Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2001-R0442 - Contract For The Extension Of Wesport Access Road - Allen Butler Construction - 10_11_2001
Resolution No. 2001-RO442 October 11, 2001 Item No. 77 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a contract for the extension of the Westport Access Road, ITB #215-01/LR, by and between the City of Lubbock and Allen Butler Construction, Inc., of Ransom Canyon, Texas, and related documents. Said contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 11th day of October , 2001. ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Victor Kilman Purchasing Manager APPROVED AS TO FORM: William de Haas Contract Manager/Attorney gs:L:/ccdocs/Allen Butler Const.res Oct. 2, 2001 r-+ POND CHECK BEST RATING LICEN;AWTBY EXAS DATEJ CITY OF LUBBOCK SPECIFICATIONS FOR EXTENSION OF THE WESTPORT ACCESS ROAD ITB #215-01/RS FAA AIP NO. 3-48-0138-23-01 A Oily V/Aeamem(Ptaptoss„ r CITY OF LUBBOCK Lubbock, Texas r"* CITY OF LUBBOCK INVITATION TO BID FOR TITLE: EXTENSION OF THE WESTPORT ACCESS ROAD ADDRESS: LUBBOCK, TEXAS BID NUMBER: 215-01/RS ACCOUNT NUMBER: 9939.8304.20000 FAA AIP NUMBER: 3-48-0138-23-01 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 1. 2. �., 3. 4. r-, b. 6. 7. 8. 9. .■* 10. j: 11. 12. 13. NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL LIST OF SUBCONTRACTORS INSURANCE REQUIREMENT AFFIDAVIT PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIAL PROVISIONS SPECIFICATIONS INDEX r NOTICE TO BIDDERS R. 1. NOTICE TO BIDDERS ITB #215-01/RS Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 3:00 o'clock p.m. on September 20th, 2001 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project with a budget amount of $1,069,590.00: EXTENSION OF THE WESTPORT ACCESS ROAD After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 o'clock p.m. on September 20th, 2001 and the City of Lubbock City Council will consider the bids on October 11th, 2001 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds within fifteen (15) days after notice of award of the contract to him. The bid bonds of all bidders shall be retained until after the award of contract is made. The bid bond of the successful bidder shall be retained until the contract is fully executed by all parties, the receipt of all necessary insurance certificates, and the posting of performance and payment bonds. The failure of the bidder to accept an award and file acceptable insurance certificates and required bonds within 15 days after notice of award shall be just cause for cancellation of the award and forfeiture of the bid bond to the City of Lubbock as liquidated damages. Award may then be made to the next lowest responsive and responsible bidder. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non - mandatory pre -bid conference on September 11th, 2001 at 10:00 o'clock a.m., Lubbock International Airport - AMBASSADOR ROOM, Lubbock, Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13th Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100 non-refundable charge per set. Plans and specifications may be obtained through Parkhill, Smith & Cooper, 4222 85th St., Lubbock, TX 79423, Phone: (806) 473-2200. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's account number. CONTINUED NEXT PAGE - ii Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Victor Kilman Purchasing Manager L. GENERAL INSTRUCTIONS TO BIDDERS r- P'" GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish EXTENSION OF THE WESTPORT ACCESS ROAD per the attached specifications and contract documents. Sealed bids will be received no later 3:00 p.m. CST, September 20th at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #215-01/RS EXTENSION OF THE WESTPORT ACCESS ROAD" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 10:00 a.m. September 11th , 2001 in Lubbock International Airport - AMBASSADOR ROOM, Lubbock. Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may Y- request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the r Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than ten (10) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. r 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CON FIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 CONFLICT OF INTEREST 8.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock in regard to this bid. 8.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. P" 9 CONTRACT DOCUMENTS 9.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 9.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 10 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge. The contract documents may be examined without charge as noted in the Notice to Bidders. 11 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 11.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than ten (10) calendar days before the bid closing date. A review of such notifications will be made. 12.1 The construction covered by the contract documents shall be fully completed within 180 (ONE HUNDRED EIGHTY) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 12.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the ►, progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 14 AFFIDAVITS OF BILLS PAID The City of Lubbock, prior to final acceptance of this project, requires the Contractor to execute an affidavit that all �r+ bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. !9" 3 15 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 16 GUARANTEES 16.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 16.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 16.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 16.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 17 PLANS FOR THE CONTRACTOR The Contractor will be furnished ten (10) sets of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 18 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A swom statement of the current financial condition of the bidder. (c) Equipment schedule. (d) A letter, on Contractor and Subcontractor insurer's letterheads, stating the Worker's Compensation Insurance Experience Rating for Contractor and Subcontractor. 4 (e) If, after award of contract, the Contractor adds or substitutes subcontractors, then an insurer's letter stating the Worker's Compensation Insurance Rating shall be provided to the City for each added or substituted subcontractor. 19 TEXAS STATE SALES TAX 19.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and the private utility owner, as applicable, at Contractor's expense. 21 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 22 EXPLOSIVES 22.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of �-^ the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. !�- 22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 22.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or �- below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 23 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the ,.- work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. '" 5 24 INSURANCE 24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided thirty (30) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation against the city. The Contractor shall procure and carry at his sole cost and expense, through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 24.2 The insurance certificates furnished shall name the City of Lubbock (the City) as additional insured. It shall be the contractor's responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 25 LABOR AND WORKING HOURS 25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 25.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 25.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 25.1.3 A longer workweek is authorized under Section 01140 — Work Restrictions of the specifications. — 25.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 25.3 In any event, if a condition should occur or arise at the site of this project or from the work being done — under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each r— calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 27 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 28 PREPARATION FOR BID 28.1 The bidder shall submit his bid in duplicate on forms furnished by the City or electronically reproduced by the bidder. Forms electronically reproduced by the bidder must be identical in every respect to the forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. Bidder's bid submittal must be in duplicate and must include the following: ■ Bid Submittal Form ■ List of Subcontractors �^ 0 City of Lubbock Insurance Requirement Affidavit ■ Bid Bond v DBE Requirements (See Section 32.3 Below) 28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 28.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner (The City does not accept bids by fax. However, there are companies in Lubbock that will receive, seal, and deliver faxed bids. These companies are listed in the Yellow Pages under Mailing Services. Bids delivered using this service must be delivered on -time and addressed as specified in the Notice to Bidders and endorsed on the outside of the envelope in the following manner.): 28.3.1 Bidder's name 28.3.2 Bid for [title]. " 28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. �* 28.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. A.. 29 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders (b) General Instructions to Bidders (c) Bid Submittal Form and "Exhibit A" (d) Statutory Payment and Performance Bonds (e) Contract 7 (f) General Conditions of the Agreement (g) Special Provisions (h) Technical Specifications (i) Insurance Certificates 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 30 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) Worker's Compensation Experience Rating. 31 BID AWARD 31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. 31.2 The City reserves the right to accept the Total Base Bid and Alternate Bids in any order or combination that serves its best interests. The low bid shall be determined on the price combination of the Total Base Bid and any accepted Options. 31.3 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 31.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 31.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 31.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 31.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 31.7 The successful bidder must satisfy the City as to the bidder's ability to perform the work and meet all contractual obligations set forth in the contract to be executed. 32 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS 32.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to submit bids and Will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. 32.2 A DBE is defined as a small business concern which is at least 51 % owned and controlled by one or more socially and economically disadvantaged individuals, or in the case of any publicly owned business, at least 51 % of the stock of which is owned by one ore more socially and economically disadvantaged individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. 32.3 Good Faith Efforts (Information to be submitted) City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of responsiveness. Each solicitation for which a contract goal has been established will require the bidders/offerors to submit the following information with its bid as a condition of responsiveness: 1. The names and addresses of DBE firms that will participate in the contract; 2. A description of the work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm participation; 4. Written and signed documentation of commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; 5. Written and signed confirmation from the DBE that it is participating in the contract as r^ provided in the prime contractor's commitment; and 6. If the contract goal is not met, evidence of good faith efforts. 32.4 Demonstration of good faith efforts The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are found in Attachment 7 of the Airport's DBE plan, http://purchasing.ci.lubbock.tx.us/vendor.htm . The following personnel are responsible for determining whether a bidder who has not met the contract goal has documented sufficient good faith efforts to be regarded as responsive: Persons assigned to evaluate bids or proposals as specified on the City's "Request to Solicit Competitive Bids or Proposals — Procurement Document Submittal Form." We will ensure that all information is complete and accurate and adequately documents and bidder's good faith efforts before we commit to the performance of the contract by the bidder. 32.5 Administrative reconsideration Within 10 days of being informed by City of Lubbock that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Victor Kilman, Purchasing Department, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The reconsideration official will not have played any role in the original determination that the bidder did not make/document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. We will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation. e�* 9 32.6 Good Faith Efforts when a DBE is replaced on a contract City of Lubbock will require a contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. The City will require the prime contractor to notify the DBE Liaison Officer (DBELO) immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a termination for default proceeding. 32.7 Counting DBE Participation The City will count DBE participation toward overall goals as provided in 49 CFR 26.55. 32.8 Certification The DBELO will use the certification standards of Subpart D of part 26 and the certification procedures of Subpart E of part 26 to determine the eligibility of firms to participate as DBEs in DOT -assisted contracts. In addition, the Department of Aviation has approval from Citibus, the City's transit authority and the Affirmative Action and Contract Compliance Division of the City of Houston, Texas to assist in applying certification standards. To be certified as a DBE, a firm must meet all certification eligibility standards. The City will make their certification decisions based on the facts as a whole. 32.9 Process The City's certification application form and documentation requirements are found in Attachment 5 of the Airport's DBE Plan. For information about the certification process or to apply for certification, firms should contact: Mark Earle, Director of Aviation, Lubbock International Airport, Rt. 3 Box 389, Lubbock, Texas 79403, 806/775- 3126, mearle(@mail.ci.lubbock.tx.us. In the event the City proposes to remove a DBE's certification, the City will follow procedures consistent with 26.87. Attachment 6 to the Airport's DBE Plan sets forth these procedures in detail. To ensure separation of functions in a decertification, the City has determined that the Purchasing Manager will serve as the decision maker in decertification proceedings. The City has established an administrative "firewall" to ensure that the Purchasing Manager will not have participated in any way in the decertification proceeding against the firm (including the decision to initiate such a proceeding). If the City denies a firm's application or decertifies it, the firm may not reapply until 12 months have passed from our action. 32.10 Certification Appeals Any firm or complainant may appeal the City's decision in a certification matter to DOT. Such appeals may be sent to: Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 71h St., SW, Room 2104, Washington, DC 20590. The City will promptly implement any DOT certification appeal decision affecting the eligibility of DBEs for all DOT -assisted contracting (e.g., certify a firm if DOT has determined that our denial of its application was erroneous). 32.11 "Recertifications" The City will review the eligibility of DBEs that the City might have certified under former part 23, to make sure that they meet the standards of Subpart D of part 26. The City will complete this review within four years beginning October, 1999. In order to comply with requirements of re -certification each currently certified DBE the airport works with as well as any new applicant for certification will be required to submit a Statement of Personal Net Worth as shown in Exhibit 9 of the Airport's DBE plan. 10 For firms that the City has certified or reviewed and found eligible under part 26, the City will review their eligibility every five years following the date of their certification. These reviews will include the following components: 1. The City of Lubbock will require that the firm complete a new DBE Certification Form. 2. The City of Lubbock may use on -site visits where necessary to make proper determinations. 3. The City of Lubbock will use any discretion to certify a firm on reliance of the decisions made by DOT or another recipient, to make an independent certification decision based on additional documentation provided by another recipient or to require the applicant to proceed through our application procedure without regard to the action of the other recipient 4. City of Lubbock reserves the right to determine recertification procedures on a case -by -case basis. 32.12 "No Change" Affidavits and Notices of Change The City will require all certified DBEs to inform the DBELO, in a written affidavit, of any change in its circumstances affecting its ability to meet size, disadvantaged status, ownership or control criteria of 49 CFR part 26 or of any material changes in the information provided with the DBE's application for certification. The City will also require all owners of all DBEs the City has certified to submit, on the anniversary date of their certification, a "no change" affidavit meeting the requirements of 26.830). The text of this affidavit is the following: 1 swear (or affirm) that there have been no changes in the circumstances of [name of DBE firm] affecting its ability to meet the size, disadvantaged status, ownership, or control requirements of 49 CFR part 26. There have been no material changes in the information provided with [name of DBE]'s application for certification, except for any changes about which you have provided written notice to the City of Lubbock under 26.83(I). [Name of firm] meets Small Business Administration (SBA) criteria for being a small business concern and its average annual gross receipts (as defined by SBA rules) over the firm's previous three fiscal years do not exceed $16.6 million. The City will require DBEs to submit with this affidavit documentation of the firm's size and gross receipts. The City will notify all currently certified DBE firms of these obligations by newsletter or direct mail beginning October, 2000. This notification will inform DBEs that to submit the "no change" affidavit, their owners must swear or affirm that they meet all regulatory requirements of part 26, including personal net worth. Likewise, if a firm's owner knows or should know that he or she, or the firm, fails to meet a part 26 eligibility requirement, the obligation to submit a notice of change applies. 32.13 Bidders List �•, The City of Lubbock will create a bidders list, consisting of information about all DBE and non -DBE firms that bid or quote on DOT -assisted contracts. The purpose of this requirement is to allow use of the bidders list approach to calculating overall goals. The bidders list will include the name, address, DBE/non-DBE status, age, and annual gross receipts of firms. The City will collect this information in the following ways: a notice in all solicitations and direct request to firms quoting on subcontracts to report information directly to the DBELO. The City of Lubbock will work closely with all prime bidders in order to collect necessary information of all firms who quote to them on contracts. 32.14 Monitoring Payments to DBEs ,.. The City will require prime contractors to maintain records and documents of payments to DBEs for three years following the performance of the contract. These records will be made available for inspection upon request by any authorized representative of the City of Lubbock or DOT. This reporting requirement also extends to any certified DBE subcontractor. The City will keep a running tally of actual payments to DBE firms for work committed to them at the time of contract award. The City will perform interim audits of contract payments to DBEs. The audit will review payments to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds the dollar amounts stated in the schedule of DBE participation. r% 11 32.15 Reporting to DOT The City will report DBE participation to DOT annually on Form 4630, as modified for use by FAA recipients. 33 Veteran's Preference It shall include in all contracts for work on any project funded under the grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Veterans of the Vietnam eraand disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 34 Confidentiality The City will safeguard from disclosure to third parties information that may reasonably be regarded as confidential business information, consistent with Federal, state, and local law. The City of Lubbock will maintain efforts to be consistent with the law as set forth in: the Freedom of Information Act under USC: Title 5. The relevant text is found in § 552(b)(2) and (4). The City of Lubbock will interpret these parts as policy to refuse the release of and access to, any information deemed to be related solely to the internal personnel rules and practices of an agency; or as trade secrets and commercial or financial information obtained from a person and privileged or confidential. Further, in compliance with USC: Title 18 § 1905 concerning the disclosure of confidential information: The City of Lubbock will not publish, divulge, disclose or make known in any manner or to any extent not authorized by law any information coming to us in the course of employment or official duties or by reason of any examination or investigation made by, or return, report or record made to or filed with the City of Lubbock, which information concerns or relates to the trade secrets, processes, operations, style of work, or apparatus, or to the identity, confidential statistical data, amount or source of any income, profits, losses, or expenditures of any person, firm, partnership, corporation, or association; or permits any income return or copy thereof or any book containing any abstractor particulars thereof to be seen or examined by any person except as provided by law. Notwithstanding any contrary provisions of state or local law, we will not release personal financial information submitted in response to the personal net worth requirement to a third party (other than DOT) without the written consent of the submitter. 35 Non Discrimination Clause The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 36 Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Lubbock. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock. This clause applies to both DBE and non -DBE subcontractors. The City of Lubbock will require that all contractors comply with the Texas Government Code 2251.022. Chapter 2251 of the Texas Government Code generally defines past due dates and provides for payments for goods and services to vendors, general contractors, and subcontractors. Failure to comply with the provisions of Texas Government Code Chapter 2251 include the right to charge interest on overdue - accounts and right to collect attorney's fees in the event of formal administrative or judicial action to collect an invoice payment or interest due. A copy of Texas Government Code 2251.022 is attached as Attachment 8 in the Airport's Disadvantaged Business Enterprise Plan. 12 37 Monitoring and Enforcement Mechanisms The City will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest conduct in connection with the program, so that DOT can take the steps (e.g., referral to the Department of Justice for criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment or Program Fraud and Civil Penalties rules) provided in 26.109. The City also will consider similar action under our own legal authorities, including responsibility determinations in future contracts. The City of Lubbock WILL REQUIRE CERTIFICATION that work contracted with a DBE is actually performed by the DBE. We may follow up this certification by conducting on -site evaluations to monitor the performance obligated in the contract. In the event of non-compliance with the DBE regulation by any participant in our procurement activities, the City of Lubbock shall be entitled to pursue any and all remedies allowed by the laws of the State of Texas and the Federal Government. Such remedies may include, but not necessarily be limited to, the following: a. Civil action, in a court appropriate jurisdiction, for breach of the contract. Such damages may be set forth in the contract as predetermined damages, consequential damages arising out of the breach and/or specific performance. b. Criminal prosecution may result from the commission of fraud or other criminal activity on the part of a party to the contract. In the event that a crime is perceived to have occurred, the city may refer the case to the appropriate law enforcement or prosecutorial authority for further action. In such event the .•. city anticipates cooperating with such agency in the investigation and prosecution of a criminal case. P_ OR 13 BID SUBMITTAL P" BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: #215-01/RS - EXTENSION OF THE WESTPORT ACCESS ROAD Bid of TP �� 11A �,Q C ��7-� � (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a EXTENSION OF THE WESTPORT ACCESS ROAD, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated in Exhibit "A". The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this bid. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 180 (ONE HUNDRED EIGHTY) consecutive P. calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $300 (THREE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on ..+ which he has bid; as provided in the contract documents. 1 r "., Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with thi � Cashier s Check or Certified Check for Dollars ($ a Bid Bondi , e sum of Dollars ($ ), whit it is a all be collected and retained by the Owner as liquidated damages in the - event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATT T: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date """ Addenda No. Date Addenda No. Date Addenda No. Date Datel.�-—� atote c p L.oae Fax: ��`~�— M1WBE Firm: Woman I I Black American I Native American Hispanic American I I Asian Pacific American I Other (Specify) 2 PROPOSAL CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT EXTENSION OF THE WESTPORT ACCESS ROAD 2001 TO: The Mayor and City Council City of Lubbock Lubbock, Texas Gentlemen: Pursuant to the foregoing Notice To Bidders, the undersigned Bidder hereby proposes to do all work and famish all necessary superintendence, labor, machinery, equipment, tools, and materials, and whatever else may be necessary to complete all work upon which he bids, as provided by the attached specifications and shown on the plans, and binds himself on acceptance of this proposal to execute a Contract and Bonds according to the accompanying forms, for performing and completing the said work within the time stated, and furnishing all required guarantees, for the following prices to -wit: sm Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID !d 1. 1 Contractor mobilization including insurance, bid LS bond, performance bond, move -in and move -out costs, for the lump sum price of: t.r � D ✓ � � .� a Dollars and _Cents ^' The total amount for Item 1 consists of: Materials: $ 0.2 - Labor $ ; I 01272301 PROPOSAL PROP-1 1 ow 08/01 0 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 2. 1,935 Remove and dispose of existing bituminous SY surface and granular base course material, complete, for the unit price per square yard of: 3. jr J Dollars and �� : <� Cents ($ d- ) The total amount for Item 2 consists of: Materials: $ Labor $ 1 Miscellaneous site modifications including work LS at the Federal Express Facility and demolition and reconstruction of an existing concrete valley gutter from the fence to the back of curb and gutter, complete, for the lump sum price of: LC 5e, k, -j4e e Lj Dollars and r ✓.dents ($ -7 ?"J The total amount for Item 3 consists of: Materials: $ '� Labor $ (, $ /57 b v 01272301 O8/01 PROPOSAL PROP - 2 0-0 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 4. 1 Remove and reinstall gate number 25 and all *- LS associated support posts, complete, for the lump sum price of: U.ke4 . ,�. Dollars and �Mb Cents ) The total amount for Item 4 consists of: Materials: $� (� Labor $ �� 5 5. 4,250 Remove the existing 6-foot chain link perimeter LF fencing, complete, per linear foot: C�1(� Dollars and Cents ($ 1 , C ) The total amount for Item 5 consists of: Materials: $ k 5 = , 5-D ,., Labor $ � , J -5 --? , 7�-y 6. 1 Temporary soil erosion and siltation control, LS complete, for the lump sum price of: (� ( (�, c t t�^��� � P.�'L Dollars and AO Cents ($ , E)C7 ) .� The total amount for Item 6 consists of: $ 5U r Materials: $�7'�53/50 Labor $ 01272301 PROPOSAL PROP-3 08/01 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 7. 19,105 Excavation, grading and subgrade preparation, SY complete, for the unit price per square yard of: ,l1 ( e -P-- Dollars andl'`Lf Cents ($ 7) The total amount for Item 7 consists of: Materials: $ Labor $ / 7 �01, 5 L) 8. 22,845 Excavation and grading in unpaved areas, SY complete, for the unit price per square yard of: 10 /q y} Dollars an47 5, Cents ($ L ) The total amount for Item 8 consists of: Materials: $ Labor 01272301 PROPOSAL r- 08/01 PROP-4 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 9. 7,130 Concrete curb and gutter, 24-inch section, LF complete in place, for the unit price per linear foot of: J /K_ Dollars and; nts ($ The total amount for Item 9 consists of: Materials: $ 2`�, Labor $ l , 10. 880 Portland Cement Concrete Paving, 8-inch SY thickness, complete in place, for the unit price per square yard of: Dollars C and rem Cents ($ ✓ - ) The total amount for Item 10 consists of: f � Materials: $ ( e--> `(: 'S'S Labor $ $7>)�1�1s�CG 01272301 PROPOSAL 08/01 PROP-5 I r Item Quantity No. & Unit Description of Item and Unit Price Total Amount 11. 155 Portland Cement Concrete Riprap, 4-inch �., SY thickness, complete in place, for the unit price per square yard of. ,`4_ �p ✓ ✓� Dollars and "? Cents ($ q , O ) The total amount for Item 11 consists of: $ Z 5 . Cam' J Materials: $ u Labor $ 12. 1 Remove the existing concrete dumpster pads and LS construct a new dumpster pad, complete, for the lump sum price of: y'Ar, Dollars and Cents ($ ) The total amount for Item 12 consists of: 7 Materials: $ Q Labor $ 13. 17,520 Flexible base course, 10-inch thickness, complete, SY for the unit price per square yard of: z77' x � � re - Dollars and Cents ($ 7) The total amount for Item 13 consists of: Materials: $ ., Labor $ L 01272301 PROPOSAL 08/01 $ 0 w+ Item Quantity No. & Unit Description of Item and Unit Price Total Amount 14. 1,135 Flexible Base Course, 6-inch thickness, complete �. SY for the unit price per square yard of: �O t, Dollars . ll and C Cents ($ The total amount for Item 14 consists of: $ (J Materials: $ S -3 7 5 Labor $ 'S S 3 • `7 S- 15. 2,565 Hot mix asphaltic concrete pavement, Type C, TON 2-inch thick, complete in place for the unit price per ton of. L) Dollars and ��C:ents The total amount for Item 15 consists of: $ `% l� Materials: $ Labor $ (7 �i- 01272301 PROPOSAL PROP-7 08/01 r Item Quantity .P% No. & Unit Description of Item and Unit Price Total Amount 16. 4,560 Bituminous prime coat applied at the rate of 0.30 GAL gallons/square yard, complete, for the unit price per gallon of: (,)C E Dollars and tom` Cents ($ The total amount for Item 16 consists of: Materials: $ Q (7 Labor $i' S U 17. 1,520 Bituminous tack coat applied at the rate of 0.10 GAL gallons/square yard, complete, for the unit price per gallon of: 0,1 t? Dollars and r� J - q.. , Cents ($_t The total amount for Item 17 consists of: Materials: $ C, : 3 D Labor $ r, 7 -O U 18. 1,860 Traffic marking, 4-inch wide, complete, for the LF unit price per linear foot of: f_ 1 w a Dollars and 'Cents ($ ) The total amount for Item 18 consists of: Materials: $ + �' ,• Labor $ -7, $ 4, � j -IL ., 01272301 PROPOSAL PROP-8 08/01 p a" Item Quantity No. & Unit Description of Item and Unit Price Total Amount 19. 4.5 Seeding and Fertilizing, complete, per acre: ACRES .v v 1'(� �� ('2 (��r��C Dollars E and Cents ($ v ) .• The total amount for Item 19 consists of: $ �' J Materials: $ ?S "7 7./ Labor $ �J 20. 3,630 Construct new chain link perimeter fencing, .P, LF complete, per linear foot: Dollars and I�-ents ($ .� The total amount for Item 20 consists of: Materials: $ Labor $ 01272301 PROPOSAL PROP-9 08/01 I 0" P. Item Quantity No. & Unit Description of Item and Unit Price Total Amount 21. 1 Roadway illumination, as per plans and LS specifications, complete for the lump sum price of: M11 % c�,� tiL,z-` �i(,� Dollars and Cents ($ G3 U 1 . ' 0 ) The total amount for Item 21 consists of: $ �u ) Materials: Labor $ �-F �� O .-7 TOTAL BASE BID (Items 1 through 21, inclusive) Breakdown of Materials and Labor incorporated into the project: ■ Total Materials to be incorporated into the project ■ Total Labor, superintendence, equipment, supplies, etc., as necessary to construct the project. TOTAL BID (must agree with total Base Bid above) „l% 01272301 PROPOSAL 08/01 PROP - 10 Item Quantity No. & Unit Description of Item and Unit Price Total Amount ADDITIVE OPTION A Al 1 Roadway illumination, as per plans and LS specifications, complete for the lump sum price of: .�. l �N a✓l �� J� Su,�.�c�l t h e �'` `l p Dollars and Cents ($ 5q, C : e-f The total amount for Additive Option A consists +1 of. - Materials: $ U �" Labor $ 1 ��� 4-1 TOTAL BASE BID + ADDITIVE OPTION A $ �� ADDITIVE OPTION B B 1 1 Roadway illumination, as per plans and LS specifications, complete for the lump sum price of: � -�- � �. v� r ) �1 l . C �C � Dollars and Cents ($ The total amount for Additive Option B consists $ 'rt"S e� 3' ) of: Materials: $ ll, � Sc�� 3 .3 d Labor $_I _2o o . C) D TOTAL BASE BID + ADDITIVE OPTION B r• 01272301 PROPOSAL PROP - 11 08/01 G@ .•, Item Quantity No. & Unit Description of Item and Unit Price Total Amount ADDITIVE OPTION C C 1 1 Roadway illumination, as per plans and LS specifications, complete for the lump sum price of: i/Ct,^tz. N/ C--Dollars and 5, k--k Cents ($ The total amount for Additive Option C consists $ �-( -7, of: I l Materials: $ Labor TOTAL BASE BID + ADDITIVE OPTION C n-� Breakdown of Materials and Labor incorporated into Additive Option A: ■ Total Materials to be incorporated into Additive Option A $7)s L- q , `a ■ Total Labor, superintendence, equipment, supplies, etc., as necessary to construct Additive Option A. $ Stu a TOTAL ADDITIVE OPTION A (must agree with total shown above) Breakdown of Materials and Labor incorporated into Additive Option B: ■ Total Materials to be incorporated into Additive Option B $ a' / 3,7 -o ■ Total Labor, superintendence, equipment, supplies, etc., as necessary to construct Additive Option B. $ ,.., TOTAL ADDITIVE OPTION B (must agree with total shown above) $ `15 16 —1 Breakdown of Materials and Labor incorporated into Additive Option C: a-• • Total Materials to be incorporated into Additive Option C $ J ■ Total Labor, superintendence, equipment, supplies, etc., as necessary to construct Additive Option C. $ , TOTAL ADDITIVE OPTION C (must agree with total shown above) $ Ll 1 O 01272301 PROPOSAL PROP - 12 08/01 CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT EXTENSION OF THE WESTPORT ACCESS ROAD BID SUMMARY SUBTOTAL BASE BID (Items 1 through 21, inclusive) SUBTOTAL ADDITIVE OPTION "A" SUBTOTAL ADDITIVE OPTION "B" SUBTOTAL ADDITIVE OPTION "C" TOTAL BASE BID AND ADDITIVE OPTIONS "A", "B", AND "C" j)�_��� $ C 4, � $ $ U `7, LO (� (� $����� 01272301 08/01 PROPOSAL PROP - 13 e LIST OF SUBCONTRACTORS Minority Owned Yes No 1. f��/lC%' 2. n J 3. z 4. 6. ❑ ❑ '. 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ r, Note: Bidders/Offerors shall provide the information required in Section 32.3, General Instructions to Bidders either on this form or on company letterhead attached to this form. 3 r^ P" CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. l Contractor (Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: (Print or Typed 11 WORKER'S COMPENSATION EXPERIENCE RATING: , z2 For states that do not participate in the National Council on Compensation Insurance Rating, attach a letter from your insurance company that verifies their worker's compensation rating is equivalent to the National Council on Compensation Insurance rating. -^ - I CONTRACTOR'S FIRM ADDRESS: Name of Agent/Broker:�---I_ Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone Number: Agent/Broker Email Address:_ Date: 1 6J NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. 0" BID #215-01/RS - EXTENSION OF THE WESTPORT ACCESS ROAD 4 BID OR PROPOSAL BOND PM KNOW ALL MEN BY THESE PRESENTS: That we, Allen Butler Construction, Inc. (hereinafter called e Principal), as Principal, and WASHINGTON INTERNATIONAL INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of Arizona, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Texas as Surety, are held and firmly bound unto City of Lubbock, Texas (hereinafter called the Obligee) in the just and full sum of ------------------------------ Five Percent of Greatest Amount Bid --------------------------- Dollars ($ -------- (5%)------------ ) lawful money of the United States of America, for the payment of which well and truly to be made, we hereby bind ourselves and each of our successors and assigns, jointly and severally, firmly be these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit the Obligee a bid or proposal for the Extension of the Westport Access Road .. in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void: otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 20th day of September 20 01 BDB 600201 Allen Me 4on,,C. By WASHINGTON TERNATIONAL I CE CO PANY n By.-� Kevin unn Attorney In Fact r- - - 1T IS PROHIBITED TO PHOTOCOPYTHiS DOC[JMENT -. " GROUPNAS SURETY NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under r� laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the city of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin Dunn, Cara D, Hancock, Fred Davis, Harold D. Biaggeli jointly and / or severally Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by �., law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION ($10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of r�* Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24e of March, 2000: "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company, and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaldng or contract of surety to which it is attached" IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25 day of 7ULY , 20 00. North American Specialty Insurance Company Washington International Insurance Company e,.�o�oR1r o SEAL u ? 19" ewF�c �'2'•?HAUP -��� Y': By Daniel G. Gibson By Steven P. Anderson moo'` 1510NA( COPPORATEt i. SEALARM /F$` State of Illinois County of Cook ss: OFFICIAL S9AL MY oo�MM�NRf7VAn.EiO�H�W . e. Yasmin A. Patel, Notary Public 5 day of MY 20,_Qn. before me, a Notary Public personally appeared and Daniel G. Gibson Steven P. Anderson personally know to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. I Robert T Cate , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. '^ IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 10 t bday of September 200 001 . Robert I. Cate r BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That we, Allen Butler Construction, Inc. (hereinafter called e Principal), as Principal, and WASHINGTON INTERNATIONAL INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of Arizona, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or .• undertakings required or authorized by the laws of the State of Texas as Surety, are held and firmly bound unto City of Lubbock, Texas (hereinafter called the Obligee) in the just and full sum of ------------------------------ Five Percent of Greatest Amount Bid --------------------------- Dollars ($ -------- (5%)------------ ) lawful money of the United States of America, for the payment of which well and �., truly to be made, we hereby bind ourselves and each of our successors and assigns, jointly and severally, firmly be these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit the Obligee a bid or proposal for the Extension of the Westport Access Road in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. .� NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void: otherwise to be and remain in full force and effect. 0" IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 20th September 20 01 day of Allen Butler Construction, Inc. By 0&" ,., WASHINGTON_,INTERNATIONAL I CO PANT e By BDB 600201 Kevin unn Attorney In Fact IT IS PROHIBITED TO PIIOTOCOPYTHIS DOCUMENT NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the city of Itasca, "* IlIinois, each does hereby make, constitute and appoint: Kevin Dunn, Cara D. Hancock, Fred Davis, Harold D. Binggeli jointly and / or severally Its true and lawful Aitomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION ( S10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held ,., on the 24`L of March, 2000: "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing Such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25 day of IDLY 20 00, North American Specialty Insurance Company Washington International Insurance Company r4jF- By e �? SEAL �'m �'c CORPORATEt�r" _ � — DanielG.Gibson e� SEAL m .,HA MntS��a3 &QNtU11 By Steven P. Anderson State of Illinois County of Cook ss: '^ OFFICIAL SEAL. YASMIN A PATEL nvrwwr naua, rrAtu os M.uuor �'w'OOAMM�IOM W�11[ttOMlRga • . Yasmin A. Patel, Notary Public day of JULY 20 n0 . before me, a Notary Public personally appeared and Daniel G. Gibson Steven P. Anderson nersonally know to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. I. Robert I. Cate , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2 0 t hday of September 20 01 , ��� C,1orr/ .• Robert I. Cate No Text P" Bond No. 177 444 0 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021 (a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and North American Specialty Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight hundred sixty one thousand, eight hundred four & 10/100-------------- ------------ ------------------- Dollars ($ 861,804.10--- ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11th day of October , 2001 , to Bid #215-01/LR - Extension of the Westport Access Road W, and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said saw contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Section 2253.021 (a) of the .,, Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 16th day of October 2001 North American Specialty Insurance Company Allen Butler Construction, Inc. Surety Principal *By: BY Kevin Dunn Attorney -In -Fact (Title) By: (Title) By: (Title) W" v- r P" The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. North American Specialty Insurance Company Surety x By: ., Kevin Dunn , Attorney -In -Fact Approved as to form: City of Lubbock City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing ,�.that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. P" V" PHOTOCOPYIT IS PROHIBITED TO DOCUMENT �., NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International 0" Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the city of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin Dunn, Cara D, Hancock, Fred Davis, Harold D. Binggelijointly and / or severally Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION ($10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of an Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 20 of March, 2000: "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power OR of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any ORR certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached" IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their +A official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25 day of R1LY 20 00. North American Specialty Insurance Company .., Washington International Insurance Company `+��puUa�utrrniii�i ++t'''p t0NAL "`o� . • Q�p�G�ptJTy�Piii�i . ,gip t1 S s s d? GOP°Rir G' SEAL = ° = Daniel G. Gibson Bw=2 1973 w?0= =r£ SEAL •o= &S" ARM /�� b�rutgr N��` By Steven P. Anderson.. derson �............•�� �� State of Illinois County of Cook ss: o mctAL SEAL VASM iY A PATEL MY OONNM�gN CO'l1�EiiO�f/r02 . Cow kLyhomft Yasmin A. Patel, Notary Public 25 day of XLY 20 M , before me, a Notary Public personally appeared and Daniel G. Gibson Steven P. Anderson nersonally know to me, who being by me duly sworn, acknowledged that they signed the .� above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. I, 'Robert I. Cate , the duly elected Assistant Secretary. of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. "^ IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 16 thday of October .20 O 1 Robert I. Cate PERFORMANCE BOND 0.• Bond No. 177 444 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021 (a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and North American Specialty Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight hundred sixty one thousand, eight hundred four & 10/100 ----------------------------------------------- Dollars ($861,804.10----- ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11th day of October , 2001 , to Bid #215-01/LR -Extension of the Westport Access Road -, and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall e be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021 (a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 16th �^* day of October 2001 North American Specialty 1padtance Company Allen Butler Construction, Inc. Surety Principal * By: By: Kevin Dunn , Attorney -In -Fact Allen Butler, President (Title) By: (Title) By: (Title) MML_.: The undersigned surety company represents that it Is duly qualified to do business In Texas, and hereby designates Kevin Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. North American Specialty Insurance Company Surety E, *By:, Kevin Dunn Attorney -In -Fact Approved as to Form City of Lubbock Ci y Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing ^� that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. MMU—:1 IT IS PROHIBITED TO PHOTOCOPY THIS DOCUMENT NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY ,., ASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International �* Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the city of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin Dunn, Cara D: Hancock, Fred Davis, Harold D. Binggeli jointly and / or severally iwv Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contractor suretyship executed under this authority shall exceed the ..