S failure to provide sufficient forces and equipment to maintain satisfactory progress and assure timely completion of the controlling items. d. The foregoing provisions shall govern, not only in the granting of time ex- tensions, but also as a means of defining the conditions which are considered be- yond the control and without the fault of negligency of the CONTRACTOR in the assess- ment of working day charges by the GOLF COURSE ARCHITECT. e. The granting of a time extension due to performance of Extra Work or in- creased quantities of work will be limited to a period of time which is proportional to the increased dollar volume of work, unless it can be shown that the added work was a controlling factor in the rate of progress or unless an extension of the Con- tract Time is otherwise allowed in the agreement authorizing the additional work, in which case the value of that work will be excluded from the considerations. f. When the Contract Time is established by a definite calendar completion date, extraordinary delays caused by inclement weather in excess of that which is normal for the locality and season of the year in which the work is being performed may be allowed as justification for granting a time extension, but only when it can be shown, within reasonable expectations, that the time lost could not be made up through acceleration of the remaining work. Failure to prosecute the work contin- uously and diligently for the full period of time allowed, and with sufficient for- ces and equipment to maintain satisfactory progress, may result in forfeiture of the CONTRACTOR'S right to time extension for abnormal weather conditions even though there may not have been any defense or remedy for later weather delays. 9. When the Contract Time for completion is on a Working Day basis, delays caused by conditions beyond the control of the CONTRACTOR will have been taken into consideration in assessing working day charges to the extent that the effects on controlling operations were apparent at the time of prosecuting the work. Hence, the granting of additional time for completion will be limited to circumstances not recognized and accounted for in the working day statements. h. Any time extension which may otherwise have been granted in accordance with the foregoing provisions may not be granted if the CONTRACTOR fails to make written application therefore prior to completion and acceptance of the work. .58 FAILURE TO COMPLETE THE WORK ON TINE /LIQUIDATED DAMAGES (See Item 17, page SC -4 of Special Conditions) a. Time being an essential element of the Contract, it is hereby agreed that GC -23 the OWNER will be entitled to damages for failure on the part of the CONTRACTOR to complete the work within the prescribed time. In view of the difficulty in making a precise determination of actual damages incurred, the CONTRACTOR will be assessed a daily charge in the amount stipulated, not as a penalty but as liquidated damages to compensate for the additional costs incurred as well as loss of revenues. b. In any suit involving assessment or recovery of liquidated damages, the reasonableness of daily charges shall be presumed and the amount assessed will be in'addition to every other remedy now or hereinafter enforceable at law, in equity, by statute, or under the Contract. c. For each Calendar Day that any work remains uncompleted after expiration of the Contract Time as determined and extended in accordance with the provisions of Section 56, the CONTRACTOR will be assessed a daily charge in the amount shown in the Schedule of Deductions in the Special Conditions portion of the Specifications for the original amount of the Contract subject only to the waivers agreed to herein. d. The OWNER may waive all or any portion of the liquidated damage assessments accruing during periods of authorized winter suspension, provided the CONTRACTOR has fulfilled his obligations under the provisions of the Contract Documents. e. Permitting the CONTRACTOR to continue and finish the work or any part of it after the time fixed for its completion shall not in any way operate as a waiver on the part of the OWNER of any of his rights under the Contract. Neither by the act of taking over the work nor by annulment of the Contract shall the OWNER forfeit the right to recover liquidated damages from the CONTRACTOR or his Sureties. f. The OWNER has the right to pay all costs for consultation, observation, in- spection and staking, and all legal and administrative costs required beyond the completion date stated. The OWNER may deduct actual charges and reasonable admin- istrative expenses from payments due to the CONTRACTOR before final payment is made to the CONTRACTOR. .59 TESTING a. All tests required by these Specifications or Drawings or directed by the GOLF COURSE ARCHITECT shall be performed by a recognized, independent testing firm approved by the GOLF COURSE ARCHITECT. b. Adequate notice shall be given by the CONTRACTOR when sampling or testing is required and the CONTRACTOR shall cooperate fully in taking, storing and shipping all specimens. c. Fees and charges by the testing firm shall be paid by the CONTRACTOR. d. Reports shall be provided to the OWNER, the SUPERINTENDENT, the CONTRACTOR, and the GOLF COURSE ARCHITECT and all agencies required by law or these Specifications. .60 INSPECTION OF WORK a. Under the Contract Documents the CONTRACTOR has assumed the responsibility of furnishing all services, labor and materials for the entire work, in accordance GC -24 with such documents. No provisions of any of the above paragraphs relating to supervision, inspection or observation of the work by the OWNER, SUPERINTENDENT, OWNER'S REPRESENTATIVE, GOLF COURSE ARCHITECT or Engineers employed by the GOLF COURSE ARCHITECT shall in any way affect said responsibility and undertaking of the CONTRACTOR; nor shall the failure of any of the foregoing to discover or to bring to the attention of the CONTRACTOR the existence of any work or materials not in accordance with said Contract Documents in any way affect such obligation of the CONTRACTOR or the rights and remedies of the OWNER as set forth in said Contract Documents. .61 NOTICE OF READINESS FOR FINAL INSPECTION a. When the CONTRACTOR is ready for a final inspection, he shall give notice to the GOLF COURSE ARCHITECT with a copy to the OWNER in the following words: The work on the Contract for the (shown name of project as it appears on the Form of Contract), having been fully completed except as stipulated herein below, it is the request of the CONTRACTOR that final inspection be made promptly by the GOLF COURSE ARCHITECT. The following work is incomplete through no fault of the CON- TRACTOR: (list any work which the CONTRACTOR regards as exceptional under the Form of Contract). b. No final inspection shall be made until such time as the GOLF COURSE ARCHI- fLCT has received a letter in the exact form indicated above and a copy thereof has been received by the OWNER. .62 CERTIFICATES a. The CONTRACTOR shall obtain certificates of approval, acceptance and com- pliance from all authorities having jurisdiction over the Work and shall deliver these certificates to the GOLF COURSE ARCHITECT. The Work shall not be deemed complete nor will final payment be made until such certificates have been delivered. .63 GUARANTEES a. The guarantees required by the General Conditions are hereby supplemented by the following: b. The CONTRACTOR shall deliver to the GOLF COURSE ARCHITECT, upon completion of all work under this Contract, and before final payment is made, his written guar- antee made out to the OWNER, in a form satisfactory to the GOLF COURSE ARCHITECT, guaranteeing all the work, materials, appliances, equipment, etc., provided under the Contract to be free from defective materials and /or faulty workmanship, and to be watertight and leakproof. In the guarantee, the CONTRACTOR shall agree to re- place or reexecute, in a manner satisfactory to the GOLF COURSE ARCHITECT, without cost to the OWNER or the GOLF COURSE ARCHITECT, such work as may be found to be defective or faulty, and pay for all damages due to such replacement, or reexecution. c. The CONTRACTOR'S overall guarantee shall cover a period of one (1) year from the date of Final Acceptance of the Work. GC -25 .64 OPERATING INSTRUCTIONS a. Wiring diagrams, piping diagrams, installation instructions, parts lists and similar information shall be furnished for mechanical and electrical systems and all manufactured items and vendor's equipment. The CONTRACTOR shall be res- ponsible for assembling this material and turning three (3) copies over to the OWNER at the completion of the Work. b. The CONTRACTOR shall furnish the services of a qualified supervisory per- sonnel to start up the equipment which has been CONTRACTOR furnished and instruct the OWNER'S operating employees as to the procedures to be employed in starting up, operating, shutting down, lubricating, oiling, adjusting and maintaining all mechanical and electrical systems and items of equipment as covered more completely under "Irrigation" in these Specifications. OWNER- furnished equipment, if any, which is installed by the CONTRACTOR shall be started up by the OWNER. All neces- sary minor adjustments to this equipment shall be made by the OWNER. However, if the OWNER- furnished equipment has been improperly installed or has been damaged during installation, the CONTRACTOR shall be responsible for performing the neces- sary tasks in order to furnish the OWNER operable equipment. c. The CONTRACTOR is cautioned that the operating instructions called for in the above two (2) paragraphs are a specific requirement and that Contract work will not be considered complete until the written and printed information is submitted in an acceptable form to the OWNER and until the OWNER'S operating employees have been properly instructed in the use and care of the systems and of the component parts of same. GC -26 1. Item GC . paragraph .c -- is within seven 2. Item GC . SUBCONTRACTOR, 3. Item GC . paragraph a. -- 4. Item GC . section. There 5. Item GC . add the followi SPECIAL CONDITIONS 13 of General Conditions -- CONTRACTOR'S WORK SCHEDULE, revise as follows: delete "Where the site of the work hundred -fifty feet of any dwelling" 17 of General Conditions -- RELATIONS OF CONTRACTOR AND paragraph c.6, 8 & 9 and d.1 -- delete reference to arbitration 18 of General Conditions -- GOLF COURSE ARCHITECT'S STATUS, delete any reference to arbitration. 20 of General Conditions -- ARBITRATION -- delete entire is no arbitration provision in this Contract. 24 of General Conditions -- CONTRACTOR'S LIABILITY INSURANCE -- ng: INDEMNITY Contractor's Indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Contract, the Contractor shall indemnity and save harmless the Owner and the Owner's agents and employees from all losses, damages, judge- ments, decrees, and expenses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or allegedly caused, by any willful acts, negligence, nuisance, or breach of any term or condition of this Contract by the Contractor, his agents, servants, subcontractors, or employees. The Contractor shall furthermore indemnify and save harmless the owner and the Owner's agents and employees from all demands of subcontractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any discription, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees, subcontractors or their employees and subcontractors shall be restored to its condition prior to damage by the Contractor at the Contractor's expense. 6. Item GC .26a of General Conditions -- CONTINGENT LIABILITY INSURANCE -- add the following: Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid all compensation, medical or other benefits, which may become due or payable thereunder, and to protect and indemnify the Owner and the Owner's agents and employees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The Contractor shall furnish the Owner with a certificate from the Industrial SC -1 Accident Board evidencing the Contractor's and sub - contractor's compliance with said statute. 7. Item GC .26b of General Conditions -- GENERAL LIABILITY INSURANCE -- add the following: (a) Comprehensive General Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision ". The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $ 500,000. each person $1,000,000 each accident Property Damage $ 300,000. each accident $ 500,000. each aggregate Public Liability and Property Damage to protect the Contractor, any of his sub- contractors and the Owner against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount of liability is $300,000./$500,000. The amount of property damage is $1,000,000. per accident. (b) Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, and Owner's and Contrac- tor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liability Insurance ". (c) Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work, of all motor vehicles licensed for highway use, whether they are owned, non - owned, or hired by the Contractor, in which shall specifically insure con- tractual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehensive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $500,000. each person $500,000. each accident Property Damage $500,000. each accident $500,000. each aggregate SC -2 8. Item GC .26c of General Conditions -- BUILDERS RISK - FIRE AND EXTENDED COVERAGE -- add the following: Builders Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. The Contractor shall supply to the Owner a Certificate of Insurance, on a form supplied by the insurance companies, prior to start of work. 9. Item GC .26d of General Conditions -- INSURANCE CERTIFICATES -- add the following: Insurance Certificate. In connection with the insurance coverage set out in section GC 2ba (addition), GC 26b (addition), GC 26c (addition) and GC 26d (addition) above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 45 days advance written notice before any provisions of the policies are changed or in the event said policies shall be cancelled. This Certificate of Insurance shall be provided to the Owner prior to starting any construction work in connection with this Contract. 10. Item GC 41 of the General Conditions -- DELAYS AND EXTENSION OF TIME -- add the following: See Item 21, page SC -4, of Special Conditions. 11. Item GC 43a of the General Conditions -- CORRECTION OF WORK AFTER FINAL PAYMENT -- delete any reference to arbitration. 12. Item GC 47a of the General Conditions -- THE CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT -- delete any references to arbitration. 13. Item GC 48 of the General Conditions -- APPLICATIONS FOR PAYMENT, paragraph a -- change five days to fifteen (15). 14. Item GC 50 of the General Conditions -- PAYMENTS WITHHELD, paragraph c amend as follows: On or before an agreed upon day of each month during the construction, the Contractor will submit to the GCA, an estimate showing the following amounts payable: -90% of the work completed or materials delivered /stored until 50% of the work required by the contract has been performed; -100% of the work completed or materials delivered /stored, after 50% of the work required by the contract has been performed. 