� amount of TEN MILLION ($10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24`s of March, 2000: "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company, and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and m the future with regard to any bond, undertaking or contract of surety to which it is attached." IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their .,, official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25 day of NLY , 20 00. North American Specialty Insurance Company SON% Washington International Insurance Company `Q}u JTIY gyp��/ s e_ �oltS' Rir v B Pie 51 AL r y 'o = CORpURAIE� p?. 1973 r�'m= Daniel G.Gibson "ns 'SEAL 1�'= 3W�3'Zyso` 'may .j r, s AA¢WtA f a� %y NA 1 aJam.' ,.:''Y// 6/�r" .' b��+...:.«+•' ty�.` /,,/��mO1ltlttrllNU��\�� . By Steven-P. Anderson . ,, �9"'••,.* n•• �,,• State of Illinois County of Cook ss: OFFICIAL SEAL YA%r"N A PATEL Yasmin A. Patel, Notary Public 25 day of RILY 20 n0. • before me, a Notary Public personally appeared and Daniel G. Gibson Steven P. Anderson personally know to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. I, 'Robert I. Cate , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. ^" IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 16 thday of October 20 01 s+, Robert I. Cate 0 IMPORTANT NOTICE 7o obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 ow FAX # (512)475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. CERTIFICATE OF INSURANCE ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYY) ,M 10/16/2001 'RODUCER (915) 570-3456 FAX (915) 570-3450 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Gallagher Inwest ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 110 N. Marienfel d St. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 330 Midland, TX 79701 INSURERS AFFORDING COVERAGE INSURED Allen Butler Construction, Inc INSURER A: Bituminous Casualty Co r"' #24 S. Lakeshore Drive INSURERS: Bituminous Casualty Co. Ransom Canyon, TX 79366 INSURERC: The Texas Fund (CompGroup AGC) INSURER D: INSURER E: •n�iooer_oc 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DDlYY POLICY EXPIRATION DATE MM/DD/Yl LIMITS GENERAL LIABILITY CLP3101193 12/01/2000 12/01/2001 EACH OCCURRENCE $ 1,000,000 '7 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ 100,000 CLAIMS MADE I A I OCCUR MED EXP (Any one person) $ 51000 A PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 liar GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 2,000,000 POLICY PROJECT LOC AUTOMOBILE LIABILITY CAP3101399 12/01/2000 12/01/2001 COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ 1,000,000 X BODILY INJURY $ ALL OWNED AUTOS B SCHEDULED AUTOS (Per person) X BODILY INJURY $ "°! HIRED AUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS LIABILITY CUP2531129 12/01/2000 12/01/2001 EACH OCCURRENCE $ 5,000,000 X OCCUR CLAIMS MADE AGGREGATE $ �A $ $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND SF1074270-3 12/01/2000 12/01/2001 X I TNORYLIITS OER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT 1 $ 500,00 OTHER CLP3101193 12/01/2000 12/01/2001 $250,000 any one item Rented/leased A quipment $600,000 per occurrence N DESCRIPTION OF 0PERATIONSILOCATIONSEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS roject: ITB #215-01/RS Extension of the Westport Access Road - Lubbock International Airport 12 dditional Insured & Waiver of Subrogation included on General & Auto Liability policies in favor of ertificate holder as required by written contract. Waiver of Subrogation included on All policies in Ifavor of certificate holder as required by written contract. � . .tK 11rIl.A I r- MULUrK ADDITIONAL INSURED; INSURER LETTER: l.A1V VeLL.A l ivry SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF LUBBOCK BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY PO BOX 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. LUBBOCK, TX 79457 AUTHORIZED REPRESENTATIVE Ron Stroman CIC ASG ACORD 25-S 171971 ©ACORD CORPORATION 1988 W" IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000 "^ LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at ., the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-ComplOp AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protectiv, Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or In case there is no legal requirement, In less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of insurer) By: Title: CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; JO- (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the govemmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 2 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see r� reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage 1 showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor. (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.❑ a .� 3 CONTRACT r CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 11T" DAY OF OCTOBER, 2001 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and ALLEN BUTLER CONSTRUCTION, INC. of the CITY OF RANSOM CANYON, COUNTY OF LUBBOCK and the STATE OF TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #215-011LR - EXTENSION OF THE WESTPORT ACCESS ROAD - $861,804.10 t and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of the Agreement. The CONTRACTOR hereby agrees to commence work within five (5) days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. +• ATTEST: Secr'etary v APPROVED AS NTENT: wner's Representa ve APPROVED AS TO FORM: Ci Attorney ATTEST: Corporate Secretary ' C" CITY LUBBOCK, TEXAS By: MAYOR CONTRACTOR: ALLEN BUTLER CONSTRUCTION, INC. By: PRINTED. NAME: N 1 p COMPLETE ADDRESS: Allen Butler Construction, Inc. 245 S. Lakeshore Drive Ransom Canyon, Texas 79366 am No Text b GENE$ ...,XWW4•!"-�'rSK'aUl.at.x ...tnwv 'ti .. RWa,4eX.n...: :+..4uaYw. ..Y4ue .,n... R;4L CC�t`IDll�t'xC± 1. OWNER—' r. Whenever the word Owner, orY Ftrst Ptarty, are used in this contract, it shall be' understood as referring to the City of , Lubbock, Texas. �." 2: CONTRACl`OR':_ Whenever the .word Contractor, or Second Party, is used, it shall be understood to mean the'�person persons, co= partnership or corporation; to wit ALL: M*UTLER 40-K71IM0. who has agreed o perr`orm the work _ embraced in this contract, or their le al representative. 3, OWNER'S" RE�RESENT l�....:..... Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as refertific o, City of Lubbock, or its representative, H. DAVID"JONES;"OEPU"IY Dt`RECTbF�.�'so d'esignatedwh"o` . ..a... will inspect constructions; or to such other representatives, supervisors; architects, engineers, or inspectors as i may be. authorized by said Owner to act in any particular under this agreement..Engineers supervisors or �._. , . inspectors will act for the Owner under the direction of'iwner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. E a 4. C NT ACT DbCUl1�lEN'TS he contract's T• . , , . . documents shall consist of the Notice to Bidders, .General Instructions to Bidders, Bid Submittal Form includin "'ExhibitA", Si" `ned Contract Statutor Bonds General Conditions of the A reement, Special . 9. 9 Y 9 P . a--:_ Provisions, Technicai Specifications, Plans,t Insurance Certificate, and all other documents made available to Bidder for inspec ion in accordance with the Notice to Bidders The above described materials are sometimes referred to herein as the "contract" or "contract documents" � 5. INTERPRETA71~ON CSFP "S`.E.S..:�.�....n�::.,...� :.. .. «..,. m .w« ....,,. pa,ws,vx,:—.,..y Whenever the words "Directed," "Permitted," "CSesi nated,�`� e "red 'Considered Necessar ""Prescriibed," or 9 G Y words of like import'are used,y it shall be understood that the direction, requirement, permission, order, designation ., orprescrrption of the Owner's`Representative is intended, and similarly, the words "Approved;" "Acceptable," e .,. "Satisfactory,""or words of ike im}�ort shall mean approved by or acceptable or satisfactory to the Owner's .- Representative. 6. SUBCONTRACTOR The term "Subcontractor; as`employed"herein, includes "only those having a direct contract with themConteactorfor" " p ' pt p act documents. Owner shall have no performance of work on the project contem lated'bythese contra l responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these.contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. Written notice shall bedeemed to have been duly served if delivered in person to the individual or to a member of -:: the firm or to an officer. of the corporation for whom it is intended, or if delivered at or sent certified .mail to the last business address known to the party who gives the notice. 8. .....".—CONTRA CT 4 Unless otherwise stipulated, the Contractor shall provide and'pay for all materials, supplies; machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other "covered facilities necessary for the execution and completion of the work by the contract documents. Unless No Text "conciusive in tno absence of written opiection to same aeiiverea to owners Kopresentauve witnin Tirteen (10) capp.!pys 0 . any decision - or "d d Owner's Representative. In the absence of timely written objection _.p f directl6r0iy 7 by Contractor, as provided herein, any and all objection or objections shall be deemed waived. F: fW�� SUIPMNTENDENCE'AND INSkCTIOW.', ne' ill e a , n 'h y authorized"t6 appoint from ifisagreedbythe ontra6torfi"66-` that te b"""'i'd is ereb' time f6time such subordinate engineers, supervisors, or inspectors as the said Owners Representative may deem proper .6 inspect the materials " furnished and the work ,done under this'Aareement, and to see that said ffiiiiiiial'is' furnished and said :work is done in accordance with the specifications therefore.. The Contractor shall d W-6 f6qbi���ordinate ..' sor$ oi t rs for the furnish all „reasonable aid an assistance engineers, 6uperVE rJnspec o If b if�i666f Me work rk The Contractor obey the directions and 0 r inspection and examiner imp _he. Wo e ont r regard and -inete7ii4kin i nf nnv Qi ihnrrnnfP Prninpp- - 41inPrv-Qnrq nr inwip-trm wy nnnnintpri when qi jrh dirpefinnq and 64tkAddft DUTY AND'S , UPER . I�t�" E , N , D " EN , CE' on'theWork, during its progress, a competent superintendent and any necessary assistants, all satisfactory wner's The superintendent hall represent he in its absence and all direct s. p sencoi .. ons n to superintendent shall b binding as if given to -the Contractor. It is expressly agreed that adequate Nision bycompetent and reasonable representatives of the Contractor .ontracto.r.isles..seln.t-ial...tq,ltlq,.proper performance e work. and lack of such supervision shall be grounds for suspending operations of the Contractor. Inn= No Text No Text 27: PROTECTION AGAINST ACCIDENT EMPLOYEES AND"THE P�BL�IC_iMDgC�ENr' AL INIUEMNIfY No Text No Text of the poriodectsthe Contractohown on the Cmust po os current-q certificate of coverage`ends during the p to the end of the coverage period, file a new le of coverage with the governmental entity showing that coverage has been extended. rtractor shall obtain from each person providing services on the project, and provide to the Sentity ,+ a .. w ,., ...I. a certficate of coverage, prior to that person beginning work on the project, so the gove rtm"an OM' enrity will have on file certificates of coverage showing coverage for all persons provtdmg services on the project, and 55 no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of IdMfVd ends during the duration of the project itractor shall retain all required certificates of coverage for the duration of the project and Oar thereafter. x itractor shall notify the governmental entity in writing by certified mail or personal delivery, days after the Contractor knew or should.have known, of any change that materially he pro4ision of coverage of any person providing services on the project t r x`i „rr n f s,n x � f tractor shall post on each project site a notice, in the text, form and manner prescribed by as WorkeWCompensation Commission, informing all persons providing services on the hat they are required to be covered, and statinq how a person Mavverify coveraqe and No Text M i S' d No Text ctor shall defend all suits or plplms.for infringement of any -patent or copyrights and shall indemnify and agentsie and all of its and employees harmless from any loss on account thereof, except vner . shall -1 defend all such I su its—arid.,cla.l.ms'and shall be responsible for all such loss when a particular Vic material or process orthe product of a particular manufacturer or manufacturers is specified or d in these contract documents by Owner; provided, however, if choice of alternate design, device, material -'dts is a owed to the Contra r, then Contractor shall indemnify and save Owner, and all of its officers, and harm ess from.any loss on account thereof. Notwithstanding anything herein to the e material or process specified or required by Owner and/or this contract is an infringement, the cior,shall be, responsible for such loss.uni-ess it gives written notice of such infringement to the Owner's Tentative prior tobidding. kvvb ANU UKUINANur-b ie Contractorshall at all ,times observe and comply with all federal, state and local laws, ordinances and buia tions, which in any manner affect the contract or the work, and without limiting, in anyway, manner or form, Ond6m ril"providedib C6nt ct6r in 1. paragrap h 27 1 hereof, Co- l. 11 1�! 1 11 and y Contractor ntra ' ctor shall indemnify and save harmless the Nnpr, andall of its officers, agents, and employees against any claims arising from the violation of any such ��:ordinances, and regulations, whether.by the Contractor, its employees,.or subcontractors. If the Contractor iserves that the plans and specificau6ni's are at variance therewith, he shall notify the Owner's Representative in Iting prior to idding and any necessary changes shall be adjusted as provided in the contract for changes in the irk In the absence of timely written notification to Owner's Representative of such variance or variances within lid time; any objection and/or assertion that the plans d specifications are at variance with any federal, state or al Laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors rforni any work contrary to such laws, ordinances,'rules and regulations, and without such notice to the Owner's presentative, Contractor shall bear^all costs arising refrom. le Owner is a m[mlcipal corporation of the State of Texas and the law from which ii'derives its powers, insofar as, a same regulates the objects for which, or the manner in which, or the conditions under which the Owner may' iter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as ough embodied he*6eln,.:,: 1'3 No Text No Text No Text x is Contract If the matters set forth in the notice of dispute are not granted or otherwise responded to by Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, actions shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Representative, shalt be final and conclusive In the absence of fraud. It is further agreed that the ice by the Contractor of the„final payment shall be a bar to any and all claims of the Contractor, and e 'a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's nfative, by Contractor. „ he Owner may employ such force of men, and use of machinery, equipment, tools, materials and polies as'said Owner may deem necessary to complete the work and charge the expense of such labor, iachinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall deducted and paid by the Owner out of such moneys 'as rttay be due, or that may thereafter at any time Bcome due to the Contractor under and by virtue of this Agreement. In case such expense is less than e sum which would have been payable under this contract, if the same had been completed by the M- ontractor, then said Contractor shall receive the difference. In case such expense is greater than the jn'i which would have been payable under this contract, if the dame, had been completed by said ontractor, then the Contractor andlor its Surety shall pay the amount of such excess to the Owner, or he Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper aving a` general circulation in the County of location 'of the work, may let the contract for the completion of ie work under substantially the same terms and conditions which are provided in this contract. In case of ,y increase in cost to the Owner runder ,the new contract as compared to what would have been the cost Eder this contract, such-, increase shall be charged to the Contractor and the Surety shall be and remain pund therefore Should the cost to complete any such new contract prove to be less than that which ould have been the cost to. complete the work under this contract, the Contractor or his Surety shall be 'edited There--with. nt the Owner's Representative elects to complete the work, as described above, when the work shall i finally completed, the Contractor and his Surety shall be so notified and certification of completion as n paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract certified to by Owner's Representative as being correct shall then be prepared and delivered to r and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, the balance due as reflected by said statement within 30 days after the date of certification of completion. No Text No Text CURRENT WAGE DETERMINATIONS f General Decision Number TX010027 Superseded General Decision No. TX000027 State: TEXAS Construction Type: HEAVY HIGHWAY CountyUes) : ANDREWS FOARD MOORE ARCHER GAINES MOTLEY ARMSTRONG GARZA NOLAN BAILEY GLASSCOCK OCHILTREE ram+ BAYLOR GRAY OLDHAM BORDEN HALE PARMER BREWSTER HALL PECOS ^' BRISCOE HANSFORD PRESIDIO BROWN HARDEMAN REAGAN CALLAHAN HARTLEY REAL ,•g CARSON HASKELL REEVES CASTRO HEMPHILL ROBERTS CHILDRESS HOCKLEY RUNNELS CLAY HOWARD SAN SABA COCHRAN HUDSPETH SCHLEICHER COKE HUTCHINSON SCURRY COLEMAN IRION SHACKELFORD .� COLLINGSWORTH JEFF DAVIS SHERMAN COMANCHE JONES STEPHENS CONCHO KENT STERLING COOKE KIMBLE STONEWALL COTTLE KING SUTTON CRANE KINNEY SWISHER CROCKETT KNOX TERRELL CROSBY LAMB TERRY CULBERSON LAMPASAS THROCKMORTON DALLAM LIPSCOMB UPTON DAWSON LOVING VAL VERDE DEAF SMITH LYNN WARD DICKENS MARTIN WHEELER DONLEY MCCULLOCH WILBARGER EASTLAND MENARD WINKLER EDWARDS MILLS YOAKUM FISHER MITCHELL YOUNG FLOYD MONTAGUE Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include building structures in test area projects). NOT TO BE USED FOR WORK ON WATER OR SEWAGE TREATMENT PLANTS OR LIFT/PUMP STATIONS IN MILLS COUNTY. TX010027 - 1 03/02/2001 Modification Number Publication Date 0 03/02/2001 R-. r� Pp* rw TX010027 - 2 03/02/2001 COUNTY (i e s) : ANDREWS FOARD ARCHER GAINES ARMSTRONG GARZA BAILEY GLASSCOCK BAYLOR GRAY BORDEN HALE BREWSTER HALL BRISCOE HANSFORD BROWN HARDEMAN CALLAHAN HARTLEY CARSON HASKELL CASTRO HEMPHILL CHILDRESS HOCKLEY CLAY HOWARD COCHRAN HUDSPETH COKE HUTCHINSON COLEMAN IRION COLLINGSWORTH JEFF DAVIS COMANCHE JONES CONCHO KENT COOKE KIMBLE COTTLE KING CRANE KINNEY CROCKETT KNOX CROSBY LAMB CULBERSON LAMPASAS DALLAM LIPSCOMB DAWSON LOVING DEAF SMITH LYNN DICKENS MARTIN DONLEY MCCULLOCH EASTLAND MENARD EDWARDS MILLS FISHER MITCHELL FLOYD MONTAGUE SUTX2036A* 03/26/1998 AIR TOOL OPERATOR ASPHALT RAKER ASPHALT SHOVELER BATCHING PLANT WEIGHER CARPENTER CONCRETE FINISHER -PAVING CONCRETE FINISHER -STRUCTURES ELECTRICIAN FLAGGER FORM BUILDER -STRUCTURES FORM SETTER -PAVING & CURB TX010027 - 3 MOORE MOTLEY NOLAN OCHILTREE OLDHAM PARMER PECOS PRESIDIO REAGAN REAL REEVES ROBERTS RUNNELS SAN SABA SCHLEICHER SCURRY SHACKELFORD _ SHERMAN STEPHENS STERLING STONEWALL SUTTON SWISHER TERRELL TERRY THROCKMORTON UPTON VAL VERDE WARD WHEELER WILBARGER WINKLER YOAKUM YOUNG Rates $7.49 7.77 7.13 11.15 9.20 10.184 9.05 12.93 6.56 8.12 8.32 Fringes 03/02/2001 ii FORM SETTER -STRUCTURES 8.46 LABORER -COMMON 7.13 LABORER -UTILITY 8.56 MECHANIC 10.55 OILER 9.31 SERV I CER 8.22 PAINTER -STRUCTURES 8.06 PIPE LAYER 8.42 PNEUMATIC MORTAR OPERATOR 8.05 ASPHALT DISTRIBUTOR 8.77 ASPHALT PAVING MACHINE 9.38 BROOM OR SWEEPER OPERATOR 7.13 BULLDOZER 8.99 CONCRETE PAVING SAW 11.33 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 9.74 CRUSHER OR SCREENING PLANT OPERATOR 8.13 FOUNDATION DRILL OPERATOR, CRAWLER MOUNTED 11.95 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 12.50 FRONT END LOADER 8.65 MILLING MACHINE OPERATOR 8.17 - MOTOR GRADER OPERATOR FINE GRADE 12.06 MOTOR GRADER OPERATOR 10.57 PAVEMENT MARKING MACHINE 7.84 PLANER OPERATOR 9.90 ROLLER, STEEL WHEEL PLANT MIX PAVEMENT 7.39 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 7.13 .•+ ROLLER, PNEUMATIC, SELF PROPELLED 7.13 SCRAPERS 7.78 " TRACTOR -CRAWLER TYPE 7.85 TRACTOR -PNEUMATIC 7.52 TRAVELING MIXER 8.29 WAGON DRILL, BORING MACHINE, POST HOLE DRILLER OPERATOR 7.22 REINFORCING STEEL SETTER PAVING 9.50 REINFORCING STEEL SETTER STRUCTURES 11.85 SPREADER BOX OPERATOR 7.99 WORK ZONE BARRICADE 7.13 TRUCK DRIVER SINGLE AXLE, LIGHT 7.53 - TRUCK DRIVER SINGLE AXLE HEAVY 9.68 TRUCK DRIVER TANDEM AXLE SEMI - " TRAILER 7.55 TRUCK DRIVER LOWBOY FLOAT 8.96 WELDER 8.64 ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after --. award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (v) } . TX010027 - 4 03/02/2001 r, ----------------------------------------------------------------- , In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: e- * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for'summaries of surveys, should be with the Wage and Hour:. Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the.. Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.)-is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment r;. data, project description, area practice material, etc.) that the requestor considers relevant to the issue. ,, TX010027 - 5 03/02/2001 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 03/02/2001 P, EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D m•• R Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the fair Labor Standards Act. NOW 4, No Text i TABLE OF CONTENTS SPECIAL PROVISIONS a...._. SP-1 Scope of Work SP-1 SP-2 Not Used SP-1 SP-3 __,_,.__.._. .w . _. .�_ .. -- --,-_.. _, _.. __.�...w ._ , ............. Not �CTsed__ .. _... SP-1 SP-4 Not Used SP-1 SP-5 Airport Operations Security SP-1 SP-6 Contractor's Plant Site, Storage and Office Area(s) SP-5 SP-7 Protection of Property SP-5 SP-8 Electric Power and Natural Gas SP-6 SP-9 Not Used SP-6 SP-10 Water for Construction SP-6 SP-11 Material 11 Tests SP-6 SP-12 Not Used SP-6 SP-13 Prevention of Air and Water Pollution SP-6 SP-14 Not Used SP-7 SP-15 Public Convenience and Safety SP-7 SP-16 Not Used ,SP-7 SP-7 SP-18 Removal and Disposal of Structures, Utilities and Obstructions SP-7 +� SP-19 Not Used SP-7 SP-20 Not Used SP-7 SP-21 Not Used SP-7 SP-22 Not Used SP-7 SP-23 Not Used SP-7 SP-24 Not Used SP-7 -, SP-25 Not Used SP-7 _ SP-26 Correction of Faulty Work After FinaT;Payrnent Sp-8 SP-27 Separate Contracts SP-8 - SP-28 Shop Drawings .. _. SP-8 SP=29 ' _.. .. Engineer SP-8 SP-30 Trench Safety SP-8 SP-31 Engineer's Field Office SP-9 SP-32 Not Used _ SP-9 01272301 SP - TOC - 1 •" 08/01 .., 1 nC �,yncrac.wr..�cia►i oc ,rc Job' issued by the LIAPD for each supervisor oY Contractor shall ' obtain LIAPI) security bad' separate areas of the AOA. It is the intent o "c Contractor, including the Contractor"empl obtain and display an LIAPD security badg _.. 1.or4no o. —ni;;n`i iwl—v A1kTll, 1.v o�nnr4orl.. ionsible for obtaining a photo -identification security badge reman of each work crew working within the AOA The for at;least one. member of each work crew working in or a 1 an a The Contractor my obtain LIAPD security badges from the Lubbock International Airport Police Department at the Lubbock International Airport. The LIAPD reserves the right to limit the number of security badges issued to the Contractor. The LIAPD will charge the Contractor a twenty-five dollar ($25.00) fee for each security badge issued. An additional fee willbecharged, as noted later in this section, for lost or destroyed badges. The LIAPD security badges shall be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder shall be familiar with and shall obey all security and safety rules and regulations. The LIAPD security badge may be confiscated and all security rights revoked by the LIAPD upon the breach of any security or safety regulations at the discretion of the LIAPD. The holder of _ an LIAPD security badge shall surrender the badge at the completion of this project, upon transfer or ternation of employment, or at any oth mier time of the request of the LIAPD. The Contractor shall conductu a„rbackground check of each applicant for an LIAPD security badge utilizing standard background check forms provided by the LIAPD. The Contractor shall be responsible for completing the required forms, and for submitting the forms to the LIAPD for their review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall be available through the Director of Aviation's office after award of the project. The background check shall show proof of a minimum five (5) year employment record and will be reviewed by the LIAPD. The LIAPD shall be_responsible for reviewing the background checks. Only persons ` whose application is approved by the LIAPD shall be issued security badges. The LIAPD reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of the LIAPD, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LIAPD-issued security badges to the LIAPD. The LIAPD will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed LIAPD-issued security badge. All LIAPD-issued_ security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all LIAPD-issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SP-5.4 Contractor -Issued Identification Badges The Contractor shall be responsible for die identification of each of the Contractor's employees, subcontractors, suppliers and representatives while these individuals operate within the AOA._ The Contractor shall be responsible for issuing identification, badges to each of the Contractor's employees, subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and telephone number of each person issued _a badge. The Contractor's record of all employees issued an identification badge shall be made _ available_ upon the request of the LIAPD, the Director of Aviation or the Engineer. The format and content of _ the Contractor -issued identification badge shall be approved by the LIAPD prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall be_worn _ in ,an easily visible location on the person issued the badge at all times while operating within the AOA. 01272301 SP - 2 08/01 l..... a.,. .. - ... .r. ,ry ... ,.. ..v....... .ws.. :...:.. .....p .. .v... w-r.t.u.< _ ,rxx-• rM'.:. ....p:.p.+,.. ..r .y.., .. ' Contractor issued identification badge shall --not be transferable from vndivdual to individual, but shall be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued, identification badges shall be renewedby the Contractor every thirty (30) days during the project construction period. The Contractor shall be responsible for all Contractor -issued identification badges All_ expired identification badges or ;badges invalidated by termination, Of` the \holder's employment; completion .of construction activities, or other l. reasons, shall be confiscated by the Contractor"and retained by the Contractor' until `the end of `the project. It shall be "tlie Contractor's responsibility to record and account for all' Contractor -issued identification badges. All identification 'badges issued ' by the Contractor during tiieproject iM t ie records of said µ Y badges shall be'.transferred-to.-the possession of the LIAPD at the completion of the project. The Contractor -'issued identificationbadge does not all6w`unl1imted access to all areas within the AOA," but will permit only escorted or directly supervised"access to only those portions of the AOA under construction by the Contractor. Every individual operating within the AOA shall` displyay ` ` " either an LIAPD-issued security badge or a Contractor -issued identification badge atAl times. All individual employees, subcontractors; suppliers or representatives, or groups of employees, subcontractors, suppliers or representatives, must be escorted or directly supervised by an individual bearing a valid LIAPD-issued security badge at all times while within the AOA. Persona` within the AOA not possessing a valid IL sued security badge, or' escorted or directly supervised by an uidividual possessing a valid LIAPD issued security badge; shall be considered in violation of I:IAPI ` securityY requirements I'lland shall be subject to immediate removal from the AOA and any other disciplinary: actions necessitated by LIAPD security arrangements. : SP -5 5'......Contractor's Entrance Oate .. _ The Contractor shall "provide an entrance gate t-o the AOA `for "the Contractor's employees, subcontractors, suppliers aindrepresentatives"at"a-Location 'di recteebyMMthe-tii eei.+This entrance gate shall be provided, installed; and, at the end of all construction activities, shall beremoved, and the existing fence reinstalled to the satisfaction of' the Engineer, by tle`Contractor at no additional w._ expense to the Owner. Adjacent to the Contractor's entrance gate, outside the AOA; _the Contractor shall - provide a parking area for the Contractor's employee's personal automobiles. The limits of this parking/storage area shall ' be as directed by the Engineer. Af the completion of;, this` projecf, any damage done by the Contractor to. this area shall be repaired to the satisfaction of the Engineer at no additional ._.-_... . �_... w _ _._. ,p.._...n�.. ...... ................ . cost to the Oviinei. Repairs sfiall include; liut not `lieliiiuted to, regrading andreseednig or repavmg any damaged areas. The Contractor shall- lie � responsible for, and shall` control all movement through the Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by the Contractor, the''gate shall" be securely locked by the Contractor to prevent entrance, by "unauthorized persons or vehicles Upon request, the Contractor shall .. Contractor « provide the Director of Aviation and the LTAPD with duplicate tceys`(for key Pocks) or combinations _ _... (for combination locks) to the Iock or Iocks used to secure the Contractor's entr.ance .. gate to the" AOA. If construction activities, such as hauling materials, require that the Contractor s entrance gate to the AOA remain open for long periods of time, the Contractor may; upon approval from the Engineer, leave the gate open and provide a fuh-time watchguard at the gate. The watchguard `shall be -approved for and shall possess an LIAPD-issued security badge. If this security arrangement is desired and approved, ` the gate" shall be manned by the watchguard as long as the gate remains open. The watchguard shall be the Contr_actor's representative and shall be responsible for all movement through the .. _»� .. __ a_... .. gate. Again, only authorized persons and"vehicles sh . be -allowed' the Contractor's watch' w aato enter, the AOA. Af the Contractor's option; and upon approval of the Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. 01272301 SP - 3 . Appor 08/01 SP-5.6 Vehicle Escorts All vehicles responsible to the Contractor, such as supplier's vehicles, entering the AOA shall be escorted by an approved Contractor escort vehicle from die point of AOA entry to the construction site. The escort vehicle shall, be clearly identified with standard FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with the Contractor's name. The escort vehicle will be responsible for leading supply, delivery or other vehicles �- across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle , shall be approved for, shall be issued, and shall display an LIAPD security badge. Further, the escort vehicle driver shall be familiar with _airport security and safety procedures. The escort vehicle shall be equipped with an FAA radio, as specified herein, and the driver of the escort vehicle shall be familiar with the FAA radio and its ,operation, and shall obey all instructions from the Air . Traffic Control Tower. SP-5.7 Challenging Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees,' subcontractors, suppliers, and T� representatives who have been issued an LIAPD security badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LIAPD security badge, or who cannot produce a valid LIAPD security badge, or who is not under escort or under the direct supervision of a person possessing a valid LIAPD security badge. The challenge shall consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, the LIAPD shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance _ until the LIAPD arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of the LIAPD and shall be immediately confiscated by the LIAPD or the Director of Aviation.: r SP-5.8 Cranes or Hoists Any construction activity utilizing a crane or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible for filing the prescribed forms for airspace clearance in accordance with Part 77 of the Federal„Aviation Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. When requesting approval for the use of a crane or other hoisting device, the _~ following information is required: 2. 3. 4. 01272301 08/01 Exact location of construction activities utilizing a crane or other hoisting device. Maximum extendable height of crane or other hoisting device. Duration of construction activities utilizing a crane or other hoisting device. Daily hours of crane or other hoisting device operation. No Text The Contractor shall be responsible for all damage done to either public or private property during the course of construction except as specifically provided otherwise in these specifications. Various existing underground utilities and structures are shown on the plans. Their locations are -` believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may exist within the construction area Prior to construction, the Contractor shall coordinate his activities with FAA Facilities at Lubbock International Airport. SP-8 ELECTRIC POWER AND NATURAL GAS The Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. The Contractor shall construct his own service lines and such construction shall be in strict accordance_ with all applicable codes and laws. SP-9 NOT USED SP-10 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements �. for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by the Contractor during construction shall be made directly with the City of Lubbock's water utility department, Lubbock Power and Light and Water. SP-11 MATERIAL TESTS Various tests on materials of construction are required in the specifications.. In, general, the Contractor shall bear the cost of all material tests required before approval -of a material source or mix design. The City will bear the cost of all passing commercial. jaboratory tests"required during construction and the: Contractor shall bear the cost of all. failing construction tests. -- Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources -of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source SP-12 NOT USED 01272301 SP - 6 08/01 No Text SP-26 CORRECTION OF`FAC7 TY WORK AFTER FINAL PAYMENT The making of the final payment by the Owner to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such defects discovered within one year from the date of written acceptance of the work. The Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. SP-27 SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall coordinate his work and theirs. The Contractor's coordination with other contractors shall require the approval of the Engineer. SP-28 SHOP DRAWINGS The Contractor shall submit to the Engineer with such promptness as to cause no delay in his own _ work or in that of any other Contractor, six copies unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing ......... . called the Engineer's attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. SP-29 ENGINEER Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Midland, Amarillo and El Paso, Texas, -- Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP-30 TRENCH-SA�9T1Y The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall submit alternate shoring details to the Engineer for approval. 01272301 SP - 8 08/01 No Text No Text CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT EXTENSION OF THE WESTPORT ACCESS ROAD FAA AIP PROJECT NO. 3-48-0138-23-01 CITY OF LUBBOCK BID NO. 215-01/RS AUGUST 2001 MM Parkhill, Smith & Cooper, Inc. Engineers m Architects m Planners Specifications and Contract Documents for OF Tees 11 ..................... HAMILTON14 r. ................ -13 854 611 ONAL CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT EXTENSION OF THE WESTPORT ACCESS ROAD FAA AIP PROJECT NO. 3-48-0138-23-01 CITY OF LUBBOCK BID NO. 215-01/RS AUGUST 2001 Parkhill, Smith & Cooper, Inc. i� i ..M..:...... - Engineers ■ Architects ■ Planners Specifications and Contract Documents for 0 w PARKHILL, SMITH & COOPER ENGINEERS ARCHITECTS PLANNERS LUBBOCK, TEXAS TABLE OF CONTENTS SECTION 00200 INFORMATION AVAILABLE TO BIDDERS....................................2 DIVISION 1 GENERAL REQUIREMENTS SECTION 01010 SUMMARY OF WORK................................................................ 4 ' SECTION 01019 CONTRACT CONSIDERATIONS ..2 SECTION 01025 MEASUREMENT AND PAYMENT ................................................ 4 SECTION 01028 CHANGE ORDER PROCEDURES..................................................3 SECTION 01039 COORDINATION AND MEETINGS ...4 SECTION 01300 SUBMITTALS...........................................................................4 SECTION 01410 TESTING LABORATORY SERVICES............................................3 ". SECTION 01500 TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL..................................5 SECTION 01700 CONTRACT CLOSEOUT.............................................................3 DIVISION 2 SITE WORK SECTION 02050 DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS..............................................................2 SECTION 02200 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING.............................................. 8 SECTION 02231 AGGREGATE BASE COURSE.......................................................4 SECTION 02513 BITUMINOUS SURFACE COURSE................................................9 SECTION 02577 PAVEMENT MARKINGS.............................................................3 SECTION 02830 CHAIN LINK FENCES AND GATES..............................................4 SECTION 02900 SEEDING.................................................................................4 DIVISION 3 CONCRETE SECTION 03320 SECTION 03321 SECTION 03322 DIVISIONS 4-15 NOT USED 01272301 own 08/01 PORTLAND CEMENT CONCRETE PAVING ................................. 28 CONCRETE SLABS, CURB AND GUTTER AND MISCELLANEOUS CONCRETE WORK..........................................4 JOINT SEALING FILLER............................................................. 2 TABLE OF CONTENTS TOC - 1 DIVISION 16 ELECTRICAL SECTION 16000 BASIC ELECTRICAL METHODS..................................................5 SECTION 16111 CONDUIT.................................................................................4 SECTION 16123 WIRE AND CABLE....................................................................4 SECTION 16130 BOXES..................................................................................... 4 SECTION 16170 GROUNDING AND BONDING......................................................3 SECTION 16190 SUPPORTING DEVICES..............................................................2 SECTION 16195 ELECTRICAL IDENTIFICATION..................................................2 SECTION 16441 ENCLOSED SWITCHES .............................................. 2 SECTION 16470 PANELBOARDS........................................................................3 APPENDIX AC 150/5370-2C Operational Safety on Airports During Construction SW5200.513 Airport Safety During FAA Funded Airport Construction and FAA Facilities Maintenance. 01272301 TABLE OF CONTENTS TOC - 2 W01 rw+ SECTION 00200 INFORMATION AVAILABLE TO BIDDERS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 INFORMATION A. Geotechnical Data 1. An investigation of subsurface soil conditions at the building site was authorized by the Owner, and these investigations were made by: Terra Engineers, Inc. PO Box 16605 Lubbock, TX 79490-6605 (806) 7934767 2. Logs of test borings are bound at the end of this Section. 3. Log of borings is available for Contractor's information but is not a warranty of subsurface conditions. 4. Entire report is available for Bidder's review at the Engineer's office. B. Property Survey 1. A survey of the property was authorized by the Owner, and the survey was made by: Smith Surveying 5106 Avenue T Lubbock, TX 79412 (806) 765-9543 2. Site layout, drawings and boundary traverse and closure information are available for bidder's review at the Engineer's office. 3. Property survey and site improvement layout is available for Contractor's information only and is not a warranty of existing conditions. 1.3 RESPONSIBILITY A. Bidders are expected to examine the geotechnical data report, and site survey information then determine for themselves the validity of the information contained there -in as it relates to this project. B. Engineer and Owner do not guarantee continuity of conditions indicated at boring locations and assume no responsibility for variations of subsoil quality or conditions. C. Engineer and Owner assume no responsibility for variations of site survey information. D. Engineer and Owner assume no responsibility for variations of subsurface condition or recommendations made in the report. 01272301 INFORMATION AVAILABLE TO BIDDERS 00200 - 1 08/01 PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 01272301 INFORMATION AVAILABLE TO BIDDERS 00200 - 2 08101 Lubbock International Airport — Extension of Westport Access Road Lubbock, Texas PREPARED FOR Mr. John Hamilton, P.E. Parkhill, Smith and Cooper, Inc. �p l! 4222 85th Street Lubbock, Texas 79423 June 30, 2001 TERRA ENGINEERS, INC. LUBBOCK 10: 5208 34 th STREET • P.O. BOX 16605 • LUBBOCK • TEXAS 79490.6605 • (806) 793 4767 • FAX (806) 793 4768 TERRA ENGINEERS, INC. 5208 - 34TH STREET P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 • (806) 793-4767 • FAX (806) 793-4768 June 30, 2001 Parkhill, Smith & Copper, Inc. 4222 85`h Street Lubbock, Texas 79423 Re: Geotechnical Soil Investigation for the proposed Lubbock International Airport — Extension of Westport Access Road, Lubbock, Texas Dear Mr. Hamilton: Submitted herein is STR No. 1502 on the soil investigation for the above referenced project. Included in this report are our analysis and recommendations for foundation design. We appreciate the opportunity to be of service to you on this project. If we may answer any questions or be of any additional assistance, please call us. Sincerely, TERRA ENGINEERS, C. ier ovi dan, Ph.D. 'de AJ/ld SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT TABLE OF CONTENTS L0 INTRODUCTION..........................................................................1 2.0 EXPLORATION, SAMPLING AND FIELD TESTING.................2 3.0 LABORATORY TESTING............................................................4 4.0 GENERAL SOILS AND DESIGN CONDITIONS .........................5 4.1 Site Description...................................................................5 4.2 Description of Soils..............................................................5 4.3 Design Conditions...............................................................6 5.0 SITE PREPARATION....................................................................7 6.0 CONSTRUCTION CRITERIA.......................................................8 6.1 Site Drainage.......................................................................8 6.2 Quality Control....................................................................8 7.0 LIMITATIONS...............................................................................9 8.0 REPORT DISTRIBUTION............................................................. I 1 TERRA ENGINEERS, INC. LUBBOCK • MIDLAND SOIL INVESTIGATION Lubbock International Airport — Extension of Westport Access Road Lubbock, Texas 1.0 INTRODUCTION This report contains the results of the soil investigation recently done for the proposed Lubbock International Airport — Extension of Westport Access Road, Lubbock, Texas. This investigation was conducted according to the instructions from Mr. John Hamilton, P.E., Parkhill, Smith & Cooper, Inc., Lubbock, Texas. The objectives of this investigation were to conduct subsurface exploration, field testing and laboratory testing for soil classification, Atterberg limits, and other laboratory tests as required by the client. LUBBOCK STR 1451 2 6/29/2001 2.0 EXPLORATION, SAMPLING AND FIELD TESTING At the request of the client, the sub -surface conditions were explored by seven (7) test holes drilled to a depth of 10.0 feet at locations shown in the boring location plan (Figure 1). The drilling was performed using CME-75 Drilling Rig with hollow stem augers in order to secure reliable data on the natural moisture content of the soil and ground water, if any. Standard penetration tests were made at depths of 2.5, 5.0 feet and at 5.0 feet interval thereafter. The number of blows per foot of the split spoon sampler (in 6-inch increment) is shown in the boring logs and in Figure 2. The sampling was performed in accordance with the ASTM D-1586; however the number of blows on the split spoon sampler is limited to a maximum of 25 for the first 6 inches of penetration and if the penetration of the sampler for the first or the second 6 inches increment is less than 6 inches, the actual penetration obtained for the respective increment is reported in the boring logs. The changes in soil strata as observed during drilling operations were carefully determined and are shown in the boring logs. All soil samples were kept in moisture - proof plastic bags to preserve the in -situ moisture content, identified by the hole number and the depth of the hole, and transported to the laboratory for additional tests and evaluation. In -Place California Bearing Ratio was tested at four (4) locations (see Attachments 1 through 4). Shelby tube samples were retrieved from seven (7) locations for In -Place Density (see Table 1). TERRA ENGINEERS, INC. LUBBOCK STR 1451 3 6/29/2001 The boring was monitored during and immediately after drilling for the presence and level of groundwater. However, the groundwater table was not observed in any of the borings during drilling. TERRA ENGINEERS, INC. LUBBOCK STR 1451 4 6/29/2001 3.0 LABORATORY TESTING All samples have been classified following the procedures outlined in ASTM D- 2487 based on the Unified Soil Classification System. Soils are described in the boring logs using the methods prescribed in ASTM D-2488, using a Munsell Soil Color Chart, published by Macbeth Division of Kollmorgen Corporation, Baltimore, Maryland, 1975 edition. Soil samples, which indicated maximum plasticity characteristics, were selected and Atterberg Limit tests were performed on these samples according to procedures outlined in ASTM D-4318. Percentage by weight of material passing sieve #200 was determined by ASTM D-1140 for the same samples. Moisture content for all samples was determined by the procedures outlined in ASTM D-2216. A typical soil sample collected at the vicinity of borehole 42 and #6 was tested for moisture density relation in accordance with ASTM D-698 (see Table 2 and Attachments 5 & 6). Later each sample was remolded and tested for California Bearing Ratio in accordance with ASTM D-1883 (see Table 3 and Attachments 7 & 8). All soil samples collected with reference to this project will be stored for a period of six (6) months from the date when this report is submitted. The samples will be discarded after elapse of this time period, unless this office is instructed. TERRA ENGINEERS, INC. LUBBOCK �.