15. Item GC 56 of the General Conditions -- DETERMINATION OF CONTRACT TIME These paragraphs do not apply to this contract because completion date is a definite calendar completion date. 16. Item GC 57 of the General Conditions -- EXTENSION OF CONTRACT TIME -- The completion date for this contract will be on the basis of a definite calendar completion date of May 15, 1990. Contractors should be aware of paragraph 57c on page GC20, and paragraph 57f on page GC21. SC -3 17. Item GC 58 of the General Conditions -- FAILURE TO COMPLETE THE WORK ON TIME /LIQUIDATED DAMAGES, paragraph c -- The amount of liquidated damages will be $1,000 per calendar day. Contractor shall delete reference to Section 56 and reference to Schedule of Deductions. 18. Item 59 of the General Conditions -- TESTING -- additional information: The Contractor shall be aware that geo- technical data is available from a group of test borings that have recently been completed. This information is available at the City of Round Rock for review by the Contractor. 19. Maintenance Bond -- The amount of the maintenance bond shall be 10% of the total contract price for construction items. 20. Performance Bond -- The party to whom the contract is awarded will be required forthwith to execute the contract and a performance and payment bond within ten (10) calendar days from the date of the written notice of award of the contract is delivered to the bidder at the address given by him. In case of a failure to do so, the owner may, at his option, consider that the bidder has abandoned the contract and the certified check or bid bond accompanying the proposal shall become the property of the owner. 21. No Damage for Delay Clause -- No payment, compensation or adjustment of any kind (other than the extensions of time provided for) shall be made to the contractor for damages because of hindrances or delays from any cause in the progress of the work, whether such hindrances or delays be avoidable or unavoidable, and the contractor agrees that he will make no claim for compensation, damages or mitigation of liquidated damages for any such delays, and will accept in full satisfaction for such delays said extension of time. 22. Allowance for Water Control /Crossings /Culverts a. The Contractor shall be aware that the allowance for concrete riprap spillways has been estimated to require the following general items in order to pass a 25 year storm: (1) Ponds #5, #6 and #12 - an 8" thick concrete riprap spillway with aprons and reinforcing steel, complete Allowance for all three spillways -- $27,000. b. The Contractor shall be aware that the allowance for low water /culvert crossings has been estimated to require the following general items in order to pass a 10 year storm: (1) Seven (7) crossings utilizing varying sizes of RCP, concrete headwall structures with riprap and reinforcing steel, concrete toewalls with reinforcing steel, concrete curb, compacted backfill, weep holes with filter media, concrete deck crossing with reinforcing steel, complete. (2) Four (4) crossings as described above except that the pipe will be much larger in size and length. Allowance for all eleven crossings -- $152,500. SC -4 c. The Contractor shall be aware that the allowance for golf cart /maint- enance equipment underpass crossings have been estimated to require the follow- ing general items: (1) Two (2) golf cart /maintenance equipment underpass crossings to in- clude 10 x 10 concrete box culverts at each road crossings, riprap, etc., complete. The culverts shall be designed to handle the high- way loading for the type of road expected. Allowance for the two crossings -- $55,000. '23. . Clearing and Grubbing - The Contractor shall be aware that the clearing and grubbing is identified as removal of large trees (see crosshatched area on Clearing and Grubbing Plan CG -1) consisting of Oak, Elm Willow and dense group- ings of saplings and large Juniper. The other area of clearing and grubbing (see open outlined area on Clearing and Grubbing Plan CG -1) consists of small scattered Juniper and shrubs. SC -5 TECHNICAL SECTION CLEARING AND GRUBBING .01 SCOPE OF THE WORK The work covered by this Section of the Specifications consists of furnishing all materials, labor and equipment required for the clearing and grubbing of the golf course, including the removal, and satisfactory disposal of all trees, down timber, brush, projecting roots, stumps, lapwood, grasses, rubbish and all other objectionable material within the clearing lines indicated on the plans and /or within those areas designated by the Golf Course Architect (GCA), in strict accord- ance with this Section of the Specifications and the applicable drawings. .02 DEFINITIONS The following definitions shall apply to terms used in these Specifications, on the Drawings and in other Contract Documents: a. A "tree" shall be defined as any plant material having a single stem or trunk exceeding 2" diameter at a point 1' - 0" above the ground. Multi- trunked trees, such as Red Oak clumps, shall be considered as one tree. b. "Brush" shall be defined as any plant materials having stem or trunk less than 2" in diameter at a point 1' - 0" above the ground. c. "Clearing" shall mean removal of the trunk and branches at existing grade level or slightly above, without the stump. d. "Grubbing" shall mean the removal of stumps and roots where material has been previously cleared. e. "Removal" shall mean complete removal of the entire tree, stump, and all roots. f. "Debris" shall be defined as solid material which cannot be burned such as concrete, bricks, metal culvert, fencing, etc. g. "Trimming" shall be defined as the selective removal of portions of trees or brush as directed by the GCA. .03 AREA OF THE WORK Unless otherwise shown on the Drawings or directed by the GCA, clearing and grubbing operations shall be confined to the areas of excavation, filling, grading, or areas to be seeded. It is important that no areas be disturbed outside the clearing limits, thus these limits shall also be designated as the limits of work. All equipment traffic shall be maintained within these limits. .04 TYPES OF CLEARING a. The First phase, as shown on the plans and /or as directed by the GCA consists of clearing and grubbing fairways, fairway rough areas, greens, tees, and those areas where clearing is required by the grading operation. CG1 b. The Second phase, as shown on the plans and /or as directed by the GCA shall consist of selective clearing and grubbing in the work areas within a thirty (30) foot strip around all the fairways, tees, and greens, and /or to the golf course boundary lines as indicated on the plans or as directed by the GCA. c. In the rough areas where the existing turf is deemed acceptable, the clear- ing work shall be accomplished by a bushhog or similar equipment that will disturb the natural grasses in those areas as little as possible. .05 TREES AND SHRUBS TO BE SAVED a. The GCA shall note trees within the construction area which are to be retained. The Contractor shall adequately protect these trees during the construction work. b. Trimming will be required, under the direction of the GCA, for all trees to be saved in the work area to the extent required to permit clean and workmanlike finish grading, seeding or sodding operation under and around trees. Large, broken, or hanging dead limbs need not be removed if they do not interfere directly with the work. Trimming for maintenance or shaping will NOT be required. .06 PROTECTION OF TREES a. Before commencing any work under this Contract, the Contractor shall arrange for an on -site meeting with the GCA for the purpose of establishing specific trees and plants to be saved and review with the GCA all clearing and grubbing work. b. Trees or plants to remain shall not be injured or defaced. Do not damage roots of trees to remain. c. When excavating within the branch spread of trees scheduled to remain, do so in a manner which will cause MINIMUM damage to root systems. Prune the injured roots cleanly and backfill as soon as possible. Do not leave surface roots exposed. d. Do not cut any root over two (2) inches in diameter. If excavation is neces- sary within 1/3 diameter of the branch spread of trees schedule to remain, the Con- tractor shall contact the GCA before proceeding. e. Do not use trees which are to remain for any purpose such as crane stays, hn•',. mfr . f. Repair of Damaged Trees - Contractor Responsibility When any injuries to trees occur, all rough edges or scarred areas shall be first made reasonably smooth in accordance with generally accepted horticultural practice, and the scars then thoroughly covered with an asphaltum base tree paint. This operation shall be carried out immediately after damage occurs. Any such plants that are damaged by any construction operations to such an extent as to destroy their value for shade or landscape purposes, shall be cut out and disposed of by the Contractor, without compensation, when so directed by the GCA, regardless of whether or not such cutting and disposal shall be done as part of ordinary clear- ing operations. The Contractor shall be penalized $1,000 for each tree so removed. The responsibility for the removal of trees by the Contractor shall end upon final acceptance of the golf course by the Owner, unless otherwise directed by the GCA. CG2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9. Protection from Harmful Substances No paint, oil, volatile materials, or any substance that might cause damage to trees shall be spilled or buried in the vicinity of trees. .07 METHOD FOR CLEARING AND GRUBBING a: Prior to clearing any designated area within the golf course, the Contractor shall ascertain the limits of the golf course so as not to remove any trees that may be located in the adjacent property. This responsibility shall rest solely with the Contractor and any damage caused by him as a result of such negligence shall be at his own risk. The Contractor must confine the operation of this equipment to within the golf course limits, easements and approved haul roads. Any damage occurring out- side these areas shall be repaired at the Contractor's expense. b. Upon approval of the Owner and possession of necessary permit from appropriate governmental departments, the Contractor may burn trees, brush, and other materials on the site. The Contractor must provide adequate maintenance of the fire to insure reasonable combustion and sufficient supervision to keep the fire under control at all times. c. The areas designated shall be cleared and grubbed of all trees, stumps, roots, bushes, vines, hedgerows and other obstructions. All unsound or decayed stumps shall be removed to a depth of two (2) feet below the original ground. d. All roots, stumps, logs, and other perishable material shall be removed from the site and shall be buried. If burning is permissible by permit, the material shall be burned in small piles within the areas cleared and grubbed and in such a manner as not to injure adjacent areas which have not or will not be cleared. All operations require GCA approval and process direction. All burning when allowed, shall be under the constant care of a qualified operator, acting as watchman, and coordinated with the area fire ranger and Owner's Field Representative as to when and where burning will be done. Protection of uncleared areas is of utmost importance in order to retain the undisturbed natural growth. e. Stumps and debris which cannot be disposed of by burning (when allowed) may be buried or otherwise disposed of in areas approved by the GCA, but must not be buried near the greens, tees of fairway bunkers or any place which will interfere with the installation of the irrigation system. All locations for buried materials must be obtained from the GCA. Where such materials are buried, the Contractor shall strip, stockpile and respread any topsoil present on the burying area. f. Existing trees in any area of more than seven feet (7') fill on the site ex- cept under a building or other structure including sewers and paving of any kind, may be cleared by cutting at a point no more than 1' - 0" above existing grade, leaving the stumps in place. 9. Existing trees in any area of the site to be filled less than seven feet (7') or under a building or other structure including sewer and paving of any kind, must be completely removed including roots. h. Debris may be buried in the work area with approval of the GCA, except under building or structures including sewers and paving of any kind, where the finish grade elevation will be more than seven feet (7') above the debris upon completion CG3 of the work outside of the work area as directed by the GCA or as noted on the Drawings. i. All brush shall be completely removed, including roots, and chipped in areas of the rough or may be buried under fill upon specific approval and under the direction of the GCA. j. Fences, power lines, hedgerows, structures and other obstructions shall be removed as directed by the GCA and the cost of such work shall be included in the prices bid for Site Preparation. All brush, logs, stumps, and debris shall be burned or otherwise disposed of in an approved manner. k. Branches from trees may be trimmed and chipped into areas of the rough upon approval of the GCA. 1. Precautions shall be taken by the Contractor to prevent limb, bark, or root injuries to remaining plant material by blasting, falling trees, or by operation of requipment. m. Trees that have fallen previously and which are located within the area of clearing and grubbing shall be removed in the same manner as those standing. n. During the clearing, grubbing and stump removal operation, topsoil shall be protected at all times. o. Upon completion of the First Phase Clearing, the GCA shall inspect and mark the Second Phase Clearing to produce an irregular line of vegetation, saving impor- tant trees and following the dictates of the topography and good design. The final width of clearing shall generally follow the clearing line as shown around the fair- ways as indicated on the plans, however, the GCA may adjust this final line in order to produce the most pleasing line of trees to compliment the layout of the golf holes. P. When trees of exceptional aesthetic quality, form, soundness. and /or value are located within the cleared areas, the GCA shall inspect the trees and determine whether or not they shall be preserved and protected. At any time during construc- tion the GCA may designate certain trees to be removed or to be retained. CG4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TECHNICAL SECTION EARTHWORK .01 SCOPE The work under this Section of the Specifications consists of furnishing all labor, materials,and equipment to strip, excavate, place, compact, spread, mix, and finish grade according to the Drawings, Specifications and directions of the GOLF COURSE ARCHITECT (GCA) and SUPERINTENDENT. .02 SITE GRADING a. The Contractor shall be required