-Q STR 1451 5 6/29/2001 4.0 GENERAL SOILS AND DESIGN CONDITIONS 4.1 Site Description Out of seven (7) test holes, five (5) is located in the farmland; two (2) were on asphalt pavement. 4.2 Description of Soils- Building Area The test holes 91 and #7 were drilled through an existing asphalt pavement, placed on a base material as given in the boring logs. The topsoil in all the remaining five holes is low plastic clayey sand (SC) and extends to approximately 2.5 feet below the surface. The value of the plasticity index of the topsoil is about 8. Below the asphalt pavement and or the topsoil, there are layers of either clayey sand (SC) or sandy lean clay (CL) all the way to the bottom of the holes. The values of the plasticity index of the clayey sand layers vary between 9 and 19, while the values of the plasticity index of the sandy lean clay 11 and 14. Over all, the values of the plasticity index are low, and the average value can be considered as less thanl5, which indicates the soil strata up to a depth of 10 feet can be considered as very low expansive characteristics. The strength of the soil layers is relatively low for the first 5 feet in all the holes, but except in hole #7, the soil layers at a depth of 10 feet have a considerably better strength than at the top few feet. But the strength of the soil at 10 feet in hole #7 is also low. One of the reasons for the low strength of the soil layers at some depths is because the corresponding moisture contents in the soil are relatively close to their respective plastic limits. LUBBOCK STR 1451 6 6/29/2001 4.3 Design Conditions The soil layers as seen from the boring logs appears to be uniform, even though there are some minor differences in the classification of the soil types. All these soil samples are low plastic in nature and are typical soil strata found in West Texas area. Their respective strength can be evaluated from the standard penetration test data. If there is any floor slabs built in the area, they shall be placed only on compacted soil and the compaction shall be performed as recommended in the Section 5.0 Site Preparation. Also, the soil that exists at the top is susceptible to loss of strength when inundated with water. It is recommended to avoid landscape very close to the structure, since the soil can lose strength when subjected to excessive moisture. It is further recommended to provide good drainage around the structure (see Section 6.1 for more specific information). 1 CKKA CnuenCCKa, erm- LUBBOCK STR 1451 7 6/29/2001 5.0 SITE PREPARATION It is recommended that the top 2.0 inches of soil shall be removed to clear the debris, roots and vegetation, if any. In the building area it is recommended that at least 9.0 inches of soil be scarified and compacted in order to obtain a uniform surface. The compaction shall be performed such that the compacted dry density shall be at least 95% of the computed laboratory dry density as determined by ASTM D-698. If the ground elevation has to be increased, the soil fill shall be placed on top of the compacted soil such that each compacted layer shall not exceed 9.0 inches in thickness and the compaction shall be performed as per the above specification. If the transported soil is different from the existing soil, then the soil shall be tested for Atterberg limits (ASTM D-4318), maximum dry density and optimum moisture (ASTM D-698). The liquid limit of the transported soil shall not exceed 35 and plasticity index shall be between 7 and 12. The new layer of compacted soil shall be placed only after the bottom layer has been compacted and tested for the required densities. TERRA ENGINEERS, INC. LUBBOCK STR 1451 g 6/29/2001 6.0 CONSTRUCTION CRITERIA 6.1 Site Drainage It is recommended to provide adequate drainage outside the structure. Provision of flowerbeds or lawns close to the structure can have very detrimental effects on the foundation because of the possibility of softening of the clayey sands with increase in moisture. Flowerbeds and lawns shall be placed sufficiently away from the structure, so that they will not supply any moisture to the soil under the structure. It is also recommended that the site drainage be well developed. Surface water shall be directed away from the soil around the structure (use a slope of about 5% within 10.0 feet of the foundation). No waterlogging shall be allowed near the structure or in the pavement at any time. 6.2 Quality Control Construction inspection and quality control tests shall be planned and scheduled to verify materials and placement is in accordance with the specifications. Subgrade preparation, field density tests, and concrete strength are very important and therefore shall be monitored and recorded. The drilling for the piers shall be monitored by a geotechnical engineer for the placement of the pier on the correct soil strata, which may vary from pier to pier. It is recommended that Terra Engineers, Inc. shall perform quality control services in order to ensure quality construction inspection and material testing for the project. Terra Engineers, Inc. would be pleased to provide these services and can also assist with construction inspection, planning and scheduling. We also recommend that Terra Engineers, Inc. be retained, to review the final design document to verify that the recommendations made in this report have been interpreted as intended. TERRA ENGINEERS, INC. LUBBOCK a STR 1451 9 6/29/2001 7.0 LIMITATIONS Every effort has been made to accurately evaluate the subsurface conditions at the above referenced site in accordance with the standard engineering principles and practices. No other warranty or guarantee, expressed or implied, is made other than that the work was performed in a proper and workmanlike manner. However, it must be recognized that boulders or gravel of sizes larger than 1.5 inches cannot be retrieved by the SPT sampling tube. The recommendation stated in this report is based on only seven (7) borings to a depth of 10.0 feet at locations shown in the boring location plan (Figure 1). The conclusions reached in this report are exclusively for engineering design and were based on the field tests and results of laboratory tests conducted on samples recovered from seven (7) test holes drilled to a depth specified by the client. Further, the recommendations presented herein are based on analyses, which presume the conditions of soil properties in the areas between the borings to have a reasonably uniform variation as revealed by the exploratory borings. Consequently, careful observations must be made during construction to detect significant deviations of actual conditions throughout the construction area from those inferred from the exploratory boring. Should any unusual conditions be encountered during construction, this office should be notified immediately so that further investigations and supplemental recommendations can be made to modify the foundation design to suit the new existing conditions. The Terra Engineers, Inc. shall not accept the responsibility for all the adequacies of the recommendations given in this report if another party is retained for QA/QC during A" TERRA ENGINERRS, INC. LUBBOCK STR 1451 10 6/29/2001 pier drilling and installation and to perform the construction material testing during the construction phase. Due to changes in the current technology, changes to the project site conditions, changes in project specification etc., this report and the recommendations made in here shall be outdated with in a period of one (1) year from the date of the report. We strongly recommend that the client should contact Terra Engineers, Inc. to determine whether this report is valid after the expiration of the above mentioned time period. LUBBOCK STR 1451 6/29/2001 8.0 REPORT DISTRIBUTION 11 This report was prepared by Terra Engineers, Inc. for the sole and exclusive use by its client, based on specific and limited objectives. All reports, boring logs, field data, laboratory test results and other documents prepared by Terra Engineers, Inc. as instruments of service shall remain the property of Terra Engineers, Inc., and reuse of these documents is not permitted without written approval from Terra Engineers, Inc. The client may release the information to third parties, who may use and rely upon the information at their discretion. However, any use of or reliance upon the information by a party other than specifically named above shall be solely at the risk of such third party and without legal recourse against Terra Engineers, Inc., its parent company, or its subsidiaries and affiliates, or their respective employees, officers or directors, regardless of whether the action in which recovery of damages is sought is based upon contract, tort (including the sole, concurrent or other negligence and strict liability of Terra Engineers, Inc.), statute, or otherwise. This information shall not be used or relied upon by a party that does not agree to be bound by the above statement. Terra Engineers, Inc. assumes no responsibility or obligation for the unauthorized use of this report by a third party. We appreciate the opportunity to be of assistance on this project. If you should have any questions, please feel free to call us. Very truly yours, TERRA ENGINEERS, INC. A � 1) V,151: C. V. G. V1=,i.tMAN ae°eeeso°ec:ea»eeo•.ew C. V. G. Vallabhan, Ph.D., P. E.$ 30199 t� Geotechnical Engineer .fj am � GRRN Gf\\i.n GGR�7, .n V. LUBBOCK STR 1451 12 6/29/2001 Table 1 In -place density of soil, (ASTM D-2937) Test hole No. Moisture Content (%) Dry Density, pd (lb/ft) 1 17.1 88.3 2 11.5 101.5 3 11.4 103.9 4 11.9 106.1 5 16.0 99.9 6 13.7 104.0 7 13.7 109.7 TERRA ENGINEERS, INC. LUBBOCK .+, STR 1451 13 6/29/2001 Table 2 Moisture Density Relationship, (ASTM D-698) Location Description Maximum Dry Optimum Density, pcf Moisture Content Test hole #2 Brown clayey sand 114.9 12.2% Test hole #6 Brown clayey sand 116.2 11.1 % Table 3 CBR Value (ASTM D-1883) of the soil the 95% optimum dry density and at approximately 2.0% above optimum moisture (not soaked) Location Description of soil Moisture, Penetration % 0.1 it 0.2" Test hole #2 Brown clayey sand 14.2 1.8 2.3 Test hole #6 Brown clayey sand 12.4 7.0 9.3 TERRA ENGINEERS, INC. LUBBOCK d S 3 o 1HOdIS3M 3H-L AO N*iSn:§-LAz4 J � JOIN SHEET 113 N 7 51.000 STR 1502 06/25/01 No. of blows per foot (N) 0 10 20 30 40 50 0 x 5 a) 10 x i o BHBH #1 xBH#2 15 p 'ABH#3 a ri BH #4 d 20 * BH #5 1 ♦BH#6 25 30 35 Note: An arrow indicates N is greater than 50 blows/ft. Figure 2a Standard Penetration Test, ASTM D- 1586 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Samples: 2-in. Method of Drilling: Wet_ Dry X TERRA ENGINEERS, INC. LUBBOCK STR 1502 06/25/01 No. of blows per foot (N) 0 10 20 30 40 50 0 5 10 c N 0 15 0 roBH 7#7# CL 0 20 25 30 35 Note: An arrow indicates N is greater than 50 blows/ft. Figure 2b Standard Penetration Test, ASTM D- 1586 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Samples: 24n. Method of Drilling: Wet ^ Dry X �+ TERRA ENGINEERS, INC. LUBBOCK BORING LOG LEST HOLE NO. 1 Project: LIA Extension of Westport Access Road Location: Lubbock, Texas Date of Drilling:- 06-13-01 Client: Parkhill Smith & Cooper, Inc. Name of the Driller: I Eugene Edwards & Jason Jett Depth of GWT: _Z ---------- Surface-Elevation: Unknown Diameter: 7 7/8" Depth: 1 10 ft. Boring Method: JHSA STR No.: 1502 Depth, ft Description USC Molsture Content, % Liquid L3mit, % Plastic 13ndt, % Plasticity Index Passing # 200, % SPT, No. of Blows per 6' 1st 2nd 3rd Remarks TS 2.5 _ 5 Clayey Sand, Reddish Sc 11.9 2 4 4 10 Sandy Lean Clay w/trace of caliche, Reddish Yellow Sandy Lean Clay w/trace of caliche, Reddish Yellow CL CL 12.9 14.8 26 13 13 51.4 2 5 3 10 4 10 15 20 25 30 35 40 45 50 I 1 I_ I_ TS- Tob Soil TERRA ENGINEERS, INC. BORING LOG A P" LEST HOLE NO. 2 Project: LIA Extension of West ort Access Road Location: Lubbock, Texas Date of DrWing:- 06-13-01 Client: Parkhill Smith & Cooper, Inc. Name ofthe Driller: I Eugene Edwards & Jason Jett Depth of GWT: ---------- SurfaceElevation: Unknown Diameter: 7 7/8" _ Depth: Boring Method: 10 ft. HSA STR No_: 1502 Depth, ft Description USC Moisture Content, % Liquid limit, % Plastic limp. % Plasticity Index Passing / 200, % SPT, No. of Blows per 6" 1st 2nd 3rd Remarks TS Clayey Sand, Brown SC 3.0 2.5 Sandy Lean Clay, Reddish Brown CL 10.7 29 15 14 54.8 3 5 8 5 10 Sandy Lean Clay, Pinkish CL 7.8 5 8 16 �Clayey Sand w/tr ce of cal' che, Reddish SC 9.0 35 16 19 42.3 9 9 25 15 20 25 30 35 40 45 50 P" TS- Top Soil TERRA ENGINEERS, INC. BORING LOG PEST HOLE NO. 3 Project: ILIA Extension Extension of Westport Access Road Location: I Lubbock, Texas Date of 06-13-01 Client: Parkhill Smith & Cooper, Inc. Name of the Driller: Eugene Edwards & Jason Jett Depth of GWT: ---------- Surface -Elevation: Unknown Diameter: 177/8- Depth: Boring Method: 10 ft. IHSA STR No.: 1502 Depth, ft Description USC Moisture Content, % Liquid Undt,% I Plastic Limit, % I Plasticity Index Passing 4 200, % SPT, No. of Blows per 6" 1st 2nd 3rd Remarks TS Clayey Sand, Brown SC 2.1 - 21 13 8 46.4 2.5 Sandy Lean Clay, Strong Brown CL 16.1 2 3 5 _ 5 Sandy Lean Clay, Pinkish CL 9.5 26 15 11 64.7 4 8 10 10 �layey Sand, Reddish SC 13.8 6 13 1.9 15 20 i 25 30 35 40 45 50 I f TS-Tob Soil TERRA ENGINEERS, INC. BORING LOG TFST HOLE NO. 4 Project: Location: Date of Drilling:- 106-13-01 LIA Extension of Westport Access Road Lubbock, Texas Client: Name of the Driller: Depth of GWT: V Parkbill Smith & Cooper, Inc. Eugene Edwards& Jason Jett ---------- Surface -Elevation: Diameter: Depth: Boring Method: 17 STR No.: 1 Unknown - 718" 10 ft. 1502 Depth, ft Description 7c I Moisture Content, % I Uq-nidPlastic limit, % limit, % Plasticity Index Passing # 200, % SPT, No. of Blows Per 6" Ist 2nd 3rd Re -arks TS Clayey Sand, Brown SC 4.5 2.5 Sandy Lean Clay, Reddish Brown CL 13.7 27 16 11 59.6 3 3 3 5 Clayey Sand, Reddish Yellow Sc 11.0 3 5 7 10 Clayey Sand, w/trace of caliche, Reddish SC 9.7 26 16 10 28.4 8 12 12 15 20 25 30 35 40 45 150+ TS- Tod Soil TERRA ENGINEERS, INC. BORING LOG LEST HOLE NO. 5 Project: LIA Extension of W_ estp&I Access Road Location: Lubbock, Texas Daie of Drilling:- 06-13-01 Client: Parkhill Smith & Cooper, Inc. Name of the Driller: Eugene Edwards & Jason Jett Depth of GWT: I ---------- Surface Elevation: Unknown Diameter: 7 7/8" Depth: 10 ft. Boring Method: HSA STR No.: 1 1502 Depth, ft Description USC Moisture Content,% Liquid IJmit,% I Plastic Lj.,It, %I I Plasticity Index I Passing I #200,0/ SPT, No. of Blows per 6" Ist 2nd 3rd Remarks TS Clayey Sand, Brown SC 4.7 2.5 Sandy Lean Clay, Strong Brown CL 14.3 2 3 3 I 5 Sandy Lean Clay, Light Brown CL 16.2 27 16 11 64.2 2 2 4 10 bayey Sand, Reddish Sc 11.5 6 10 15 _. 20 25 30 35 40 45 50 I _ TS-TobSoil TERRA ENGINEERS, INC. BORING LOG ..- LEST HOLE NO. 6 ect: rExtension of West ort Access Road Location: Lubbock, Texas Date of Drilling: - 06-13-01 Client: Parkhill Smith & Cooper, Inc. Name of the Driller: Eugene Edwards & Jason Jett Depth of GWT: _L ---------- _ Surface -Elevation: Unknown Diameter: 7 7V Depth: 110 ft. IHSA Boring Method: STR No 1502 Depth, ft Description USC Moisture Content, % Liquld L3mit, % Plastic Limit, % Plasticity Index Passing t 200, % SPT, No. of Blows per 6" 1st 2nd 3rd Remarks TS Clayey Sand, Brown SC 4.1 2.5 Sandy Lean Clay, Strong Brown CL 14.2 27 16 11 55.4 2 3 4 5 Sandy Lean Clay, Light Brown CL 12.6 2 3 4 10 Sandy Lean Clay w/trace of caliche, eddish Yellow CL 13.4 27 15 12 54.1 5 8 12 15 20 25 30 35 40 45 50 mio TS-Top Soil TERRA ENGINEERS, INC. BORING LOG TEST HOLE NO. 7 Project: LIA Extension of Westport Access Road Client: Parkhill Smith & Cooper, Inc. Surface -Elevation: Diameter: Unknown 17 7/8" Depth, ft Description TS 9.0" 2.5 Clayey Sand, Reddish Brown 5 Sandy Lean Clay w/trace of caliche, Reddish Yellow 10 Sandy Lean Clay w/trace of caliche, eddish Yellow 15 20 25 30 35 40 45 Location: Date of Drilling:- Lubbock, Texas 06-13-01 Name of the Driller: Depth of GWT: Eugene Edwards & Jason Jett ---------- Depth: Boring Method: STR No.: 10 ft. JHSA 1 1502 USC Moisture I Liquid I Plastic I Plasticity I Passing I SPT. No. of Blows per 6" Remarks I Content, % Limit, % Liffdt,%l index I 1200, % I 1st 2nd 3rd f SC 11.5 23 14 CL 10.8 CL I 12.1 9 47.2 3 3 4 3 5 7 rm©w 50 TS-To Soil TERRA ENGINEERS, INC. -- e., ate» r" Oak , TERRA ENGINEERS, INC. 5208 - 34TH STREET P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 • (806) 793-4767 FAX (806) 793-4768 //w/F/0, A l l AL;H M hNT - l Client: Parkhill, Smith & Cooper, Inc. Date of Report: 06-30-2001 Project/STR No.: 1502 Project: LIA- Extension of Westport Access Road Invoice No.: 23023 Sample No.: N/A Bore hole #: BH #1 Date of Sample: N/A Sampling depth, ft.: N/A Date tested: 06-13-2001 Description of soil: Reddish clayey sand Tested by: Eugene & Michael In -Place California Bearing Ratio, ASTM D-4429 100.00 90.00 80.00 70.00 60.00 .y C. -6 50.00 O O J 40.00 30.00 20.00 10.00 0.00 0 0.1 0.2 0.3 0.4 0.5 Penetration, in Quality Review/Date F:\CBR&FCBRIFILES\FCBR\1502\Hale #1.doc SOIL INVESTIGATION MATERIAL TESTING ENVIRONMENTAL SERVICES PROFESSIONAL ENGINEERING SERVICES . NDT TERRA ENGINEERS, INC. 5208 - 34TH STREET P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 (806) 793-4767 • FAX (806) 793-4768 ATTACHMENT - 2 Client: Parkhill, Smith & Cooper, Inc. Date of Report: 06-30-2001 Project/STR No.: 1502 Project: LIA- Extension of Westport Access Road Invoice No.: 23023 Sample No.: N/A Bore hole #: BH #2 Date of Sample: N/A Sampling depth, ft.: N/A Date tested: 06-11-2001 Description of soil: Brown clayey sand Tested by: Eugene & Michael In -Place California Bearing Ratio, ASTM D-4429 50.00 40.00 30.00 rn O. Z7 c1J O J 20.00 10.00 0.00 0 0.1 0.2 0.3 0.4 0.5 Penetration, in Quality Review/Date F:1CBR&FCBRIFILESIFCBRN5021Hole 92.doc SOIL INVESTIGATION MATERIAL TESTING ENVIRONMENTAL SERVICES PROFESSIONAL ENGINEERING SERVICES • NDT TERRA ENGINEERS, INq 5208 - 34TH STREET �..�.. P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 • (806) 793-4767 - FAX (806) 793-4768 ATTACHMENT - 3 Client: Parkhill, Smith & Cooper, Inc. Project: LIA- Extension of Westport Access Road Bore hole #: BH #4 Sampling depth, ft.: N/A Description of soil: Brown clayey sand Date of Report: 06-30-2001 Project/STR No.: 1502 Invoice No.: 23023 Sample No.: N/A Date of Sample: N/A Date tested: 06-11-2001 Tested by: Eugene & Michael In -Place California Bearing Ratio, ASTM D-4429 10.00 9.00 8.00 7.00 6.00 N O. -6 5.00 cc O J 4.00 3.00 2.00 1.00 0.00 0 0.1 0.2 0.3 0.4 0.5 Penetration, in uality Review/Date F:ICBR&FCBR\FILES\FCBR\1502\Hole #4.doe MwM SOIL INVESTIGATION MATERIAL TESTING - ENVIRONMENTAL SERVICES - PROFESSIONAL ENGINEERING SERVICES - NDT i%TERRA ENGINEERS, INC. 5208 - 34TH STREET ////%l//%%l%I��ao� Client: Parkhill, Smith & Cooper, Inc. Project: LIA- Extension of Westport Access Road Bore hole #: BH #7 Sampling depth, ft.: N/A Description of soil: Reddish brown clayey sand Date of Report: 06-30-2001 Project/STR No.: 1502 Invoice No.: 23023 Sample No.: N/A Date of Sample: N/A Date tested: 06-13-2001 Tested by: Eugene & Michael In -Place California Bearing Ratio, ASTM D-4429 10.00 i I 9.00 I 8.00 i I 7.00 _ 6.00 - N CL -a 5.00 to O J 4.00 3.00 2.00 1.00 I 0.00 0 0.1 0.2 0.3 0.4 0.5 Penetration, in ? , &/— 6-1 — 4,?7/— Q ahty Review/Date F:\CBR&FCBR\FILES\FCBR\1502\I-Isle #T.doc SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES - NDT =T 38 r/�/////////////////////////////ATTACHMENT-5 Client: Parkhill, Smith and Cooper, Inc. Date of Report: 06-26-2001 Project: LIA- Extension of Westport Access Road. Project No.: STR 1502 0"4 Description Brown clayey sand Invoice No.: 23023 of sample: Sample No.: 5606 Location of BH #2 Date of Sample: 06-11-2001 sample: Date tested: 06-14-2001 Method: ASTM D-698 ❑X ASTM D-1557 ❑ Tested by: Michael Macias Procedure: A El B ❑ C ❑ » SOIL MOISTURE DENSITY RELATIONS General test parameters Soil seive data Sample preparation: Moist ® Dry ❑ % Retained %-in 0.00 m Type of ramer: Mechanical ® Manual ❑ % Retained 3/8-in. 0.00 Specific gravity: Actual ❑ Estimated ® % Retained #4 0.00 Maximum Dry Density, pcf = 114.9 Optimum Moisture, % = 12.2 12 12 �,. v 11 a a a> p 10 A 10 9 0 5 10 15 20 Moisture Content (%) , Quality Review This report is for the sole use of the client addressed. The use of our company name must receive prior written consent. It applies only to the sample tested, and does not necessarily represent klen ical or similar sample. F:1Pr0ctoAFileslSTR11502-UA Extension Of Westport Access RaDoc SOIL INVESTIGATION - MATERIAL TESTING - ENVIRONMENTAL SERVICES - PROFESSIONAL ENGINEERING SERVICES - NDT TERRA ENGINEERS, INC. 5208 - 34TH STREET P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 (806) 793-4767 FAX (806) 793-4768 / ATTACHMENT - 6 Client: Parkhill, Smith and Cooper, Inc. Date of Report: 06-26-2001 Project: LIA- Extension of Westport Access Road Project No.: STR 1502 Description Brown clayey sand Invoice No.: 23023 of sample: Sample No.: 5609 Location of BH #6 Date of Sample: 06-12-2001 sample: Date tested: 06-21-2001 Method: ASTM D-698 [K ASTM D-1557 ❑ Tested by: Eric Trevino Procedure: A FRI B ❑ C ❑ SOIL MOISTURE DENSITY RELATIONS General test parameters Soil seive data Sample preparation: Moist a Dry ❑ % Retained'/< -in 0.00 Type of rammer: Mechanical ® Manual ❑ % Retained 3/8-in. 0.00 Specific gravity: Actual [] Estimated ® % Retained #4 0.00 Maximum Dry Density, pcf = 116.2 Optimum Moisture, % = 11.1 1 120 v 115 CL 110 p 105 100 95 + 0 5 10 15 20 Moisture Content (%) Quality Review J This report is for the sole use of the diem addressed. The use of our company name must receive prior written consent It applies onlyto the sample tested, and does not necessarily represent identical or similar Sample. FVrootonFdesWRk1502- 5609.00c SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT TERRA ENGINEERS, INC. 5208 - 34TH STREET P.O. BOX 16605 LUBBOCK, TEXAS 79490-6605 (806) 793-4767 FAX (806) 793-4768 ATTACHMENT - 7* Client: Parkhill, Smith & Cooper, Inc. Date of Report: 06-28-2001 Project/STR No.: 1502 Project: LIA- Extension of Westport Access Road Invoice No.: 23023 Sample No.: 5606 Bore hole #: 2 Date of Sample: 06-11-2001 Sampling depth, ft.: Top soil Date tested: 06-14-2001 Description of soil: Brown clayey sand Tested by: Abraham Benchamin Test Methods: ASTM D-698 ASTMD-1557 ❑ 100,00 90.06 80.00 70.00 60.00 Q 50.00 0 -J 40.00 30.00 20.00 10.00 0.006- 0.00 California Bearing Ratio, ASTM D-1883 0.10 0.20 0.30 0.40 Penetration, in 0.50 Qifafity Review/Date F*.\CBR&FCBR\FILES11502-56D6-LIA.doc SOIL INVESTIGATION - MATERIAL TESTING - ENVIRONMENTAL SERVICES .- PROFESSIONAL ENGINEERING SERVICES - NDT TERRA ENGINEERS, INC. 5208 - 34TH STREET P.O. BOX 16605 - LUBBOCK, TEXAS 79490-6605 - (806) 793-4767 - FAX (806) 793-4768 Client: Parkhill, Smith & Cooper, Inc. Date of Report: 06-28-2001 Project/STR No.: 1502 Project: LIA- Extension of Westport Access Road Invoice No.: 23023 Sample No.: 5609 Bore hole #: 6 Date of Sample: 06-12-2001 Sampling depth, ft.: Top soil Date tested: 06-27-2001 Description of soil: Brown clayey sand Tested by: Abraham Benchamin Test Methods: ASTM D-698 ® ASTM D-1557 ❑ Z C. .a R O J 300.00 200.00 100.00 0.00 ♦- 0.00 California Bearing Ratio, ASTM D-1883 0.10 0.20 0.30 0.40 Penetration, in 0.50 0q-1-f 3-- r-�7 Qu ity Review/Date F:1CBR&FCBR FILES11502-5609-LIA.doc SOIL INVESTIGATION - MATERIALTESTING - ENVIRONMENTAL SERVICES - PROFESSIONAL ENGINEERING SERVICES - NDT OW SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SUMMARY A. The owner is: Lubbock International Airport, Route 3, Box 389, Lubbock, Texas 79401. B. Section Includes: 1. Project description. 2. Permits and licenses. 3. Access to the site. 4. Contractor's use of the premises. 5. Coordination requirements. 6. Coordination drawings. 7. Preconstruction meeting. 8. Warranty 1.2 PROJECT DESCRIPTION A. The project consists of the construction of a new road, fence and miscellaneous items of construction. 1. On the west side of the airport property (westport) adjacent to I-27. 2. As shown in contract documents prepared by Parkhill, Smith and Cooper, Inc., 4222 85th Street, Lubbock, Texas 79423. 1.3 SCHEDULING OF WORK In order to minimize the risk associated with unauthorized entry into the Air Operations Area (AOA) and to minimize the impact of the new construction on existing airport tenants, the construction activities shall be phased. Refer to Special Provisions Paragraph SP-5 for requirements when working within the AOA. Phase I - Includes work associated with preparing the site and enhancing airport security. This phase includes installation of the SWPPP measures, construction of the contractors entrance gate, staging area and access road to the site. After the staging area is prepared, the Engineer's Field Office should be delivered to the site and its utilities connected. Also included in this phase is construction of the new chain link perimeter fencing from the existing fence near station 2+45 to the existing fence on the south end of the project. Prior to construction of these improvements, the area should be graded as shown in the roadway sections of the plans. Gate number 25 should be relocated and chain link fencing should be installed across the opening created in the existing fence during this phase. After the new perimeter fence is installed and accepted, the existing perimeter fence may be removed. 01272301 SUMMARY OF WORK 01010 - 1 08/01 Phase II — Includes all work from Station 0+00 to the existing perimeter fence near Station 2+45. The work in this phase may be performed concurrently with the work included in Phase I or later in the project if the Contractor desires. A new fence should be constructed from the southern driveway into the Federal Express facility, north to the existing fence. After the new fence is installed and accepted, the existing fence may be removed. A portion of the existing fencing materials should be reinstalled at the limits of construction for the southern driveway into the Federal Express facility. When the area is secure, the automated cantilever slide gate can be removed and demolition of the existing driveway can begin. If the perimeter fencing has not already been removed, the Contractor may elect to install another gate in the existing airport perimeter fence near Station 2+45 to make movement between the staging area and work include din this phase more convenient. The Contractor will be allowed 35 days to complete all work associated with this phase. 1.4 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. 1.5 REGULATORY REQUIREMENTS A. Submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the owner directly. 1.6 ACCESS TO THE SITE AND USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with Lubbock International Airport Operations Superintendent. B. Signs: Provide signs adequate to direct visitors. 1. Do not install, or allow to be installed, signs other than specified sign(s) and signs identifying the principal entities involved in the project. PART 2 PRODUCTS Not Used. 01272301 SUMMARY OF WORK 01010 - 2 08/01 W PART 3 EXECUTION 3.1 PRECONSTRUCTION MEETING A. A preconstruction meeting will be held at a time and place designated by the Owner, for the purpose of identifying responsibilities of the owner's and the architect's personnel and explanation of administrative procedures. B. The Contractor shall also use this meeting for the following minimum agenda: 1. Construction schedule. 2. Use of areas of the site. 3. Delivery and storage. 4. Safety. 5. Security. 6. Cleaning up. 7. SubContractor procedures relating to: a) Submittals. b) Change orders. c) Applications for payment. d) Record documents. 8. FAA requirements C. Attendees shall include: 1. The owner. 2. The architect, and any consultants. 3. The Contractor and its superintendent. 4. Major subContractors, suppliers, and fabricators. 5. Others interested in the work. 3.2 SECURITY PROCEDURES A. Limit access to the site to persons involved in the work. B. Provide secure storage for materials for which the owner has made payment and which are stored on site. C. Secure completed work as required to prevent loss. D. Secure this site by means of fencing, security guards or other means to prevent damage, theft, safety hazards or other problems on the site. E. See the Supplementary Conditions. 3.3 COORDINATION A. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. 1. Inform the owner when coordination of his work is required. B. See other requirements in other portions of the contract documents. C. Prepare the coordination drawings specified in product sections. 1. Where space is limited, show plan and cross-section dimensions of space available, including structural obstructions and ceilings as applicable. 2. Coordinate shop drawings prepared by separate entities. 3. Show installation sequence when necessary for proper installation. 01272301 SUMMARY OF WORK 01010 - 3 08/01 3.4 WARRANTY A. Contractor shall warrant 100 percent of the project for one (1) year after the date of final acceptance of the work. B. On the eleventh month from the date of final acceptance, Owner's Representative will schedule an annual Inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. Any work that is considered defective by the Owner's Representative will be repaired. C. Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION 01272301 SUMMARY OF WORK 01010 - 4 08101 SECTION 01019 CONTRACT CONSIDERATIONS PART 1-GENERAL 1.1 SECTION INCLUDES A. Schedule of values. B. Application for payment. C. Change Procedures. 1.2 SCHEDULE OF VALUES A. Submit a printed schedule on Engineer approved Contractor's form or electronic media printout. B. Submit Schedule of Values in duplicate within five (5) days after receiving the bid tabulation. C. Revise schedule to list approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit five (5) copies of each application on Engineer approved Contractor's form or electronic media printout. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: Monthly, submit application for payment on or about the 25th day of each month. Applications for payment submitted later than previously described will be processed the following month. D. Include an updated construction progress schedule, materials received and manifest. E. Submit the following along with the application for final payment: 1. The documentation for the completed Project. 2. Signed affidavit from the Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor, have been paid. 3. Contractor warranties for this job shall be signed and sealed by a Notary Public. 1.4 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by General Conditions by issuing a work directive change. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting request for change to the Engineer, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01300. 01272301 CONTRACT CONSIDERATIONS 01019 - 1 08/01 D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Engineer. E. Construction Change Authorization: Engineer may issue a directive on Work Directive Change, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. F. Time and Material Change Order: Submit itemized account and supporting data after completion r of change, within time limits indicated in the Conditions of the Contract. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. G. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. H. Change Order Forms: EJCDC 1910-8-B. I. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01272301 CONTRACT CONSIDERATIONS 01019 - 2 08/01 '� 0 i SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 UNIT PRICE WORK A. Measurement methods are based on completion of the various paving and related construction operations included in the bid proposal. B. Take measurements and compute the actual quantity of completion. Verify the quantities with the Owner's Representative. C. Payment Includes: Full compensation for required labor, materials, products, tools, equipment, plant and facilities, transportation, services and incidentals; application or " installation of an item of the Work; overhead and profit. 1.2 MOBILIZATION A. Mobilization consists of preparatory work and operations, including but not limited to, those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; for the establishment of all offices, buildings and other facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the project site. B. Partial payments for Mobilization will be made with the first and second partial payments paid on the contract, and will be made at the rate of 50 percent of the total lump sum price for "Mobilization" on each of these partial pay estimates, less the specified retainage amounts, provided the total bid amount for "Mobilization" does not exceed 5 percent of the total amount bid for the contract. Where the amount bid for "Mobilization" exceeds 5 percent of the total amount bid for the project, 2 1/2percent of the total amount bid for the project will be paid on the first two partial payments, and that portion exceeding 5 percent of the total amount bid on the project will be paid on the last partial pay estimate. All such payments will be made less the specified retainage amounts. 1.3 LUMP SUM ITEMS �a Lump sum items will be paid for at the lump sum price bid. The lump sum price will include all work and materials involved in the installation within the limits designated on the plans. No i- measurement of the work or materials included in such items will be made. All work so included will be installed, constructed or performed as shown on the drawings and specified herein. 1.4 UNIT PRICE WORK Measurement methods are based on completion of the various construction operations included in the bid proposal. Take measurements and compute the actual quantity of completion. Verify the quantities with the Owner's Representative. Payment will be complete compensation for required labor, materials, products, equipment, plant and facilities, services and incidentals. 01272301 MEASUREMENT AND PAYMENT 01025 - 1 08/01 1.5 FINAL CLEAN-UP A. The Contractor shall make a final cleanup of all parts of the work before final acceptance of the work by the Owner. This clean-up shall include, among other things, removing all construction materials, final grading of all construction sites, and in general preparing the site of the work in an orderly manner. 'a B. The cost of clean-up shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. C. Clean-up will be approved prior to application for final payment. 1.6 PAVEMENT REMOVAL AND DISPOSAL The area of pavement removal and disposal of the various types as shown on the drawings and as required will be determined by actual measurement on the ground; however, payment will be limited to areas within widths of cut as shown on the plans unless additional widths are authorized by the Engineer. Pavement removal and disposal as shown on the drawings will be paid for at the unit price bid per square yard and will be complete compensation for saw cutting and removing and disposal of the pavement, as specified and shown on the plans, and other incidental work required. 1.7 FLEXIBLE BASE COURSE The area of flexible base course of thicknesses as shown on the drawings and as required will be determined by actual measurement on the ground. Flexible base course will be paid for at the unit price bid per square yard at the thickness shown in the plans and will be complete compensation for constructing the flexible base course as specified and shown on the drawings, including all materials, and any other incidental work required. 1.8 HOT MIX ASPHALTIC CONCRETE PAVEMENT The amount of hot mix asphaltic concrete pavement as shown on the drawings and as required will be determined by actual measurement on the ground. Hot mix asphaltic concrete pavement will be paid for at the unit price bid per ton and will be complete compensation for constructing the hot mix asphaltic pavement as specified and shown on the drawings, including all materials and any other incidental work required. 1.9 CONCRETE CURB AND GUTTER The length of concrete curb and gutter will be determined by actual measurement on the ground. The curb and gutter shall be measured along the flowline. 01272301 MEASUREMENT AND PAYMENT 01025 - 2 08/01 Concrete curb and gutter will be paid for at the unit price bid per linear foot and will be complete compensation for constructing the miscellaneous concrete curb and gutter as specified and shown on the drawings including all labor, equipment, materials and any other incidental work required. 1.10 TRAFFIC MARKING The length of traffic marking will be determined by actual measurement on the ground. �., Traffic markings will be paid for at the unit price bid per linear foot and will be complete compensation for constructing the traffic markings including pavement cleaning, labor, equipment, materials and any other incidental work required. 1.11 EXTERIOR LIGHTING The exterior lighting will be paid for at the lump sum bid and will be complete compensation for finrnishing and installing the exterior lighting system. The price will include materials, labor, equipment and all associated costs for light poles, fixtures, foundation, conduit, wiring and any other incidental work required. 1.12 UTILITY ADJUSTMENTS No separate payment will be made for utility adjustments. The cost of adjusting or repairing existing utilities during construction shall be incidental to the applicable pay items. 1.13 SURVEYING No separate payment shall be made for construction surveying. The cost of surveying shall be included in the bid prices for the applicable pay items. 1.14 MISCELLANEOUS SITE MODIFICATIONS The payment made for miscellaneous site modifications will be per lump sum and will be complete compensation for work associated with the following: all work at the Federal Express facility including fencing modifications, removal and relocation of the automated cantilever slide gate, repair to the existing sprinkler system, and demolition and reconstruction of the driveway. This item shall also include payment for the demolition and reconstruction of the existing concrete drainage swale from the fence to the back of curb on the south end of the project. 1.15 FENCING 01272301 VOW 08/01 The existing fencing to be removed will be measured and paid for at the contract price per linear foot. After the existing fence material is removed it shall become the property of the Contractor and be stored off site. New fencing shall be measured and paid for at the contract price per linear foot. MEASUREMENT AND PAYMENT 01025 - 3 The payment for the relocation of Gate 25 shall be made per lump sum and include the cost `~ associated with removing and relocating the existing gate structure and support post and for adjusting the gate once installed at its new location. This item shall also include the construction of temporary fencing in the existing perimeter fence after Gate 25 is relocated. 1.16 TEMPORARY SOIL EROSION AND SILTATION CONTROL The payment for this item shall be per lump sum and shall be for installing and maintaining erosion control measures as outlined in the plans and specifications and for complying with all local, state and federal regulations pertaining to this item. PART 2 PRODUCTS - Not Used PART 3 EXECUTION Not Used END OF SECTION 01272301 MEASUREMENT AND PAYMENT 01025 - 4 08/01 er; SECTION 01028 CHANGE ORDER PROCEDURES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated Price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.2 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01019 - Contract Considerations. C. Section 01330 - Submittals: Work schedule. D. Section 01600 - Material and Equipment: Product options and substitutions. E. Section 01700 - Contract Closeout: Project Record Documents. 1.3 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. On request, provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. r 01272301 CHANGE ORDER PROCEDURES 01028 1 08/01 D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. —` 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. 01272301 CHANGE ORDER PROCEDURES 01028 - 2 08/01 C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.10 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION t 01272301 CHANGE ORDER PROCEDURES * ► 08/01 01028 - 3 SECTION 01039 COORDINATION AND MEETINGS PARTI. GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. r 1.2 SECTION INCLUDES e^ A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Progress meetings. E. Preinstallation meetings. F. Cutting and patching. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. C. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. D. Items which require electrical connections shall be coordinated with Division 16 for: 1. Voltage 2. Phase 3. Ampacity 4. No. and size of wires 5. Wiring diagrams 6. Starter size, details and location 7. Control devices and details E. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 01272301 * * 08/01 COORDINATION AND MEETINGS 01039 - 1 1.4 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Control datum for survey is that shown on Drawings. C. Verify set -backs and easements, confirm drawing dimensions and elevations. D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.5 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Designation of personnel representing the parties in Contract and the Engineer. 2. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 3. Scheduling. a) Use of premises by Owner and Contractor. b) Owner's requirements. c) Construction facilities and controls provided by Owner. d) Survey and layout. e) Security and housekeeping procedures. f) Schedules. g) Procedures for testing. h) Procedures for maintaining record documents. i) Requirements for start-up of equipment. j) Inspection and acceptance of equipment put into service during construction period. D. Record minutes and distribute copies within five days after meeting to participants with two copies to Architect and those affected by decisions made. 1.6 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 01272301 COORDINATION AND MEETINGS 01039 - 2 08/01 A 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within five days to Engineer, participants, and those affected by decisions made. 1.7 PREINSTALLATION MEETING A. When required in individual specification Sections, convene a preinstallation meeting at work site prior to commencing work of the Section. B. Require attendance of parties directly affecting, or affected by, work of the specific Section. C. Notify Engineer four days in advance of meeting date. D. Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within five days after meeting to participants, with four copies to Engineer. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. w 01272301 COORDINATION AND MEETINGS 01039 - 3 08/01 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching, including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. ` I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. J. Identify any hazardous condition exposed during the Work to the Architect for decision or �- remedy. END OF SECTION 01272301 COORDINATION AND MEETINGS 01039 - 4 08/01 a 51 SECTION 01300 SUBMITTALS PARTI. GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed products list. D. Shop drawings. E. Product data. F. Samples. G. Manufacturers' instructions. H. Manufacturers' certificates. I. Construction photographs. 1.3 RELATED SECTIONS A. Section 01019 - Contract Considerations: Schedule of Values. B. Section 01410 - Testing Laboratory Services: Test Reports. C. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.4 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Sequentially number the transmittal forms. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and deliver to architects at business address. Coordinate submission of related items. F. For each submittal for review, allow 15 days excluding delivery time to and from the contractor. G. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. H. Provide space for Contractor and Engineer review stamps. 1. Revise and resubmit submittals as required, identify all changes made since previous submittal. �-s 01272301 08/01 SUBMITTALS 01300 - 1 J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Submittals not requested will not be recognized or processed. 1.5 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate for Engineer review within 15 days after date established in Notice to Proceed. B. Submit revised schedules with each Application for Payment, identifying changes since previous version. C. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. D. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by Owner. -- 1.7 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.8 SHOP DRAWINGS A. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. B. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus four copies which will be retained by Architect. C. Drawing size shall be minimum 8'/2 x 11 inches and maximum of 30 x 42 inches. D. Details shall be drawn to a minimum size Of'/2 inch equal to 1 foot. E. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposes described in Section 01700 - Contract Closeout. 01272301 SUBMITTALS 01300 - 2 68/01 r-� 1.9 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Architect. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. C. Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.10 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors, textures, and patterns, as specified and as scheduled for Architect's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number or samples specified in individual specification Sections; one of which will be retained by Architect. F. Reviewed samples which may remain as part of the Work are indicated in individual specification Sections. 1.11 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 1.12 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Architect, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Architect. 