to do all grading necessary to complete all items of golf course construction as indicated on the Plans and included in the Specifications. b. The Contractor will be required to strip all clean and useful soil in the upper 6 to 8" of the existing grade (so called "top- soil "), from all areas of fill and excavation on the golf course. The stripped "topsoil" shall be stockpiled adjacent to the stripped areas so that it does not interfere with the progress of the work. In no case shall "tap- soil" be stockpiled on any native grass rough area that is intended to be preserved. There are certain areas that require better quality surface material, particularly tee surfaces and green slopes. The GCA may require the Contractor to place "topsoil" in these areas from satisfactory sources. The Contractor shall schedule the earthwork so as to place "topsoil" over the course in areas where "topsoil" may not be present or where it is not stripped in a one step method. Where "topsoil" is required, it shall be spread and graded over such areas to a minimum depth of six (6) inches. Should conditions require other procedures, the GCA will adjust the procedure accordingly. These provisions apply to all areas of the golf course, including tees, greens, bunkers and mounds, swales, etc., and where reference is made to "topsoil" stripping and /or replacing elsewhere in these specifications, the methods set forth in this Paragraph shall be deemed applicable and shall take precedence. c. The Contractor shall utilize rock -free "topsoil" for spreading over all disturbed areas. Surface rock shall be removed by Contractor as directed by the GCA. d. Sub -cuts will be required in areas where suitable materials are found to greater depths until sufficient "topsoil" has been stockpiled for use on the site. e. Quality of the materials will be determined by the GCA and Superintendent on the site as the work progresses. Silty or peaty soils which of themselves are not acceptable will be excavated and used as fill materials. Earthwork quantities indicated on the Drawings or in the Proposal Form are estimates only. The Contractor will be required to stockpile sufficient material to cover all disturbed areas to required topsoil depth. If the Contractor fails to stockpile sufficient "topsoil ", or if "topsoil" has been buried or wasted, then the Contractor shall, at his own expense, provide the balance of the "topsoil" re- quired to properly complete the project from designated borrow areas on the prop- erty or from offsite sources. El g. Whenever it appears that loose topsoil materials caused by discing will cause excessive settlement during or after seeding operations, the loose topsoil shall be recompacted before seeding takes place. Areas of topsoil which have been over - compacted shall be loosened and broken up to the satisfaction of the GCA. h. Rocks, roots, and debris in the "topsoil" layer must be removed as they are worked up by each succeeding operation. Unless otherwise stated on the Drawings or these Specifications, the topsoil cover shall be considered to be six inches (6 ") in depth. Removal of rocks smaller than 1" nominal diameter will not be required. The actual volume of rock between 3/8" and 1" shall not exceed 10% in the "topsoil" depth. Rocks shall be disposed of as indicated on the Drawings or as directed by the GCA. i. Fill shall be obtained from ponds and other areas requiring excavation on the golf course as indicated on the plans and /or as otherwise designated by the GCA. Fill material to be used in construction of greens, tees, and fairway bunkers shall be suitable so that it can easily be shaped to golf course features and will settle uniformly. Material containing peat, muck or extensive organic matter will not be allowed as fill in these specialized areas. j. Where fill material is obtained from borrow areas, such areas shall be graded to provide complete surface drainage and to blend with the surrounding con- tours to the satisfaction of the GCA. k. In the event that surplus material is developed from the borrow areas, such material shall be placed in the surrounding areas as directed by the GCA. 1. Fill for greens, tees, and fairway bunkers shall be placed at the location shown on plans, graded and shaped. All fill material used in these features shall be clean and free of organic matter and large rock so that it can be easily shaped and will settle uniformly. m. In all grading, including all cuts and fills, it is necessary to keep the soil as clear of debris as possible. This is particularly true of the soil used in tee and green construction. The GCA reserves the right to adjust any proposed grades of tee and green locations to meet field conditions or to enhance the character of the golf course. n. All slopes around tees, greens, bunkers and mounds shall not be greater than 3:1 unless otherwise shown or directed by the GCA. Cut and Fill slopes in fairways, roughs, and non -use areas shall not exceed 3:1 unless otherwise directed by the GCA. It is necessary to keep all slopes to a gentle grade so that construction will har- monize with the surrounding terrain. The man -made grades should taper into the natural grades and should be gentle and should blend with the existing grade in as natural a way as possible. Particular attention shall be given the cut and /or fill slopes in this regard. o. The Contractor shall take all necessary precautions to prevent any damage to existing trees, foliage, plant materials and property of the Owner outside the area of work under this section. .03 SUBGRADES a. Subgrades indicated on the Drawings or required elsewhere in these Specifica- ti(HI, shall be uniform and true to finish grade, shape, and slope. E2 .04 PLAN GRADES a. All grades are shown as finish grade unless specifically noted. Grades at points between spot elevations or contours are to be determined by uniform slopes between given grades or elevations or between such given figures and exist- ing grades. .05 FINISH GRADING a. Site grading for greens and tees shall be finished in a workmanlike manner true to grade and cross section within 0.1' of finish grade shown on the Plans. Areas of the fairway and disturbed roughs shall be finished to seed bed condition within 0.1' of finished grade shown on the Plans. All areas that have been com- pacted by trucks, heavy equipment, or other vehicles or by storage of materials shall be plowed, disced, and dragged to match the texture of remaining finish grad- ed areas. .06 CONSTRUCTION METHODS a. Construction equipment shall not be operated within the drip line of trees, unless indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees unless and until tree wells are constructed. .07 COMPACTION OF FILL a. All embankments of more than two (2) feet shall require mechanical compac- tion in lifts not exceeding one (1) foot each. Slopes receiving fill material shall be suitably scarified in order to permit the new fill to effect a bond. Clay, heavy loams, or very fine sandy loam soils shall be allowed to dry sufficiently be- fore placing in a fill area. b. Compaction under paving, sewers, or watermains shall be accomplished in lifts not exceeding six (6) inches in depth (loose) except where fill materials are granular and vibrating equipment is used, the entire embankment may be placed in one (1) foot lifts. c. Embankments shall not be constructed during periods when the soil freezes while being placed and compacted, nor shall any embankment material be placed on soil that is frozen to a depth greater than four (4) inches. Frozen soil shall not be placed in embankments. d. Compaction by normal earthmoving equipment is usually sufficient as long as lifts do not exceed the above. Should the Golf Course Architect determine that compaction is not proper, either the Specified or Ordinary compaction method shall be required as described below. .08 SPECIFIED COMPACTION METHOD a. Embankments under pavement, sewers and watermains shall be compacted to a 95% maximum density at not less than 90% nor more than 110% of optimum moisture content, unless otherwise specified. h. Maximum density shall be determined in accordance with SDHPT Test Method Tex -114 -E at optimum moisture content or within minus 3 percent of the optimum moisture content. Care shall be taken to avoid overcompacting high P1 expansive clays. E3 .09 ORDINARY COMPACTION METHOD a. Compaction shall be obtained with a tamping roller, with an approved type of vibratory compactor, or with approved hand - tamping methods. b. The tamping roller shall be capable of providing at least 200 psi on each tamping foot. c. Each layer of soil shall be compacted until there is no evidence of further consolidation. .10 EARTH EMBANKMENTS a. Earth embankments shall be defined as embankments composed of soil material other than rock and shall be comstructed of acceptable material from approved sources. b. Except as otherwise indicated, earth embankments shall be constructed in successive six (6) inch layers, loose measure, for the full width of the individual cross section and in such length as are best suited to the sprinkling and compaction methods utilized. c. Minor quantities of rocks not larger than four (4) inches, encountered in constructing earth embankment may be incorporated in the earth embankment layers, provided such placement of rock is not immediately adjacent to structures or under greens, tees or traps. d. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feathered on a slope of 1:20 or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrows shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, discing or similar methods to the end that a uniform material density is secured in each layer. e. Water required for sprinkling to bring the material to the moisture content necessary for optimum compaction shall be evenly applied and it shall be the res- ponsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. f. All earth cuts, whether full width or partial width cuts in the side of a hill, which are not required to be excavated below subgrade elevation shall be scarified to a uniform depth of at least six (6) inches below grade and the material shall be mixed and reshaped by blading and then sprinkled and rolled in accordance with the requirements outlined above for earth embankments and to the same density as that required for the adjacent embankment. g. Compaction of embankments shall conform to subgrade preparation. Each layer of embankment requiring compaction shall be compacted to the required density by any method, type and size of equipment which will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. E4 h. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise indicated. Soils shall be sprinkled as required and compatted to the extent neces- sary to provide not less than 95 percent nor more than 105 percent of the density as determined in accordance with SDHPT Test Method Tex -114 -E at optimum moisture content or within minus three (3) percent of the optimum moisture content. Care shall be taken to avoid overcompacting high P1 expensive clays. i. After each layer of earth embankment or select material is complete, tests as necessary will be made by the Engineer. If the material fails to meet the den- sity specified, the course shall be regorked as necessary to obtain the specified compaction. .11 ROCK EMBANKMENTS a. Rock embankments shall be defined as those composed principally of rock and shall be constructed of accepted material from approved sources. Rock embank- ments shall not be placed immediately adjacent to structures or under greens, tees or traps. b. Except as otherwise indicated, rock embankments shall be constructed in successive layers for the full width of the cross section and of eighteen (18) inches or less in depth. When, in the opinion of the Engineer, the rock sizes necessitate a greater depth of layer than specified, the layer depth may be in- creased as necessary, but in no case shall the depth of layer exceed two and one half (21/2) feet. Each layer shall be constructed by starting at one end and dumping the rock on top of the layer being constructed then pushing the material ahead with a bulldozer in such a manner that the larger rock will be placed on the ground or preceding embankment layer and the interstices between the larger stones filled with small stones and spalls by the operation and from the placing of succeeding loads of material. c. The maximum dimension of any rock used in embankment shall be less than the depth of the embankment layer and in no case shall any rock over two (2) feet in its greatest dimension be placed in the embankment. All oversized rocks which are otherwise suitable for construction shall be broken to the required dimension and utilized in embankment construction where indicated, except that when preferred by the Contractor and acceptable to the Engineer, such rocks may be placed at othee points where the embankment layer is of greater depth, thus requiring less breakage. d. Each layer shall be compacted to the required density as outlined for "Earth Embankments ", above, except in those layers where rock will make density testing difficult, the Engineer may accept the layer by visual inspection or proof rolling. e. Unless otherwise indicated, the upper three (3) feet of the embankment shall contain no stones larger than four (4) inches in their greatest dimension and shall be composed of material so graded that the density and uniformity of the surface layer may be secured in accordance with SDHPT Test Method Tex - 114 -E. f. Exposed oversize materials shall be broken up or removed. .12 EMBANKMENTS AT CULVERTS AND BRIDGES a. Embankments adjacent to culverts and bridges which cannot be compacted by use of the blading and rolling equipment used in compacting the adjoining sections E5 a 1 1 of embankment shall be compacted in the manner prescribed under Structural Excava- tion and Back'fill. b. Embankment placed around spill through type abutments shall be constructed in six (6) inch loose layers of uniform suitable material placed in such manner as to maintain approximately the same elevation on each side of the abutment and all materials shall be mixed, wetted and compacted as specified above. c. Embankment material placed adjacent to any portion of any structure or above the top of any culvert or similar structure shall be free of any appreciable amount of gravel or stone particles and thoroughly compacted by mechanical compac- tion equipment. .13 DRAINAGE a. If necessary during the progress of the work to interrupt the natural sur- face drainage or flow of artificial drains, or irrigation ditches, the Contractor shall provide adequate temporary drainage facilities that will prevent erosion damage or unnecessary delay in the work and shall restore original drainage or con- struct proposed drainage structures as soon as conditions will permit. The Con- tractor shall provide and maintain adequate drainage away from any building area during the construction period. .14 REMOVAL OF UNSTABLE SOILS a. Where excavation to proper subgrade exposes unstable soil, the Contractor shall remove the unstable materials and replace with satisfactory materials as directed by the Golf Course Architect or Engineer. b. Soil, sod, weeds, or other material encountered above the subgrade eleva- tion which cannot be properly compacted may be designated as unstable material by the Golf Course Architect or Engineer. .15 PROSECUTION AND CLEANUP a. The Contractor shall be aware of any comply with work priorities outlined in these Specifications and other adjustment in work schedule as may be required to properly coordinate the construction work with other contractors or the Owner's requirements. b. The grading Contractor shall leave the site in an orderly condition free of all debris so that seeding, sprigging and /or sodding operations may proceed immedia- tely. All areas outside the Contract limits which have been disturbed shall be re- stored to the original condition at the expense of the Contractor and to the satis- faction of the Golf Course Architect. .16 MEASUREMENT a. The Contractor shall provide for an approved registered surveyor, acceptable to the Owner and hired by the Contractor, to provide measured in place fill and the volume computed in cubic yards by the method of average end areas. No allowance will be made for shrinkage. E6 1 1 1 i 1 1 1 1 1 1 1 1 1 .17 PAYMENT a. Excavation, placing and Embankment, when included in the contract as a separate pay item, shall be paid for at the contract unit price bid for "Excavation and Placing (to include Embankment), which price shall be full compensation for all work herein specified, including the furnishing of all materials, compacting, equipment, tools, labor. water for sprinkling, proof rolling and incidentals nec- essary to complete the work. E7 i 1 1 i 1 i i 1 1 1 1 4 1 4 1 1 1 1 TECHNICAL SECTION GOLF COURSE DETAILS .01 SCOPE These specifications outline minimum requirements for materials, construction methods and workmanship necessary for the construction of golf courses. .02 MATERIALS a. Sand and gravel for golf course construction shall be washed and shall conform to the following gradation: Total % Passing Gravel Pea Course Green Mix Trap Sieve Size Backfill Gravel Sand Sand Sand 1 inch 100 3/4 inch 90 - 100 1/2 inch 50 - 90 100 3/8 inch 20 - 55 85 - 100 No. 4 1 - 10 0 - 10 No. 8 0 - 5 0 - 5 No. 10 100 100 No. 16 100 95 - 100 95 - 100 No. 30 10 - 80 70 - 95 70 - 95 No . 60 1 - 10 0 - 2 0 - 2 b. Topsoil shall be natural, friable, fertile soil possessing characteristics of good native topsoil materials which produce a vigorous growth of vegetation in the vicinity of the work site. Topsoil shall be free from turf, weeds, roots, rocks or stones larger than 1" in diameter, lime, cement, ashes or other deleter- ious matter. The volume of rock between 3/8" and 1" shall not exceed 10% in the topsoil layer. c. Canadian Sphagnum Peat or Reed Sedge Peat shall be used for organic matter and shall be uniform in texture and quality throughout the construction work. Contractor shall guarantee that all of the required peat will be obtained from one uniform source. The Peat shall contain a minimum of 85% organic matter. d. Trap sand shall be white or light tan in color with a minimum of 75% in the 0.25 to 0.50 mm range. .03 FAIRWAY CONSTRUCTION a. The Grading Plan shows finish grade contours for the entire site. The Contractor shall schedule his work so that large areas are finished and ready for installation of irrigation systems and for seeding as soon as possible. GD1 1 1 i b. Uniformity of compaction is essential. The Contractor shall place fill in uniform layers of dry and stable material up to the maximum capacity of his equip- ment to spread and compact the material uniformly without excessive bridging. c. The Contractor will be allowed to adjust elevations in order to make cuts and fills balance for the total site. Adjustments to reduce haul from one part of the site to another will not be permitted. All adjustments must be approved in advance and in writing by the GOLF COURSE ARCHITECT and must provide proper vision for sight distance, organically flowing and blended with the existing grade. d. All grading shall be finished with smooth, rounded slopes basically follow- ing the curved contour lines shown on the plans. The Contractor shall particul- arly avoid creating angular ditches and backslopes which produce a "highway" or "drainage ditch" appearance. e. Upon completion of the grading operation and the application of topsoil to the specified depths all areas to be planted shall be thoroughly tilled with a tractor -drawn rototiller or other approved implement until all lumps and clods of soil have been broken down and the seedbed left in a pulverized condition. All debris, roots, trash, clumps of sod, rocks, etc., shall be removed from the soil, to the satisfaction of the GOLF COURSE ARCHITECT, in order to make a clean seed- bed for seeding. f. All areas to be planted shall be smoothed to provide complete surface drain- age free from water holding depressions or pockets. Undulations in grade that will not permit proper operation of mowing equipment shall be corrected for the effec- tive use of such equipment. .04 TEE CONSTRUCTION a. The locations, shapes, and sizes of all tees as shown on the drawings, are drawn for the purpose of providing the Contractor with an indication of the loca- tion and character of these proposed items. b. The best quality topsoil of the material stripped shall be stockpiled and used specifically for tee construction. No rock larger than one -half inch (1/2 ") shall be allowed in topsoil for tees. c. Where fill material has been stockpiled at tee sites, it shall be of suffi- cient quantity to permit shaping of the tee to be built for that site. Should the GOLF COURSE ARCHITECT determine that additional fill is necessary, it will be taken from existing borrow areas without increasing the quantities or costs by the Con- tractor. d. Tees shall be shaped so that their lines and slopes will blend with the nat- ural surrounding contours harmoniously. In order to develop the finest possible tees, the GOLF COURSE ARCHITECT reserves the right to alter the construction of any tee when, in his opinion, such alteration is necessary to improve the design of these features without increasing the quantities or costs by the Contractor. e. Embankments for tees shall be uniformly compacted to prevent uneven settle- ment. f. Finished elevation of the tee may vary slightly from plan elevations but the kidying surface shall be dragged and carefully hand raked to perfectly flat surl,ces which blend smoothly with transition slopes. G D2 g, All tees shall be graded to provide a smooth, level surface, free from depressions or pockets, and pitched slightly (no more than one (1) percent (see drawings) from front to rear, from rear to front, or from right side to left side), to provide surfaced drainage. All tee slopes shall be graded to blend smoothly with the surrounding contours and to permit mowing by fairway gang mowers unless otherwise directed by the GOLF COURSE ARCHITECT. After tees have been graded in this manner, the topsoil shall be replaced over all slopes and surfaces to a depth of six (6) inches as hereinbefore specified. .05 SAND TRAP CONSTRUCTION a. The locations, shapes, and sizes of all sand traps and bunkers, as shown on the drawings, are drawn for the purpose of providing the Contractor with an indication of the location and character of these proposed items. b. Where fill material has been stockpiled at sand trap and bunder sites, it shall be of sufficient quantity to permit shaping of the bunker to be built for that site. Should the GOLF COURSE ARCHITECT determine that additional fill is necessary, it will be taken from existing borrow areas without increasing the quantities by the Contractor. c. Sand traps and bunkers shall be shaped so that their lines and slopes will blend with the natural surrounding contours harmoniously. In order to develop the finest possible sand traps and bunkers, the GOLF COURSE ARCHITECT reserves the right to alter the construction of any sand trap or bunker when, in his opin- ion, such alteration is necessary to improve the design of these features with- out increasing cost to the Owner. d. The sand traps and bunkers shall be shaped to the sizes and shapes shown on the plans and /or as otherwise laid out in the field by the GOLF COURSE ARCHITECT. They shall be cut with the bottoms being concave so all surface drainage runs away from the edges of the trap or bunker. Care shall be taken to not make the sand traps too steep to hold sand therein. The Contractor shall be careful to preserve the natural- looking lines on the sand traps and grass bunkers as shown on the plans or as directed by the GOLF COURSE ARCHITECT. The artistic and aesthetic handling of the shaping of the mounds, noses, and outlines of all sand traps and bunkers shall be a prerogative of the GOLF COURSE ARCHITECT. It is to be expected that most of this work will be accomplished by machine and then hand - worked as direct- ed by the GOLF COURSE ARCHITECT. Each sand trap will contain drain tile lines of four (4) inch perforated plastic pipe or its equivalent. This pipe shall be placed in a ditch a minimum of eight (8) inches wide and eight (8) inches deep. This ditch shall be located so that all areas of the sand trap or bunker slope toward it. A leveling layer of drain tile bedding material of three - eights (3/8) inch to one - half (1 /2)inch diameter minimum particle size shall be placed on the bottom of the ditch. The tile lines shall then be installed in this base with a minimum fall of one.(1) percent. The upper end of the tile should be covered or capped. The ditch shall then be filled to grade with the same gravel. These tile lines shall each connect to a sump located outside of the trap or continue to a point at which they may be daylighted. A sump shall consist of a hole five (5) feet by five (5) feet (see detail), filled with washed gravel three - eights (3/8) to two (2) inches in diameter particle size. Carry -off lines shall be directed to daylight. When tile is daylighted, the last six (6) feet of the line shall be galvanized c.m.p. or steel well casing of sufficient interior dimension to a11oa the corrugated plastic pipe to fit inside. The end of the pipe shall be cut at the end (minimum 2:1) to blend with the ^,lnpe of the ground and all outlets shall be protected by expanded metal spot Gin 1 1 1 1 1 welded to the pipe end (use 1/2" x 13 gauge flattened expanded metal), and if necessary, a swale to permit proper discharge. It is not necessary for the carry - off lines to have the gravel base or to be backfilled with gravel if non- perfor- ated plastic pipe or drainage tubing is used. These lines may be laid directly in the ditch bottom and backfilled with excavated material but they must maintain the desired slope to the point of discharge. e. Immediately prior to the placing of sand in the sand traps, a nine (9) inch vertical lip shall be cut around the edge of the trap. The outline of all the sand traps shall be approved or located by the GOLF COURSE ARCHITECT. At the same time the edging work is being done, the bottom of the sand traps shall be cleaned of all grass, debris and excess material from the trench excavation and trap edg- ing, and the bottoms shaped so that all areas drain to the tile lines. f. After the subgrade has been approved, the Contractor shall carefully dump the required amount of specified sand in the sand trap. Spreading of the sand shall not be required immediately, but shall be done by the Contractor after the surrounding area has germinated and the possibility of soil washing or blowing into the trap is virtually eliminated. 9. Sand for use in the traps shall be clean, hard grains of pure sand, as white as possible, free from gravel and containing a majority of particles from lmm to .25mm diameter particle size. The grade and quality of the sand shall be approved by the GOLF COURSE ARCHITECT prior to purchase. The Contractor shall provide a sand sieve analysis for the trap sand to be used. The results shall also indicate the following: a) Degrees dry slump; b) Degrees damp slump; c) Percent buried at dry angle; d) Percent buried at damp angle; e) Percent buried (flat and dry). .06 GREEN CONSTRUCTION a. The grading for the greens is drawn for the purpose of providing the Con- tractor with an indication of the sizes, shapes, and character of the proposed grading of the greens. The plans are to be used as a detailed guide but will be supplemented by the GOLF COURSE ARCHITECT through field direction. Mounds and green surface drainage shall be as indicated on the plans and /or as directed by the GOLF COURSE ARCHITECT to determine whether changes should be made. b. Refer to TECHNICAL SECTION - EARTHWORK outlining topsoil requirements and fill material for greens. c. Where fill material has been stockpiled at green sites, it shall be of suf- ficient quantity to permit shaping of the green to be built for that site. Should the GOLF COURSE ARCHITECT determine that additional fill is necessary, it will be taken from existing borrow areas by the Contractor. Rough grading of fill material shall be shaped into natural appearing mounds and swales without looking artificial. The GOLF COURSE ARCHITECT shall inspect all rough grading of the greens and approval will be given before final shaping begins. e. All greens must be staked at intervals not to exceed 20 feet around the per- imeter of the green, and at all spot elevations shown on the plan. Interior green stakes must be placed at all breaks in grade. GD4 e. Greens shall be shaped so that their lines and slopes will blend with the natural surrounding contours harmoniously. The mounds and swales shall be shaped into smooth, curving lines as shown on the plans and /or as directed by the GOLF COURSE ARCHITECT. The rolls and slopes of the surrounding mounds shall blend smoothly into and onto the putting surfaces of the greens. Molding of the greens shall be done with a tractor, no larger than a Caterpillar D -6. Since this work is critical, it must be done very carefully. It is not the type of operation in which a full blade can be utilized effectively. After the green shapes have been "roughed in in this manner, a small farm -type tractor, such as a Ford, together with an earthcavator or other suitable attachment shall be used to bring the sur- faces of all molded features into a smooth, uniform grade. Where, in the GOLF COURSE ARCHITECT'S opinion the sixe, shape, or slopes of the mounds and /or putt- ing surfaces of the greens require altering slightly in order to improve the de- sign or appearance, such alteration shall be done by the Contractor, to the satis- faction of the GOLF COURSE ARCHITECT, at no extra cost. f. Embankments for greens shall be uniformly compacted to prevent uneven settle- ment. g. Subgrades shall be rough graded before interior stakes are set. All stakes must be in place before the GOLF COURSE ARCHITECT and SUPERINTENDENT will approve the subgrades of subsequent base materials. The subgrade must be properly sloped