01272301 SUBMITTALS 01300 - 3 08/01 PART 2 PRODUCTS Not Used PART 3 EXECUTION Not used END OF SECTION 01272301 SUBMITTALS 01300 - 4 08/01 SECTION 01410 TESTING LABORATORY SERVICES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Selection and payment. B. Contractor submittals. C. Laboratory responsibilities. D. Laboratory reports. E. Limits on testing laboratory authority. F. Contractor responsibilities. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Manufacturer's certificates. B. Section 01650 - Starting of Systems and Section 15600: Testing, Adjusting, and Balancing. C. Section 01700 - Contract Closeout: Project Record Documents. D. Individual Specification Sections: Inspections and tests required, and standards for testing. 1.4 REFERENCES A. ANSI/ASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. r� B. ANSI/ASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.5 SELECTION AND PAYMENT A. An independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Engineer and independent firm 48 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. 01272301 TESTING LABORATORY SERVICES 01410 - 1 08/01 D. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. E. The cost associated with compliance testing shall be paid by the Owner. Re -testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for re -testing will be paid by the Contractor. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSI/ASTM E329 and ANSI/ASTM D3740R. B. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. C. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.7 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Architect and Contractor of observed irregularities or non-conformance of Work or Products. F. Perform additional inspections and tests required by Architect. 1.8 LABORATORY REPORTS A. After each inspection and test, promptly submit three copies of laboratory report to Architect, and to Contractor. B. Include: 1. Date issued, 2. Project title and number, 3. Name of inspector, 4. Date and time of sampling or inspection, 5. Identification of product and Specifications Section, 6. Location in the Project, 7. Type of inspection or test, 8. Date of test, 9. Results of tests and 10. Conformance with Contract Documents. C. When requested by Architect, provide interpretation of test results. 1.9 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. 01272301 TESTING LABORATORY SERVICES 01410 - 2 08/01 rya a., C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 1.10 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify Architect and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.11 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 01272301 TESTING LABORATORY SERVICES 08/01 01410 - 3 702 SECTION 01500 TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL PART 1 GENERAL 1.1 DESCRIPTION A. This item shall govern the measures necessary to control soil erosion, sedimentation and water pollution which may degrade receiving waters including rivers, streams, lakes, playas, reservoirs, tidal waters, groundwater and wetlands. The control measures contained herein shall be installed and maintained throughout the construction contract period, including any turf establishment period, and will be coordinated with the permanent or existing temporary pollution control features specified elsewhere in the plans and specifications to provide effective and continuous water pollution control. B. These control measures shall not be used as a substitute for the permanent pollution control measures unless otherwise directed by the Owner in writing. The controls may include silt fences, dikes, dams, berms, sediment basins, mats, soil retention blankets, temporary seeding, mulch, channel liners, slope drains or other structural or non- structural water pollution controls. PART 2 PRODUCTS 2.1 GENERAL The items, estimated quantities and locations of the control measures will be shown on the plans; however, the Owner's Representative may increase or decrease the quantity of these items. The control measure materials will be as herein specified or as shown on the plans. The Owner may allow other materials and work as the need arises and as approved in writing. All control measure materials will be approved by the Owner prior to use on this project. 2.2 SILT FENCE A. Silt fence materials shall consist of the following: 1. Fabric. The filter fabric shall be of nonwoven polypropylene, polyethylene or polyamide thermoplastic fibers with non -raveling edges. The fabric shall be nonbiodegradable, inert to most soil chemicals, ultraviolet resistant, unaffected by moisture or other weather conditions, and permeable to water while retaining sediment. The fabric shall be supplied in rolls with minimum width of 36 inches. 01272301 TEMPORARY EROSION, SEDIMENTATION AND WATER 01500 - 1 """ 08/01 POLLUTION PREVENTION AND CONTROL The filter fabric will have the following physical characteristics: Minimum Weight: 4.5 oz./s.y. Maximum Water Flow Rate: 40 gal./s.f./minute Equivalent Opening Size (US standard sieve no.): 40 to 100 Minimum Burst Strength (ASTM D 3786): 300 psi Minimum Ultraviolet Resistance; Strength Retention (ASTM D 1682): 70 percent 2. Posts. Posts will be painted or galvanized steel Tee or Y-posts with anchor plates, not less than 5 feet in length with a minimum weight of 1.3 pounds per foot and a minimum Brinell hardness of 143. Hangars shall be adequate to secure fence and fabric to posts. Posts and anchor plates will conform to ASTM A 702. 3. Wire Fence. Wire fence will be welded wire fabric 2 x 4 - W 1.0 x W 1.0 and will conform to requirements of ASTM A 82 or A 496. 2.3 SEDIMENT CONTAINMENT DIKES A. Sediment containment dikes shall consist of the following: 1. Hay Bales. "Hay Bales" will be free of Johnson grass or other nocuous weeds. The bales will consist of either hay or straw in good condition and be securely tied by wire. Stakes for anchoring bales will be #4 reinforcing bars, 1/2 inch steel pickets or 2 inch x 2 inch wooden stakes. Completed dikes will be at least 18 inches in height and will have sufficient weight and stability to prevent displacement by runoff. Hay bale dikes will not be allowed on paved areas, but may be used in unpaved drainageways. 2. Sand Bags. Fabric used to contain the sand may be permeable to water, but will be able to completely contain the sand within the bags. The fabric and seams will be of sufficient strength to prevent puncture or rupture when subjected to conditions which may be encountered during placement or when in place. Completed dikes will have sufficient weight and stability to prevent displacement by runoff. Sand bag dikes may be used in paved areas and/or unpaved areas. Dikes used across concrete curb and gutter sections shall be constructed to a minimum height of 6-inches and a minimum length of 2-feet (measured perpindicular to the curb), and shall be located with one end of the dike tight against the face of the curb to inhibit the flow of water. Dikes used in concrete drainage aprons or channels shall be constructed to a minimum height of 6-inch, and shall extend the full width of the apron or channel. Dikes used in unpaved drainageways shall be constructed to a minimum height of 18-inches. 01272301 TEMPORARY EROSION, SEDIMENTATION AND WATER 01500 2 08/01 POLLUTION PREVENTION AND CONTROL PART 3 EXECUTION 3.1 GENERAL A. The Owner's Representative has the authority to limit the disturbed surface area exposed by construction operations. The Contractor shall provide control measures to prevent or minimize impact to receiving waters as required by the plans and/or as directed by the Owner's Representative in writing. B. The Contractor shall effectively prevent and control erosion and sedimentation on the site at the earliest practicable time. Control measures, where applicable, will be implemented prior to the commencement of each construction operation or immediately after the area has been disturbed. Control measures will remain in place throughout the construction period and any turf establishment period. C. Should the control measures fail to function effectively, the Contractor shall act immediately to bring the erosion and sedimentation under control by maintaining existing controls or by ,providing additional controls as directed by the Owner's Representative. When in the opinion of the Owner's Representative the site is adequately stabilized, the control measures will be removed and properly disposed of by the Contractor. D. All erosion, sediment and water pollution controls will be maintained in good working order. The Contractor shall provide a non-freezing rain gauge to be located at the project site. Within 24 hours of a rainfall event of 0.5 inches or more as measured by the project rain gauge, the Contractor and Owner's Representative will inspect the entire project to determine the condition of the control measures. Sediment will be removed and devices repaired as soon as practicable but no later than 7 days after the surrounding exposed ground has dried sufficiently to prevent further damage from equipment needed for the repair. E. In the event of continuous rainfall over a 24-hour period, or other circumstances that preclude equipment operation in the area, the Contractor will hand carry and install additional backup devices as determined by the Owner's Representative. The Contractor will remove silt accumulations and deposit the spoils in an area approved by the Owner's t^ Representative as soon as practical. Any corrective action needed for the control measures will be accomplished in the sequence directed by the Owner's Representative, however areas adjacent to waterbodies shall generally have priority followed by devices protecting storm sewer inlets. F. The Contractor shall also conform to the following practices and controls: 1. Disposal areas, stockpiles, and haul roads used for this project, including areas not within the project limits, shall be constructed and maintained in a manner that will minimize and control the amount of sediment that may enter receiving waters. Disposal areas shall not be located in any wetland, waterbody or streambed. .., Construction roads may not be located in or cross any waterbody or streambed without prior approval of the Owner's Representative and shall be done in compliance with applicable rules and regulations. ,.., 2. Construction operations in rivers, streams, lakes, tidal water wetlands and other waterbodies shall be restricted to those areas where it is necessary to perform the work shown on the plans. Wherever streams are crossed, temporary bridges, timber mats or other structures shall be used. 01272301 TEMPORARY EROSION, SEDIMENTATION AND WATER 01500 3 �"" 08/01 POLLUTION PREVENTION AND CONTROL VON 3. Protected storage for paints, chemicals, solvents, fertilizers and other potentially toxic materials will be provided by the Contractor and the location approved by the Owner's Representative. 4. Construction staging areas and vehicle maintenance areas shall be constructed by the Contractor in a manner to minimize the runoff of pollutants and their location will be approved by the Owner's Representative. The Contractor shall prevent pollution of receiving waters with petroleum products or other hazardous or regulated substances. When work areas of material sources are located adjacent to a waterbody, control measures such as dikes, gabions, or rock berms, shall be used to keep sediment and other contaminants from entering the adjacent waterbody. Care shall be taken during the construction and removal of such barriers to minimize down -gradient sedimentation. 5. All waterways shall be cleared as soon as practicable of temporary embankment, temporary bridges, matting, falsework, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 6. Disturbance of vegetation shall be minimized and limited to only what is shown on the construction plans or as directed by the Owner's Representative in writing. 7. Construction entrances shall be stabilized by the use of rock, timber matting or other acceptable techniques when necessary to minimize the off -site vehicle tracking of sediment. The Contractor shall clean paved surfaces as necessary to remove sediment which has accumulated on the roadway. 3.2 SILT FENCE A. The filter fabric will be securely attached to the posts and the wire fence with the bottom 12 inches of filter fabric buried in a trench a minimum of 6 inches keep to prevent sediment from passing under the fence. When the fence is constructed on impervious material, a 12 inch flap of fabric will be extended upstream from the bottom of the silt fence and weighted to limit particulate loss. B. Vertical joints will be overlapped a minimum of 12 inches with the ends sewn or otherwise securely tied. No horizontal joints will be allowed in the filter fabric. C. The silt fence will be a minimum of 12 inches high. Posts will be embedded in the ground a minimum of 12 inches and spaced a maximum of 8 feet apart. Posts will be placed on a slight angle toward the anticipated runoff source. D. Torn or punctured fabric will be repaired by the placement of a patch consisting of an additional layer of fabric over the damaged area. The patch will overlap the damaged area a minimum of 12 inches in all directions and will be securely attached to the repaired fabric. 3.3 SEDIMENT CONTAINMENT DIKES A. The Contractor may select either bales or sand bag materials for the dikes, unless otherwise indicated. Bales or sand bags will be placed with ends tightly abutting. If placed in unpaved areas, the dike will be embedded in the soil a minimum of 4 inches and a maximum of 6 inches. Bales will be securely anchored in place by a minimum of 2 stakes per bale. Stakes will be angled toward the previously placed bale to force the bales 01272301 TEMPORARY EROSION, SEDIMENTATION AND WATER 01500 - 4 08/01 POLLUTION PREVENTION AND CONTROL PON together. Stakes will be embedded in the soil a minimum of 18 inches. Bales will not be used when underlying material such as concrete or asphalt prevents anchorage by stakes. B. If placed on paved surfaces, the dike will consist of sand bags placed with the ends tightly together. The sand bags will be placed side by side to a width as required to minimize sand bag movement or displacement during rainfall occurrences. END OF SECTION 01272301 TEMPORARY EROSION, SEDIMENTATION AND WATER 08/01 POLLUTION PREVENTION AND CONTROL SECTION 01700 00NTRACT CLOSEOUT PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. PIN D. Project record documents. E. Operation and maintenance data. F. Warranties. �- G. Spare parts and maintenance materials. 1.3 RELATED SECTIONS A. Section 01500 — Temporary Erosion, Sedimentation and Water Pollution Prevention and Control. l B. Section 01600 — Basic Electrical Methods. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect's inspection. B. Provide submittals to Architect that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 01272301 CONTRACT CLOSEOUT 01700 - 1 08/01 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Architect with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.9 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 PRODUCTS Not used 01272301 CONTRACT CLOSEOUT 01700 - 2 08/01 PART 3 EXECUTION Not used 01272301 08/01 END OF SECTION CONTRACT CLOSEOUT 01700 - 3 s, SECTION 02050 DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS PART 1 GENERAL 1.1 GENERAL A. This item shall consist of the demolition, removal, and salvage or disposal of certain portions of existing paving materials, including existing asphalt surfacing and base material, existing concrete slabs and existing concrete curb and gutter, in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established for the project. 1.2 CLASSIFICATION A. Materials to be removed consist of asphaltic concrete, portland cement concrete pavement and concrete curb and gutter. No consideration shall be given to differences in thickness or volume of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 GENERAL A. All lines separating pavement, concrete slabs or curb and gutter to be removed from that to remain in place shall be cut neatly and in a straight line, or shall be separated at an existing expansion or construction joint. Cuts shall be made by means of sawing, or other methods approved by the Owner's Representative which will produce a satisfactory edge. In no case shall the line be cut with a motor grader blade. 3.2 REMOVING EXISTING ASPHALT SURFACING AND BASE MATERIAL A. All existing materials to be removed and disposed of under this item shall be removed by the Contractor, and shall be disposed of in appropriate disposal areas off the Airfield property. Removal operations shall be accomplished in such a manner to minimize disturbance of existing underlying courses and adjacent pavement structures or 01272301 DEMOLITION, REMOVAL AND SALVAGING 02050 - 1 08/01 OF EXISTING MATERIALS improvements to remain in place. Any underlying courses disturbed during removal operations shall be reworked, recompacted and regraded to the satisfaction of the Engineer. Any damage to adjacent pavement structures or improvements to remain in place shall be repaired to the satisfaction of the Engineer. 3.3 REMOVING AND DISPOSING OF EXISTING CONCRETE SLABS AND CONCRETE CURB AND GUTTER A. All existing concrete slabs and curb and gutter to be removed shall be broken up by suitable methods and equipment, and shall be removed from the construction site and properly disposed of at the Contractor's expense. B. The limits of removal of concrete slabs and curb and gutter shall be as shown on the plans or as directed by the Owner's Representative. All existing concrete to be removed shall be broken into pieces with an approximate maximum dimension of 24-inches and an approximate minimum dimension of 6-inches. C. The Contractor shall be responsible for all damage to all adjacent paving, curb and gutter, and other structures, and shall repair said damage to the satisfaction of the Owner's Representative. No additional compensation shall be allowed for the repair of such damage. END OF SECTION 01272301 DEMOLITION, REMOVAL AND SALVAGING 02050 - 2 08/01 OF EXISTING MATERIALS SECTION 02200 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING PART 1 GENERAL 1.1 GENERAL A. This item shall consist of excavation, subgrade preparation, grading, embankment and topsoiling of all materials within the limits of the work required to complete the construction of the various items included in this project in accordance with these specifications and in conformity with the dimensions and typical sections shown on the plans and with the lines and grades established for the project. B. All suitable material taken from excavation shall be used in the formation of embankment, subgrade, and for backfilling as indicated on the plans or as directed by the Owner's Representative. C. It is anticipated that no borrow material will be required for the construction of this project. However, if the volume of excavation removed from the construction site is not sufficient for constructing the project fill to the grades indicated, the deficiency shall be supplied from borrow sites approved by the Owner's Representative at the Contractor's expense. If the volume of excavation material removed from the project construction area exceeds that required to construct the project to the grades indicated, the excess material shall become the property of the Contractor and shall be properly disposed of in areas off the construction site at the Contractor's expense. 1.2 CLASSIFICATION �., All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless of the material encountered. Existing asphaltic concrete pavement and base material, concrete slabs and curb and gutter shall be salvaged or removed in accordance with Section 1, DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS, of these specifications. PART 2 PRODUCTS Not Used 01272301 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 1 08/01 EMBANKMENT AND TOPSOILING PART 3 EXECUTION 3.1 GENERAL A. The rough excavation shall be carried to the necessary depth to obtain the specified depth of subgrade densification shown on the plans. Likewise, on embankments, the depth of subgrade densification shall be as shown on the plans. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials, in an approved manner and condition, at his own expense. The Owner's Representative shall have complete control over the excavation, moving, placing, and disposition of all material and shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. B. The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. C. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil. D. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the contract. 3.2 EXCAVATION A. Excavation shall be performed as indicated on the contract plans to the lines, grades, and elevation shown or as directed by the Owner's Representative, and shall be made so that the requirements for formation of embankments can be followed. No excavation or stripping shall be started until the Owner's Representative has taken cross -sectional elevations and measurements of the existing ground surface, and has set control base lines for the proposed work. All material encountered within the limits indicated shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. B. When selective grading is specified or required as indicated on the plans, the excavated material shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. 01272301 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 2 08/01 EMBANKMENT AND TOPSOILING r C. The Contractor shall so schedule the work that excavated material can be placed in its proper section of the pavement construction. If the Contractor for his convenience desires to stockpile material, it shall be stockpiled in approved areas for later use. D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades, roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches below the contemplated surface of the subgrade or the designated grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to a depth specified, to provide a satisfactory foundation. Unsatisfactory materials shall become the property of the Contractor and shall be disposed of at locations approved by the Owner's Representative at the Contractor's expense. The portion so excavated shall be refilled with suitable selected material as specified, obtained from the grading operations or borrow area and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, or where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. E. The Owner reserves the right to make minor adjustments or revisions in lines or grades, if found necessary, as the work progresses due to discrepancies in the plans or to obtain satisfactory construction. F. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by the Contractor as an incidental part of the work, unless otherwise shown on the plans. G. In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified by the specifications, and as determined by the compaction control tests specified in ASTM D-698. Any unsuitable materials encountered shall be removed. H. In cut areas, the subgrade material shall be removed to the depths indicated on the drawings. The bottom layer of subgrade shall be compacted to the depths and density as shown on the drawings. The remaining layers of subgrade shall be constructed as embankment as shown on the drawings. I. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density except as specified above. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained ahead of the paving operations. K. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All, cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Owner's Representative. L. Blasting will not be permitted. 01272301 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 3 08/01 EMBANKMENT AND TOPSOILING 3.3 PREPARATION OF EMBANKMENT AREA A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilled with suitable material and compacted to ground surface before the construction of the embankment will be permitted to start.. B. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is to be placed, except where limited by rock, shall be scarified and broken by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over the scarified foundation and the whole area compacted as required in the specifications. C. Where embankments are to be placed on natural slopes steeper than 3-to-1, horizontal benches shall be constructed as directed by the Owner's Representative. Suitable excavated material shall be incorporated in embankments. D. No direct payment shall be made for the preparation of the embankment area. 3.4 STRIPPING All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. No direct payment will be made for stripping. 3.5 FORMATION OF EMBANKMENTS A. Embankments shall be formed of satisfactory materials placed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section. B. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. All materials entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers as specified. C. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing weather, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. D. The material in the layers shall be of the proper moisture content before rolling to obtain the prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be too wet to permit proper compaction or rolling, all work on all portions of the embankment thus affected shall be delayed until the material has dried to the required moisture content. Sprinkling shall be done with approved equipment that will 01272301 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 4 08/01 EMBANKMENT AND TOPSOILING sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all tunes. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken at frequent intervals. From these tests, corrections, adjustments, and modifications of methods, materials, and moisture content will be made to construct the embankment. E. Rolling operations shall be continued until the embankment is compacted to not less than 95 %, for noncohesive soils; and 90 % for cohesive soils of the maximum density, at optimum moisture, as determined by the compaction control tests in ASTM D-698. Under all areas to be paved, the embankment shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified in the specifications, as determined by the compaction control tests specified in ASTM D-698. On all areas outside !° of the pavement areas, no compaction will be required on the top 4 inches. Any areas inaccessible to a roller shall be consolidated and compacted by mechanical tampers. F. During construction of the embankment, the Contractor shall route his equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil ►^� material will be broken up into small particles and become incorporated with the other material in the layer. G. In the construction of embankments, starting layers shall be placed in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. H. When rock and other embankment material are excavated at approximately the same time, �.. the rock shall be incorporated into the outer portion of the embankment and the other materials shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimension will not be allowed in the top 12 inches of .�. the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material to form a dense, compact mass. Rock or boulders shall not be disposed of outside of the excavation or embankment areas, except at places and in the manner designated by the Owner's Representative. I. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. J. The Contractor shall be responsible for the stability of all embankments made under the contract and shall replace any portion which, in the opinion of the Owner's Representative, has become displaced due to carelessness or negligence on the part of the Contractor. K. There will be no separate measurement or payment for compacted embankment, and all costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other necessary operations of the embankments will be included in the contract price for excavation. L. When stockpiling of excavated material and later rehandling of such material is done for the convenience of the Contractor, no extra payment will be made for the rehandling of stockpiled materials. 01272301 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 5 '"" 08/O1 EMBANKMENT AND TOPSOILING 3.6 EQUIPMENT The Contractor may use any type of earth -moving, compaction, and watering equipment he may desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as _ approved by the Owner's Representative in accordance with the total calendar days or working days bid for the construction. The Contractor shall furnish, operate, and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 3.7 PREPARATION AND PROTECTION OF THE TOP OF THE SUBGRADE A. On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted to the density specified. When completed, the surface shall be true to the lines, grades, and cross section shown on the plans or as directed by the Owner's Representative. After all drains, structures, ducts, and other underground appurtenances along the edges or under the pavement have been completed, the subgrade shall be compacted to the depth and density specified as determined by the compaction control tests specified in ASTM D-698. Any irregularities or depressions that develop under rolling shall be corrected by loosening the material at these places and adding, removing, or replacing material until the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall be compacted to the required density by approved mechanical tampers. The material shall be sprinkled with water during rolling or tamping as required or when directed by the Owner's Representative. B. All soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by the Owner's Representative and replaced with suitable material. After grading operations are complete, all loose stones larger than 2 inches in their greatest dimension shall be removed from the surface of all proposed graded paving areas and disposed of as directed by the Owner's Representative. C. At all times, the top of the subgrade shall be kept in such condition that it will drain readily and effectively. In handling materials, tools, and equipment, the Contractor shall protect the subgrade from damage by laying planks when directed and shall take other precautions as needed. In no case will vehicles be allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped and rolled. Storage or stockpiling of materials on the top of — the subgrade will not be permitted. Until the subgrade has been checked and approved, no stabilized subgrade, subbase, base, surface course, or pavement shall be laid thereon. 3.8 HAUL No payment will be made separately or directly for haul on any part of the work. All hauling will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the contract unit price for the pay items of work involved. 01272301 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 6 08/01 EMBANKMENT AND TOPSOILING 611 3.9 TOLERANCES In those areas upon which a subbase, base course, or surface course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge, it shall not show any deviation in excess of inch, or shall not be more than 0.05 foot from true grade as !^ established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling. 3.10 TOPSOIL A. Topsoil shall be salvaged from stripping or other grading operations. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be �* incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. .- B. All areas outside the paved areas within the grading limits shall be topsoiled unless otherwise shown on the plans or otherwise directed by the Owner's Representative. C. Suitable equipment necessary for proper preparation and treatment of the ground surface, P„ stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Owner's Representative before the various operations are started. D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Owner's Representative, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the R„ covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. E. Grades on the area to be topsoiled, which have been established shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. F. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Owner's Representative. 1D'u" Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. G. The Contractor shall remove topsoil from the designated areas and to the depth as directed by the Owner's Representative. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Owner's Representative. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. 01272301 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 7 08/01 EMBANKMENT AND TOPSOILING W* H. In unpaved excavation areas, at least the upper 4 inches of material shall be topsoil, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfmg operations can proceed with a minimum of soil preparation or tilling. I. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Owner's Representative. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. J. No direct payment will be made for topsoil as such. END OF SECTION 01272301 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 8 08/01 EMBANKMENT AND TOPSOILING SECTION 02231 AGGREGATE BASE COURSE PART 1 GENERAL 1.1 SCOPE A. This section covers excavating, crushing, hauling, and spreading base material and wetting, compacting and shaping it to form a flexible base course for paving, to the lines, grades and typical cross sections shown on the plans, and as specified herein. The Contractor shall furnish all materials, equipment, tools, labor and superintendence and incidentals necessary to complete the work. The base material shall be caliche base course, crushed aggregate base course or gravel aggregate base course as specified below. 1.2 RELATED SECTIONS A. Section 01025 - Measurement and Payment. B. Section 02513 — Bituminous Surface Course. 1.3 BASE MATERIAL A. The base material shall consist of argillaceous limestone, calcareous or calcareous clay particles, with or without stone, conglomerate, gravel, sand or other granular materials. Materials for use in constructing the base course shall be furnished by the Contractor from a source approved by the Owner. The Contractor shall be responsible for locating the source of caliche, securing approval of the source, and for making arrangements with the owner of the property, on which the pit is located, for use of the material. The pits shall be stripped of all unacceptable material and the stripping shall be disposed of in a manner agreeable to the owner of the property on which the pit is located. The pits shall be opened so as to immediately expose the vertical faces of all of the various strata of acceptable material. Unless otherwise directed, the material shall be secured in successive vertical cuts extending through all of the exposed strata. Any incidental costs, including securing, stripping, or crushing the base material, shall be paid for by the Contractor and shall be included in the bid price. 1.4 MATERIAL TESTS A. Contractor will provide all preconstruction testing of material to verify it meets the requirements of 2. LA and 2. LB below. 01272301 AGGREGATE BASE COURSE 02231 - 1 08/01 P" PART 2 PRODUCTS 2.1 CALICHE MATERIAL All acceptable material shall be screened and the oversized material crushed and returned to the screened material in such a manner that a uniform material is produced. The processed base material shall meet the requirements of TxDOT Item 247, Flexible Base, Type A, Grade 1, which are as follows: A. Sieve Analysis Retained on 1-3/4 inch Sieve .............................. 0% Retained on 7/8 inch Sieve ................................ 10 to 35 % Retained on 3/8 inch Sieve ................................ 30 to 50% Retained on No. 4 Sieve ................................... 45 to 65 % Retained on No. 40 Sieve .................................. 70 to 85% Maximum increase on passing No. 40................... 20% B. Soil Binder The material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements when prepared in accordance with Test Method TEX-101-E procedure: The liquid limit shall not exceed ......................... 35 The plasticity index ......................................... Minimum 3, Maximum 12 The linear shrinkage shall not exceed .................... 8.5 Wet Ball Mill ................................................ 47 PART 3 EXECUTION 3.1 ACCEPTANCE OF SUBGRADE Prior to placing any base material, the Contractor shall verify that the subgrade has been shaped and compacted to the cross sections and grades in accordance with the plans. The Contractor shall notify the Owner of any deficiencies. By placing base on the subgrade the Contractor accepts the condition of the subgrade as conforming with plans and specifications. 3.2 MATCHING EXISTING PAVEMENT A. In locations where new pavement abuts existing pavement, the Contractor shall saw cut the existing pavement along a straight line approximately 12-inches from the existing edge of pavement. B. Contractor shall remove existing material to top of existing base within 6-inches of saw cut. Beyond 6-inches of the saw cut, existing material shall be removed by the contractor to top of proposed subgrade. C. A smooth transition shall be provided between typical section of new construction and edge of existing pavement. 01272301 AGGREGATE BASE COURSE 02231 - 2 08/01 Rpm I ii 3.3 HAULING AND PLACING A. Equipment: All equipment used shall be suitable for efficiently and properly accomplishing the work in this items. All equipment required for doing the work shall be in first class operating condition and on the project prior to the start of any work under this item. All equipment shall be subject to the approval of the Engineer. B. Flexible base shall be constructed in one course. The material shall be delivered in approved vehicles of uniform capacity, and it shall be the responsibility of the Contractor to supply the amount of material required to construct the base course to the thickness shown on the plans. Spreading and shaping shall be done in a manner which will thoroughly mix the material and prevent segregation. Sprinkling during this process will be required if necessary to prevent segregation. When shaping is completed the material shall be uniformly well graded and of the proper thickness. Material deposited upon the subgrade shall be spread and shaped the same day. In the event inclement weather or other unforeseen circumstances renders impractical the spreading of the material during the day in which it is deposited, the material shall be scarified, mixed and spread as directed by the Engineer. All areas and nests of segregated coarse of fine materials shall be corrected and removed or replaced with well graded material. If additional or corrective binder is required, it shall be furnished and applied in the amount directed by the Engineer. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, or other approved method. 3.4 FINISHING AND COMPACTING A. The processed base course shall be thoroughly compacted by rolling. The rolling shall progress from one side toward previously placed material by lapping uniformly each preceding rear -wheel track by one-half of the width of such track. Rolling shall continue until the material is thoroughly set, the interstices of the material reduced to a minimum and until creeping of the material ahead of the roller is no longer visible. Rolling shall continue until the base material has been compacted to not less than 100 percent density, as determined by ASTM D698. Blading and rolling shall be done alternately, as required or directed, to obtain smooth, even and uniformly compacted base. B. The base shall not be rolled when the underlying course is soft or yielding or when the roller causes undulation in the base course. When the rolling develops irregularities that exceed 3/8 inch when tested with a 16-foot straightedge, the irregular surface shall be loosened, refilled with the same material as that being used in constructing the course and rolled again as required. C. In areas inaccessible to the roller, the base course material shall be thoroughly tamped with mechanical tampers. D. The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. E. Shape base to required elevations and cross section slope grades. F. Surface Test: After the course has been completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified reshaped, recompacted and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall meet requirements of paragraph 3.4 of this Section. 01272301 AGGREGATE BASE COURSE 02231 3 08/01 G. Protection: Work on the base course shall not be accomplished during freezing temperatures or when the subgrade is wet. When the material is frozen or when the underlying course is _ frozen the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor at his sole expense. H. Determine the thickness of the base course by depth tests or cores taken by the Owner and observed by the Owner's Representative at intervals so that each test represents no more than 300 square yards. Density tests shall be made at intervals of not more than 300 square yards. 3.5 IRREGULARITIES, DEPRESSIONS OR WEAK SPOTS A. All irregularities, depressions or weak spots which develop during compaction shall be corrected immediately by scarifying the areas affected, adding or removing material as required, reshaping and recompacting by sprinkling and rolling. Immediately prior to placing of surfacing, the base shall be checked for grade and cross section, and any deviation in excess of three -eights (3/8) inch from grade or true cross section shall be corrected. "Blue tops" set to finished base elevations shall be set by the Contractor, in order to check the base for proper grade and elevation. 3.6 MAINTENANCE A. If the base course is opened to traffic before application of the surfacing, the base shall be satisfactorily maintained by wetting, blading and rolling until the wearing surface is placed thereon. The Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. The base course shall be properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work necessary to correct the deficiency shall be performed at the sole expense of the Contractor. END OF SECTION 01272301 AGGREGATE BASE COURSE 02231 - 4 08/01 SECTION 02513 BITUMINOUS SURFACE COURSE PART 1 GENERAL 1.1 DESCRIPTION This item shall consist of a surface course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses and typical cross sections shown on the plans or as directed by the Owner's Representative. The Contractor shall furnish all materials, labor, superintendence and incidentals necessary to complete the work in accordance with the drawings and as specified herein. PART 2 PRODUCTS 2.1 BITUMINOUS MATERIAL A. Bituminous material for the bituminous base course and surface course mixtures shall meet the requirements of Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets and Bridges, Item 300, Asphalts, Oils and Emulsions, Viscosity Grade AC-10 Asphalt Cement, and shall be homogeneous, free of water and shall not foam when heated to 347' F. B. Bituminous material for the bituminous surface course mixture shall further meet the requirements of Article 300.2, Latex Modified Asphalt, using Viscosity Grade AC-10 Asphalt Cement. 2.2 BITUMINOUS PRIME AND TACK COATS A. The asphalts for the bituminous prime and tack coats shall be cutback asphalts of the rapid curing type or the medium curing type. The asphalts used shall be in accordance with the requirements of Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets and Bridges, Item 300, Asphalts, Oils and Emulsions. The prime coat shall be MC-30 and tack coat shall be RC-250. B. Neither the prime coat nor the tack coat shall be applied when the air temperature is below 50' F. and falling, but may be applied when the air temperature is 40' F. and is rising. No prime coat or tack coat shall be applied when the general weather conditions, in the opinion of the Owner's Representative, are not suitable. 2.3 BITUMINOUS SURFACE COURSE A. General - The mineral aggregate shall be composed of coarse aggregate, fine aggregate and, if required, mineral filler. Approval of other material and of the source of supply must be obtained from the Owner's representative prior to delivery. 01272301 BITUMINOUS SURFACE COURSE 02513 - 1 �' 08/01 B. The combined mineral aggregate, after final processing by the mixing plant, and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 40 when tested in accordance with ASTM D-2419. The percent of flat and elongated pieces shall not exceed 25 % when tested in accordance with Test Method Tex-224-F. C. If the index of retained strength is less than 70% when tested in accordance with ASTM D-1075, or the tensile strength ratio is less than 70% when tested in accordance with AASHTO T-283, the aggregate shall be rejected or conditioned with an anti -stripping agent as approved by the Owner's representative. D. Prior to stockpiling of aggregates, the area shall be cleared of trash, weeds and grass, and be relatively smooth. Aggregates shall be separated into stockpiles of different gradation such that the grading requirements of the specified type will be met when the materials are combined in the bituminous mixture. No coarse aggregate stockpile shall contain more than 10% by weight of material that will pass a No. 10 sieve. Fine aggregate stockpiles may contain small coarse aggregate in the amount of up to 15% by weight, 100% of which shall pass a 1/4-inch sieve. The coarse aggregate shall meet the material requirements herein specified for coarse aggregates. E. Coarse Aggregate - The coarse aggregate shall be that part of the aggregate retained on the No. 10 sieve; shall consist of clean, tough, durable fragments of crushed stone of uniform quality throughout; mixing or combining crushed gravel and crushed stone will not be permitted. The aggregate shall be crushed to the extent that produces a minimum of 85% crushed faces when tested in accordance with Test Method Tex-460-A. The aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the Magnesium Sulfate Test (ASTM C-88). F. When tested in accordance with Test Method Tex-217-F, the amount of organic matter, clays, loams or particles coated therewith or other undesirable materials, shall not exceed 2%. G. When the coarse aggregate is sampled during delivery to the plant, from the stockpile, or from the cold bin, the material removed, when tested in accordance with Test Method Tex-217-F (Part II, Decantation), shall not exceed 2%. The plasticity index of that part of the fine aggregate contained in the coarse aggregate passing the No. 40 sieve shall not be more than 6 when tested by ASTM D-4318. However, where the coarse aggregate contains less than 5 % of the fine aggregate, and the fine aggregate is of the same or similar material as the coarse aggregate, the plasticity index requirements for the material passing the No. 40 sieve may be waived by the Owner's representative in writing. H. When the coarse aggregate is sampled from the hot bins and tested in accordance with Test Method Tex-217-F (Part II, Decantation), the amount of material removed shall not exceed 1%. I. Tests performed as specified herein represent material processed or placed until a subsequent test is performed. J. The coarse aggregate shall have an abrasion of not more than 40% loss by weight when subjected to the Los Angeles Abrasion Test, ASTM C-131. Coarse aggregate from each source shall meet the abrasion requirements specified. 