to drain into the underdrain pipe system. The green subgrade shall be cut out of the rough shaped greens. The contours of the subgrade should conform to those of the proposed finish grade with a tolerance of plus or minus one (1) inch. The subgrade should be constructed at an elevation of sixteen (16) inches below the proposed finished grade. The subgrade should be com- pacted sufficiently to prevent future settling which might create water holding depressions on the putting surfaces. It will be noted that layers of material above the subgrade consist of four (4) inches of gravel and twelve (12) inches of greensmis. After settling, the total depth will be sixteen (16) inches. The Con- tractor must plan his quantities to take into account the compaction of materials to result in the above thickness. Aprons and collars around the completed base materials shall be carefully and ac- curately placed according to plan shape and grade. After the green subgrades and the surrounding slopes have been molded, shaped and compacted, they will be fine graded prior to the installation of the drain lines. No approval for tiling will be given by the GOLF COURSE ARCHITECT until the green and its subgrade have been compacted and fine graded to a point of removing all clods, rocks and chunks of material greater than one (1) inch in diameter. Some hand raking may be necessary to achieve this condition. Upon approval of this work by the GOLF COURSE ARCHITECT, drain tile lines shall be installed as directed. Ditches, a minimum of eight (8) inches wide and eight (8) inches deep. shall be cut.into the subgrade of the green. The ditch bottoms shall be cleaned and smooth- ed to uniform grade and all loose materials shall be removed from the ditch bottoms. All suitable material excavated from these ditches shall be removed from the greens' subsurface and spread uniformly over the backslope of the green. Some hand work may be necessary to accomplish this work. No lips shall be left on the trenches that would prevent water movement into the ditches. A leveling layer of drain tile bedding material of three eights (3/8) to one -half (1/2) inch diameter minimum part - cle size shall be placed in the bottom of the ditch. The drain tile shall then be GD5 installed on this gravel base so that the tile lines have a minimum fall of one (1) percent. Drainage tile shall be slotted corrugated plastic pipe. The upper ends of all main drain tile shall be equipped with a tee joint or elbow to the surface grade. This joint will be capped at its openings at the time of installation. This arrangement will enable the drain line to be flushed in the event of its becoming clogged. The ditches shall be filled to the level of the sub -grade with the same gravel. Carry -off lines shall be from the edge of the green putting surfaces to a suitable discharge area and all outlets shall be protected by expanded metal which should be spot welded to the pipe end (use 1/2" x 13 gauge flattened expanded metal) and, if necessary, a swale to permit proper discharge. It is not necessary for the carry -off lines to have the gravel base or to be backfilled with gravel if non -per- forated plastic pipe or drainage tubing is used. These lines may be laid directly in the ditch bottom and backfilled with excavated material, but they must maintain the desired slope to the point of discharge. The last six (6) feet of the carry - off line shall be galvanized c.m.p. or steel well casing of sufficient interior dimension to allow the corrugated plastic pipe to fit inside. The end of the pipe shall be cut at the end (minimum 2:1) to blend with the slope of the ground and all outlets shall be protected by expanded metal as described above to prevent animal entry Base material shall be furnished and placed as shown on the Drawings in uniform depth so that the finish grade shape of the green is again followed accurately. The entire putting surface subgrade shall be covered with a layer of washed pea gravel (see particle size specification under paragraph .02a MATERIALS, this Sec- tion) to a minimum thickness of four (4) inches. The Contractor shall be careful to follow the contour of the subgrade while laying the gravel, in order not to change the design of the feature. Grade stakes shall be positioned on both sides of the tile lines in order to maintain the desired contours and to serve as a guide for equipment operators in keeping heavy equipment from crushing tile lines. Appro- priate marks on the stakes will indicate correct gravel depths, thereby insuring greater accuracy. In accomplishing the work of laying the drain tile and the gravel layer, care should be taken to schedule the operations so that the ditches can be cut, tile installed and the four (4) inch gravel layer put on during the same working day so that no ditches, or_partially covered tile lines remain open to the elements. All work shall be done in a neat and orderly manner. h. Greensoil shall consist of sand and Canadian Sphagnum or Reed Sedge Peat thoroughly mixed in the proportions determined by soil testing to establish the proper mix composition. i. • After all drain tile and gravel is in place, a layer of topsoil mixture shall be installed immediately on top of the gravel base to a minimum compacted depth of twelve (12) inches. The topsoil mixture shall have a minimum percolation of ten to fifteen (10 -15) inches per hour after compaction in the standard USGA test. The material composition making up this topsoil mixture will be based on a physical laboratory analysis, performed by an approved soil testing laboratory and paid for by the Contractor. Their recommendation for proportions of material to be used must be adhered to. The Contractor will supply the results of this analysis to the GOLF COURSE ARCHITECT and each ingredient must be checked in the field prior to mixing. The materials will then be mixed off the green in a central location and the final mix must be submitted to the testing laboratory for a second recom- men:;,.ii n o f the testing laboratory, it shall be further modified and tested before GD6 placement on the greens. Approval of the greensmix by the GOLF COURSE ARCHITECT does not relieve the Contractor of the responsibility of maintaining a mixture of the proper blend (see paragraph "0" below). All required ingredients must be thor- oughly mixed and blended at a central location then hauled to the greens and dump- ed on the gravel surfaces. The mixture must be free and clean of all roots, sticks, stones and /or other objectionable material to the satisfaction of the GOLF COURSE ARCHITECT. It may be necessary for the mixture to be screened or shredded in order to meet these requirements for a finely pulverized seedbed mixture. The green soil mixture shall be dumped at the edge of the gravel base. If the greensoil is trucked to the green, the green apron shall be planked to pre- vent rutting and compaction of the apron. j. The loosely dumped greensoil shall be spread by a tracked machine no heavier than or with a track pressure greater than a caterpillar D -2. Spreading shall be done with the minimum possible amount of machine travel over the greensoil. k. The machine shall not be operated directly on the base material. 1. Great caution shall be maintained at all times in order not to disturb any of the subsurface drainage or the features related to the putting green surfaces. It is the Contractor's responsibility to insure a minimum soil mixture depth of twelve (12) inches over the entire green after settlement. m. Throughout the entire placing operation, the greensoil shall be raked and all rocks, roots, soil lumps, and debris removed. n. When the greensoil has been placed to its full depth, the green and adjoin- ing aprons shall be saturated with water. All depressions which hold water shall be filled and raked smooth to conform to the general shape of the green or apron. No ridges, depressions, or improper blending of grades will be allowed. o. The Contractor shall provide a minimum of two (2) soil tests from an approved soil testing laboratory of greenmix materials. The first test shall include the following (prior to mixing any components): 1. Sieve analysis of the sand only, corresponding to U.S. Sieve specifications. 2. Permeability of sand in inches per hour. 3. Organic content of peat. After this information has been determined, the following will be required of the mixed materials for an 80% sand /20% Sphagnum Peat or an 90% sand /10% Reed Sedge Peat. 4. Percent of Pore Space (non - capillary (large) and capillary (small)). 5. Permeability (inches per hour). 6. Water retention (at field capacity, % by weight). 7. Bulk density (gm /cm 8. Compression Factor (volume lost after firming mix). 9. Firmness after compaction. The Contractor shall identify the source and address of the location of the materials to be used so the GOLF COURSE ARCHITECT may visit the site(s). The second test will be required of the field mixed materials to the required ratios, hui placing any materials on the greens. The sample shall be a composite one, GUI taken from a number of locations within the pile of mixed material and combined together. This test shall include the following; 1. Mechanical analysis of sand /peat to determine the various particle size of sand fractions; total % of sand, silt and clay; and % of organic matter. P. For purpose of bidding, the Bidder shall assume a greens mixture ratio of 80% sand and 20% peat by volume if Sphagnum Peat is used, or 90% and and 10% peat if Reed Sedge Peat is used. These percentages may be changed as required by the results of the soil tests performed by the Contractor. .07 PONDS AND LAKES a. Ponds and lakes shall be graded to the depth indicated on the grading plans. b. The pond and lake floors shall be as level as practical and shall be cleared of all stumps, vegetation, or sharp objects. c. All shorelines shall be graded to the slope below water level as indicated on the drawings. d. Prior to excavation of the pond and lake areas, all topsoil shall be stripped and stockpiled, as herein before provided, if a shortage is expected. e. If gravel or loose rock is excavated from the pond sites it shall be dis- posed of in suitable fills such as fairway mounds, etc., and placed in a manner so that it will not interfere with the installation of the irrigation system. The material shall be covered by a minimum of two (2) feet of soil fill material. Ap- proval by the GOLF COURSE ARCHITECT of this procedure shall be necessary before commencing work on individual areas. f. Solid pieces of rock in excess of 12" shall be hauled to specified areas for use in dry walls and rip -rap. C08 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TECHNICAL SECTION UNDERGROUND DRAINAGE SYSTEMS .01 SCOPE OF WORK The work covered by this Section of the Specifications consists of furnishing all materials, labor, and equipment for the installation of storm drainage systems, including catchments, culvert pipes, swales, diversion ditches, and perforated drainage pipe, complete in accordance with this Section of the Specifications and the applicable drawings and subject to the terms and conditions of the Contract. This work shall include grading, trenching, excavation, bedding, and backfill for all piping and drainage appurtenances. .02 MATERIALS a. Pipe and joint materials shown in the Plans will conform to the following minimum standards: TYPE OF PIPE CLASS SPECIFICATION JOINTS Corrugated Metal 16 Gauge AASHO r"136 AASHO M136 Galvanized AASHO M190 AASHO M190 Corrugated Aluminum APS'!0 M197 AASHO M196 Polyvinyl chloride (PVC) Type 1, Grade 1 ASTM 1784 ASTM 03212 Corrugated Poly- ethylene Grade 4 ASTM 01248 Couplers (Type III) Class C Heavy Duty SCS Code 606 Sewer and Drain PVC ASTM 2729 Bell End b. Drain tile shall be four (4) inch perforated corrugated polyethylene tubing meeting SCS Code 606 and ASTM F449 Recommended Installation Practice, or four (4) inch perforated polyvinyl chloride (PVC). c. Bends, elbows, tees, wyes, and other fittings shall conform to the require- ments of the type of pipe specified. d. Reinforced Concrete Pipe. Reinforced concrete pipe shall conform to the Design Construction Standards & Specifications of the local governmental agency for reinforced concrete storm drain pipe. e. Flared End Sections. Reinforced concrete end sections shall be manufactured from the same materials used in concrete pipe. Details of manufacture and dimen- sions shall be approved by the GOLF COURSE ARCHITECT prior to delivery to the job site. f. Pipe bedding material for culver pipe shall be pit run material having the largest amount of 1/2" to 3/4" aggregate size as possible, or as per local municipal, governmental or supplier design construction standards and specifications Pipe bedding material for perforated drain tile in greens and traps shall be 1/2" minimum for PVC drain tile and 3/8" pea gravel for corrugated plastic pipe. UD1 .03 CONSTRUCTION REQUIREMENTS a. Perforated drain tubing shall be laid accurately to line and grade with the openings on the bottom (PVC drain tile), with a minimum slope of one (1) percent. b. Unless otherwise shown on the Plans, underdrains shall be placed on a level- ing layer of pipe bedding material. The pipe shall be bedded and covered with pipe bedding material to a point six (6) inches over the top of the pipe, where possible. The remainder of the trench shall be backfilled and completed as shown on the de- tail sheet. c. Rock encountered within the excavation shall be removed to a width equal to the outside diameter of the pipe plus 12 inches, and to a depth of 6 inches below the pipe. Backfill, to the foundation elevation, may be of approved material re- moved from elsewhere in the trench excavation. d. All junctions and turns shall be made with wyes, tees, and bends fabricated from the same material as the pipe. e. The upslope ends of all underdrain pipe shall be closed with suitable plugs to prevent the entry of soils. f. Pipe bedding material need not be compacted for tile drainage. g. Openings in perforated PVC pipe shall not be larger than 1/2 inch. Pipe with larger openings will not be accepted. h. All underground utilities such as telephone, electric, water, gas, sanitary sewer, storm, tile and drain lines, whether public or private mains or services, shall be repaired if damaged by the Contractor at no added cost to the OWNER. i. All drains to be free of silt, debris accumulation, or other obstruction and shall be flushed thoroughly in the presence of the GOLF COURSE ARCHITECT or SUPERINTENDENT. .04 EXCAVATION, TRENCHING, BEDDING AND BACKFILL a. General: The term "excavation" used hereinafter is defined as "unclassified excavation." Excavation of every description, regardless of material encountered within the grading limits of the project shall be performed to the lines and grades indicated. Excess material from the excavation not required for fill or backfill shall be wasted on the site at locations indicated by the GOLF COURSE ARCHITECT and shall be spread and leveled or graded as directed. Excavation and backfilling shall be performed