01272301 BITUMINOUS SURFACE COURSE 02513 - 2 08/01 K. Fine Aggregate - Fine aggregate for the bituminous surface course shall be that part of the aggregate passing the No. 10 mesh sieve and shall consist of sand or stone screenings or a combination thereof. Sand shall be composed of sound, durable particles free from loam, coating or other deleterious substances. Screenings shall be of the same or similar materials as specified for coarse aggregate. That portion of the sand passing the No. 40 sieve shall have a plasticity index of not more than 6, when tested in accordance with ASTM D-4318. The plasticity index of the screenings passing the No. 40 sieve shall not be more than 9 when tested in accordance with ASTM D-4318. Fine aggregates from each source shall ^* meet plasticity index requirements. L. Mineral Filler - Mineral filler for the bituminous surface course shall consist of thoroughly dry stone dust, slate dust, Portland cement or other mineral dust approved by the Owner's Representative. It shall be free from injurious materials and shall meet the following grading requirements, when tested in accordance with ASTM D-242: Passing No. 30 sieve 100% by weight Passing No. 80 sieve, not less than 95 - 100% by weight Passing No. 200 sieve, not less than 70 - 100% by weight M. Bituminous Surface Course Mixture - The bituminous surface course shall consist of a uniform mixture of coarse aggregate, fine aggregate, lime and bituminous material with latex additive. The grading of each constituent of the mineral aggregate shall be well graded from coarse to fine, and shall not vary from the low limit on one sieve to the high limit of the adjacent sieve, or vice versa. The final designated gradations shall produce a relatively smooth line when plotted on a 0.45 power semilogarithmic gradation chart when tested in accordance. with ASTM C-136. The bituminous surface course mixture shall the following City of Lubbock, Type C (modified), master gradation specification: Sieve Size Percent by Weight Passing 1" 100 3/4" 98 - 100 1/2 81 - 93 3/8" 65 - 85 No. 4 43 - 63 No. 8 33 - 45 No. 16 22 - 34 No. 30 13 - 27 No. 50 7 - 19 No. 100 3 - 11 No. 200 1-6 Bitumen percent (of total mix) 4.0 - 7.5 01272301 BITUMINOUS SURFACE COURSE 02513 - 3 w 08/01 2.4 TESTS A. Material Certifications - The Contractor shall furnish test certificates for bituminous materials, latex and lime, made by a competent commercial laboratory, on each material source, as specified in this section, which he proposes to use before any such material is ordered or shipped. No material may be used until such test result certificates have been examined by the Owner's Representative and the source and quality of the material approved. B. Laboratory Control - If the Contractor or supplier wishes to use a material or source that has not previously been approved by the City of Lubbock, he will be required to request approval in writing of the material not less than 60 days prior to anticipated use of the material C. The Contractor shall utilize his own testing laboratory to monitor the plant mixing for bituminous base and surface course materials. Where irregularities occur and the limits of the specification are exceeded for aggregate, bituminous base, or bituminous surface, appropriate corrections will be required. D. Tolerances - The Owner's representative will designate the exact grading of the aggregate and bituminous material content to be used in the mixture (Job Mix Formula). The paving mixture produced shall not vary from the designated grading and asphalt content by more than the tolerances allowed herein and shall remain within the master grading specified. The respective tolerances, based on the percent by weight of the mixture, are listed as follows: Material Tolerance, plus or minus Aggregate passing - No. 4 sieve or larger ..............................4 percent Aggregate passing Nos. 8, 16, 30 or 50 sieves .............................3 percent by Aggregate passing Nos. 100 or 200 sieves ...........................2 percent Bitumen.............................................0.25 percent �. E. Extraction/Gradation Tests and Design Criteria 1. Samples of the mixture when tested in accordance with ASTM D-2172 shall not vary from the grading proportions of the aggregate and the asphalt content designated by the Owner's representative by more than the respective tolerance specified above. During construction, if grading or asphalt content exceeds the tolerances specified herein, production will be discontinued until such time as the mixture has been corrected and subsequent grading and extraction tests indicate results within the specified tolerance. All material so constructed, which exceeds the tolerances specified, will be removed and replaced at no cost to the Owner. 01272301 BITUMINOUS SURFACE COURSE 02513 - 4 08/01 2. Design Method - The bituminous mixture shall be designed and tested in accordance with these specifications and methods outlines in Chapter III, "Marshall Method of Mix Design," Mix Design for Asphaltic Cement, Asphalt Institute Manual MS-2, and shall meet the following requirements when tested in accordance with ASTM D-1559 and ASTM D-3203: Minimum Maximum Marshall Method -- Number of blows Each end of specimen 75 Stability, lbs. 1,800 Flow, units of 0.01" 8 14 Percent air voids 3 5 Percent voids in mineral aggregate 13 3. Sampling and Testing - It is the intent of this specification that the mixture will be designed to produce a mixture of optimum density and stability, as determined by the Owner's representative, when tested in accordance with these specifications and applicable ASTM procedures. Samples of the completed pavement shall be removed from locations designated by the Owner's representative to determine the composition, compaction and density of the pavement. Samples for each day or fraction thereof shall be taken. The Contractor shall replace the pavement at no cost to the Owner. If the pavement is found to be deficient in composition, compaction or thickness, satisfactory correction shall be made as directed by the Owner's representative. Tests on Marshall specimens shall be made twice daily or as directed by the Owner's representative to retain job control. The mixture shall comply with the requirements specified herein. If the laboratory stability and/or field tests of the mixture produced has a value lower than that specified, and in the opinion of the Owner's representative is not due to a change in source or quality of materials, production may proceed, and the mix shall be changed until the laboratory/field tests equals or exceeds the specified values. If there is, in the opinion of the Owner's representative, an apparent change in any material from that used in the design mixtures, production will be discontinued until a new design mix is determined by trial mixes. 2.5 EQUIPMENT A. All equipment used in the construction of the bituminous base and surface courses shall meet the approval of the Owner's Representative and be maintained in first class condition throughout the period of construction. 01272301 08/01 BITUMINOUS SURFACE COURSE 02513 - 5 .v B. The asphalt distributor shall be an approved type, self-propelled pressure distributor, so constructed and operated as to distribute the material evenly and smoothly in the quantity specified or directed. Suitable means for heating, controlling the heat, determining the temperature of the contents of the tank, adjusting and controlling the rate of application and for measuring volume of asphalt shall be provided. The distributor shall be calibrated prior to application of any material under these specifications or a certificate of calibration, satisfactory to the Owner's Representative, shall be supplied by the Contractor. C. Trucks in which the material is hauled from the plant to the point of deposition shall be tight to the material transported and so constructed that the entire load may be quickly dumped at the point of deposition. Trucks shall be clean of all foreign materials and maintained in a satisfactory condition. D. Equipment for rolling the surface shall consist of three -wheel tandem rollers weighing not less than eight (8) tons and self-propelled pneumatic rollers. Other small equipment such as shovels, hand tamps and smoothing irons shall be furnished and maintained in good condition. PART 3 EXECUTION 3.1 APPLICATION OF BITUMINOUS PRIME COAT AND BITUMINOUS TACK COAT A. A bituminous prime coat shall be applied to the entire flexible base course surface prior to placing the bituminous surface course. B. When required by the Owner's Representative, a bituminous tack coat shall be applied to all surfaces which are to receive a bituminous surface course. C. The bituminous prime coat shall be applied at least 24-hours in advance of placing the bituminous surface course. The caliche base course shall first be brought truly to the section and grade as established, and shall be tested with a satisfactory 16-foot straightedge. Any deviation in excess of 3/8-inch from the straightedge or from the true cross section shall be corrected by scarifying the base, then adding or removing material, reshaping and compacting by sprinkling and rolling. No "scab" or "featheredge" patches will be permitted. After correcting any defects, the base shall be cleaned of all foreign material, and all dust and loose particles shall be swept from the surface with a rotary broom, and other approved methods, until the surface is in a condition to receive the prime coat. If the surface has become dry, it shall be sprinkled with water immediately in advance of the prime coat application in order to assure uniform spread and penetration of the asphalt. D. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller, or other rolling devices as approved by the Owner's Representative. Proof rolling shall be accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas which develop during proof rolling shall be corrected immediately by the Contractor. 01272301 BITUMINOUS SURFACE COURSE 02513 - 6 08/01 I E. When the flexible base is in proper condition, the prime coat shall be applied with an approved distributor at a rate of 0.25 gallons per square yard, or as directed by the Owner's Representative. The tack coat shall be applied at a rate of approximately 0.10 gallon per square yard, or as directed by the Owner's Representative. The asphalt shall be applied at the temperature recommended by the Asphalt Institute. Application by means of hose and spray attached to the distributor will be permitted upon approval by the Owner's Representative, in areas inaccessible to the distributor. The prime and tack coats shall not be applied during periods of inclement weather nor on a base which contains an excess of water. No traffic shall be permitted over the freshly applied prime coat, but when it has penetrated and/or cured sufficiently that the wheels of vehicles do not track or pick up oil from the surface, the surface course may be placed thereon. If the prime coat is damaged before placing the surface course, such damage shall be repaired as directed. Prime coats shall not be applied more than 7 days in advance of surface placing. Areas that have been primed longer than the specified time shall be reprimed at the Contractor's expense. 3.2 BITUMINOUS SURFACE COURSE LAYING After the tack coat has been applied and the areas to be paved have been put in proper condition to receive the surfacing, the bituminous surface course mixture, heated and prepared as specified, shall be hauled to the point of placement and placed on the prepared surface. The mixture shall be so spread by the finishing machine in a uniform layer, that the finished thickness, as specified, is obtained over the entire area to be surfaced, after compaction. Laying shall be by means of the mechanical finishing machine wherever this is possible. Hand placing will be permitted where it is impracticable to operate the finishing machine. When hand placing is used, the material shall be dumped outside the area on which it is to be spread, and the entire load shall be spread and shaped so that the specified amount is placed on the base. Compaction shall be by means of lightly oiled, hot hand tamps. All contact surfaces of gutters and structures shall be painted with a thin, uniform coating of cut -back asphalt as required for the prime coat. The mixture when placed, shall be at a temperature of between 300' F. and 350' F. and the dispatch of vehicles and placing of material, shall be done in a manner which will cause as little loss of heat as possible. 3.3 ROLLING A. While still hot and as soon as it will bear the weight of the roller without undue displacement or hair cracking, the surface shall be rolled with a three -wheel roller, as specified weighing not less than eight (8) tons. One roller shall be provided for each two thousand (2,000) square yards of pavement laid per day. The three -wheel roller shall be followed by a tandem roller and/or pneumatic tired rollers, as directed by the Owner's Representative, but in any case, the final rolling shall be done with tandem roller. Pavement shall be rolled in a longitudinal direction, beginning at the side, and progressing toward the crown of the pavement. Each successive trip of the roller shall overlap the previous one by one-half (1/2) of the width of the roller wheel. Alternate trips shall be of slightly different length. The motion of the roller shall at all times be slow enough to avoid displacement of the hot mixture, and any displacement occurring shall immediately be corrected by the use of rakes and fresh mixture, if required. Rolling shall continue until the surface has been thoroughly compacted and is of a uniform texture and true to grade and cross section. 01272301 BITUMINOUS SURFACE COURSE 02513 - 7 08/01 0 Adjacent to the gutters the surface shall be finished uniformly high so that when compacted it shall be slightly above the gutter lip. The rollers shall not be allowed to stand on pavement which has not cooled to normal atmospheric temperature. To prevent adhesion of the surfacing to the roller, the wheels shall be kept properly moistened with water but an excess of water will not be permitted. Necessary precautions shall be taken to prevent _ the dripping of gasoline, oil, grease, or other foreign material on the pavement either when the rollers are in operation or when standing. B. When the Owner's Representative has determined that conditions are such that adequate compaction or surface texture is not being obtained with the tandem or three -wheel rollers, the Contractor shall supplement these rollers with pneumatic rollers conforming to the requirements included above. The pneumatic roller shall follow the steel -wheel rollers while the course is still warm. The rolling shall continue until all the surface course has been " subjected to at least three coverages, and has an in -place density of 98 percent of laboratory density as determined by ASTM D-1188 or ASTM D-2726. 3.4 JOINTS A. Joints between successive strips and between existing and new paving shall be carefully - made in such a manner as to insure a thorough and continuous bond between the old and new surfaces. The roller shall pass over the unprotected end of the freshly laid mixture only when the laying of the mixture is discontinued for such a length of time as to permit the mixture to become chilled. In all cases, when the work is resumed, the material laid shall be cut back to its full depth so as to expose a fresh vertical surface. All such surfaces, as well as the edge of a strip against which another strip is to be placed, shall be painted with hot asphalt prior to placement of fresh material against it. Hot smoothing irons may be used for sealing joints but in such cases, extreme care shall be exercised to avoid burning the surface. Joints with existing surfacing shall be constructed substantially as specified above in a manner which will produce a smooth continuous surface between the old and new sections. B. In making the joint between existing pavements and the new surfacing, the old pavement shall be sawed to a straight line. Transverse joint shall also be sawed when new surfacing is being adjoined to surfaces which have been in place more than 12 hours, or if the old joint has been damaged or is dirty. 3.5 SURFACE TESTS The surface of the pavement after compaction, shall be true to the grades and cross sections as established, and when tested with a sixteen (16) foot straightedge, shall have no deviation in excess of one -sixteenth (1/16) inch per foot measured from the nearest point of contact, and the maximum ordinate measured from the face of the straightedge shall not exceed one -quarter (1/4) inch at any point. Any humps or depressions exceeding the specified tolerance or which retain water on the surface, shall be corrected by removing the defective work, replacing with new material and recompacting as directed by the Owner's Representative, all at the expense of the Contractor. 01272301 BITUMINOUS SURFACE COURSE 02513 - 8 08/01 3.6 CLEANUP After the completion of placement of the wearing course, all debris resulting from the construction shall be cleaned up and removed from the site of the work. Areas, which have been disturbed during the construction, shall be raked or graded as required and left in a clean and neat condition. Gutters shall be cleaned of all dirt, aggregate, or other material which would clog the gutter. The E entire premises of the work shall be left in a clean condition satisfactory to the Owner's Representative, and all costs of a cleanup shall be borne by the Contractor. END OF SECTION BITUMINOUS SURFACE COURSE 02513 - 9 SECTION 02577 PAVEMENT MARKINGS PART 1 GENERAL 1.1 SCOPE This section covers the painting stripes and installation of traffic buttons on the surface of parking areas applied in accordance with this specification and at the locations shown on the plans. PART 2 PRODUCTS 2.1 PAINT A. Paints for parking areas shall conform to Fed. Spec. TT-P-1952, color shall be white. B. Paint shall be in sealed containers that plainly show the designated name, formula or specification number, batch number, color, date of manufacture, manufacturer's name, formulation number and directions, all of which shall be plainly legible at time of use. The paint shall be homogenous, easily stirred to smooth consistency, and shall show no hard settlement or other objectionable characteristics during a storage period of six months. 2.2 TESTING A. Materials will be approved for use based on either of the following data furnished by the Contractor: 1. A test report showing that the proposed batch meets all specified requirements. 2. A test report showing that a previous batch manufactured using the same formulation as that used in manufacturing the proposed batch met all specified requirements, and a report showing rest results on the proposed batch for the following properties required in the material specifications: weight per gallon, viscosity, fineness of grind, drying time and gradation. 2.3 EQUIPMENT A. General All equipment for the work shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. B. Paint Applicators The equipment for applying paint to pavements shall be self-propelled or mobile -drawn pneumatic spraying machine with suitable arrangements of atomizing nozzles and controls to obtain the specified results. The machine shall be capable of applying the stripe widths indicated, at the paint coverage rate specified in paragraph 5-3, and of even uniform thickness with clear-cut edges. 01272301 PAVEMENT MARKINGS 02577 - 1 08/01 The paint applicator shall have paint reservoirs or tanks of sufficient capacity and suitable gauges to apply paint in accordance with requirements specified. Tanks shall be equipped with suitable air -driven mechanical agitators. The spray mechanism shall be equipped with quick -action valves conveniently located, and include necessary pressure regulators and gauges in full view and reach of the operator. Paint strainers shall be installed in paint supply lines to insure freedom from residue and foreign matter that may cause malfunction of the spray guns. Pneumatic spray guns shall be provided for hand application of paint in areas where the mobile paint applicator cannot be used. C. Abrasive Blasting Equipment Abrasive blasting equipment shall include an air compressor, hoses and nozzles of proper size and capacity as required for cleaning surfaces to be painted. The compressor shall be capable of furnishing not less than 150 cfm of air at a pressure of not less than 90 psi at the nozzle for each nozzle used. PART 3 EXECUTION 3.1 TRAFFIC PAINT A. Surface Preparation New pavement surfaces shall be allowed to cure for a period of not less than 5 days before application of marking materials. All surfaces to be marked shall be thoroughly cleaned before application of the paint. Dust, dirt, and other granular surface deposits shall be removed by sweeping, blowing with compressed air, rinsing with water, or a combination of these methods as required. Rubber deposits, surface laitance, existing paint markings and other coatings adhering to the pavement shall be completely removed with scrapers, wire brushes, abrasive blasting, approved chemicals or mechanical abrasion as directed. Where oil or grease are present on old pavements to be marked, affected areas shall be scrubbed with several applications of trisodium phosphate solution or other approved detergent or degreaser, and rinsed thoroughly after each application. After cleaning, oil -soaked areas shall be sealed with cut shellac to prevent bleeding through the new paint. If abrasive blasting method is utilized, then abrasive material shall be of non -silicon type. B. Layouts and Alignment 1. On those sections of pavements where no previously applied figures, markings or stripes are available to serve as a guide, suitable layouts and lines of proposed stripes shall be spotted in advance of the paint application. Control points shall be spaced at such intervals as will insure accurate location of all markings. 2. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions and application of the paint. C. Rate of Application Paint shall be applied evenly to the pavement surface to be coated at a rate of 105 plus or minus five square feet per gallon. 01272301 PAVEMENT MARKINGS 02577 - 2 08/01 D. Paint Application Paint shall be applied to clean, dry surfaces and, unless otherwise approved, only when air and pavement temperatures are above 40 ° F. and less than 95 ° F. Paint temperature shall be maintained within these same limits. Paint shall be applied pneumatically with approved equipment at rate of coverage specified herein. The Contractor shall provide guidelines and templates as necessary to control paint application. Special precautions shall be taken in marking numbers, letters and symbols. All edges of markings shall be sharply outlined. The maximum drying time requirements of the paint specifications will be strictly enforced to prevent softening of the bitumen and pick-up, displacement or discoloration by tires of traffic. If there is a deficiency in drying of the markings, painting operations shall be discontinued until cause of the slow drying is determined and corrected. E. Weather Limitations The painting shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty or foggy. 3.2 OBLITERATE EXISTING PAVEMENT MARKING Existing pavement marking on concrete pavement shall be obliterated by sandblasting. Care shall be taken during the removal operations to protect the pavement surface from damage. Existing pavement marking on asphalt pavement shall be obliterated by painting over the existing marking with black colored paint meeting the material and application requirements of these specifications. 3.3 DEFECTIVE WORKMANSHIP OR MATERIAL When any material not conforming to the requirements of the specifications or plans has been delivered to the project or incorporated in the work or any work performed is of inferior quality, such material or work shall be considered defective and shall be corrected as directed and shall be corrected as directed by the Engineer. END OF SECTION 01272301 PAVEMENT MARKINGS 02577 - 3 08/01 A-. SECTION 02830 CHAIN LINK FENCES AND GATES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Chain link fencing and accessories. 2. Fence gates and related hardware. 3. Gate operator. B. Related Sections: 1. Electric power for gate operators: Division 16. 1.2 REFERENCES A. ASTM A 90-81(91) -- Standard Test Method for Weight of Coating on Zinc -Coated (Galvanized) Iron or Steel Articles; 1981 (Reapproved 1991). B. ASTM A 392-91b -- Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric; 1991. C. ASTM F 567-93 -- Standard Practice for Installation of Chain -Link Fence; 1993. D. ASTM F 669-92 -- Standard Specification for Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence; 1992. E. ASTM F 900-94 -- Standard Specification for Industrial and Commercial Swing Gates; 1994. 1.3 SUBMITTALS A. Product Data: 1. Manufacturer's catalog cuts. Indicate post sizes and thicknesses, protective coatings, fabric characteristics, and accessories. 2. Manufacturer's technical data, catalog cuts, specifications, and installation instructions for gate operator and keypad. B. Shop Drawings: 1. Showing location of fences, gates, posts and details of installation of hardware and accessories. Location of gate operator and keypad are critical and are to be approved by the Owner. 1.4 CONTRACT CLOSEOUT SUBMITTALS A. Gates and Operators: 1. Complete and detailed operations and maintenance data for each component, including diagrams and part numbers for ordering spare or repair parts. 01272301 CHAIN LINK FENCES AND GATES 02830-1 08/01 PART 2 PRODUCTS _ 2.1 MANUFACTURERS A. Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: 1. Galvanized steel fencing: a) Allied Tube and Conduit. b) American Security Fence Corporation. c) Anchor Fence, Inc. d) Boundary Fence & Railing Systems, Inc. 2.2 FENCING ACCESSORIES A. Material and finish of accessories shall match fence fabric, except as noted. 2.3 FENCE A. Fence Configuration: 1. Fence shall be constructed with: a) Barbed wire top, 3 strands, inclined arm. b) Top rail. c) Brace rails at each terminal post. d) Bottom tension wire. B. Fabric: 1. Material: Zinc -coated steel, ASTM A 392. 2. Zinc coating weight: 1.2 ounces per square foot. 3. Wire diameter: 0.148 inch (9 gage). 4. Mesh size: 2 inches. - 5. Fabric width: 72 inches. C. Fence Framework: 1. Zinc coating of steel pipe (ASTM A 90): a) Interior and exterior coating: Hot -dip zinc -coated; weight of coating, 1.8 ounces per square foot of coated area, average. 2. Zinc coating of steel shapes (ASTM A 90): a) Hot -dip zinc -coated; weight of coating, 1.8 ounces per square foot. 3. Material: Except where specific requirements are indicated on the drawings, the contractor may select any framework material listed below. 4. Material: Conform to ASTM F 669, Light Industrial category. a) Group IA: Steel pipe. (1) Rail size: 1.660 inches outside diameter by 0.112 inch wall thickness, 1.82 pounds per foot. (2) Line post size: 2.375 inches outside diameter by 0.123 inch wall thickness, 2.96 pounds per foot. (3) Terminal post size: 2.875 inches outside diameter by 0.162 inch wall thickness, 4.69 pounds per foot. 01272301 CHAIN LINK FENCES AND GATES 02830-2 08/01 b) Group I-C: Steel pipe, commercial standard, yield strength 50,000 psi. (1) Rail size: 1.660 inches outside diameter by 0.083 inch wall thickness, 1.40 pounds per foot. (2) Line post size: 2.375 inches outside diameter by 0.095 inch wall thickness, 2.31 pounds per foot. (3) Terminal post size: 2.875 inches outside diameter by 0.110 inch wall thickness, 3.25 pounds per foot. c) Group II: Roll -formed steel sections, commercial standard, yield strength 50,000 psi (see ASTM F 669). D. Gate Type 1: 11. Construct gate (and gateposts) according to manufacturer's standard heavy-duty design. a) Type: Single rolling. b) Frame: Round tubular steel. c) Zinc coating of steel (ASTM A 90): Interior and exterior coating, 1.8 ounces per square foot of coated area. 2. Provide gate operator as described below. E. Gate Type 2: 1. Comply with ASTM F 900. a) Type: Single swing. b) Frame: Round tubular steel. c) Zinc coating of steel (ASTM A 90): Interior and exterior coating, 1.8 ounces per square foot of coated area. 2. Provide gate hardware, including keeper for each leaf. PART 3 EXECUTION 3.1 POST INSTALLATION A. Layout: 1. Space line posts at equidistant intervals not exceeding 10 feet on center measured parallel to grade. 2. Locate terminal posts at the beginning and end of each continuous length of fence, at abrupt changes in line or grade, additionally at intervals not to exceed 500 feet, and as otherwise shown on the drawings. 3. Install posts plumb and in proper alignment. 3.2 FENCE INSTALLATION A. Install posts, braces, fabric, and other components in accordance with manufacturer's �., recommendations and to meet or exceed requirements of ASTM F 567. 3.3 GATE INSTALLATION A. Install gates in accordance with manufacturer's instructions, plumb, level, and secure. B. Gates shall operate freely without binding or dragging and shall be easily operable by hand. 01272301 CHAIN LINK FENCES AND GATES 02830-3 08/01 3.4 GATE OPERATOR INSTALLATION A. Install gate operators according to manufacturer's instructions. Adjust for smooth, trouble -free operation. —. B. Advise and consult with the Architect to obtain the Owner's requirements for standard available programmable features or adjustable controls (such as time delays, interlocks, or safety devices), and make necessary adjustments. 3.5 ADJUSTING A. Gates and Gate Operators: After repeated operation of completed installation equivalent to 3 days' use by normal traffic, readjust gates and gate operators and controls for optimum operating condition and safety. Lubricate operating equipment and clean exposed surfaces. 3.6 DEMONSTRATION A. Instruct the Owner's personnel on proper operation and maintenance of gate operators. END OF SECTION 01272301 CHAIN LINK FENCES AND GATES 02830-4 08/01 N r-+ SECTION 02900 SEEDING PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Seeding at all disturbed areas. B. Establishment of grass. C. Fertilizers. 1.3 RELATED SECTIONS A. Division 2 Section "EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING" for protection of existing trees and planting, topsoil stripping and stockpiling, and site clearing, excavation, filling, rough grading, and subsurface aggregate drainage and drainage backfill, topsoil. 1.4 SUBMITTALS A. Product certificates signed by manufacturers certifying that their products comply with specified requirements. 1. Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. 3. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. B. Certification of grass seed from seed vendor for each grass -seed mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. C. Planting schedule indicating anticipated dates and locations for each type of planting. D. Maintenance instructions recommending procedures to be established by Owner for maintenance of landscaping during an entire year. Submit before expiration of required maintenance periods. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that landscaping is in progress. 01272301 SEEDING 02900 - 1 08/01 B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must demonstrate to Architect's satisfaction, based on evaluation of agency -submitted criteria conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. 1.6 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Architect before planting. 1.8 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. PART 2 PRODUCTS 2.1 GRASS MATERIALS A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed Analysts' "Rules for Testing Seeds" for purity and germination tolerances. 1. Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and minimum percentages of purity, germination, and maximum percentage of weed seed as indicated on Schedules at the end of this Section. 2.2 FERTILIZER A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea -form, phosphorous, and potassium in the following composition: 1. Composition: 300 lbs. per acre of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. 01272301 SEEDING 02900 - 2 08/01 `" C`s PART 3 EXECUTION 3.1 EXAMINATION A. Examine areas to receive seed or hydromulch for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Outline areas, and secure Contracting Officer's acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 1. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. B. A "Planting Soil Amendments Schedule" is included at the end of this Section. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 12 inch in any dimension and sticks, roots, rubbish, and other extraneous materials. C. Grade grass areas to a smooth, even surface with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Remove trash, debris, stones larger than 12 inch in any dimension, and other objects that may interfere with planting or maintenance operations. D. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 3.5 SEEDING NEW GRASSED AREAS A. Plant seed by hydromulch or other methods approved by the engineer. 1. Do not use wet seed or seed that is moldy or otherwise damaged in transit or storage. B. Rake seed lightly into top 1/4 inch of topsoil, roll lightly, and water with fine spray. 3.6 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. B. Grassed Areas: Provide soil amendments in not less than the following quantities: 1. Weight of commercial fertilizer per acre: 300 lbs. 01272301 SEEDING 02900 - 3 08/01 3.7 SEED MIXTURES SCHEDULE A. Full -Sun Mixture: Provide certified grass -seed blends or mixes, proportioned by weight, as follows: Common Name Pounds of Pure Liveseed Per Acre Scientific Name Green Sprangletop 0.7 lbs/acre Leptachloa Dubia Sideouts Grama 2.2 lbs/acre Bouteloua Curtipendula Buffalograss 6.4 lbs/acre Buchloe Dactyloides Little Bluestem 1.41bs/acre Schizachyrium K-R Bluestem 0.8 lbs/acre Bothriochloa Ischaemum Rye (temporary cover crop) 60 lbs/acre ------------------------------- END OF SECTION 01272301 SEEDING 02900 - 4 08/01 SECTION 03320 PORTLAND CEMENT CONCRETE PAVING PART 1 GENERAL 1.1 DESCRIPTION This work shall consist of pavement composed of portland cement concrete, with or without reinforcement as shown on the plans constructed in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Concrete pavement shall be constructed with the use of conventional stationary forming as specified herein. The slip -form method of pavement construction will not be allowed. PART 2 PRODUCTS 2.1 FINE AGGREGATE Fine aggregate for concrete shall conform to the requirements of ASTM C33 and shall meet the requirements of Table 1. Table 1. - Requirements for Gradation of Fine Aggregates Sieve Designations (square openings) Percentage By Weight Passing Sieves 3/8-inch 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No. 50 10-30 No. 100 2-10 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 1 08/01 2.2 COARSE AGGREGATE A. Coarse aggregate shall conform to the requirements of ASTM C33 and Item No. 360, Concrete Pavement, of the Texas Department of Transportation 1993 Standard Specifications for Construction of Highways, Streets and Bridges. Gradation shall be in accordance with Table 2. Table 2. - Requirements for Gradation of Coarse Aggregates Sieve Designations (square openings) Concrete Percentage by Weight Passing Sieves 1-1/2 inch. - No. 4 2-inch 100 1-1/2-inch 95-100 1-inch --- 3/4-inch 35-70 1/2-inch --- 3/8-inch 10-30 No. 4 0-5 B. The aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test (ASTM C-88) C. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C 131 or ASTM C535. D. Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or natural sand. Crushing shall result in a product in which the coarse aggregate shall have at least 95 % by weight of particles with one or more fractured faces and 75 % by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1. 2.3 CEMENT A. Cement shall conform to the requirements of ASTM C 150, Type I or Type III, standard brand of cement. If the use of high, early strength cement is not required by these specifications, and the Contractor desires to use it, he shall obtain written permission of the Owner's Representative and shall assume all additional costs incurred by the use of such cement. If Type III cement is used, the average 7-day strength shall be higher than the average 3-day strength. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 2 08/01 B. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Owner's Representative before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. C. If, for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. 2.4 PREMOLDED JOINT FILLER Premolded joint filler for expansion joints shall conform to the requirements of ASTM D1751 or w ASTM D 1752 as specified and shall be punched to admit the dowels where called for on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Owner's Representative. When the use of more than one piece is authorized for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Owner's Representative. 2.5 JOINT SEALER The joint sealer for the joints in the concrete pavement shall be in accordance with Section 03322, ' JOINT SEALING FILLER, of these specifications and shall be of the type specified. 2.6 STEEL REINFORCING A. Bar mats for steel reinforcing shall conform to the requirements of ASTM A184 fabricated with bars conforming to the requirements of ASTM A615 or A616, Grade 60. Welded wire fabric for steel reinforcing shall conform to the requirements of ASTM A497 using deformed wire in both directions. �. B. Splices for bars shall be made as shown on the plans by lapping the bars the required amount and securely wiring them together. Where details of splices are not shown or where unanticipated splices are required, they shall be made in a location approved by the Owner's Representative and the length of lap shall be 30 bar diameters, but not less than 12 inches. C. Welded wire fabric shall be placed as shown on the drawings. Adequate methods for proper placing of the fabric and for maintaining proper position during placement of concrete will be required and shall be subject to approval of the Owner's Representative. Welded wire fabric shall overlap at splices a distance not less than the spacing of the cross wires plus 2 inches. 2.7 FIBER REINFORCEMENT A. Fiber reinforcement shall be 100 percent virgin polypropylene collated, fibrillated fibers ' specifically manufactured for use as concrete reinforcement, containing no reprocessed olefm P Y g P materials. The physical characteristics of the fiber to be used shall be as follows: specific gravity: 0.91; tensile strength: 70 to 110 ksi; length of fibers: 2-inch. B. Fibrous concrete reinforcement materials provided by this section shall produce concrete conforming to the requirements for each type and class of concrete listed. Quantities of fibers used shall conform to manufacturer's recommendations, unless otherwise directed by the Owner's Representative. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 3 „ , 08/01 2.8 SMOOTH DOWEL BARS A. Unless otherwise specifically shown on the plans all dowel bars shall be plain round bars conforming to the requirements of ASTM A615, Grade 60. B. Dowels shall be fabricated or cut to length at the shop or mill prior to delivery to the site. Dowels shall be free of loose flaky rust and loose scale, and shall be clean and straight. Dowels shall be free of any burring or deformation. Before delivery to the construction site, a minimum of two-thirds of the length of each dowel bar shall be painted with one coat of zinc -chromate paint. If plastic or epoxy -coated steel dowels are used, no paint coating is required, except when specified for a particular situation on the contract plans. Coated dowels shall conform to the requirements given in AASHTO M254. C. Split dowels, used at the Contractor's option, shall be of the threaded type, of approved design. The external and internal threaded portion of the split dowels shall conform to the thread designation as defined in the National Bureau of Standards Handbook H28. D. The sleeves for dowel bars at expansion joints shall be metal of an approved design to cover 2 to 3 inches of the dowel, with a closed end, and with a suitable stop to hold the end of the bar at least 1 inch from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. E. The diameter and length of the smooth dowel bars shall be as follows: Nominal Pavement Thickness Diameter Length Spacing (inches) (inches) (inches) (inches) 6-7 3/4 18 12 8-12 1 19 12 2.9 DEFORMED DOWEL BARS Deformed bars shall be used for dowel bars only in the locations specifically noted on the plans. The deformed bars shall conform to the requirements of ASTM A615, Grade 60. Deformed dowel bars may be sheared to length. 2.10 TIE BARS Tie bars shall conform to the requirements of ASTM A615, Grade 60. 2.11 WATER Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. If the water is of questionable quality, it shall be tested in accordance with and shall meet the suggested requirements of AASHTO T 26. Water testing shall be done at the discretion of the Owner's Representative. Water known to be of potable quality may be used without testing. Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass, or other foreign materials. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 4 08/01 r-� 2.12 COVER MATERIAL FOR CURING A. Curing materials shall conform to one of the following specifications: 1. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2 (all resin base). 2. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. 3. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171. 4. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 2.13 ADMIXTURES A. The use of any material added to the concrete mix shall be approved by the Owner's Representative. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Owner's Representative may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests will be made of samples taken by the Owner's Representative from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Admixtures shall not be used to replace cement. 1. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall be added to the mixer in the amount necessary to produce the specified air content. The air -entraining agent and the water reducer admixture shall be compatible. 2. Water -Reducing Admixtures. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C494, Type A, water -reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 3. High -Range Water -Reducing Admixtures. High -range water -reducing admixtures (super plasticizer) shall meet the requirements of ASTM C494, Type F or Type G. The high -range water -reducing admixture and the air entraining agent shall be compatible. PART 3 EXECUTION 3.1 GENERAL 01272301 08/01 The Contractor shall furnish all labor, materials and services necessary for and incidental to the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposed to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Owner's Representative. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. PORTLAND CEMENT CONCRETE PAVING 03320 - 5 3.2 EQUIPMENT A. Equipment and tools necessary for handling materials and performing all parts of the work shall be approved by the Owner's Representative as to design, capacity, and mechanical condition. The equipment shall be at the job site before the start of construction operations for examination and approval. 1. Batching Plant and Equipment. a) General. The batching plant shall include bins, weighing hoppers, and scales for the fine aggregate and for each size of coarse aggregate. If bulk cement is used, a bin, hopper, and separate scale for cement shall be included. The weighing hoppers shall be properly sealed and vented to preclude dusting during operation. b) Bins and hopper. Bins with adequate separate compartments for fine aggregate and for each required size of coarse aggregate shall be provided in the batching plant. Each compartment shall discharge efficiently and freely into the weighing hopper. Means of control shall be provided so that, as the quantity desired in the weighing hopper is approached, the material may be added slowly and shut off with precision. A port or other opening for removing an overload of any one of the several materials from the hopper shall be provided. Weighing hoppers shall be constructed to eliminate accumulations of materials and to discharge fully. c) Scales. The scales for weighing aggregates and cement shall be of either the beam or the springless dial type. They shall be accurate within 0.5 percent throughout their range of use. When beam -type scales are used, provisions such as a "telltale" dial shall be made for indicating to the operator that the required load in the weighing hopper is being approached. A device on the weighing beams shall clearly indicate critical position. Poises shall be designed to be locked in any position and to prevent unauthorized change. The weight beam and "telltale" device shall be in full view of the operator while charging the hopper, and the operator shall have convenient access to all controls. — Scales shall be inspected and sealed as often as the Owner's Representative may deem necessary to assure their continued accuracy. The Contractor shall have on hand not less than ten 50-pound weights. These weights shall be used for testing of all scales as directed by the Owner's Representative. 2. Mixers. a) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. A device accurate within 3 percent and satisfactory to the Owner's Representative shall be provided at the mixer for determining the amount of air -entraining agent or other admixture to be added to each batch. Mixers shall be examined daily for the accumulation of hard concrete or mortar and the wear of blades. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 6 08/01 r b) Central plant mixer. Mixing shall be in an approved mixer capable of combining the aggregates, cement, and water into a thoroughly mixed and uniform mass within the specified mixing period, and of discharging the mixture without segregation. Central plant mixers shall be equipped with an acceptable timing device that will not permit the batch to be discharged until the specified mixing time has elapsed. The water system for a central mixer shall be either a calibrated measuring tank or a meter and shall not necessarily be an integral part of the mixer. r The mixers shall be cleaned at suitable intervals and shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4-inch or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to �., original height and depth. c) Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C94. d) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94. 