in a manner and sequence that will provide drainage at all times. Grading shall be done as may be necessary to prevent surface water from flowing in- to trenches or other excavations, and any water accumulating therein shall be re- moved by pumping or by other approved methods. Sheeting and shoring shall be done as necessary to prevent surface water from flowing into trenches or other excavations and any water accumulating therein shall be removed by pumping or by other approved methods. Sheeting and shoring shall be done as necessary for the protection of the work and for the safety of the personnel. All shoring shall be in accordance with Section 7 of the Manual of Accident Prevention in Construction as published by the Associated General Contractors of America, Inc. UD2 b. Trench Excavation shall be by open cut and trenches shall be of the necessary width for proper laying of pipe. The banks of the trenches shall be as nearly ver- tical as practical. Care shall be taken not to over - excavate. No greater length of trench in any location shall be left open, in advance of the completed work, than shall be authorized or directed. During excavation, materials suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench to avoid overloading. c. Except as hereinafter specified for wet or otherwise unstable material, over - depths shall be backfilled with materials specified for backfilling the lower por- tion of trenches. Whenever wet or otherwise unstable material that is encountered in the bottom of the trench, as determined by the GOLF COURSE ARCHITECT, such mat- erial shall be removed to the depth required and the trench backfilled to the pro- per grade with coarse sand, fine gravel, or other suitable approved material. Special requirements relating to specific utilities are as follows: d. The width of the trench one (1) foot above the top of the pipe shall be such that the clear space between the barrel of the pipe and the trench wall shall not exceed eight (8) inches on either side of the pipe. The width of the trench above that level shall be as wide as necessary for sheeting and bracing for proper per- formance of the work. e. The bottom of the trenches shall be accurately graded to provide uniform bear- ing and support for each section of the pipe on undisturbed soil at every point along its entire length, except for the portions of the pipe sections where it is neces- sary to excavate for the proper sealing of the pipe joints as hereinafter specified. Depressions for joints shall be dug after the trench bottom has been graded, and, in order that the pipe rests on the prepared bottom for as nearly its full length as practicable, depressions shall be only of such length, depth and width as required for properly making the particular type of joint. f. Shoring shall be recovered in a manner to avoid damage or disturbance to the work and the excavation shall be free of forms and cleaned of trash. Approved soil material shall be placed in layers not exceeding six (6) inches in thickness, unless otherwise specified, and compacted to the same density as adjacent parent material. Each layer shall be uniformly spread, moistened, or dried by aeration when required, to the proper moisture content and uniformly compacted by hand or machine tampers, or by other suitable equipment. Backfill shall be brought to final grade unless otherwise indicated. Care shall be exercised to avoid any wedging action or eccen- tric action upon or against any structure and to avoid any disturbance or damage to the work. g. Lower Portion of Trenches: Backfill material shall be deposited in six (6) inch maximum thickness layers and compacted with suitable tampers to the density of the adjacent soil until there is a cover of not less than one (1) foot over the crown of the pipe or conduit. The backfill material in this portion of the trench shall consist of approved materials free from stones larger than three (3) inches in any dimension, except where the pipe is coated or wrapped for protection against corrosion, the backfill material shall be free from stones larger than one (1) inch in any dimension. h. Upper Portion of Trenches: The remainder of the trench shall be backfilled with material that is free of stones larger than six (6) inches in any dimension. kdO fill material under turfed or seeded areas shall be deposited in layers not ex- ceedinq twelve (12) inches and each layer shall be compacted to the density of the adjacent soi 1 . UD3 .05 STORM DRAINAGE CONSTRUCTION a. ' All lines shall be constructed true to line and grade as indicated. Trench- ing, excavation, bedding and backfill shall be performed as specified hereinbefore. All pipe which is found to be defective or improperly laid shall be removed from the construction and the portion of that line shall be repaired to the satisfaction of the GOLF COURSE ARCHITECT at the Contractor's expense. b. Each pipe shall be carefully examined before being laid, and defective or damaged pipe shall not be used. Proper facilities shall be provided for lowering sections of pipe into trenches. The laying of pipe shall proceed upgrade beginning at the lower end of the pipeline. Under no circumstances shall pipe be laid in water, and no pipe shall be laid when the trench condition or weather is unsuitable. All pipe shall be laid with tongue end in the direction of flow. c. Perforated Plastic Pipe shall be installed for the purpose of collecting seepage water from those areas in which spring water has been exposed to the sur- face by grading operations. Excavations of trenches to receive pipe shall be from the visible source of seepage extending to areas designated by the GOLF COURSE ARCHITECT. Depth of trenches shall be a minimum of three (3) feet with a minimum width of twelve (12) inches. A six (6) inch layer of crushed stone, of the same type used in green construction, shall be installed in the bottom of the ditches prior to the installation of pipe. Upper ends of the pipe shall be closed off and the trenches backfilled with gravel to within six (6) inches of the ground surface. Topsoil shall then be added to bring the ditch even with the surrounding grades. d. In lieu of headwalls, pipe shall be provided on both ends with flared end sections, type 5, with bands as manufactured by ARMCO as indicated on the plans. These sections shall be installed in accordance with the manufacturer's recommen- dations. Not all culvert or pipe urns require the flared end sections. e. The inverts of the swales shall be graded to a smooth and uniform grade in order to provide a constant flow of drainage with a minimum slope of one -half (.5) percent. Side slopes shall be blended into existing contours to insure proper mow- ing operations with no scalping or missing of ridges and depressions. Material ex- cavated from swales shall be used as fill in adjacent areas or as otherwise directed by the GOLF COURSE ARCHITECT. f. The GOLF COURSE ARCHITECT may require the Contractor to construct diversion swales to prevent surface run -off from damaging tees, greens, fairways, or other areas. These swales, when necessary, shall be designated by the GOLF COURSE ARCH- ITECT in the field. g. The GOLF COURSE ARCHITECT may also require the Contractor to construct swales in addition to those shown on the plans at any time during the course of construction. .06 PROTECTION OF WORK AND PROPERTY The Contractor shall take all necessary precautions to prevent any damage to exist- ing trees, foliage, plant materials and property outside the areas of work under this Section. .07 TRENCH SAFETY The Contractor shall supply a trench safety plan in accordance with OSHA and State requirements. UD 4 .08 FINAL APPROVAL All pipes and drains, at the time of final acceptance, shall be free of silt or debris accumulation or other obstruction. UD5 TECHNICAL SECTION SPRIGGING, FERTILIZATION AND SODDING .01 SCOPE The work under this Section of the Specifications consists of furnishing all labor, materials, and equipment to finish shape, pick rock, prepare seed -bed, sprig, fertilize, sod and mulch according to the Drawings, Specifications and directions of the Golf Course Architect (GCA) and Superintendent. .02 MATERIALS All materials shall conform to the following requirements: a. Sprigs shall be purchased from an established, reputable dealer, tagged to comply with the requirements of the mixture shown on the Drawings and /or in these Specifications and shall be approved by the GCA or Superintendent before use. Sprigs shall be certified as to purity of variety by the State Certifying Agency in the state of origin. A valid certificate shall be supplied to the Owner. b. Fertilizer shall be a commercial formula containing minor trace elements and shall conform to applicable State fertilizer laws. c. Water shall be suitable for irrigation and free from ingredients harmful to plant life. d. Topsoil shall be free from weeds, rock larger than 1" in diameter. concrete. roots, or other deleterious matter. e. Sod shall be Bermuda varieties as specified on the drawings or in the speci- fications. The sod shall be cut by an approved mechanical sod cutter to a thick- ness of not more than 1 inch, or less than 1/2 inch. f. Mulch shall be of wood fiber as manufactured by ConWed Corporation. Weyer - hauser Corporation or Pacific Timber Products. .03 FINISH SHAPING, ROCK PICKING AND SEED BED PREPARATION OF TEES, FAIRWAYS AND SLOPES a. The Contractor will take all necessary precautions to prevent damage to drain- age pipe, irrigation pipe, wiring, sprinkler heads, controllers, and under ground valve boxes previously installed. All pipes in the area of haul roads should be ramped with sufficient earth fill if necessary to prevent damage. Should any damage occur, it will be the Contractor's responsibility to repair the damage at his expense. b. All grades and contours previously established in the rough grading operation will be maintained and enhanced. Any damage or disruption to these grades or con- tours will be re- established by the Contractor. c. All areas compacted due to stroage or traffic shall be plowed or ripped if necessary to a minimum of 12 inches (watch out for irrigation lines), disced or h,irrowed, and dragged to match the texture of the other finished graded areas. SFS 1 d. The practice tee shall be treated in the same manner as regular tees. e. The practice fairway and adjacent rough shall be treated in the same manner as regular fairways and rough areas. f. Target greens shall be treated in the same manner as the fairways. 1. They should be shaped and located as indicated on the grading plans or as directed by the GCA. 2. They should consist of approved topsoil to a depth of at least 3 inches. g. The Contractor shall understand that the finish grading phase of golf course construction involves the most artistic and creative portion of the work, and the Contractor shall coordinate, cooperate and work closely with the GCA and Super- intendent to obtain the desired results. h. The finish grading operation shall begin after the irrigation and major drainage work is completed in a given area. The GCA and Superintendent will be notified prior to any finish work so that they may inspect all work to that point and aid the Contractor in scheduling the finish grading. i. The fairways shall be smoothed and floated by means of a tractor drawn board or pipe drag, steel mat, soil surgeon, or equal. All clods shall be thoroughly pulverized and all areas blended to existing grades. This shall insure that there are no spots which shall hold water and that the surface is such that a gang mower set at 1/2 inch in height will not scalp any area. j. Any vegetation, roots, rocks 1 inch and larger, sticks or other objectionable materials that are collected during this phase of construction shall be hauled to a designated area on site. k. Areas around irrigation heads, controllers. drainage lines and caps, restrict- ed areas around bunkers and greens that cannot be mechanically prepared shall be manually raked and smoothed. m. All finish grade work should provide a two (2) inch minimum depth of bedding soil (powder) for sprigging purposes. At the completion of the seedbed prepara- tion operation and prior to any grassing, the GCA and Superintendent shall be notified for inspection and approval. .04 GOLF COURSE GRASSING a. Materials. 1. Greens sprigs shall be certified 328 Tifgreen Bermuda grass. 2. Tee, Fairway, Rough Sprigs shall be certified 419 Tiffway Bermuda grass. 3. Sod for bunker edges and green collars shall be certified 419 Tiffway Bermuda grass. 4. All sprigs and stolens shall be fresh, high quality certified materials from a source acceptable to the Owner and GCA. The stock shall contain no weeds, soil, or other debris and shall not be dried out at the time of planting. Sprigs shall be Tiffway 419 Bermuda. SFS 2 5. The sprigs shall be harvested to facilitate separation and distribution. Sprigs shall average four to six (4 to 6) inches in length and carry at least four (4) nodes. The sprigs shall be planted within twenty -four (24) hours after their removal from the turf bed nursery. It shall be the Contractor's responsibility to protect the stolens, keeping them moist and out of the sunlight throughout the planting operation. b. Sprigging Tees, Tee Slopes, Fairways. Roughs and Greens Slopes. 1. No area shall be planted before the finish grading is 100% completed and approved by the Golf Course Architect and Superintendent. 2. No area shall be planted before the irrigation system within a given area is operable and has been approved by the Superintendent. 3. The Contractor shall carefully coordinate the grassing operation with the Superintendent being careful not to grass on any area to large or move so swiftly that a reasonable watering operation could not follow. Carelessness of the Contractor, as mentioned above, shall result in him being liable for the cost of additional sprigs and the replanting of the same. 4. The tees, Fairways. irrigated roughs and slopes of moderate angles shall be mechanically sprigged with a planter at a rate of 400 bushels per acre. The sprigs shall be planted to a depth where the soil moisture is stable, generally two (2) inches. The sprigs in a single row shall slightly overlap and under no circumstances be placed more than eight (8) inches apart. A bushel is defined as 1.25 CF or approx. 3 sq. yds of shredded sod. 5. All slopes of steeper degree, in which a mechanical planter would be unsafe to use, will be sprigged by hand, using the same rate of bushels per acre. The sprigs shall be pressed into the soil with a hand disc. .05 FERTILIZING a. Greens, tees and fairways shall be fertilized with the same fertilizer blend. About five (5) to seven (7) days prior to sprigging, the Contractor shall apply 32 -0 -0 at the rate of 136 pounds per acre over all areas and work into the soil. Within one day prior to sprigging, the Contractor shall apply 10 -20 -10 at the rate of 435 pounds per acre over all areas. This fertilizer need not be worked into the soil. b. A soil sample will be taken by the Owner approximately 30 days prior to application of the fertilizer. The fertilizer rates may be adjusted depending on the results of the test. c. Fertilizer must be dry and free flowing when applied. Caked or deteriorated materials will not be permitted. .06 SPRIGGING OF GREEN SURFACE a. Green surfaces will be hand sprigged at a rate of fifteen (15) bushels per 1,000 square feet (a bushel is defined as 1.25 cubic feet or approximately 3 square yard, of shredded sod). SFS 3 b. The area being sprigged as green surface will be defined by a sod outline of the green (see item .07 a.