3. Finishing Equipment. a) Finishing machine. The finishing machine shall be equipped with one or more oscillating -type transverse screeds. In lieu of a finishing machine, a vibratory screed, supplemented by hand-held vibrators, will be allowed for pavements constructed with concrete containing super -plasticizer. An adequate number of hand-held vibrators shall be provided to insure adequate consolidation of the concrete. ' b) Vibrators. For side -form construction, vibrators shall be the internal type with either immersed tube or multiple spuds, for the full width of the concrete slab. They may be attached to the spreader or the finishing machine, or they may be mounted on a separate carriage. They shall not come in contact with the joint, load -transfer devices, subgrade, or side forms. The frequency of the internal type shall not be less than 7,000 vibrations per minute for spud vibrators. When spud -type internal vibrators are used adjacent to the side forms, they shall have a frequency of not less than 3,500 vibrations per minute. Hand vibrators should be used to consolidate the concrete along forms and other isolated areas. r^ 4. Concrete Saw. When sawing of joints is specified, the Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions and at the required rate. The Contractor shall provide at least one standby saw in good working order. An ample supply of saw blades shall be maintained at the site of the work at all times during sawing operations. The Contractor shall provide adequate artificial lighting facilities for night sawing. All of this equipment shall be on the job both before and at all times during concrete placement. 5. Forms. Straight side forms shall be made of steel having a thickness of not less than 7/32-inch and shall be furnished in sections not less than 10 feet in length. Forms shall be in -one piece for the full depth required except as hereinafter permitted. Where the drawings require several different thicknesses for the same slab, forms may be built e-+ up with metal or wood to provide an increase in depth of not more than 25 percent. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 7 08/01 The required form depth may be obtained by securely bolting or welding to the bottom Of the form a tubular metal section of the proper thickness or by securely bolting wood planks to the bottom of the form. The tubular metal section or wood planks shall completely cover the underside of the base of the form and shall extend beyond the edge of the base a sufficient distance to provide the necessary stability. The base width of the one-piece form, or built-up form, shall be not less than eight -tenths of the vertical height of the form, except that forms 8 inches or less in vertical height shall have a base width not less than the vertical height of the form. Flexible or curved forms of proper radius shall be used for curves of 100-foot radius or less. Flexible or curved forms shall be of a design acceptable to the Owner's Representative. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the spreading, consolidating and finishing equipment. Flange braces shall extend outward on the base not less than two-thirds the height of the form. Forms with battered top surfaces and bent, twisted, or broken forms shall be removed from the work. Repaired forms shall not be used until inspected and approved. Built-up forms shall not be used, except as approved by the Owner's Representative. The top face of the form shall not vary from a true plane more than 1/8-inch in 10 feet, and the upstanding leg shall not vary more than 1/4-inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. 3.3 FORM SETTING A. Forms shall be set sufficiently in advance of the concrete placement to insure continuous paving operation. After the forms have been set to correct grade, the grade shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place with not less than 3 pins for each 10-foot section. A pin shall be placed at each side of every joint. B. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/4-inch at any point. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. C. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. When any form has been disturbed or any grade has become unstable, the form shall be reset and rechecked. 3.4 CONDITIONING OF UNDERLYING COURSE A. The prepared grade shall be well moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Ruts or depressions in the subgrade or subbase caused by hauling or usage of other equipment shall be filled as they develop with suitable material (not with concrete or concrete aggregates) and thoroughly compacted by rolling in accordance with applicable sections of these specifications. The underlying course shall be accurately cut to grade and all excess material shall be removed prior to concrete construction. Low areas may be filled and compacted in a manner approved by the Owner's Representative, to a condition equal to that of the surrounding grade or, if permitted, filled with concrete integral with the pavement. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 8 08/01 B. In cold weather, the underlying subbase shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying material will not be permitted. C. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller, or other rolling devices as approved by the Owner's Representative. Proof rolling shall be accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas which develop during proof rolling shall be corrected immediately by the Contractor. 3.5 HANDLING, MEASURING, AND BATCHING MATERIAL A. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be built up in layers of not more than3 feet in thickness. Each layer shall be completely in place before beginning the next layer and shall not be allowed to "cone" down over the next lower layer. Aggregates from different sources and of different grading shall not be stockpiled together. Improperly placed stockpiles will not be accepted. B. The Contractor shall maintain a stockpile of aggregates for ten days of concrete construction. C. Aggregates shall be handled from stockpiles or other sources to the batching plant in such manner to secure the specified grading of the material. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. The fine aggregate and coarse aggregate shall be separately weighed into hoppers in the respective amounts set by the Owner's Representative in the job mix. Cement shall be measured by weight. Separate scales and hopper, with a device to positively indicate the complete discharge of the batch of cement into the batch box or container, shall be used for weighing the cement. D. When required by the contract or when permitted, batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance of the actual presence in each batch of the entire cement content specified. E. When cement is placed in contact with the aggregates, batches may be rejected unless mixed within 1-1/2 hours of such contact. Batching shall be conducted so that the results in the weights of each material required will be within a tolerance of 1 percent for cement and 2 percent for aggregates. F. Water may be measured either by volume or by weight. The accuracy of measuring the water shall be within plus or minus 1 percent of required amounts. Unless the water is to be weighed, the water -measuring equipment shall include an auxiliary tank from which the measuring tank shall be filled. The measuring tank shall be equipped with an outside tap and valve to provide for checking the setting, unless other means are provided for readily and accurately determining the amount of water in the tank. The volume of the auxiliary tank shall be at least equal to that of the measuring tank. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 9 08/01 G. Methods and equipment for adding air -entraining agent or other admixtures to the batch, when required, shall be approved by the Owner's Representative. All admixtures shall be measured into the mixer with an accuracy of plus or minus 3 percent. H. Fiber reinforcement shall be added to the concrete mixture at the batch plant by methods, and at quantities recommended by fiber manufacturer. Fibers shall be thoroughly mixed into the concrete. 3.6 PROPORTIONS A. Proportioning requirements for concrete shall be designed for the following compressive strengths at 28 days: Class A Concrete (curb and gutter 4-inch sidewalks and wheelchair ramps) ................ 3,000 psi Class C Concrete (Portland cement concrete pavement and 6-inch miscellaneous concrete slabs) .... ................ 3,600 psi B. The proportioning requirements for Class C concrete shall also be designed to achieve a minimum 3,000 psi compressive strength at 7-days and for Class A concrete to achieve a minimum 2,100 psi compressive strength at 7-days. C. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit to the Owner's Representative for approval, test certificates from an approved commercial laboratory, on each of the concrete mixes proposed for use on the project. The Owner's Representative will review all concrete mix designs. No concrete shall be produced for use on the project prior to approval of a mix design by the Owner's Representative. Concrete mix test certifications shall include tests made on six (6) compressive strength test specimens (cylinders). Three (3) cylinders for each design shall be tested at 7 days and three (3) at 28 days. The costs of preconstruction mix designs and tests shall be borne by the Contractor. Additional test certificates shall be furnished by the Contractor at his expense if the material source is changed or if the construction phase tests indicate marked variations from the original preconstruction tests. Compressive strength shall be as specified above for the various classes of concrete at 28 days using test cylinders prepared in accordance with ASTM C31 and tested in accordance with ASTM C39. The mixes determined shall be workable concrete having a slump range of 3 to 5 inches for Class A concrete, and a slump range of 1 to 2-1/2 inches for Class C concrete. Slumps shall be as determined by ASTM C 143. If high -range water -reducing admixtures (superplasticizers) are used, the initial slump range of 1 to 2-1/2 inches for Class C concrete shall not exceed 5 inches after the addition of the high -range water -reducing admixture. D. The minimum cement content shall be maintained to produce concrete of suitable durability and workability. The maximum water -cement ratio specified for concrete shall not be exceeded. Entrained air shall be required to increase durability and provide workability. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 10 08/01 r E. The cement content and the water -cement ratio, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates, shall be in accordance with the following. The cement content shall be determined in accordance with ASTM C 138. Class A Class C Minimum sack cement per cubic yard 5 5.5 Maximum gallons water per sack of cement 6.5 5.5 F. Air -entraining admixture shall be added in such a manner that will insure uniform distribution of the agent throughout the batch. The air content of freshly mixed air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air entrainment in the mix shall be 5-1/2 percent plus or minus 1-1/2 percentage points. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C 173 for highly porous coarse aggregate. All concrete shall be air -entrained concrete. 3.7 FIELD TEST SPECIMENS A. During construction, concrete samples shall be taken in the field to determine the consistency, air content and strength of the concrete. Compressive strength test specimens shall be made each day that concrete is placed. Test specimens will be made entirely at the discretion of the Owner's Representative. Each strength test shall consist of five (5) test cylinders made from the same batch of concrete. The test cylinders shall be molded in accordance with ASTM C31. At the start of concrete operations or when the aggregate source, aggregate characteristics or mix design is changed, additional groups of test cylinders may be required until the Owner's Representative is satisfied that the concrete mixture being used complies with the strength requirements of these specifications. B. Concrete pavement shall be tested for compressive strength on a lot basis. A lot will consist of each day's production. Two sets of cylinders, consisting of five (5) cylinders each, will be made for each lot. Random samples will be taken from the plastic concrete at the site in accordance with accepted statistical procedures. C. When it appears that the test specimens will fail to conform to the requirements for strength, the Owner's Representative shall have the right to order changes in the concrete sufficient to increase the strength to meet these requirements. When a satisfactory relationship between 7-day and 28-day strengths has been established and approved, the 7-day test results may be used as an indication of the 28-day strengths. However, the 7-day test results will not replace the results of the 28-day tests if the 28-day results fall below the requirement. 3.8 MIXING CONCRETE A. The concrete may be mixed in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. Ready -mixed concrete shall be 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 11 .. 08/01 mixed and delivered in accordance with the requirements of ASTM C94, except that the minimum required revolutions of the mixing speed for transit mixed concrete may be reduced to not less than that recommended by the mixer manufacturer. The number of revolutions recommended by the mixer manufacturer shall be indicated on the manufacturer's serial plate attached to the mixer. The Contractor shall furnish test data acceptable to the Owner's Representative verifying that the make and model of the mixer will produce uniform concrete conforming to the provisions of ASTM C94 at the reduced number of revolutions shown on the serial plate. B. When mixed in a central mixing plant, the mixing time shall not be less than 50 seconds nor more than 90 seconds. Mixing time ends when the discharge chute opens. Transfer time in multiple drum mixers is included in mixing time. The contents of an individual mixer drum shall be removed before a succeeding batch is emptied therein. C. The mixer shall be operated at the drum speed as shown on the manufacturer's nameplate on the approved mixer. Any concrete mixed less than the specified time shall be discarded at the Contractor's expense. The volume of concrete mixed per batch shall not exceed the mixer's nominal capacity in cubic feet, as shown on the manufacturer's standard rating plate on the mixer. An overload up to 10 percent above the mixer's nominal capacity may be permitted provided concrete test data for segregation and uniform consistency are satisfactory, and provided no spillage of concrete takes place. The batch shall be charged into the drum so that a portion of the mixing water shall enter in advance of the cement and aggregates. The flow of water shall be uniform, and all water shall be in the drum by the end of the first 15 seconds of the mixing period. The throat of the drum shall be kept free of such accumulations as may restrict the free flow of materials into the drum. D. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The time elapsing from the time water is added to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 60 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted. All these operations must be performed within 45 minutes after the initial mixing operations and the water -cement ratio must not be exceeded. Admixtures for increasing the workability or for accelerating the set will be permitted only when specified in the contract. 3.9 LIMITATIONS OF MIXING A. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. B. Unless authorized in writing by the Owner's Representative, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F. C. When concreting is authorized during cold weather, the aggregates may be heated by either steam or day heat prior to being placed in the mixer. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. Unless otherwise 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 12 08/01 authorized, the temperature of the mixed concrete shall not be less than 50 degrees F and not more than 80 degrees F at the time of placement in the forms. D. If the air temperature is 35 degrees F or less at the time of placing concrete, the Owner's Representative may require the water and/or the aggregates to be heated to not less than 70 degrees F nor more than 150 degrees F. Concrete shall not be placed on frozen subgrade nor shall frozen aggregates be used in the concrete. E. During periods of warm weather when the maximum daily air temperature is likely to exceed 85 degrees F., the following precautions shall be taken. The forms and the underlying material shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when deposited in the forms exceed 90 degrees F. A retarder shall be used for concrete deposited in the forms when the temperature of the concrete exceeds 85 degrees F. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. Concrete shall be placed in the forms continuously and rapidly at a rate adequate to assure finishing of the concrete prior to initial set of the concrete. The finished surface of the newly laid pavement shall be kept damp by applying a waterfog or mist with -approved spraying equipment until the pavement is covered by the curing medium. 3.10 STRUCTURAL AND MISCELLANEOUS CONCRETE A. Placing Concrete. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. B. Placing Reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved plastic chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 13 08/01 C. Embedded Items. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. D. Construction Joints. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete which has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. E. Defective Work. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if any section is not constructed to the proper grade, or if the surface of the concrete is bulged, uneven or shows honeycomb, which in the opinion of the Owner's Representative cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. F. Surface Finish. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. G. Curing and Protection. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. When concrete is placed at temperatures below 40' F., the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50 ° and 100 ° F. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 14 08/01 After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50' F. until at least 60% of the designed strength has been attained. 3.11 CONCRETE FOR PAVEMENTS 01272301 08/01 A. Placing Concrete. 1. The concrete shall be deposited on the moistened grade to require as little rehandling as possible. Unless truck mixers, truck agitators, or nonagitating hauling equipment are equipped with means for discharge of concrete without segregation of the materials, the concrete shall be unloaded into an approved spreading device and mechanically spread on the grade to prevent segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels and not rakes. Workmen shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. 2. When concrete is to be placed adjoining a previously constructed lane of pavement and when mechanical equipment will be operated upon the existing lane of pavement, the concrete shall be at least 7 days old and at a compressive strength approved by the Owner's Representative. If only finishing equipment is carried on the existing lane, paving in adjoining lanes may be permitted after 3 days, if approved by the Owner's Representative. 3. Concrete shall be thoroughly consolidated against and along the faces of all forms and along the full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 15 seconds in any one location, nor shall the vibrators be used to move the concrete. 4. Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is well centered on the joint assembly. 5. Should any concrete materials fall on or be worked into the surface of a completed slab, they shall be removed immediately by approved methods. B. Strike -Off of Concrete and Placement of Reinforcement. 1. Following the placing of the concrete, it shall be struck off, using a finishing machine or a vibratory screed with supplemental hand-held vibrators, to conform to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly PORTLAND CEMENT CONCRETE PAVING 03320 - 15 mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. 2. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale, or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire -brushed test specimen are not less than the applicable ASTM specification requirements. C. Joints 1. General a) Longitudinal and transverse joints. Longitudinal and transverse joints shall be constructed as indicated on the plans and in accordance with these requirements. All joints shall be constructed true to line with their faces perpendicular to the surface of the pavement. Joints shall not vary more than 1/4-inch from a true line or from their designated position. The vertical surface of the pavement adjacent to all expansion joints shall be finished to a true plane and edged to a radius of 1/4-inch or as shown on the plans. The surface across the joints shall be tested with a 10-foot straightedge as the joints are finished and any irregularities in excess of 1/8- inch shall be corrected before the concrete has hardened. Transverse joints shall be at right angles to the centerline of the pavement and shall extend the full width of the slab. The transverse joints in succeeding lanes shall be placed in line with similar joints in the first lane. All joints shall be so prepared, finished, or cut to provide a groove of the width and depth shown on the plans. The surface across the joints shall be tested with a 10-foot straightedge as the joints are finished and any irregularities in excess of 1/8-inch shall be corrected before the concrete has hardened. Transverse joints shall be at right angles to the centerline of the pavement and shall extend the full width of the slab. The transverse joints in succeeding lanes shall be placed in line with similar joints in the first lane. All joints shall be so prepared, finished, or cut to provide a groove of the width and depth shown on the plans. b) Tie bars. Tie bars shall consist of deformed bars installed principally in longitudinal joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals as shown on the plans. They shall be held in position parallel to the pavement surface and midway between the surfaces of the slab. When tie bars extend into an unpaved lane, they may be bent at right angles against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased, or enclosed in sleeves. c) Dowel bars. Dowel bars or other load -transfer units of an approved type shall be placed across transverse or other joints in the manner as specified on the plans. They shall be of the dimensions and spacings specified and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently 0127230.1 PORTLAND CEMENT CONCRETE PAVING 03320 - 16 08/01 r in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly, as a unit ready to be lifted and placed into position. Dowels shall be placed by the bonded -in -place method. Installation by removing and replacing dowels in preformed holes will not be permitted. Dowels in longitudinal and transverse construction joints shall be held securely in place parallel to the surface as indicated, by means of devices fastened to the form. Dowels in expansion joints and tie bars and dowels installed within the paving lane shall be held securely in place as indicated, by means of rigid metal bars or wires so arranged as to provide rigid support for the dowels throughout the paving operation, with a minimum of four continuous bars or wires extending across the paving lane. The dowels shall be welded to the assembly or held firmly by mechanical locking arrangements that will prevent the dowels from rising, sliding out, or becoming distorted during paving operations. The dowel assemblies shall be held securely in the proper location by means of suitable pins or anchors. When split dowels are used, the female portion of the split dowel shall be securely fastened to the pavement form in such manner as to maintain the proper position and alignment of the dowel during concrete placement and so that no mortar or other foreign matter will enter the socket or coupling. Prior to assembly of split dowels, the external and internal threads shall be cleaned thoroughly to remove all cement, cement mortar, grit, dirt, and other foreign matter. In the final assembly of the split dowels a minimum torque of 200 foot-pounds shall be applied. The spacing of dowels in longitudinal construction joints shall be as indicated except that where the planned spacing cannot be maintained because of form length or interference with form braces, closer spacing with additional dowels shall be used. Dowels in longitudinal joints shall be omitted when the center of the dowel would be located within a horizontal distance from a transverse joint equal to one-fourth of slab thickness. The method used in holding dowels in position shall develop such accuracy that the error in alignment of any dowel from its required position after the pavement has been finished shall be not greater than 1/8-inch per foot. The Contractor shall furnish an approved template for checking the position of the dowels. The portion of each dowel painted with rust preventative paint, as required under Paragraph 2-7, shall be thoroughly coated with asphalt MC-70, or an approved lubricant, to prevent the concrete from binding to that portion of the dowel. If free -sliding plastic -coated or epoxy -coated steel dowels are used, a lubrication bond breaker shall be used. 2. Installation. a) The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means during the placing and finishing of the concrete. The premolded joint material shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. Dowel bars shall be checked for exact position and alignment as soon as the joint device is staked in place, and the device shall be tested 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 17 •w 08/01 to determine whether it is firmly supported. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent or 1/8-inch per foot of a dowel bar. Proper alignment may be obtained with well -fabricated dowel baskets and dowel assemblies. b) When joints in concrete pavements are sawed, the joints shall be cut as shown on the plans. Equipment shall be as described in Paragraph 3-2(d). The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8-inch wide and to the depth shown on the plans. When shown on the plans or required by the specifications, the top portion of the slot or groove shall be widened by means of a second shallower cut or by suitable and approved beveling to provide adequate space for joint sealers. Sawing of the joints shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing consecutively in sequence of the concrete placement, unless otherwise approved by the Owner's Representative. 3. Longitudinal Joints. a) Construction. Longitudinal construction joints necessary for lane construction shall be formed against suitable side forms (usually made of steel), as indicated in the plans. Wooden forms may be used under special conditions, when approved by the Owner's Representative. Where butt -type joints with dowels are designated, the dowels for this type shall be painted and greased. The edges of the joint shall be finished with a grooving tool or edging tool, and a space or slot shall be formed along the joint of the dimensions, as indicated, to receive the joint sealing material. Longitudinal construction joints shall be sawed to provide a groove at the top conforming to the details and dimensions indicated on the plans. Provisions shall be made for the installation of tie bars as noted on the plans. b) Contraction or weakened -plane type. The longitudinal groove sawed in the top of the slab shall be installed where indicated on the drawings. The — groove shall be sawed with approved equipment in the hardened concrete to the dimensions required. The sawed groove shall be straight and of uniform width and depth. The groove shall be clean cut so that spalling will be avoided at intersections with transverse joints. Tie bars shall be installed across these joints where indicated on the plans. 4. Transverse Joints. a) Expansion. Transverse expansion joints shall be installed at the locations and spacing as shown on the plans. The joints shall be installed at right angles to the centerline and perpendicular to the surface of the pavement. The joints shall be installed and finished to insure complete separation of the slabs. Expansion joints shall be of the premolded type conforming to these specifications and with the plans and shall be the full width of the pavement strip. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 18 08/01 La — All concrete shall be cleaned from the top of the joint material. Before the pavement is opened to traffic, this space shall be swept clean and filled with approved joint sealing material. All devices used for the installation of expansion joints shall be approved by the Owner's Representative. They shall be easily removable without disturbing the concrete and held in proper transverse and vertical alignment. Immediately after forms are removed, any concrete bridging the joint space at the ends shall be removed for the full width and depth of the joint. When specified, expansion joints shall be equipped with dowels of the dimensions and at the spacing and location indicated on the plans. The dowels shall be firmly supported in place and accurately aligned parallel to the subgrade and the centerline of the pavement by means of a dowel assembly which will remain in the pavement and will ensure that the dowels are not displaced during construction. -Other types of load -transfer devices may be used, when approved by the Owner's Representative. b) Contraction. Transverse contraction joints, weakened -plane joints, or both, shall be installed at the locations and spacing as shown on the plans. These joints will be installed by sawing a groove into the concrete surface after the concrete has hardened in the same manner as specified in Paragraph 3-11(c)(3)b), of this Section. Dowel bar assemblies shall be installed, when required, as shown on the plans. c) Construction. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The joint shall be located at a contraction or expansion joint. If the pouring of the concrete has been stopped, causing a joint to fall in another location, it shall not be installed; but the fresh concrete shall be removed back to the previously spaced regular joint. Construction joints shall be doweled unless shown otherwise. d) Final Strike -Off, Consolidation, and Finishing: 1. Sequence. The sequence of operations shall be the strike -off and consolidation, floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations generally will not be permitted. If the application of water to the surface is permitted, it shall be applied as a fog spray by means of approved spray equipment. 2. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load -transfer devices, joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to 01272301 PORTLAND CEMENT CONCRETE PAVING 08/01 03320 - 19 joints shall be mechanically vibrated as required in Paragraphs 3-10(a) and 3-11(a). After the concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches from the joint. Segregated concrete shall be removed from the front of and off the joint; the screed shall be lifted and set directly on top of the joint, and the forward motion of the finishing machine shall be resumed. Thereafter, the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete immediately between the joint and the screed or on top of the joint. 3. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by an approved finishing machine. The machine shall go over each area as many times and at such intervals as necessary to give the proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms are used, the tops of the forms shall be kept clean by an effective device attached to the machine, and the travel of the machine on the forms shall be maintained true without lift, wobbling, or other variation tending to affect the precision finish. During the first pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which the work is progressing, and so manipulated that neither end is raised from the side forms during the striking -off process. If necessary, this - shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas. 4. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: In the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade; or in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A -_ second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. The screed for the surface shall be at least 2 feet longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of a suitable vibrator. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 20 08/01 5. Floating. After the concrete has been struck off and consolidated, it shall be further smoothed, trued, and consolidated by means of a longitudinal float, using one of the following methods: a) Hand Method. The hand -operated longitudinal float shall not be less than 12 feet in length and 6 inches in width, properly stiffened to prevent flexibility and warping. The longitudinal float, operated from foot bridges resting on the side forms and spanning but not touching the concrete, shall be worked with a sawing motion, while held in a floating position parallel to the pavement centerline and passing gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive advances of not more than one-half the length of the float. Any excess water or soupy material shall be wasted over the pavement edge or side forms F on each pass. b) Mechanical Method. The Contractor may use a machine composed of a cutting and smoothing float(s), suspended from and guided by a rigid frame. The frame shall be carried by four or more visible wheels riding on, and constantly in contact with, the side forms or pavement subbase. If necessary, long -handled floats having blades not less than 5 feet in length and 6 inches in width may be used to smooth and fill in open -textured areas in the pavement. Long -handled floats shall not be used to float the -• entire surface of the pavement in lieu of mechanical methods. When strike -off and consolidation are done by hand and the crown of the pavement will not permit the use of the longitudinal .••• float, the surface shall be floated transversely by means of a long -handled float. Care shall be taken not to work the crown out of the pavement during the operation. After floating, any A.. _ excess water and laitance shall be removed from the surface of the pavement by a straightedge 10 feet or more in length. Successive drags shall be lapped one-half the length of the blade. ,,.,. 6. Straight -Edge Testing and Surface Correction. After the pavement has been struck off and consolidated and while the concrete is still plastic, it shall be tested for trueness with a 16-foot straightedge. For this purpose the Contractor shall furnish and use an accurate 16-foot straightedge swung from handles 3 feet longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the .�• whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance shall be removed from the surface of the pavement. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the requirements for smoothness. Straightedge testing and surface corrections shall continue until the r-� 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 21 �., 08/01 entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long -handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. e) Surface Texture: The surface of the pavement shall be finished with either a broom or burlap drag finish for all newly constructed concrete pavements. 1. Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch in depth. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. 2. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard. To obtain a rough -textured surface, the transverse threads of the burlap should be removed approximately 1 foot from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 of an inch in depth. f) Surface Test: As soon as the concrete has hardened sufficiently, the pavement surface shall be tested with a 16-foot straightedge or other specified device. Areas in a slab showing high spots of more than 1/4-inch but not exceeding 1/2-inch in 16 feet shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4-inch or less. Where the departure from correct cross section exceeds 1/2-inch, the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Owner's Representative. Any areas or sections so removed shall be removed to the nearest joints in all directions. Removal of slabs shall be as specified in Paragraph 5. g) Curing: Immediately after the finishing operations have been completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured in accordance with one of the methods below. In all cases in which curing requires the use of water, the curing shall have prior right to all water supply or supplies. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2-hour during the curing period. The following are alternate approved methods for curing concrete pavements. 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 22 08/01 4 (1) Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon to not more than 75 square feet. The curing compound shall be applied uniformly until the surface presents a uniform white appearance and completely conceals the natural color of the concrete. Curing compound shall be maintained for a curing period of 14 days, unless otherwise approved by the Owner's Representative. The spraying *^" equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be a thoroughly mixed condition with the pigment uniformly dispersed throughout the •^ vehicle. During application the compound shall be stirred continuously by effective mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of �-* forms will be permitted. Curing compound shall not be applied to the inside faces of joints to be sealed, but approved means shall be used to insure proper curing of such joint faces for 72 hours. The curing • compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that ,.� provided for the surface. (2) Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The units shall be lapped at least 18 inches. The sheeting shall be placed and weighted to cause it to remain in contact with the surface covered. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 72 hours after the concrete has been placed. (3) Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches. The paper shall be placed and weighted to cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly wetted prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 72 hours after the concrete has been placed. (4) White Burlap -Polyethylene Sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 23 08/01 placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully wetted and in position for 72 hours after the concrete has been placed. (5) Curing in Cold Weather. When the average daily temperature is below 40 degrees F, curing shall consist of covering the newly laid pavement with not less than 12 inches of loose, dry hay or straw, or equivalent protective curing authorized by the Owner's Representative, which shall be retained in place for 10 days. The hay or straw shall be secured to avoid being blown away. Admixture for curing or temperature control may be used only when authorized by the Owner's Representative. When the concrete is being placed and the air temperature may be expected to drop below 35 degrees F, a sufficient supply of straw, hay, grass, or other suitable blanketing material such as burlap or polyethylene shall be provided along the work. Any time the temperature may be expected to reach the freezing point during the day or night, the material so provided shall be spread over the pavement to a sufficient depth to prevent freezing of the concrete. — The period of time such protection shall be maintained shall not be less than 10 days. A minimum of 3 days is required when high, early strength concrete is used. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. h) Removing Forms: Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has set for at least 12 hours, except where auxiliary forms are used temporarily in widened areas. Forms shall be removed carefully to avoid damage to the pavement. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in Paragraph 3-11(g). Major honeycombed areas shall be considered as defective work and shall be removed and replaced. Any area or section so removed shall be removed to the nearest joints in all directions. i) Sealing Joints: The joints in the pavement shall be sealed in accordance with Section 03322, JOINT SEALING FILLER, of these specifications. j) Protection of Pavement: The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, or crossovers, etc. The location and type of device or facility required to protect the work and provide adequately for traffic shall be the responsibility of the Contractor. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. In order that the concrete be properly protected against the effects of rain before the concrete is sufficiently hardened, the 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 24 08/01 Contractor will be required to have available at all times materials for the protection of the edges and surfaces of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. k) Opening to Traffic: The Owner's Representative shall decide when the pavement shall be opened to traffic. The pavement will not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a minimum compressive strength of 3,200 pounds per square inch when tested in accordance with ASTM C39. If such tests are not conducted, the pavement shall not be opened to traffic until 28 days after the concrete was placed. Prior to opening to traffic, the pavement shall be cleaned. r* 1. Surface Tolerances: Extreme care must be exercised in all phases of the operation to assure the pavement will pass the specified tolerances. The following tolerances are applicable: ra a) Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot in 100 feet of pavement length or 0.02 foot in any one slab. b� Vertical deviation from established grade shall not exceed plus or minus 0.04 foot at any point. c) Surface smoothness deviations shall not exceed 1/4-inch from a .. 16-foot straightedge placed in any direction, including placement along and spanning any pavement joint or edge. .� 3.12 REPAIRS OF DEFECTIVE PAVEMENT SLABS A. General Broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as specified hereinafter at no cost to the Owner. B. Broken Slabs Pavement slabs containing multiple cracks through more than 1/4 of the depth of the slab separating the slab into three or more parts and pavement slabs with one or more cracks through more than 1/4 of the depth of the pavement extending diagonally across more than 1/3 of the slab either transversely or longitudinally shall be entirely removed and replaced. Pavement slabs containing a single diagonal crack intersecting the transverse and longitudinal joints within 1/3 of the width and length of the slab from the corner shall be repaired by removing and replacing the smaller portion of the slab. Repairs of broken slabs shall be made in conformance with Paragraph 5. C. Grooving and Repairing Cracks in Pavement Slabs Random cracks penetrating more than 1/4 of the depth of the pavement shall be grooved, the crack filled with epoxy -resin and the groove filled with epoxy -resin grout. The top of the crack shall be grooved to a minimum depth of 3/4-inch and to a width 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 25 -+ 08/01 not less than 3/8-inch nor more than 5/8-inch by means of an approved grooving machine. The grooving machine shall be of the vertical rotary -cutting type and shall be capable of following closely the path of the crack and of widening the top of the crack to the required section without spalling or otherwise damaging the concrete. Random cracks that are tight and that penetrate less than 1/4 of the depth of the pavement shall _ be filled with epoxy -resin. When necessary, the depth of crack penetration shall be determined by inspection of cores not less than 4 inches in diameter drilled by the Contractor at his expense at locations directed. The core holes shall be refilled with portland-cement concrete bonded to the pavement with epoxy -resin grout. In addition, when a longitudinal crack is continuous across one or more slabs and penetrates more than 1/4 the depth of pavement, core holes not less than 6 inches in diameter shall be drilled through the full depth of slab at both ends of the crack. In the operation to drill cores at the longitudinal -crack ends the core bits shall be so positioned that the core removed will include not more than 3 inches of the crack. Sandblasting and high-pressure air jets shall be used to remove any fines near the apparent ends of the crack to permit accurate determination of ends of the crack. All fines, dust, and other loose material on the wall of the cored holes shall be removed by scrubbing with a stiff -bristle brush, followed by washing and dewatering of the core hole. These core ^' holes shall be refilled with epoxy -resin concrete. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied and brushed into the vertical wall of the core hole. Placement of the epoxy -resin concrete — shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy -resin concrete shall be placed in layers not over 6 inches thick. The time interval between placement of additional layers shall be such that temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during hardening. 3.13 NONWORKING (UNCRACKED) CONTRACTION JOINTS When a transverse random crack terminates in or crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin mortar or grout and the crack shall be routed and sealed. When a transverse random crack approximately parallels the planned contraction joint and is within a distance of 25 percent of the slab length from a contraction joint, the crack shall be routed and sealed, and the joint shall be filled with epoxy -resin grout or mortar. When a transverse random crack is more than 25 percent of a slab length from the nearest contraction joint, both the joint and the crack shall be sealed. Joints to be filled with epoxy -resin mortar or grout shall be thoroughly cleaned. Cleaning and sealing of cracks and joints shall be as specified in Section 03322, JOINT SEALING FILLER, of these specifications. 3.14 SPALLING ALONG JOINTS AND CRACKS Spalls shall be repaired by making a saw cut at least 1 inch outside the spalled area and to a minimum depth of 2 inches. When the spalled area abuts a joint, the saw cut shall be made to a depth of 2 inches or 1/6 the slab thickness, whichever is greater. The concrete between the saw cut and the joint or primary crack shall be removed to a minimum depth of 2 inches below the original concrete surface, and to such additional depth where necessary to expose a surface of sound, unweathered concrete that is uncontaminated by oils, grease, deicing salts or solutions, or other substances that would inhibit the performance of the epoxy -resin bonding r PM material. Removal of the concrete volume between the saw cut and the joint or primary crack shall be accomplished using a hydraulic impact hammer, or other methods approved by the Owner's Representative. The Contractor shall exercise care in removing the required concrete such that no damage is inflicted on the adjoining concrete slab. Damage of adjoining concrete shall be repaired by the Contractor at his expense to the satisfaction of the Owner's Representative. The concrete void to be patched shall be thoroughly cleaned with compressed air, sandblasting, or other approved methods to remove all loose material. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied to the dry, cleaned surface of all sides of the cavity, except the joint or primary crack face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Placement of pordand-cement concrete or epoxy -resin concrete or mortar shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy concrete shall then be placed in the cavity in layers not exceeding 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during hardening. Mechanical plate, screed, float vibrators, or hand tampers shall be used to consolidate the concrete or mortar. Excess mortar or concrete on the adjacent surfaces of the hardened concrete shall be removed before it hardens. After the finishing operations and while the epoxy -resin concrete or mortar is still tacky, a thin coating of portland cement shall be uniformly spread on the surface of the repaired area and lightly brushed into the surface. If the spalled area to be patched abuts a working joint or a working crack which penetrates the full depth of a slab, an insert or other bond -breaking medium shall be used to maintain working joints or cracks during the repair work. Surface embedment of a flexible polyethylene or other suitable type hose shall be used for forming a groove along the working crack to be filled with appropriate type of joint -sealing material. The hose shall be removed carefully before the concrete hardens sufficiently to form a high bond. The groove shall be thoroughly cleaned and filled with a sealer as specified in Section 03322, JOINT SEALING FILLER, of these specifications. 3.15 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS Defective pavement areas shall be removed and replaced as specified herein with pavements of the thickness and quality required by these specifications. The defective pavement shall be carefully removed in such manner that the adjacent pavement will not be damaged and the existing keys or dowels at the joints will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be made transversely across the slab in the required location, and the concrete shall be removed to provide an essentially vertical face in the remaining portion of the slab. Prior to placement of the fresh concrete, the face of the slab shall be cleaned of debris and loose concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be approximately 1/16-inch, and shall be applied by scrubbing a thin coat of grout into the surface with a stiff -bristle brush followed by a second application. Strips of polyethylene sheeting shall be placed on the vertical faces of adjacent slabs at the juncture with the slab to be patched as a bond -breaking medium. Placement of the fresh pordand-cement concrete shall be accomplished while the epoxy -resin is still tacky and in such manner that the grout coating will not be removed. Longitudinal and transverse joints of the replaced slab or portion thereof shall be constructed as indicated. The joints shall be sealed as specified in Section 03322, JOINT SEALING FILLER, of these specifications. The 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 27 Oft 08/01 replaced pavements will be paid for at the contract price but no payment will be made for the defective pavements removed nor for the cost of removing the defective pavements. 3.16 TOLERANCE IN PAVEMENT THICKNESS A. The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with ASTM C174. The Owner's Representative may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched across the forms or in the plastic concrete behind the concrete placing operation. B. Areas found deficient in thickness shall be removed and replaced with concrete of the thickness shown on the plans at the Contractor's expense. If cores are used to determine the concrete thickness, the core holes shall be filled with non -shrink grout by the Contractor at the Contractor's expense. END OF SECTION 01272301 PORTLAND CEMENT CONCRETE PAVING 03320 - 28 O8/01 e� _. SECTION 03321 CONCRETE SLABS, CURB AND GUTTER AND MISCELLANEOUS CONCRETE WORK PART 1 GENERAL 1.1 DESCRIPTION This item shall consist of concrete curb and gutter, concrete gutter, concrete slabs, concrete sidewalks and wheelchair ramps, and other miscellaneous concrete work constructed in accordance with these specifications at the specified locations in accordance with the dimensions, lines and grades as shown on the plans or required by the Owner's Representative. PART 2 PRODUCTS 2.1 CONCRETE �.. Concrete materials and reinforcing steel used in concrete slabs, curb and gutter and miscellaneous concrete work shall conform to the requirements of Section 03320, PORTLAND CEMENT CONCRETE PAVING, of these specifications. PART 3 EXECUTION 3.1 GENERAL The Contractor shall furnish all labor, materials and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Owner's Representative. The Contractor shall employ, at all. times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 3.2 PREPARING BASE AND SUBGRADE A. Excavation or filling for curb and gutters, slabs and other miscellaneous concrete work shall conform to the lines and grades as shown on the plans or as established in the field. Where concrete work is on fill, the fill material shall be placed in layers and given compaction, by appropriate methods in accordance with Section 02200, EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING, of these specifications. Placing of curb and gutter or other concrete work on narrow embankment will not be permitted. Where curb and gutter or other concrete work is in "cut," the subgrade shall be excavated to the required depth and fine graded, sprinkled and tamped by hand tampers or 01272301 CONCRETE SLABS, CURB AND GUTTER 03321 - 1 ... 08/01 AND MISCELLANEOUS CONCRETE WORK other appropriate method. In any case the base and subgrade shall be brought uniformly to the grade required by the grades established in the field and the detail of the sections shown on the plans, and thoroughly compacted. B. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller, or other rolling devices as approved by the Owner's Representative. Proof rolling shall be accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas which develop during proof rolling shall be corrected immediately by the Contractor. 3.3 FORMS Forms for curb and gutter shall be approved type metal forms. The form sections shall be straight, free of warp and of a depth equal to the depth of the concrete section formed. Forms shall be constructed accurately to lines and grades as shown on the plans or as established in the field, shall be adequately braced so that they will not move during placing of the concrete, and shall remain in place at least twelve (12) hours after placing of concrete. Forms shall be oiled with a light oil before each use and forms which are to be reused shall be cleaned immediately after use and maintained in good condition. Forms for concrete slabs and other concrete work shall also conform to provisions of this paragraph. Forms for curb and gutter on curves with a radius of 150 feet or less shall be flexible steel forms. 3.4 MACHINE LAID CURB AND GUTTER A. The concrete curb and gutter sections may be formed with a curb and gutter laydown machine, provided the machine is capable of laying the curb and gutter to the proper guide, alignment and cross-section, and is equipped with adequate vibrators to produce a dense concrete free of honeycombs. B. Laydown machines that cannot meet the above requirements will not be acceptable for use. 3.5 PLACING A. Concrete shall be deposited in place in such a manner as to require the minimum of rehandling and shall be placed in a manner which will produce a uniformly dense section, free of honeycomb or other voids, conforming to the grade, thickness and shapes shown on the plans. Before placing concrete, the subgrade, base or subbase shall be sprinkled so that it is in a thoroughly moistened condition (but not muddy). The concrete base course shall be formed to the true section as shown on the plans for the various sections. The section shall be shaped by the use of a metal screed shaped to the true cross-section of the finished section, or by other method approved by the Owner's Representative. On curb and gutter sections, the front face of the curb shall be formed by a method approved by the Owner's Representative. B. During placing operations, should the cross-section of the newly -placed curb and gutter deviate from the cross-section shown on the plans, or other cross-section as approved by the Owner's Representative, by more than 1/8 inch, the Contractor shall make immediate corrections to the cross-section as required to produce the specified cross-section. The Contractor will be allowed a maximum of 100 linear feet of curb and gutter to make any adjustments required to produce the specified cross-section, within an allowable deviation of 1/8 inch. Should the Contractor be unable to achieve the required cross-section within the allowed 100 linear feet of curb and 01272301 CONCRETE SLABS, CURB AND GUTTER 03321 - 2 08/01 AND MISCELLANEOUS CONCRETE WORK gutter, all curb and gutter operations shall cease until the Contractor demonstrates, on a test site away from this project, the ability to produce the required curb and gutter cross-section. C. Any curb and gutter that deviates from the specified cross-section by more than 1/4 inch shall be removed and replaced by the Contractor at his expense. D. Concrete shall be thoroughly spaded or vibrated in order to eliminate honeycomb. Honeycombed places in the back of curb or face of gutter will not be permitted. Small honeycombed places shall be patched immediately as directed by the Owner's Representative. Concrete shall not be placed when the temperature is less than 40' F. and under no circumstances shall it be placed on frozen ground. 3.6 JOINTS A. Curbs and gutters shall be constructed with an expansion joint at the tangent point of each return at intersections and at the end of each day's concrete pour. A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's representative. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 21/2 inches; these joints shall be finished as specified under finishing. B. Expansion joint material shall be an approved pre -formed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. 3.7 FINISHING Curb and gutter, gutter, concrete slabs and other miscellaneous concrete work shall be accurately shaped to the cross section shown on the plans or approved by the Owner's Representative and finished to a surface of uniform texture by floating with a wood float and trowelling. The final finishing shall be done with a brush, the last stroke being one from the back of the curb to the lip of the gutter and transversely on other work. Both sides of all joints, the lip of the gutter and back edge of the curb shall be finished with an approved edging tool before the final brushing. Curbs at top and bottom of curb section shall be accurately shaped and finished and the finished curb and gutter shall present a uniform appearance without "waves" in the face of the curb or "pockets" in the gutters or slabs. Particular care shall be exercised at all valley gutters, both in setting forms and finishing, to insure that the shape of the gutter shall conform to the details of the plans and that no water pockets will be formed either in the gutter or the pavement. At construction joints the mortar shall be cut the full width of the joint in the base course. The construction and contraction joints shall be neatly formed and finished with an approved edging or grouting tool of such design to groove the joint approximately 3/4" in depth. 3.8 BACKFILLING After the concrete work has set sufficiently, the spaces adjacent to the structure shall be refilled to the required elevation with approved material in accordance with Section 02200, EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING, of these specifications. 01272301 CONCRETE SLABS, CURB AND GUTTER 03321 - 3 rm08/01 AND MISCELLANEOUS CONCRETE WORK 3.9 CLEANING AND RESTORATION OF SITE A. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders or as ordered by the Owner's Representative. The Contractor shall restore all disturbed areas to their original condition, unless otherwise shown on the drawings. B. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear and in good condition. C. Performance of the work described in this section is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for the structure. END OF SECTION 01272301 CONCRETE SLABS, CURB AND GUTTER 03321 - 4 08/01 AND MISCELLANEOUS CONCRETE WORK SECTION 03322 JOINT SEALING FILLER PART 1 GENERAL 1.1 DESCRIPTION This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints in pavements. PART 2 PRODUCTS 2.1 JOINT SEALERS A. Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's p original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. B. Joint sealing materials shall be machine -applied. Hand -mixed joint sealing materials will not be allowed. Joint sealing materials shall meet the requirements of one or more of the following: 1. ASTM D3405 - JOINT SEALANTS, HOT -POURED, FOR CONCRETE AND ASPHALT PAVEMENTS, to be used in joints between portland cement concrete and bituminous concrete. 2. ASTM D3406 - JOINT SEALANTS, HOT -POURED, ELASTOMERIC-TYPE, N.. FOR PORTLAND CEMENT CONCRETE PAVEMENTS, to be used for all other joints in portland cement concrete pavement. �.., 2.2 BACKER ROD AND BOND BREAKER Backer rod shall be an extruded, closed cell polyethylene or urethane material designed for filling joints and shall be compatible with the joint sealing material. The diameter of the backer rod shall be approximately 25 percent greater than the width of the joint. A non-metallic bond breaker will be required if the backer rod material adheres to the joint sealing material. R PART 3 EXECUTION 3.1 TIME OF APPLICATION Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment traffic. The pavement temperature shall be above 50' F., or as recommended by joint sealing material manufacturer, at the time of installation of the joint sealing material. 01272301 JOINT SEALING FILLER 03322 - 1 08101 3.2 PREPARATION OF JOINTS Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. The joints shall be sandblasted immediately prior to the sealing operation unless otherwise directed by the Owner's Representative. The sandblasted joints shall be cleaned out by the use of an oil free high pressure air jet. The final blowing operation shall precede the sealing operation by no more than 50 feet. After the joints have been blown by air, the compressible filler shall be installed in the joint followed by the installation of the bond breaker. The bond breaker shall be as recommended by the manufacturer of the sealing material. The joint faces shall be surface dry when the seal is applied. 3.3 INSTALLATION OF SEALANTS A. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Owner's Representative before sealing is allowed. Sealants shall be installed in accordance with the following requirements. B. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type, constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20°F. below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type extruding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. C. After the sealant has been allowed sufficient time to cure, the joint shall be checked for depressions. If depressions greater than 1/8-inch occur, additional sealant shall be applied to completely fill the joint. END OF SECTION 01272301 JOINT SEALING FILLER 03322 - 2 08/01 r i SECTION 16000 BASIC ELECTRICAL METHODS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the applicable provisions of the following: B. National Electrical Code (NEC) C. National Electrical Safety Code (NESC) D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. E. All temperature control wiring and associated conduit and boxes, shall be provided under other sections of the specifications. All power and control wiring, not identified under Division 15, shall be provided under Division 16. F. The work covered by Division 16 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all electrical work required in the Contract Drawings. G. In the event that additional or special construction is required, the Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. H. The contractor shall familiarize himself with the existing conditions of the site and advise the Architect of any discrepancy or conflict prior to bidding. I. The contractor shall be responsible for all permits, fees, and licenses required for the project. All cost of such permits or fees shall be included in the bid. J. All equipment and material shall be installed in accordance with the applicable manufacturer's recommendations and standards. K. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment and labor that will be furnished as a part of this contract. L. Any fees or charges associated with delivering permanent power for the project shall be included in the Contractor's bid. 1.3 SUBMITTALS A. The intent of this section is to give general submittal information, refer to specific submittal information in the subsequent mechanical sections. 01272301 BASIC ELECTRICAL METHODS 16000 - 1 08/01 B. Within 10 days after award of the contract, and before orders are placed, Contractor shall submit specific information on list of equipment and principal materials specified. Contractor shall indicate and/or provide names of manufacturers, catalog and model numbers, cut sheets, and such other supplementary information as necessary for evaluation. Minimum of six (6) copies, or as directed by the Engineer, of each shall be submitted and shall include all items mentioned by model number and/or manufacturer's name in the specifications or in schedules on the drawings. C. Requirements for each submittal: 1. Bear a dated stamp or specific written indication that the Contractor has reviewed and approved all submittal prior to submission to Engineer. 2. Have all information deleted by Contractor that pertains to the means and methods of construction or to fabrication, assembly, installation, or erection (approval by Engineer shall not extend to these areas unless specifically noted by Engineer). 3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces of equipment that may occur on the same page. 4. Be clearly marked as to which available options are being submitted that are associated with a piece of equipment. 5. Be complete with respect to quantities, dimensions, specific performance, materials, and similar data to enable the Engineer to review the proposed equipment. Omission by Contractor of any of the above requirements or submittals will subject submittal to automatic rejection without review. Any submittals received by Engineer that were not requested shall be returned without review of any kind. PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the electrical drawings, the Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. 01272301 BASIC ELECTRICAL METHODS 16000 - 2 08/01 D E Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6" wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30" deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. Backfill Material 1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 2. Material more than 12" above pipes and conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8" in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such work and shall proceed in an orderly manner so as not to impede the progress of the project. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. Surfaces requiring coatings will be completed prior to installation of any electrical work on these surfaces. B. The electrical drawings are diagrammatic. The installation requirements shall be carefully coordinated and shall be adjusted to avoid conflict. C. The locations of electrical equipment is approximate and are not intended to convey the exact details and mounting of location. Exact locations are to be field determined by actual measurements. D. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. E. Excavation for Pipe and Conduit 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12" higher than top of pipe or conduit, unless otherwise indicated. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed, multiple - duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 01272301 BASIC ELECTRICAL METHODS 16000 - 3 r 08/01 b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4" deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand -operated tampers. 5. Compact soil to not less than the following percentages of maximum dry unit weight �- according to ASTM D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12" of existing subgrade and each layer of backfill or fill material at 95 percent. J b. Under walkways, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6" below subgrade under pavements and slabs. 7. Protection a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. b. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. �- 1) Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1) Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent — possible. 8. Disposal of Surplus and Waste Materials a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property unless otherwise directed by Owner. b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. B. After the system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. C. Furnish all instruments and labor for testing. 01272301 BASIC ELECTRICAL METHODS 16000 - 4 08/01 D. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available. 3.3 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual specification sections. B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on the drawings is intended to establish a standard of quality of the product. It is the responsibility of the contractor to review all items he intends to submit. If equipment other than that indicated on drawings is proposed by the contractor, the information will be reviewed at the time of the submission of the submittal. rj END OF SECTION 16000 �A P roo �A# 01272301 BASIC ELECTRICAL METHODS 16000 - 5 08/01 SECTION 16111 CONDUIT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Metal conduit. B. Flexible metal conduit. C. Liquidtight flexible metal conduit. D. Fittings and conduit bodies. 1.2 RELATED SECTIONS A. Section 16130 - Boxes. B. Section 16170 - Grounding and Bonding. C. Section 16190 - Supporting Devices. D. Section 16195 - Electrical Identification. 1.3 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.4 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 01272301 CONDUIT 16111 - 1 08/01 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of Section 01600. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.9 PROJECT CONDITIONS " A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4 inch unless otherwise specified. B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit. C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations. D. Below Slab: Non metallic PVC conduit is acceptable within limitations specified. E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non metallic PVC conduit within limitations specified. F. MC Cable: Shall not be utilized on this project. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied 2. Wheatland 3. Substitutions: Under provisions of Section 01600. B. Rigid Steel Conduit: ANSI C80.1. C. Intermediate Metal Conduit (IMC): Rigid steel. D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings. 01272301 CONDUIT 16111 - 2 08/01 P 2.3 FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Greenfield 2. Electri-Flex 3. Allied Tube 4. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction. Aluminum is not permitted. C. Fittings: ANSI/NEMA FB 1 with fittings approved for steel flex. D. Applications: Utilization of 3/8" in lieu of the minimum 2" is acceptable under the limitations of the National Electrical Code. . 2.4 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A« A. Manufacturers: 1. Ultatite 2. Electri-flex + - 3. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSI/NEMA FB 1. D. Applications: Liquidtight flexible metal conduit shall not be used in this project. 2.5 PVC COATED METAL CONDUIT A. Manufacturers: 1. Levy 2. Robroy Industries 3. Substitutions: Under provisions of Section 01600. B. Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20 mil thick. C. General: Protective layer may be factory applied or galvanized rigid steel conduit may be applied with two layers of corrosion resistant tape. D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to match conduit. PART 3 - EXECUTION G . 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation. " B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. 'R F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports H. Arrange conduit to present neat appearance. 01272301 CONDUIT 16111 3 �«• 08/01 I. J. K. L. M. IN O. P. Q. R. S. T. U. IN W Maintain adequate clearance between conduit and piping. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. Cut conduit square using saw or pipecutter; de -burr cut ends. Bring conduit to shoulder of fittings; fasten securely. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2 inch size. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. Provide suitable pull string in each empty conduit except sleeves and nipples. Use suitable caps to protect installed conduit against entrance of dirt and moisture. Ground and bond conduit under provisions of Section 16170. Identify conduit under provisions of Section 16195. Ducts shall be cleaned with an flexible mandrel assembly. All conduits passing vertically through slabs on grade shall be PVC -coated, rigid steel or IMC. Rigid steel and IMC conduits shall be applied with protective coatings as indicated herein. Underground branch circuit extensions to roadway lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance conduit shall be installed in accordance with the drawings. Minimum cover for underground conduits shall be 36 inches unless otherwise noted. END OF SECTION 16111 01272301 CONDUIT 16111 - 4 08/01 .A 0 P t; SECTION 16123 WIRE AND CABLE PART 1 - GENERAL 1.1 SECTION INCLUDES: A. Wire and cable. B. Wiring connectors and connections. 1.2 RELATED SECTIONS: A. Section 16195 - Electrical Identification. 1.3 REFERENCES: A. Section 01400 - Quality Control: Requirements for references and standards. B. NECA Standard of Installation (National Electrical Contractors Association). C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). D. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR REVIEW: A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.5 SUBMITTALS FOR INFORMATION: A. Section 01300 - Submittals: Procedures for submittals. B. Test Reports: Indicate procedures and values obtained. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.6 SUBMITTALS AT PROJECT CLOSEOUT: A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.7 QUALIFICATIONS: A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 01272301 08/01 WIRE AND CABLE 16123 - 1 1.8 REGULATORY REQUIREMENTS: A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.9 FIELD SAMPLES: A. Provide under provisions of Section 01400. 1.10 PROJECT CONDITIONS: A. Section 01039 - Coordination and Meetings. B. Verify that field measurements are as indicated. C. Conductor sizes are based on copper. D. Wire and cable routing indicated is approximate unless dimensioned. 1.11 COORDINATION: A. Coordinate Work under provisions of Section 01039. B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2 - PRODUCTS 2.1 BUILDING WIRE: A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Description: Single conductor insulated wire. C. Conductor: Copper. D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, Type indicated herein. F. MC Cable: Shall not be utilized on this project. 2.2 WIRING CONNECTORS: A. Split Bolt Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. 01272301 WIRE AND CABLE 16123 - 2 08/01 B. Solderless Pressure Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. C. Spring Wire Connectors: w . 1. Ideal. 2. Substitutions: Refer to Section 01600 - Material and Equipment. D. Compression Connectors: 1. Ilsco. 2. Buchanan. 3. Bumdy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. PART 3 - EXECUTION r 3.1 EXAMINATION: A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. B. Verify that all work likely to damage wire and cable has been completed. pow 3.2 PREPARATION: A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS: A. Exterior Locations: Use only building wire, Type THW, THHN/THWN or XHHW insulation, in raceway. B. Use wiring methods indicated. 3.4 INSTALLATION: A. Section 01400 - Quality Control: Manufacturer's instructions. �• B. Route wire and cable as required to meet Project Conditions. C. Install cable in accordance with the NECA "Standard of Installation." D. Use solid conductor for feeders and branch circuits 10 AWG and smaller. ° E. Use stranded conductors for control circuits. F. Use conductor not smaller than 14 AWG for control circuits. G. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and as indicated on the drawings. H. Install all conductors in conduit. I. Pull all conductors into raceway at same time. J. Use suitable wire pulling lubricant for building wire 4 AWG and larger. K. Protect exposed cable from damage. L. All cables shall be neatly supported. " M. Use suitable cable fittings and connectors. 01272301 WIRE AND CABLE 16123 -3 �^ 08/01 N. Neatly train and lace wiring inside boxes, equipment, and panelboards. O. Clean conductor surfaces before installing lugs and connectors. P. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. Q. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. R. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. S. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. T. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. U. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and indicated in Article 310-15 of the 1999 National Electrical Code. 3.5 FIELD QUALITY CONTROL: A. Section 01400 - Quality Control: Field inspection, testing and adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 16123 01272301 WIRE AND CABLE 16123 - 4 08/01 SECTION 16130 BOXES PART 1-GENERAL 1.1 SECTION INCLUDES: A. Pull and junction boxes. 1.2 RELATED SECTIONS: A. Section 16123 — Wire and Cable. 1.3 REFERENCES: A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR CLOSEOUT: A. Section 01700 - Contract Closeout: Submittals for Project closeout. B. Record actual locations and mounting heights of pull and junction boxes on project record documents. 1.5 REGULATORY REQUIREMENTS: A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 PULL AND JUNCTION BOXES: A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box: C. Material: Galvanized cast iron. D. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. OWO 01272301 BOXES 16130 - 1 08/01 PART 3 - EXECUTION 3.1 INSTALLATION: A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling and compliance with regulatory requirements. C. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. D. Orient boxes to accommodate wiring devices oriented as specified in Section 16140. E. Install flush mounting box without damaging wall insulation or reducing its effectiveness. F. Support boxes independently of conduit. G. Use gang box where more than one device is mounted together. Do not use sectional box. H. Install pullboxes as required along conduit runs to facilitate conductor pulling. 3.2 INTERFACE WITH OTHER PRODUCTS: A. Coordinate installation of outlet box for equipment connected under Section 16180. 3.3 ADJUSTING: A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust flush -mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused box openings. 3.4 CLEANING: A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. 3.5 REPAIR: A. Repair any areas or surfaces damaged during conduit installation. END OF SECTION 16130 01272301 BOXES 16130 - 2 08/01 SECTION 16170 "`' GROUNDING AND BONDING rill PART 1 - GENERAL 1.1 SECTION INCLUDES 4 A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.2 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and ,-. Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. ,. 1.3 GROUNDING SYSTEM DESCRIPTION A. Rod electrodes. 1.4 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for grounding electrodes and connections. 1.6 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. .� B. Project Record Documents: Record actual locations of components and grounding electrodes. C. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. r7 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with "". minimum three years documented experience, and with service facilities within 100 miles of Project. m-, 01272301 GROUNDING & BONDING 16170 - 1 08/01 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 5/8 inch. C. Length: 8 feet. 2.2 MECHANICAL CONNECTORS A. Material: Bronze. ~ 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet. C. Provide bonding to meet Regulatory Requirements. D. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. E. Grounding Electrode System: The new grounding electrode system shall consist of supplemental ground rods as detailed on the drawings. 01272301 GROUNDING & BONDING 16170 - 2 08/01 F. Provide proper bonding of the electrical system's grounded conductor (neutral) and the grounding electrode system sized in accordance with N.E.C. Article 250. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection, testing, adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 16170 Moe { �F P*t 01272301 GROUNDING & BONDING 08101 16170 - 3 roll SECTION 16190 SUPPORTING DEVICES PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA - National Electrical Contractors Association. P", B. ANSI/NFPA 70 - National Electrical Code. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. 4. Sheet Metal: Use sheet metal screws. 5. Wood Elements: Use wood screws. 01272301 SUPPORTING DEVICES 16190-1 08/01 PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". C. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. D. Install surface -mounted cabinets and panelboards with minimum of four anchors. E. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 16190 01272301 SUPPORTING DEVICES 16190 - 2 08/01 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 1.3 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2 - PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background. B. Locations 1. Each electrical distribution and control equipment enclosure. 2. Communication cabinets, and computer cabinets. 3. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4 inch letters for identifying individual equipment and loads. 2. Use 1 /4 inch letters for identifying grouped equipment and loads. 3. Use 3/8 inch letters for identifying Main Disconnect equipment. 2.2 WIRE/CONDUIT/BOX MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. C. Legend: 1. Lighting Circuits: Branch circuit or feeder number indicated on drawings. D. Boxes: 1. Label each junction box in accessible locations to indicate the type of system. 01272301 08/01 ELECTRICAL IDENTIFICATION 16195 - 1 PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. r (see specification Section 16000) D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color coding for phase identification; 120/209 volts Phase 277/490 volts Black A Brown Red B Orange Blue C Yellow White Neutral Gray Green Ground Green Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. END OF SECTION 16195 01272301 ELECTRICAL IDENTIFICATION 16195 - 2 08/01 SECTION 16441 ENCLOSED SWITCHES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Fusible switches. B. Non -fusible switches. C. Fuses. 1.2 REFERENCES A. NEMA KS 1 - Enclosed Switches. B. NFPA 70 - National Electrical Code. C. UL 198C - High -Interrupting Capacity Fuses; Current Limiting Type. D. UL 198E - Class R Fuses. E. NEMA AB I — Molded Case Circuit Breakers F. NECA — Standard of Installation 1.3 SUBMITTALS A. Submit under provisions of Section 01340. B. Product Data: Provide switch ratings and enclosure dimensions. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Square D B. General Electric 01272301 ENCLOSED SWITCHES 16441-1 08/01 C. Eaton D. Siemens 2.2 ENCLOSED SWITCHES A. Fusible or Non -fusible as indicated. B. Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. C. Fuse Clips: Designed to accommodate NEMA FU1, class R fuses. D. Enclosures: NEMA KS 1. E. Interior Dry Locations: Type 1. F. Exterior Locations: Type 3R or 4. G. NEMA ratings of enclosures as specified on drawings take precedence over location specification. H. Current rating of switch to be equal to or greater than that of the circuit it is interrupting. 2.3 FUSES A. Manufacturers: 1. Bussman 2. Littlefuse 3. Gould Shawmut B. Dimensions and Performance: NEMA FU 1, Class as specified or indicated. C. Voltage: Provide fuses with suitable voltage ratings for phase to phase voltages. D. Service Entrance: Class L, Bussman Low -peak or equivalent. E. General Purpose Loads: Class RKI, Bussman Low -peak or equivalent. F. Motor Loads: Class RKS, Bussman Fusetron or equivalent. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with NECA Standard of Installation B. Install fuses in all fusible disconnects. C. Apply adhesive tag on the inside door of all disconnects indicating the NEMA class fuse and size installed. D. Provide a disconnect switch for all equipment where indicated or required by the National Electrical Code. Coordinate with other disciplines to determine where disconnects are furnished with equipment. END OF SECTION 16441 01272301 ENCLOSED SWITCHES 16441 - 2 08/01 SECTION 16470 PANELBOARDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. B. Related Sections 1. 'Section 16190 - Supporting Devices. 2. Section 16195 - Electrical Identification: Engraved nameplates. 1.2 SUMMARY A. Section Includes 1. Distribution and Branch circuit panelboards. 2. Switchboards. r., B. References 1. NECA (National Electrical Contractors Association) "Standard of Installation." 2. NEMA AB 1 - Molded Case Circuit Breakers. 3. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. 4. NEMA KS 1 - Enclosed Switches. 5. NEMA PB 1 - Panelboards. 6. NEMA PB-2 - Switchboards 7. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or less. 8. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Submit under provisions of General Conditions. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of General Conditions. Record actual locations of Products; indicate actual branch circuit arrangement. 1.5 OPERATION AND MAINTENANCE DATA A. Submit under provisions of General Conditions. Maintenance Data: Include spare parts data listing; and recommended maintenance procedures and intervals. 01272301 PANELBOARDS 16470 - 1 08/01 1.6 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years experience. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. Furnish products listed and classified by UL as suitable for purpose specified and indicated. 1.9 FIELD MEASUREMENTS A. Verify that field measurements are as indicated. 1.10 MAINTENANCE MATERIALS A. Provide maintenance materials under provisions of General Conditions. Provide two of each panelboard key if required. PART 2 - PRODUCTS 2.1 PANELBOARDS A. Manufacturers: 1. General Electric 2. Square-D 3. Westinghouse B. Description: NEMA PB-1, circuit breaker type. C. Panelboard Bus: Copper with ratings as indicated. Provide a copper ground bus in each panelboard. D. Minimum integrated short circuit rating: Fully rated devices with minimum levels as indicated. Series rated systems will not be allowed. Minimum calculated values are labeled on each panelboard and are indicated as "AIC". E. Enclosure: NEMA PB-1, Type 1. F. Cabinet Front: Surface or recessed type as indicated on the drawings, fastened with concealed trim clamps, hinged door with flush lock, metal directory frame, and finished in manufacturer's standard gray enamel. 01272301 PANELBOARDS 16470 - 2 08/01 PART 3 - EXECUTION 3.1 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1. Install panelboards plumb. Provide supports in accordance with drawings and Section 16190. Height: 6 ft maximum to top of panelboard. Provide filler plates for unused spaces in panelboards. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. Spare slots shall be labeled as such in erasable pencil on directory. Provide engraved plastic nameplates under the provisions of Section 16195. B. Provide two empty 1 inch conduits from each recessed panelboard to an accessible location above and label as "spare". C. Ground each panelboard and switchboard in accordance with section 16170. 3.2 FIELD QUALITY CONTROL A. Field inspection and test for grounds on each circuit after installation is completed. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, ,�. anchorage, and grounding. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. END OF SECTION 16470 r* 01272301 PANELBOARDS 16470 - 3 08/01 APPENDIX Caw U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C DURING CONSTRUCTION Initiated by: AAS-300 Change: 1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning the operational safety on airports during construction, to assist airport operators in complying with Part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, of the Federal Aviation Regulations (FAR), and with the requirements of Federally funded construction projects. Construction activity is defined as the presence and movement of personnel, equipment, and materials in any location which could infringe upon the movement of aircraft. For noncertificated airports and airports with no grant agreements, application of these provisions will help maintain the desired level of operational safety during periods of construction. 2. CANCELLATION. AC 150/5370-2B, Operational Safety on Airports With Emphasis on Safety During Construction, dated October 9, 1981, is canceled. 3. RELATED READING MATERIAL. All references cited herein are available for inspection in any Federal Aviation Administration (FAA) regional office. a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44, Status of Federal Aviation Regulations, current edition, contains a price list and ordering instructions). b. AC 15015370-10, Standards for Specifying Construction of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular Checklist, current edition, contains ordering instructions). 4. BACKGROUND. Various ACs which detail all major elements of safe, efficient airport design and construction are available. However, operational safety on airports may be degraded by construction hazards or marginal conditions that develop after an airport has been opened or approved for operation. This AC addresses that problem.. NOTE: Airports which have received Federal assistance (grants, real or personal property) and airports certificated under FAR Part 139 have mandatory requirements related to this subject. 1 AC 150/5370-2C 5/31/84 `^ 5. GENERAL. a. The airport operator is responsible for full compliance with the requirements of FAR Part 139 for certificated airports and with the provisions of Federal grant agreements when applicable. Adherence to the following provisions will materially assist the airport operator in providing the level of safety required. Local FAA Airports offices have technical expertise to assist airport operators in all safety matters on airports. (See AC 150/5000-3, Address List for Regional Airports Divisions and Airports District/Field Offices, current edition.) b. Each bidding document (construction plans and/or specifications) for airport development work or air navigation facility (NAVAID) installation involving aircraft operational areas should incorporate a section on safety on airports during the construction activity. The section, as a minimum, should contain the appropriate provisions outlined in Appendix 1 to this AC. c. The airport operator should pay particular attention to the pullback distances and clearances for any maintenance activities and emergencies that occur on airports. These include activities which involve maintenance equipment - such as mowing machines, snowplows, lighting equipment - as well as emergency standbys for firefighting and rescue equipment. d. Where feasible and where operational safety is not affected, the airport operator may choose to keep open operational areas adjacent to construction activity during construction rather than close them to aircraft activity. e. At airports that are undergoing a multiyear major redevelopment, a comprehensive construction safety plan should be developed. This safety plan may contain deviations from the criteria outlined in Appendix 1 of this AC so long as they are based upon a commitment by the airport operator and the users to provide the maximum clearances possible between construction activities and aircraft within the limits imposed by local conditions. 