(Sodding around greens and bunkers). c. The sprigs will be certified Tiffgreen 328 bermuda grass. d. The Contractor will smooth float and prepare the surface of the green under the direction of the GCA and Superintendent prior to grassing. This operation will be accomplished by the use of a box blade, tripple board drag, soil surgeon or equal, drawn by a grading tractor. e. The Contractor shall drag and float the green from inside the putting surface outward bringing greenmix into the fringe area. Soil outside the putting surface shall not be dragged onto the greensmix. Such negligence will require the Contrac- tor, at his expense, to strip the greenmix of objectionable material and replacing with approved soil. f. All green traps shall be lipped to prevent surface runoff from the green from entering the trap. g. The GCA will work on site with the Contractor during the final floating of the greens to assure that the actual and entended contours are achieved. The GCA will approve each green prior to any grassing. .07 SODDING AROUND GREENS AND BUNKERS a. The perimeter of all greens and bunkers shall be sodded with a strip of Tiffway 419 bermuda sod to a width of twelve (12) to twenty -four (24) inches de- pending on slope severity. b. Sod will be secured by staples /stakes if necessary. .08 MULCHING a. A cellulose fiber hydromulch will be applied after sprigging and spread over the entire green surface at a rate of one (1) bale of mulch per 1,000 square feet. A bale of mulch is defined as 50 pounds. The mulch shall be as manufactured by ConWed Corporation, Weyerhauser Corporation or Pacific Timber Products. .09 SATISFACTORY GERMINATION /ESTABLISHMENT AND REPLACEMENT a. Sprig survival rate after fifteen (15) days shall not be less than eight (8) live sprigs per square foot. b. Sprigged areas which fail to show an adequate stand of grass within fifteen days shall be raked, refertilized, planted, and mulched at the Contractor's expense. SFS 4 IRRIGATION TECHNICAL SPECIFICATIONS SECTION I - MATERIAL - INSTALLATION 2.01 GENERAL (a) Contractor shall follow manufacturer's recommendations for instal- lation of this system. Care shall be taken to install all equipment within one foot of its staked location. (b) If, at any time prior to final acceptance of this system, it is found that the Contractor has failed to satisfy the requirements of the plans or specifications, or heads are moved from designer's staking operation,he shall be required to remove and relocate installation as directed at his own cost. 2.02 ORDER OF WORK (a) Staking of sprinkler heads (see Special Conditions) shall be co- ordinated with grading contractor. Installation shall proceed as directed following this staking. 2.03 ORDER OF WORK (a) Contractor shall furnish all materials and equipment necessary to complete this work as described herein, and designed on plans. Contractor shall assume responsibility for equipment until all of job, or portion thereof, has been accepted by Owner. Note: Any material furnished by the Owner shall be so listed in Section II Special Conditions. (b) Quality - - Materials used in the system shall be new and without flaws or defects of any type, and shall be the best of their class and kind. Materials shall have a minimum guarantee of one year against defective materials. (c) Handling and Storage - - Protect materials from damage, deterioration, or loss while in storage and during construction. 2.04 SLEEVING (a) Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle. (b) Sleeving material beneath pedestrian pavements shall be PVC Class 200 pipe with solvent welded joints. (c) Sleeving beneath drives and streets shall be corrugated metal pipe (CMP), (d) Sleeving diameter: equal to twice that of the pipe or wiring bundle. Section I. Page 1 2.05 PIPE AND FITTINGS (a) Storage: Do not subject plastic pipe and fittings to prolonged exposure to sunlight. (b) Mainline Pipe and Fittings: Use rigid, unplasticized polyvinyl chloride (PVC) AWWA C -900 approved pipe, extruded from material meeting the requirements of Cell Classification 12454A or 12454B, ASTM Standard D1784, with integral belled end. Use Class 100, SDR -25, rated at 200 psi, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use rubber - gasketed pipe for mainline pipe with a nominal diameter greater than or equal to four inches, and rubber gasketed cast iron or ductile iron with lubricant approved by the pipe manufacturer. (c) Submain pipe, Lateral Pipe, and Fittings: Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sani- tation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454 -A or 12454 -B, ASTM Standard D1784, with an integral belled end suitable for solvent welding. Use Class 160, SDR -26, tolerances established material ledger. Use Class 200, SDR -21, tolerances established material ledgers. rated at 160 psi, conforming to the dimensions and by ASTM Standard D2241 for pipe when called out in rated at 200 psi, conforming to the dimensions and by ASTM Standard D2241 for pipe when called out on Fittings for PVC pipe shall be Schedule 40, Type 1, PVC solvent weld fittings, ASTM Standards D2466 and D1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564, of a type approved by the pipe manufacturer. (d) Specialized Pipe and Fittings: Galvanized steel pipe: Schedule 40 galvanized steel pipe, ASTM Standard Al20. Fittings shall be galvanized, threaded, standard weight, malleable iron fittings. Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined to an iron -based metal (iron, galvanized steel, stainless steel). Service connection on 4" or larger to be made using CAL-AM saddles with 2" FIPT TAP. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 40 threaded fittings and PVC Schedule 80 nipples unless otherwise noted on details. Section I Page 2 Joint sealant: Use only approved type PVC pipe joint sealant on plastic threads. Use nonhardening, non toxic pipe joint sealant formulated for use on water- carrying pipes on metal threaded connections. • (e) Control Wire: Electric wire from the satellite control unit to each remote control valve shall be American Wire Gauge (AWG) No. 14 solid copper, Type UF cable, UL ap- proved for direct underground burial. Unless otherwise noted, electric wire linking the central control unit and satellite control units shall be American Wire Gauge (AWG) No. 14 solid copper, Type UF cable, UL approved for direct underground burial. Color: Wire color shall be continuous over its entire length. Use black white and green for 120 Volt power wire. Use easily distinguished colors for other control wires and signal wires, per plan call out. 2.06 VALVE BOXES (a) All boxes to be located at grade or 1/4" below grade to prevent possible mower damage. (b) See details and plan notes for boxes. It is important for maintenance that correct box is used with color code as called for. 2.07 GATE VALVES (a) (Main Line Valve - Valve shall be quality type as "Nibco ". Connection shall be ringtite with square operating nut. (See detail for box.) (b) 1 -1/2" or 2" Brass Gate Valve - Valve shall be all brass construction. Type as specified on plans. (See detail for box). 2.08 SPRINKLER, CONTROLLERS, REMOTE CONTROL VALVES (a) All threaded joints shall be installed with use of approved pipe mastic for P.V.C. (b) All heads shall be installed as per details. (c) Quick Coupling Valves - Contractor shall install Q.C.V. at locations as directed by the Irrigation Consultant. plan. Q.C.V. is to be installed as per detail. Quantity is as shown on (d) Automatic Controller - Brand and type as shown on plan. 1. Automatic sprinkler controller installation - install controller, housing and all accessories in strict accordance with the manufacturer's approved details and contract requirements. 2. Master /central controller shall be located as directed in field. (When required.) (e) Remote Control Valves - Brand and size as shown on plans. See details for box and installation. Section I Page 3 2.09 EXCAVATING AND BACKFILLING (a) Locations of existing utilities and other improvements on the drawings are approximate. Existing known conditions shall be the responsibility of the Contractor in case of damage. (b) If after the Contractor requests verification of existing utilities and existing utility is not pointed out by Owner's Representative, it shall remain the Owner's responsibility in case of damage. (c) Excavation - All excavation shall be open vertical construction sufficiently wide to provide ample working space around the work installed, and ample space for backfilling operations. (d) Rock Free - 4" of rock free material will be required above and below all main line piping. (e) Backfill - The Contractor shall place six (6) inches of rock -free backfill over pipe as soon after installation as possible. 24 -Volt wire shall be bundled and run in the trench with this backfill so as to be separate from main line pipe. Remaining trench backfill shall be rock -free material placed over wire. All unsuitable excavated material shall be immediately hauled from site and area cleaned and dressed to receive topsoil or landscaping. (f) Compaction - The Contractor shall compact all open trenches to eliminate later settlement. The compaction may be accomplished by means of flooding, but full responsibility for any settlement will rest with the Contractor and no extra compensation will be allowed for placing additional material to grade. Contractor shall be responsible for all settling of trenches for one year. (g) It is recommended that backfill be made first thing in the morning while pipe and soil temperatures are approximately the same. (h) Flushing and Testing - All pipe lines shall be thoroughly flushed before any heads are installed. When requested, test shall include pressure and leakage tests of sections of pipe as separated by line valves, at pressures not to exceed 150 pounds on gauge at low point of section or sections being tested. Designer shall determine proper pressure and the test shall be executed in accordance with recommendation of Johns - Manville Guide for Installation of Ring -Tite Pipe. (i) Final Backfill - After test is approved by Designer, the complete backfill of mains will be done with compaction by flooding method. Remove all material excess or unsuitable material for seedbed. 2.10 SLEEVING AND BORING (a) For pedestrian sleeving, install sleeving at a depth which permits the encased pipe or wiring to remain at the specified burial depth. (h) For highway sleeves (CMP), install sleeves a maximum of 36 inches from top of pipe to finished grade. Section I Page 4 (c) Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and mark with stakes. (d) Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. 2.11 ASSEMBLING PIPE AND FITTINGS (a) General: 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe ends. 2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. (b) Mainline Pipe and Fittings: 1. Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Rubber - Gasketed Pipe; (a) Use pipe lubricant. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. (b) Cast iron or ductile iron fittings shall not be struck with a metallic tool. Cushion blows with a wood block or similar shock absorber. 3. PVC Solvent Weld Pipe: (a) Use primer and solvent cement . Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. (b) Cure for 30 minutes before handling and 24 hours before allowing water in pipe. (c) Snake pipe from side to side within the trench. (c) Submain Pipe, Lateral Pipe, and Fittings: 1. Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: (a) Use primer and solvent cement. Join pipe ir the manner recommended by manufacturer and in accordance with accepted industry practices. (b) Cure for 30 minutes before handling and 24 hours before allowing water in pipe. (c) Snake pipe from side to side within the trench. Section I Page 5 (d) Specialized Pipe and Fittings 1. Galvanized Steel Pipe (a) Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. (b) Apply teflon -type tape or pipe joint compound to the male threads only. 2. Insert a dielectric union wherever a copper -based metal (copper, brass, bronze) and an iron -based metal (iron, galvanized steel, stainless steel) are joined. 3. PVC Threaded Connections (a) Use only factory- formed threads, Field -cut threads are not permitted. (b) Use only approved type pipe mastic. (c) When connection is plastic -to- metal, the plastic component shall have female threads. 4. Install CAL-AM saddles according to manufacturer's recommendations. 5. Make metal -to- metal, threaded connections with Teflon -type tape or pipe joint compound applied to the male threads only. (e) Thrust Blocks 1. Use cast -in -place concrete bearing against undisturbed soil on all ring -tire fittings and gate valves. 2. For concrete volume, see Johns - Manville Hand Book with size to soil type. 2.12 INSTALLATION OF CONTROL SYSTEM COMPONENTS (a) Irrigation Control Units The locations of the control units as depicted on the drawings are approximate; the Consultant will determine their exact site locations during sprinkler layout inspection. Lightning protection: Drive an 8 -foot copper -clad grounding rod into the soil (see installation details). If rock prevents driving, bury at least four feet deep. Connect control unit to grounding rod with AWG #10 solid con- ductor copper wire. Secure wire to grounding rod with brass or bronze clamp. Central control unit to be installed per manufacturers recommendation as called out in Special Conditions. (h) Control Wire Bundl, wires where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 10 - foot intervals. Section I Page 6 Electrical connection at valve will allow for pigtail so solenoid can be removed from valve with sufficient slack to allow ends to be pulled 12" above ground for examination and cleaning. See Details. Provide a 24 —inch excess length of wire in an 8 —inch diameter loop at each 90 degree change of direction, and at both ends of sleeves. Do not tie wiring loop. If a control wire must be splice, (or at solenoid connections) make splice with wire connectors and waterproof sealant, installed per the manufacturer's instructions. When splicing between satellites signal wires or 120 Volt power wires, an electrical junction box is required per detail. Unless noted on plans, install wire parallel with main line pipe. See Detail 2.13 RECORD (AS— BUILT) DRAWINGS (a) Maintain in good order, on site, one complete set of irrigation construction drawings which shall be updated on a weekly basis to reflect progress. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points. 2 14 CLEANUP (a) Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. Section I Page 7 End of Section I IRRIGATION SPECIFICATIONS SECTION II - SPECIAL INSTRUCTIONS 3.01 GENERAL These special instructions are to be considered as part of the specifications and where in conflict with any other part of these specifications are to supersede the same. 3.02 STAKING AND "AS BUILT" MAP (a) Contractor will supply all stakes and flagging needed for staking and layout as per Designer's request. (b) The Designer will be responsible for all staking and layout. Contractor shall furnish three (3) men to assist in this staking. (c) The Designer will make all decisions as to infield changes. (d) The Desginer will be responsible for the preparation of the "As Staked" plan and provide Contractor with copies of New Blue Line drawings within twenty four hours as as possible. (e) Contractor is to red line these blue line "As Staked Drawings" as he completes work in each area. This red line is to indicate where piping was installed showing all routing changes. Progress payments will be held up if this process is not kept up to date. 3.03 DEPTH OF COVER (a) Irrigation Main Line Pipe - That pipe 4" and larger will have a cover of 18" to 22 ". (b) Sub Main Line Pipe - That pipe 1 -1/2 - 2 - and 2 -1/2" supplying the valve in head sprinkler or R.C.V. "s shall have a cover of 12" to 16 ". (c) Lateral Piping - That pipe after the remote control valve supplying the individual sprinklers, shall have a cover of 10" to 14 ". (d) Wire - Wire depths and installation shall conform to local codes. 3.04 TRENCH WIDTH (a) Trenching in limestone area will require special consideration in trench width and backfill. (b) Trenching mainline will require Vermeer 800 type trenches with width requirements as follows: Pipe Trench Width 1- 1/2 "- 2 "- 2 -1/2" 8" 4" 12" 6" -8" 18" The need to provide space on both sides of the main in this hard limestone is for repair and installation. 3 . 0 5 BACK FILL (a) When sandstone /limestone is removed from trench and becomes fine liko dust, this material will not be permitted for bedding. (b) Bedding material will be supplied on site for Contractor to pick up and deliver to his trench side. This material will then be placed as _bedding, prior to pipe installation. After pipe is installed and shaded with good bedding material, final back fill can be mixed with limestone fines if less than 1 -1/2" in size. (c) In all cases it is understood if trench walls or bottom has exposed rock of any type, bedding will be completed with this outside bedding material prior to pipe installation to cushion from this rock. (d) All trenches shall be water settled for compaction. 3.06 POWER SUPPLY 120 VOLT FIELD CONTROLLERS (a) Two power sources are used with 120 Volt power coming from breaker box as provided at irrigation pump station. (b) Conduit required in concrete floor as detailed. Use flex cable or steel conduit where exposed in building to meet local electric codes. (c) Provide power stabilizer at each source as called for on plans. (d) Provide lightning protection at each clock as called for on plan. 3.07 CENTRAL PROGRAMMER (a) Irrigation Contractor is responsible to run pulse wire to maintenance building and locate in Junction Box outside of building. Wire hook up into building is by others. Irrigation Contractor is responsible to "ring out" pulse wire with manufacturers represenative, and is responsible for cost of any repairs to make pulse wire operable. 3.08 SETTING OF HEADS AND BOXES (a) Contractor shall be responsible for all pipe ditch settlement for one year after acceptance. (b) Contractor shall be responsible for all settlement of sprinkler heads and boxes, for 60 days after each area has been turned over and accepted for operation by the Owner. (c) Boxes will be set to finish grade and hand tamped with weighted hand held compactor. This tamping will be done when soil is moist - not wet. (d) Sprinkler heads will be set 1 - 1/2" - 2" above grade so as not to flood with mud. (e) Owner will be responsible to lower heads to grade. 3.09 CREEK CROSSINGS Creek beds as shown on plans generally have a rock bottom and will require special handling for crossing with pipe or wire. (a) Plans show crossings with a O1 or with a 02 . 1 shall be made with steel bedded in concrete per detail. 2 shall be made in 4" steel sleeve with solvent weld 90 per detail (b) All wire shall he in P.V.C. conduit located next to pipe. Pulse wire shill he in separate conduit for power wires. Sortinn TT P%i(O0 3.10 CLEAN UP (a) It is understood that rock exposed from trench excavation shall be removed and disposed of by the Irrigation Contractor. (b) Any rock left after back fill, and prior to finish grade work, shall be 2" in size or less. Failure to meet this requirement of clean up will result in work being performed by finish grade Contractor and back charged to Irrigation Contractor. (c) Irrigation Contractor shall be notified in writing if clean up requirements are not met, with twenty four to respond. 3.11 EXISTING UTILITIES (a) The location of any existing utilities is the responsibility of the Contractor to verify. The existing conditions shall be the responsibility of the Contractor in case of damage. (b) If Contractor request verification of utilities and is not advised it will be Owner's responsibility for repair. 3.12 ROAD CROSSINGS (a) All irrigation piping at road crossings shall have minimum of 36" of cover. Back fill shall be completely of sand with bedding 6" - 8" below and on both sides of pipe. (b) All wire crossing roads shall wire. 120 volt power, pulse wire, and 24 conduits. 3.13 PUMP STATION (a) Pump stations as detailed, shall PSI with all of the standard features as be in conduit sized to accommodate volt wires shall all be in separate be a skid unit as manufactured by called under their standard unit. (b) Wet Well shall be set as detailed with size and depth as on plans. (c) Inlet pipe shall be with rotating screen at inlet. Screen to be stainless steel with plastic frame or approved epoxy coated steel frame. Size as called on detail. (d) Pad shall be as sized on plan, with re -bar requirement to meet local code for type of building to be built by others. Pad footing requirement shall be confirmed by Owner as to building requirm't. Note:Conduit requirm't (e) Power shall be supplied by Owner with hook -up of same by others. (f) 120 volt power to field clocks shall be part of this work. (g) Setting of skid and hook -up of welded steel shall be as per detail. Paint exposed steel piping to match pump station. (h) Contractor shall be responsible for pump manufacturer to perform start up and written warranty will be for two years from date of purchase. Section II Page 3 3.14 WARRANTY (a) The Contractor shall warrant his construction to be free from defects in material and workmanship including the manner of installation for a period of one year following acceptance of final payment by the Owner to the Contractor. Provided, however, this warranty shall be enforceable only if the installation is properly maintained and operated under normal conditions and in accordance with manufacturer's instructions. The Contractor shall repair or replace immediately any part of his work which proves defective during the warranty period except such items which are expected to be used up or consumed in service. The Contractor warranty shall be in addition to the Contractor and surety obligations under the Performance Bond. (b) Changes in sprinkler locations shall be made in the field due to the contour and tree locations. Due to these conditions, it shall be the Contractor's responsibility to achieve the basic coverage as outlined on the plan. This is not to mean any additional heads shall be required to be installed under this contract price, but if additional pipe or wire is required, due to these condi- tions, the Contractor shall install and furnish it at no additional cost to the Owner. Extra heads or deletion of head count as found on these plans shall be handled as unit price additions or deductions. (See Bid Form for Measured Sum Units.) (c) All agreements for alterations, changes,omissions from "extras" or additions to the work shall be made in writing and bear the Designer's written approval. (d) It shall be the contracting installer's responsibility to report to the Owner or the Designer of any deviations between mechanical drawings, speci- fications, and the site. Failure to do so, prior to the installing of equipment, resulting in replacing and relocating the equipment, shall be done at the Con- tractor's expense. (e) The Contractor warrants to the Owner, the Architect, the Construction Manager, and any person who now or hereafter owns the property involved that all materials and equipment furnished under this Contract and incorporated in the work will be new unless otherwise specified, and that all equipment, materials and work will be of good quality, free from faults and defects and in good conformance with the Contract Documents. All equipment, materials and work not so conforming to these requirements, includ- ing substitutions not properly approved and authorized, may be considered defective. If required by the Architect or the Construction Manager the Contractor shall furnish satisfactory evidence as to the kind or quality of materials and equipment. 3.15 SUPPLIER'S RESPONSIBILITY The Owner or the Contractor, (Purchaser, as the case may be) will be res- ponsible for the warranty and service of all equipment provided by them respectively after the installation thereof, and to the extent that they shall be respectively responsible as aforesaid, they will, at their own expense, cause the supplier to do and perform the following: Section II Page 4 1. Supplier will make periodic calls on the project during installation to see that the Contractor is following the manufacturer's recommended instal- lation procedures. 2. Supplier shall agree to local service and spend necessary time with maintenance to insure full understanding of operation and maintenance. 3.16 SUBSTITUTION OF MATERIALS (a) In the event the Contractor wishes to substitute a product that he believes to be an equal product to the product as specified in the Contract Documents, and that in his opinion meets all the mechanical, material, and operational requirements of the products, as specified, he shall submit (along with the required shop drawings) a letter stating, (1) the qualifications of such product over the product as specified, and (2) his reasons for requesting the substitution in lieu of the product as specified, and (3) the credit the Contractor will offer to the Owner if such substitution be formally accepted as an equal to the product specified. (b) It is to be noted that any Contractor submitting a formal bid on this work will submit his bid using only the materials as specified in the Bid Documents. Material substitutions will be considered only after the signing of the Contract. (c) Submittals must be made prior to signing of the contract. 3.17 MATERIALS (a) Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, construction water, tools, equipment, temporary light, temporary power, transportation and other facilities necessary for the completion and execution of the work. Unless otherwise specified, all mater- ials incorporated in the permanent work shall be new and of good workmanship and good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. 3.18 SUPERINTENDENCE (a) The Contractor shall, at all times when work is being done, have on the site as his agent a competent superintendent capable of interpreting the Plans and Specifications, and experienced in the type of work being performed, who shall receive instructions from Don K. Burns and comply with them without delay. Such superintendent shall be furnished regardless of the amount of work sublet to Subcontractors. (b) The superintendent shall not be replaced without written notice to the Owner's Representative. • (c) Any employee of the Contractor of Subcontractor whose work is deemed by Don K. Burns sufficiently incompetent to jeopardize the work or safety of other employees or the public, shall be dismissed from the work upon written notice from Don K. Burns to the Contractor. Section II Page 5 3.19 TESTING Contractor Responsibility: (a) Notify the Consultant three days in advance of testing. (b) Pipelines jointed with rubber gaskets or threaded connections may be subjected to a pressure test at any time after partial completion of back - fill. Pipelines jointed with solvent - welded PVC joints shall be allowed to cure at least 24 hours before testing. (c) Subsections of mainline pipe may be tested independently, subject to the approval of the Engineer. (d) Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. (e) Volumetric Leakage Test: 1. Cap risers for volumetric pressure tests. Back fill to prevent pipe from moving under pressure. Expose couplings and fittings. 2. Purge air from the pipeline before test. 3. Subject mainline pipe to the anticipated operating pressure of 150 PSI at tested section low points for two hours. Maintain constant pressure. The amount of additional water pumped in during the test shall not exceed 0.98 gallons per hour per 100 joints of four -inch diameter pipe and 1.45 gallons per hour per 100 joints of six -inch diameter pipe. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the Consultant approves the test results. 3.20 RULES AND REGULATIONS (a) Work and materials shall be in accordance with the latest edition of the National Electric Code, Uniform Plumbing Code as published by the Western Plumbing Officials Association, and other applicable state or local laws or regulations. Nothing in these Drawings or Specifications is to be construed to permit work which would not conform to these codes. 3.21 PLACING WORK IN SERVICE (a) If desired by Owner, portions of the work may be placed in service when completed and the Contractor shall provide proper access for this purpose. Such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction throughout the duration of this Contract and thereafter as provided under the guarantee. Section II Page 6 3.22 COORDINATION WITH OTHER CONTRACTORS (a) The Contractor shall coordinate his work with that of other Contrac- tors and public utility companies or their subcontractors in order to minimize any inconveniences, conflicts and delays. 3.23 TREE AND SHRUB PROTECTION (a) The Contractor shall exercise great care to protect and preserve all trees and existing groundcover within the vicinity of the work -site which are outside of the areas designated for clearing and /or grading and all trees within the clearing and grading areas designated to remain. The Contractor shall per- form the work without taking access through any tree cover to remain except for those locations established by Don K. Burns. The work includes the installation by Contractor of piping within areas where trees and ground cover is designated to remain. Such work shall be done in ways which minimize damages to such trees and groundcover. Section II Page 7