6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an airport, in proximity to, or affecting aircraft operational areas or navigable airspace, should be coordinated with the FAA and airport users prior to initiating such activities. In addition, basic responsibilities and procedures should be developed and disseminated to instruct construction personnel in airport procedures and for monitoring construction activities for conformance with safety requirements. These and other safety considerations should be addressed in the earliest stages of project formulation and incorporated in the contract specifications. Construction areas located within safety areas requiring special attention by the contractor should be clearly delineated on the project plans. The airport operator should closely monitor construction activity throughout its duration to ensure continual compliance with safety requirements. a. Formal Notification. A formal notification to the FAA is required by regulation for certain airport projects. For instance, FAR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that FAA be notified in writing whenever a non -Federally funded project involves the 5/31/84 AC 15-/5370-2C construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deactivating or abandoning of an entire airport. Formal notification is made by submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA district office or FAA regional office. (See AC 70-2, Airspace Utilization s- Considerations in the Proposed Construction, Alteration, Activation and Deactivation of Airports, current edition.) Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace, as defined in FAR Part 77, Objects Affecting Navigable Airspace, is required to notify the FAA. FAA Form 7460-1, Notice of Proposed Construction or Alteration, should be used for this purpose. (See AC 70/7460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition.) b. Work Scheduling and Accomplishment. Predesign, preconstruction, and prebid conferences provide excellent opportunities to introduce the subject of airport operational safety during construction. All parties involved, including the sponsor's engineer and contractors, should integrate operational safety requirements into their planning and work schedules as early as practical. Also, responsibilities should be clearly established for continuous monitoring and compliance with the requirements assigned and for vigilance to detect areas needing attention due to oversight or altered construction activity. When construction is being planned on FAR Part 139 certificated airports, the responsible airport safety (certification) inspector should be directly involved at all stages, from predesign through final inspection. c. Safe1y Considerations. The following is a partial list of safety considerations which experience indicates will need attention during airport construction. (1) Minimum disruption of standard operating procedures for aeronautical activity. (2) Clear routes from firefighting and rescue stations to active airport operations areas and safety areas. (3) Chain of notification and authority to change safety oriented aspects of the construction plan. (4) Initiation, currency, and cancellation of Notice to Airmen (NOTAMs). (5) Suspension or restriction of aircraft activity on airport operations areas. (6) Threshold displacement and appropriate temporary lighting and marking. (7) Installation and maintenance of temporary lighting and marking for closed or diverted aircraft routes on airport operations areas. (8) Revised vehicular control procedures or additional equipment and manpower. (9) Marking/lighting of construction equipment. 3 AC 150/5370-2C 5/31/94 (10) Storage of construction equipment and materials when not in use. (11) Designation of responsible representatives of all involved parties and their availability. (12) Location of construction personnel parking and transportation to and from the work site. (13) Marking/lighting of construction areas. (14) Location of construction offices. (15) Location of contractor's plants. (16) Designation of waste areas and disposal. (17) Debris cleanup responsibilities and schedule. (18) Identification of construction personnel and equipment. (19) Location of haul roads. (20) Security control on temporary gates and relocated fencing. —. (21) Noise pollution. (22) Blasting regulation and control. ~Ty (23) Dust control. (24) Location of utilities. (25) Provision for temporary utilities and/or immediate repairs in the event of disruption. (26) Location of power and control lines for electronic/visual navigational aids. (27) Additional security measures required if FAR Part 107, Airport Security, is involved. (28) Marking and lighting of closed airfield pavement areas. (29) Coordination of construction activities during the winter with airport snow removal plan. (30) Phasing of work. (31) Shutdown and/or protection of airport electronic/visual navigational aids. 4 5/31/84 AC 15-/5370-2C (32) Smoke, steam, and vapor controls. (33) Notify crash/fire/rescue personnel when working on water lines. (34) Provide traffic directors/wing walkers, etc., as needed to assure clearance in construction areas. a d. Guidelines for Proximity of Construction Activi , to Airport Operations Areas. The guidelines contained in Appendix 1 are for use in the preparation of plans and specifications when construction activities are to be conducted in locations which may interfere with aircraft operations. They should +.. be adapted to the needs of a particular project and should not be incorporated verbatim into project specifications. 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contributory hazards and conditions. A representative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, construction material, temporary structures, and other obstacles in proximity to airport operations areas and approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways and 3 inches (7.62 cm) for edges between old and new surfaces at runway edges and ends. d. Heavy equipment, stationary or mobile, operating or idle near airport operations areas or in safety areas. e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of navigational aids. f. Tall but relatively low visibility units such as cranes, drills, and the like in critical areas such as safety areas and approach zones. g. Improper or malfunctioning lights or unlighted airport hazards. ,,. h. Holes, obstacles, loose pavement, trash, and other debris on or near airport operations areas. i. Failure to maintain fencing during construction to deter human and animal intrusions into the airport operation areas. j. Open trenches alongside pavement. k. Improper marking or lighting of runways, taxiways, and displaced thresholds. 1. Attractions for birds such as trash, grass seeding, or ponded water on or near airports. 5 I AC 150/5370-2C 5/31/84 in. Inadequate or improper methods of marking temporarily closed airport operations areas including improper and unsecured barricades. n. Obliterated markings on active operational areas. NOTE: Safety area encroachments, improper ground vehicle operations, and unmarked or uncovered holes and trenches in the vicinity of aircraft operating surfaces are the three most recurring threats to safety during construction. "~ 8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for establishing and using procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting operational safety at the airport. If construction operations require shutdown of a navigational aid from service for more than 24 hours or in excess of 4 hours daily on consecutive days, a 45-day minimum notice is desirable prior to the facility shutdown. Notification of construction, rough pavement, weather -caused effects, bird hazards, and other conditions affecting the use of the airport is usually made by NOTAM issued by Flight Service Stations. FAA Air Traffic facilities and Airports district/field offices will assist in the notification process. Airmen or other persons engaged in aviation activities are encouraged to report safety related airport conditions to airport management, the FAA or through the use of the National Aeronautics and Space Administration's Aviation Safety Reporting System. 9. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a minimum. Where vehicular traffic on airport operation areas cannot be avoided, it should be carefully controlled. A basic guiding principle is that the aircraft always has the right-of-way. Some aspects of vehicle control and identification are discussed below. It should be recognized, however, that every airport presents different vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operations. a. Visibility. Vehicles which routinely operate on airport operations areas should be marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations. Vehicles which are not marked and lighted should be escorted by one that is equipped with temporary marking and lighting devices. (See AC 15015210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition.) b. Identification. It is usually desirable to be able to identify visually specific vehicles from a distance. It is recommended that radio equipped vehicles which routinely operate on airport operations areas be permanently marked with identifying characters on the sides and roof. (See AC 150/5210-5.) Vehicles needing intermittent identification could be marked with tape or with magnetically attached markers which are commercially available. Whenever possible, vehicles should be purchased with the recommended markings and lighting. c. Noticeability. Construction vehicles/equipment should have automatic signalling devices to sound an alarm when moving in reverse. r^ 5/31/84 AC 15-/5370-2C d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing procedures, procuring equipment, and providing training regarding vehicle operations to ensure aircraft safety during construction. This requires coordination with airport users and air traffic control. Consideration should be given to the use of two-way radio, signal lights, traffic signs, flagman, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way radio communications between construction contractor vehicles and the air traffic control (ATC) tower must be coordinated with the ATC tower chief. At nontower airports, two-way radio control between contractor vehicles and fixed -base operators or other airport users should avoid frequencies used by aircraft. It should be remembered that even with the most sophisticated procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special consideration should be given to training intermittent operators, such as construction workers, even if escort service is being provided. 10. INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspectors have specific responsibilities regarding operational safety on certificated airports before and during periods of construction activity. Their particular area of concern will be directed towards construction within safety areas, and they will be involved in the following functions: a. Review of plans to determine limits of work and possible safety problem areas. b. Give special attention to the development of the safety plan which is a part of the plans and specifications. r-s c. Advise FAA. elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d. Ensure that users of the facilities have ample warning of the proposed construction so that they may make advanced plans to change their operations. e. FAA Airports engineers and certification inspectors should participate in the predesign and preconstruction conferences if the project involves a complex safety plan. Also, they should participate in construction inspections and in the inspection of the finished work to determine that there are no safety violations to FAR Part 139. /s/ Leonard E. Mudd Director, Office of Airport Standards 0 PRO F 7 (and 8) 5/31/84 AC 15-/5370-2C Appendix 1 APPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION 1. RUNWAY ENDS. Construction equipment normally should not penetrate the 20:1 approach surface. 2. RUNWAY EDGES. Construction activities normally should not be permitted within 200 feet of the runway centerline. However, construction may be permitted within 200 feet of the runway centerline on a case -by -case basis with approval of the airport operator, the FAA and the users. 3. TAXIWAYS AND APRONS. Normally, construction activity setback lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predominant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the FAA and the users; NOTAMs are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with wingspan greater than 165 feet should be dealt with on a case -by -case basis. 4. EXCAVATION AND TRENCHES. a. Runways. Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are adequately signed, lighted and marked. In addition, excavation and open trenches may be permitted within 200 feet of the runway centerline on a case -by -case basis, that is, cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the users. b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the dropoff is adequately signed, lighted and marked. 5. STOCKPILED MATERIAL. Extensive stockpiled materials should not be permitted within the construction activity areas defined in the preceding four sections. 6. MAXIMUM EQUIPMENT HEIGHT. Notice of proposed construction shall be submitted to the appropriate Airports district office for review prior to the placement of construction equipment on airports. The guiding criteria involving FAR Part 139 certificated airports and grant agreement airports is that all construction plans and specifications require direct coordination with the appropriate Airports district, field, or regional office. h In addition, airports should file FAA Form 7460-1 when equipment is expected to penetrate any of the surfaces defined above in paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157 requires prior notice to construct, realign, alter, or activate any runway/landing area or associated taxiway for any project which is non -Federally funded. r- 7. PROXIMITY OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. Construction activity in the vicinity of navigational aids requires special consideration. The effect of the activity and its permissible distance and direction from the aid must be evaluated in each instance. A coordinated evaluation by the airport operator and the r� AC 150/5370-2C Appendix 1 5/31 /84 _ FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards, and Airway Facilities Specialists is needed as well as construction engineering and management input. Particular attention needs to be given to stockpiling materials as well as to the movement and parking of equipment which may interfere with line -of -sight from the tower or interfere with electronic emissions. (see AC 150/5300-2D, Airport Design Standards - Site Requirements for Terminal Navigational Facilities, current edition, for critical areas of NAVAIDS.) 8. CONSTRUCTION VEHICLE TRAFFIC. With respect to vehicular traffic, aircraft safety during construction is likely to be endangered by four principle causes: increased traffic volume, nonstandard traffic patterns, vehicles without radio communication and marking, and operators untrained in the airport's procedures. Because each construction situation differs, airport management must develop and coordinate a construction vehicle traffic plan with airport users, air traffic control and the appropriate construction engineers and contractors. This plan, when signed by all participants becomes a part of the contract. The airport operator is responsible for coordinating and enforcing the plan. 9. LIMITATION ON CONSTRUCTION. a. Open flame welding or torch cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the airport operator. All vehicles are to be parked and serviced behind the construction restriction line and/or in an area designated by the airport operator. b. Open trenches, excavations, and stockpiled material at the construction site should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. c. Stockpiled material should be constrained in a manner to prevent movement result of aircraft blast or wind. Material should not be stored near aircraft turning areas or movement areas. 10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construction specifications should include a provision requiring the contractor to have a man on call 24 hours per day for emergency maintenance of airport hazard lighting and barricades. a. Permanently Closed Runways and Taxiway. For runways and taxiways which have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation marking, and touchdown zone markings should be obliterated, and crosses should be placed at each end at 1,000 foot (300 m) intervals. With taxiways, a cross is placed at each entrance of the closed taxiway. b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are treated in the same manner as in paragraph l0a except runway markings are not obliterated. Rather, crosses are usually of the temporary type (constructed of P, 5/31/84 AC 15-/5370-2C Appendix 1 material such as fabric or plywood), and they are required only at runway ends. The crosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses may be reduced to permit use of standard sheets of 4 by 8 foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph 1 Od. c. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph 1 Ob, and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph 10a, the airport beacon is disconnected, and a cross is placed in the segmented circle or at central location if no segmented circle exists. - d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are always in the extended position and properly oriented. For nighttime use, the barricades are supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights must be such to delineate adequately the hazardous area. e. Notices to Airmen (NOTAMs). The airport operator should provide information on closed or hazardous conditons to the local air traffic control facility (control tower, approach control, center, flight service station) so that a NOTAM can be issued. f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes provided with shoulder stabilization to prevent blast and water erosion. This stabilization may have the appearance of a full strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define this area, but conditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3 foot (1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed at a maximum of 100 foot (30 m) spacing. On curves, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes should be extended to 5 feet (1.5 m) from the edge of stabilized area or to 25 feet (7.5 m) in length, whichever is less. g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist, such as exceptionally wide runways, where there is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used. 11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identification of temporary runway threshold displacements should be located outboard of the runway surface. These could include outboard lights, Runway End Identification Lights (REILS), and markings. The extent of the marking and lighting should be directly related to the duration of the displacement as well as the type and level of aircraft activity. 3 (and 4) I U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION SW 5200.513 raw SOUTHWEST REGION W 2/ 15196 .f sul3 , ,AIRPORT SAFETY DURING FAA -FUNDED AIRPORT CONSTRUCTION AND FAA, W.... FACILITIES MAINTENANCE , 1. PURPOSE. This Order establishes airport safety standards for FAA -funded construction (Airport Improvement Program and Facilities and Equipment Program) and FAA facilities maintenance. 2. DISTRIBUTION. This Order is distributed to the Section level in the Airports and Airway Facilities Divisions, to the Branch level in the Flight Standards,, .Air Traffic., and Civil Aviation Security Divisions, to the Fort Worth Flight Procedures Office, to all a Southwest Region field offices and facilities, and to F & t Field Ins talla'tionMonstruction Representatives. 3. CANCELLATION. Order SW 5200.5A, Airport Safety During FAA -Funded Airport Construction and FAQ Facilities Maintenance, dated 618J89, is canceled. 4. EXPLANATION OF CHANGES. This Order revises and updates safety criteria for consistency with current FAA publications and updates references to regional organizations. 8, DEFINITIONS. a. Airport Elevation - the highest point on the landing surface of an airport. b. Certificated Airport - an airport which, by law, is safety -regulated by the FAA under Part 139 of the Federal Aviation Regulations, and which operates under specific safety requirements which apply to maintenance and construction activities on the airport. Certificated airports are listed in Appendix 2. Y. Disr4aced Threshold - A threshold that is located at a point on the runway other than the designated beginning of the runway. A temporary displa ;errant may be used Disiribu,kon A-X-3iFS.AT.AP,CSi; A,X-4(AF), ln*N?,e�d By, AS'W-620 rn A-;:OF-0 (Maxlrourn); A-FA.F-10, A-FAS-1 SW 5200-513 2115196 to provide landing aircraft adequate clearance over construction equipment or other objects in the approach area of a runway or adjacent to a runway, d. Obstaole Free Zone (OFZ) - an FAA airport design standard for a volume of airspace above a runway. The components are the Runway OFZ, Inner -transitional surface OFZ, and Inner -Approach. OFZ. e. Obstruction - any structure, natural growth, vehicle or construction material which penetrates any airport imaginary surface defined by FAR Part 77, including primary, transitional, approach, horizontal, and conical surfaces. f. Relocated Threshold - a runway end which is not located at the physical end of the pavement. This may occur if part ,of a runway is closed, and a relocated threshold is established at the beginning of the usable pavement. [Note: this term is not used in the Notice to Airmen system.) 9. Safety Area - the ground surface next to runways, taxiways, and aircraft parking areas which is expected to be graded, drained and free of any hazardous surface variations and nonfrangible objects, the purpose of which is to reduce the risk of damage to an aircraft inadvertently leaving airport: pavement, h, Small Aircraft - an aircraft weighing 12,500 lbs or less maximum certificated takeoff weight. Large Aircraft -an aircraft weighing more than 12,500 tbs. maximum certificated takeoff weight. 6. PROCEDURES. Aviation safety is a primary consideration during airport construction and facilities maintenance. These activities shall be planned and scheduled to minimize disruption of normal aircraft ground and air traffic. For airports subject to FAR Part 107, Airport Security, the airport o perator"s security program standards shall be observed in the areas of access control, and movement and identification of construction and FAA personnel and vehicles, a. These standards shall be used to develop specific safety measures which FAA employees, grantees, and contractors r shall adhere to during these activities on 911 airports in the Southwest Region. They provide a reasonable level of safety, but aircraft operations, weather, security, or local airport rules may require use of more stringent safety measures. Use of less stringent measures and changes that impact security controls are permitted only after coordination between Airports, Air Traffic, Airway Facilities, Flight Standards, and Civil Aviation Security Divisions, airport management, and affe-.ted aviation users. Page 2 Par 5 r 2/15f95 SW 5200.5B b. Bid documents for on -airport construction or maintenance projects shall include general and specific safety requirements, based on Appendix i to this Order, so that contractors are aware of the costs and constraints which will apply during the project to maintain a high level of aviation safety, c, if the clearances and restrictions described in this Order cannot be maintained while construction or maintenance is underway, action will be taken as appropriate to: (1) close runways, taxiways, or aprons, (2) relocate or displace runway thresholds temporarily, (3) perform work at night or during periods of minimal aircraft activity, (4) close affected areas to certain types of aircraft, (5) restrict aircraft use by weight, wingspan, approach speed, or other characteristic, [6) shut dawn or restrict use of navigational or approach aids, d. FAA employees who are responsible for construction or maintenance activities on airports shall coordinate project safety and security requirements and impacts with the airport sponsor as soon as the impacts have been identified. but before commitments are made with contractors or ethers to perform work on an airport. Coordination will vary from forma! predesign conferences to informal contacts with the airport manager or responsible sponsor official before starting work. T. SAFETY IMPACTS. Potentially hazardous conditions which may occur during airport construction and maintenance include the following: a. Excavations, trenches, and stockpiled material on or near runways, taxiways and aprons. b. Construction equipment on aircraft operating areas or in runway approaches or departure areas. c. Inadequate construction area marking or lighting;. d. Lack of control over vehicle access to aircraft operating aress, unauthorized entry of personnel., vehicles, or animals. e, Inadequate vehicle marking or lighting- "'" f. deficient marking and lighting of temporary runway thresholds. l�r 5 Page SW 5200.513 2f 1 b/96 g. Failure to issue, update, or cancel Notices to Airmen concerning airport or runway closures or rather construction -related airport condition. b. failure to mark and identify utilities or power cables, resulting in loss of airport lighting; navigational, visual, or approach aids; weather reporting service; or communications. i. Unauthorized vehicle operations in localizes or glide slope critical areas, resulting in electronic interference or facility shutdown. Construction debris (9 ravel. send, mud, paving material, eta.) can airport pavements, resulting in aircraft .prop, turbine ,engine, or tire damage. k. Exposed pavement edges (drop-offs) from runways, taxiways and aprons to adjacent pavement sections or shoulders. 1. Construction activities which hamper aircraft rescueffirefighting access from fire stations to the runway -taxiway system or airport buildings. rn. Lack, of radio communication with construction and maintenance vehicles in aircraft operating areas. 8. SAFETY STANDARDS. Paragraphs a through In below define safety standards and guidelines fof FAA,: -funned construction .and FAA maintenance activities on airports. a. Obstacle Free Zone 11 a Objects, vehicle, and stockpiled material normally.are -not permitted to Penetrate an 0FZ, OFZs are shown on Figures 1 - 4. fai Runaway OFZs are applicable at any time the runway is open for aircraft use.. On precision runways with approach lights, V)e inner -approach and inner,. transitional surface OFZs must. be kept free of penetrations only when the weather conditiors are below an 800 ft, ceiling or less than Z miles visibility and aircraft are using an Instrument Landing System ilLS) for approaches. tbi Objects which do not penetrate an OFZ still may require notice to the FAA under FAR Farts 77 or 152 and may be obstructions to air navigation. Those objects which exceed FAR Part 77 obstruction standard's :are to be appropriately obstruction -marked and, if used at night, obstruction -lighted, Cranes or other equipment of unusua' height may require special consideration and coordination with FAA operating Divisions and airport users. page A Par 8 2115/9S SW 5200.58 (2) The Runway OFZ is a volume of airspace extending from the runway surface up to 150 feet above the runway. It extends 200 feet beyond each end of the runway and has the following width: Runways Serving; Visibility Minimums lower than 314 mile Other Runways Small Aircraft 300 feel" 250 feet Large Aircraft 400 feet 200 ft R4�vy 0€� E Ratvy _ Width �'lara 1t1ew End View Figure 1 OFZ - Visual Runways and Runways with visibility minimums not lower than 34 mile I Rwv OFZ I F ' Inner="i'ransitienal t3FZ�( jj'f nner-Translticrial OI;Z. Rw"V Plan e !mod View Figure 2 �-, OFZ - Small airplanes exclusively with visibility minimums lower than 314 mile .� ont, o vJ ppgs' S 2115/96 Inner _Transitional 0?L_Z1 Rwy nOF -7 60 Figure 3. Ot--Z - Runways serving large aircraft - vi,siblilty minimums lower than 314 mile (3) The Inner -Approach OFZ, shown in Figure 4, applies only to runways with approach lighting systems, It begins 200 feet from the, runway threshold and ends 2,00 feet beyond the last Ught unit in an approach lighting system, and has a 50:1 slope, beginning at runway end elevaticr, Profile Vier Figure 4. Inner -Approach OFZ - Runways with approach lighting systems Page 6 Par 2/15/96 SW 5200,513 b. Approach Clearance Over Equipment and Material. (1) Construction activity in a runway approach may result in a need to displace the landing threshold temporarily. if an object penetrates a surface shown In Fig. 5, displace the threshold to a point where the surface is not penetrated. 2! Objects which do not penetrate these surfaces still may be obstructions to air navigation andlor may affect standard instrument approach procedures. Coordinate these with the Fort Worth Flight Procedures Office, and the Air Traffic System Management Branch, ASW-530, as necessary. Runway End 1. SO-` Obstacle f Dimension (Feet) Smal6 Aircraft urge Aircraft. A 0 200 B 250 400 C 700 1000 0 2250 1500 E 2750 8500 Figure 5. 20:1 Threshold Location Surface Pzno 7 SW 5200.513 2(15196 c. Partial Runway Closure For Equipment On The Runway, i I J When equipment of construction/maintenance activity must be on a runway and a decision is made to keep part of the runway open for aircraft, part of the runway must be closed as shown in Figure 6. The. dimensions shown are recommended; however, a larger closed area than shown may be necessary depending on aircraft use, level of activity, pilot technique, and equipment height, and a smaller closed area may be possible under some circumstances. These recommendations are based on equipment heights of about 15 feet; higher objects may require special considerations. (2) Use the following distances from the constructiontmaintenance activity to the relocated threshold. Sm al I aircraft (12,500 lbs or less) Large aircraft (More than 12,500 lbsJ i Usable Runwavi 500 feet 1000 feet Fen, porary Relocated Threshold Closed Area Or 1000'11 Equipment Figure S. Relocated Threshold for Equipment on the Runway d. Runway and Taxiway Safety Areas. (1) Runway safety areas - construction or maintenance activity is prohibited in runway safety areas (RSA) while the full length of the runway is ope'n. Normal FAA maintenan--e of visual, approach, and navigational aids is permissible within safety areas provided vehicles, material, and excavations do not penetrate a runway OFF and requirements of paragraph 8b for approach c!earance over vehicles, equipment and material are met. (2) Runway safety area dimensions are shown in Figure 7. Existing safety areas at a particular airport may be larger or smaller than the standard dimensions listed. If construction or maintenance activity must take place within the specified safety area, It is also acceptable to restrict the runway use to a smaller size of aircraft and use a narrower and/or shorter safety area dimension for the duration of the activity. Pane 8far SW 5200,5E 2/15/9 5 (3) Taxiway safety areas/object free areas see Figure 8. Con structionlmaintenance activity is permissible in taxiway object free areas and safety areas if the activity is hazard -markets and/or lighted and NOTAMs are in effect. Special consideration must be given to the height of barricades, flashers and other warning devices to clear aircraft wingtips, propellers, engines etc. Other actions may be necessary such as: 0 Using "wingwalkers" to guide aircraft past hazards, Using temporary taxiway marking/lighting to detour aircraft clear of the area, • Moving equipment and personnel well clear to allow aircraft to pass safely. Taxiway Object. 11 Taxiway Free Area Safety Are, Wingt p Clearance C}6g a ct _ Airplane Design Group (See Appendix 3) Item I it Ill IV V Taxiway Safety Area Width (Feat) 49 79 118 k 171 214 Taxiway Object Free Area Width (Feat) 88 130 185 250 320 Figure 8. Taxiway Safety Area and Object Free Area Din^ 1?'. SW b 200. b B 211 a; 9 6 (3) Jaxiway safety areas/object free areas - see Figure 8. Construction/maintenance activity is permissible in taxiway abject fires areas and safety areas if the activity is hazard -marked and/or lighted and NOTAMs are in effect. Special consideration must be given to the height of barricades, flashers and tither warning devices to clear aircraft wingtips, propellers, engines etc. Other actions may be necessary such as: * Using '"wingwalkers to guide aircraft past hazards, • Using temporary taxiway marking/lighting to detour aircraft clear of the area, * louring equipment and personnel well clear to allow aircraft to pass safely. Taxiway Object Free Area w�lingf�p Taxiway Safety Area i Airplane Design Group (See Appendix -3) Item I it III IV W Taxiway Safety Area Width (Feet) 49 79 118 171 214 Taxiway Object Free ,Area Widths (Feet) I 88 130 186 260 320 Figure 8, Taxiway Safety Area and Object Free Area I errs 2115196 SW 5200.58 e. Marking and Lighting «., (1) Temporary displaced runway threshold: (a) Mark with white arrows and a white threshold bar as shown in Advisory Circular 15015340-1, or (b) Use alternate marking which is: I dearly visible to the pilot, 2 Not misleading, confusing, or deceptive, Secured in place to prevent movement; Made of material which will minimize damage to aircraft which come in contact with the marking. (2) Temporary relocated runway threshold (partial closure of a runway), (a) Mark with yellow chavrons as shown in A.C. 150/5340-1, or use alternate marking as described in par. {1 }(W above. (b) Runway distance remaining signs may need to be covered or removed during the closure to avoid misleading runway length indications to pilots. (3) Temporary runway thresholds must be lighted if all or part of a runway is to be open at night during construction and maintenance. The airport operator may already have temporary threshold lighting available, but this should be determined in advance W Use light lens colors and spacing in A.C. 15€ /5340-24, Runway st1SVdo�gi"►firEgyrs. (bl Disable runway lighting on closed parts of runways and adjust amber lenses (caution zone) if necessary. On some lighting systems, it may be necessary to cover a light rather than removing the lamp or fixture. (^} Disable visual c1de- slope indicators (VAST, "API, PLA.SI, etc.), REIL, and approach lights which would otherwise give misleading indications to pilots as to the threshold location. installation of temporary visual aids may be necessary tc provide adequate guidance for pilots on approach to the affected runway.. These may be funded or provided by the FAA or the sponsor. Face 1 Slii'' 5200.513 2/15/96 (4) Closed runway marking: (a) Use yellow 'OX" marking as shown in A.C. 15015340-1. (b) Closed runway marking is not required on airports with 24-hour Control Towers if the closed runway cannot be mistaken by pilots for nearby open runways and the airport operator consents to omitting there. In some uses, closed runway marking could interfere with the use of the runway for aircraft taxiing if this is to be allowed while the runway is closed for landing and takeoffs. (c) Closed runway marking is not required on runways which are closed only at night provided that: 1 Runway lighting and visual aids are turned off, 2 NOTAMs are in effect regarding the closure, (5) Hazard Marking (barricades, traffic cones,, flashers, etc..) shall he used: (a) To outline constructiontmaintenance areas which are accessible to aircraft, persons, or vehicles, (b) To identify isolated hazards such as open manholes, small areas tender repair, stockpiled material.; waste areas. etc,, - (c) To prevent aircraft from taxiing onto a closed runway for takeoff, (d) To identify FAA, airport, and National Weather Service facilities, cables, power lines, iLS critical areas and other sensitive areas, in order to prevent damage, interference, and facility shutdown. f, Navigation Aids and Instrument Approach Procedures (1) The need to shut down navigational, approach, or visual aids shelf be determined on a case -by -case bans. Plight Standards, Air Traffic, Airports, Airway facilities, the Flight Procedures office, and the airport sponsor shall be involved in the decision as necessary. Work within an iL5 critical area. may affect the radiated signals and interfere with air raft navigation. ILS critical areas may be shown on the Airport Layout Plan, or contact: the local Airway facilities office or Airport Traffic Control Tower for information on critical area location and dimensions, (2)z Construction on or near runways may severely restrict the use of Standard instrument Approach Procedures, and all phases of the project shall be coordinated with the part Worth Flight Procedures Office to determine the effects. P;I-qp <.> Par A 2115/96 SW 52DO.513 9 Notices to Airmen INOTAM) ,.� (1) Responsibility for issuing NOTAMs shall be determined before construction or maintenance begins. Refer to Order 7930.1, National Notice td Airmen EjystgM, or Advisory Circular 150/5200-28, Notices to Airmen for Airj2,urQaerjk,;ors. (2j NOTAMs on shutdown or irregular operation of FAA -awned facilities shall be issued and canceled only by FAA employees. Flight Data Center ( DC) NOTAMs or instrument approach procedures are issued by the Fort Worth Flight Procedures Office. NOTAMs on airport conditions and non -Federal navigational aids shall be issued and Canceled only by the airport sponsor. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate shall notify the responsible person. h. Vehicle Identification, FAA employees who operate vehicles on an airport shall comply with the airport owner's rules for vehicle marking, fighting, and operations, unless FAA requirements are more stringent. 'Vehicles operated by FAA employees on active runways, taxiways, or safety areas shall be marked with orange and white flags or flashing yellow beacons during daylight hours, and with flashing yellow beacons at night. Contractors and suppliers shall be informed of the applicable requirements of the airport sponsor by the FAA or airport sponsor employee responsible for the work. i. Controlling Access To Aircraft Operational Areas (1 i Vehicle and ped'sestrian access routes for airport construction and maintenance shall be controlled as necessary to prevent inadvertent or unauthorized entry of persons, vehicles, and animals, The amount of construction traffic or local securitylsafety rules may require use of personnel to control access through gates or fencing, or across aircraft movement areas. radio communications may be required between these personnel and a Control Tower if equipment and personnel must enter or cross an active Aircraft Movement Area. (2) Vehicle parking areas for FAA and contractor employees shall be designated in advance to minimize vehicle traffic in aircraft operating areas while still :.: providing reasonable employee access to the job site. g. STANDARD SAFETY SPECIFICATiONS. General safety provisions which apply during ciontract work on airports are contained in the following documents: a. Faci ities and Equipment Program (F & E) projects - Additional General Provisions, FAA €'-1, Clause No. 75, "Special Precautions for Work at Operating Airports." b. Airport Improvement Program (AIP) projects - Advisory Circular 150/5370-101, "Standards for Specifying Construction of Airports,' General Provisions 40-05, Maintenance of Traffic; 70-08, Barricades, 'Warning Signs, and Hazard Marking; 80-04, l_irraitation. of Operations. SW : 200.56 2115196 10. PROJECT SPECIFICATIONS. Specific safety requirements for a project may be developed using the guide in Appendix 1 of this artier, or may be written or provided in other forms which provide similar guidance. The project safety requirements shall be _ included in the plans and specifications, as applicable, when an invitation for lids is issued. Clyde M. DeHart, Jr. Regional Administrator Page 14 Par 10 r� r 2115196 SW 5200.53 Appendix 7 1. Qeneral 5AfettRequirements- During} performance of this contract, the airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible. Aircraft use of areas near the contractor's work will be controlled to minimize disturbance to the contractor's operation. The contractor shall not allow his/her employees, subcontractor, suppliers, or any person over whore he/she has control to enter or remain in any part of the airport which would be hazardous to persons or to aircraft operations. Whenever aircraft operations require, the (Contracting Officer, Engineer, etc.) may order the contractor to suspend operations, move plant, personnel, equipment, and materials to a safe location and stand by until aircraft use is completed. 2. , cla Eree Zone: Construction activity within an Obstacle Free zone will require closing part or all of the affected runway. See Figures 1 - 4. 3.Runway landing thresholds shall be located to !- provide an unobstructed approach surface with an approach ratio over equipment and material as shown on Figures 5 and 6. 4. Runwav and Taiwa SafetyAreas- Construction activity within a runway safety area will require closing part or all of the affected runway. Construction activity within taxiway safety areas/abject free areas is permissible when the taxiway is open to aircraft traffic if: a. Adequate wingtip/empennage clearance exists between the aircraft and equipment/material, b. Excavations, trenches, or other coinditiors are conspicuously marked and lighted, c. Notices to Airmen are in effect concerning the activity, usually "personnel and equipment: adjacent to Taxiway Safety Area dimensions are shown can Figures 7 and 8. -'- a. Temporary threshold marking is (required, not regL red9. Threshold marking W dl be furnished by the (airport owner; contractor, etc.l. b. Temporary threshold lighting is (required, not requiredi. Threshold lighting will be furnished and maintained by the (airport owner, contractor, etc.). ,, Pace S1f't! 5200,5B Appendix 1 2/15195 c. Temporary visual aids (VASI, PAP), REIL, etc,) are (required, not required). The visual aid(s) will be furnished and maintained by the (airport owner, FAA, Contractor, etc.}. a. Closed runway marking. is (required, not required). Closed runway marking shall be (as shown on the plans, furnished by the owner, etc.) b. Hazard marking and lighting shall be as required by the (airport owner, project .superintendent, engineer, etc,..), and shall be as (described in Section of the specifications, as shown on the plans, etc,1, a. Contractor vehicles and equipment shall be identified by (describe marking and lightinq�g b. Employee parking shall be (specific location, or as designated by the engineer, suporintendent., airport manager, etc.).. S. Qonstcuai=Sita AccessAccess to the job site shall be via (specific route, as shown on the plans, designated by the engineer, superintendent, airport manager, etc.). radio ,C�un Ut u: Radio communications are (required between the contractor's representative and the Control Tower), (not required). (Specify communications requirements in as much detail as possible,) rl- n Pat 9; I I 2/151g6 (As of March w a Fayetteville Drake (FYV) Fort Smith Regional (FSM) Hot Springs Memorial (HOT) Little Rock Adams Field (LIT) Texarkana Regional (TXK) Alexandria Esler Regional (ESF) Alexandria Intl (AEX) Baton Rouge Ryan (STR) Lafayette Regional (LFT) Lake Charles C.hennault (CWF) Lake Charles Regional (LCH) Monroe Regional (MLU) New Iberia Acadiana Regional (ARA) New Orleans International WSY) New Orleans Lakefront (NEW) Shreveport Regi-anal (SHV) Tallulah Vicksburg -Tallulah Reg. (TVR) Albuquerque International (AB4) Farmington Four Corners Reg. (FMN) Hobbs - Lea County (Hobbs) (HOB) Las Cruces International (LRU) Los Alamos (LAM) Roswell Industrial (ROW1 Ruidoso Sierra Blanca Reg. (SRR) Lawton Muni Wipal (LAW) Oklahoma City Will Rogers (O KC) Stillwater Municipal (SWO) Tulsa International (TUL) SIB/ 5200.5 B Appendix 2 Abilene Regional (ABI) Amarillo international (AMA) Austin Robert Mueller (AUS) Beaumont Jefferson Co. (BPT) Brownsville South Padre Is. (SRO) College Station Easterwood (CLL) Corpus Christi International (CRP) Dallas/Fort Worth International (DFW) Dallas Love (DAL) El Paso International (ELP) Fort Worth Alliance (AFW) Fart Worth Meacham Intl (FTW) Galveston Scholes (GLS) Harlingen Valley Intl (HRL) Houston Ellington (EFIC) Houston Hobby (HOU) Houston Intercontinental (lAH) Killeen Municipal (ILE) Laredo International (LRD) Longview Gregg County (GGG) Lubbock International (LBB) McAllen Miller International (MFE) Midland International (MAF) Paris Cox Field (PM San Angelo Mathis Field (SJT) San Antonio International (SAT) Trample Draughon-Miller Cen. Tx (TPL) Tyler Pounds Field (TYR) Victoria Regional (VCTI Waco Regional (ACT) Wichita Falls Muni/Sheppard. AFB (S€'S) 60 2115196 SW 5200.5E Appendix 3 Some safety standards in this Order are based on the "Airplane Design Group" from Advisory Circular 150/5300-13, Airrtort Design. These Design Groups are based on aircraft wingspan, with typical aircraft in each Design Group shown below. Design Group Wingspan 1 Up to.but not including 42 Int Viper Navajo, Cessna 421, Fairchild Metro, Beech King Air, Mitsubishi MU-2, Rockwell Sabre 75, Lear 35/36, SAE/Hawker-Siddley HS-1261800 11 49 feet up to bi tt , to incu in , 79 feet Cessna 441, Embraer 120 Brasilia, SAAB 840, Rockwell Sabre 65, Cessna Citation 11/111, Beech 1900 Airliner, Gulfstream 1/111111/tV/V 111 29 feet up,to,but n.t including 113 feet ATR 42172, BAE-146, Boeing 727/737, Convair 580, DeHavilland Bash 7, GC-9 (.All), Fokker 100, 1111D•80, Fairchild F-27 IV 1 ta2t up. to but not iorluding 171 feet Boeing 707, 757, 767, DC-8, Lockheed L-1'01 1, DC- 10/MD-1 1 171 feet un to but 13Qt ig.214 fael V Boeing 747, 777 Rona i 2/15/96 SIN 5200.5E Appendix 4 Appendix 4 )FAA Office Directory Following are the FAA offices with responsibilities for construction and/or maintenance on airports: EUnctioog Airports division, Safety 817-222-5620 Airport. safety, FAR 139, and Standards Branch, airport design standards, ASW-620 Airport improvement Program project management Air Traffic Division, System 817-222-5530 Obstruction Evaluation, Air Management Branch, Traffic Procedures, ASW-530 obstruction marking and lighting, Control Tower line - of -sight Aviation System Standards, 817-222-4131 Instrument approach Fart Worth Flight procedures, Flight data Procedures Office Center NOTAMs AW.tt FJjGbt-,LyiG. Notices to Airmen - Cali Statims iAFSSi Administration. 1-800- Jonesboro, AR 601-932-4608 544-1709 DeRidder, LA 318-462-5111 42.3-9347 Albuquerque, NM 505-242-444.2 525-9963NM 342-76.35.T.X McAlester, OK 918-421-6056 722-4.723 (OK only) Conroe, TX 409-760-4201 833-5602 Fort Worth, TX 817-654-2205 72.2-6209 San Angelo, TX 915-944-8791 433-8102 Civil Aviation Security 817-222-5700 Airport Security, FAR 107 Division, ASW-700 w y Eaj�i!':,-Viyjabav 817-222-4200 NAVAID Planning Resource Mgt. Branch NAS Impternentation Br. 817-222-4500 NAVAID Implementation Operations Branch 817-222-4700 NAVAID Maintenance Syst_Lam l fl'ajntenap Q1 1 505_ ,64-6700 FAA Fac,''ties Maintenance Albuquerque INK W. Tx� Dallas/Fort Worth (Metro) 214-453-4900 Houston jS. Tx, LA) 713-986-7100 Oklahoma City (OK, AR) 1 405-798-2000 paota 1