Loading...
HomeMy WebLinkAboutResolution - 2004-R0252 - Contract For The Jim Bertram Lake System - Knox, Gailey & Meador, Inc. - 05/25/2004RESOLUTION Resolution No. 2004-R0252 May 25, 2004 Item No. 42 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 Jim Bertram Lake System -Fiesta Plaza improvements, by and between the City of Lubbock and Knox, Gailey & Meador, Inc. of Lubbock, 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 __ 2_5_th __ day of ____ A-:------' 2004. ATTEST: fu:ecca Garza, City Secretary 0 APPROVED AS TO CONTENT: APPROVED AS TO FORM: gs/ccdocs/res-Contract-Jim Bertram Lake System.res May 7, 2004 [ [J n [l D 0 0 0 D [ [ [ Li [ lJ u [J l [ BOND CHECK BEST RATING A - UCENS~D N }EXAS~ P.!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!~nA~:Tci~'d:.~,~~nw_1.q--8y_~~'"""'-=~ CITY OF LUBBOCK SPECIFICATIONS FOR JIM BERTRAM LAKE SYSTEM -FIESTA PLAZA IMPROVEMENTS ITB #053-04/RS "A City Of Planned Progress 0 CITY OF LUBBOCK Lubbock, Texas ( City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13 ™ STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806)775·2164 http://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: ( ITB #053-04/RS, Addendum #2 ADDENDUM #2 ITB #053-04/RS Jim Bertram Lake System-Fiesta Plaza Improvements April 23, 2004 April 29, 2004@ 2:00 p.m. May 6, 2004 @ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please find enclosed Addendum #2 issued by Parkhill, Smith & Cooper. The revised Bid Form is included for your bid submittal. 2. The closing date for this bid has been changed from April 29, 2004 at 2:00 p.m. to the new closing date of May 6, 2004 at 2:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to rshuffield@mail.ci.lubbock.tx.us THANK YOU, Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 053-04RSAdd2 -1 ! 1 I J l J . .., I _J l J --, ! i . ..J -, j J 1 j . .J --, "l I i ~_j ( ADDENDUM N0.2 TO: All Prospective Bidders I Plan Holders PROJECT: Jim Bertram Lake System -Fiesta Plaza DA TE: 04/29/2004 ( PSC Job No: 01-0694-03 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated April 2004 as noted below: This Addendum consists of 1. page(s). 1) Revised BID SUBMIITAL FORM attached. 2) See revised Section 1025 -"Measurement and Payment" attached. Option No. 11, 4-inch concrete sidewalk shown as concrete paving on the plans shall be bid as a lump sum for all 4-inch concrete sidewalk. 3) See revised Section 1025 -"Measurement and Payment" attached. The following items have been removed from the base bid and are now additive options. a) All trees, shrubs, Bermuda grass seeding not included in other options shall be bid as a new Option No. 12. b) All irrigation equipment and installation shall be bid as new Option No. 13. c) Cost for irrigating hydromulched grass areas at a rate of I-inch per week for a minimum period of 60 days or until a satisfactory stand of grass is in place will now be bid as a separate bid Option No.14. 4) As a clarification, the Pavilion Pad shown on sheet Ll-2 and the Stage Concrete Pad shown on sheet Ll-3 are to be included as a base bid item and they each shall be constructed as shown on Sheet S 1-1 details A4 (for jointing), C2, D4 and D5. END OF ADDENDUM NO. 2 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: REI~ Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: _____________ _ PARKHILL, SMITH & COOPER, INC. Engineers . Architects · Planners 4222 85th Street, Lubbock, Texas 79423 Phone(806)473-2200 Fax(806)473·3500 Lubbock El Paso Midland Amarillo Odessa BID SUBMITTAL LUMP SUM BID CONTRACT ( PROJECT NUMBER: #053-04/RS ·JIM BERTRAM LAKE SYSTEM • FIESTA PLAZA IMPROVEMENTS Bid of ___________________________ (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 JIM BERTRAM LAKE SYSTEM -FIESTA PLAZA IMPROVEMENTS having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of .the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE BID: JIM BERTRAM LAKE SYSTEM FIESTA PLAZA Payment will be made for completing the entire project as defined in the plans and specifications on a lump sum basis. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. MATERIALS:. _____________________ ($. _________ ) SERVICES: ____________________ ($ ) TOTAL BASE BID: ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #1: ADD Payment will be made for providing and installing the trash receptacle as shown on sheet L 1-2 and L5-2 and for the 5' bench as shown on sheet L 1-2 on a per each basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the trash receptacle and bench as specified and as shown in the plans. MATERIALS: ($ ) SERVICES: ($ ) TOT AL OPTION #1: (ADD) ($ ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown In words shall govern.) ( ( OPTION #2: ADD Payment will be made for providing and installing the trash receptacle as shown on sheet L 1-2 and L5-2 and for the 5' bench as shown on sheet L 1-2 on a per each basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the trash receptacle and bench as specified and as shown in the plans. MATERIALS:. _____________________ ($. ________ _ SERVICES: ($ ) TOT AL OPTION #2: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #3: ADD Payment will be made for providing and installing the secondary sign wall as shown on sheet L 1-6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. MATERIALS: ______________________ ($. ________ _ SERVICES: ______________________ ($ ________ _ TOT AL OPTION #3: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #4: ADD Payment will be made for providing and installing the secondary sign wall as shown on sheet L 1-6 and as detailed on sheet LS-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. MATERIALS: ______________________ (.$ ________ _ SERVICES: ______________________ ($ _________ , TOT AL OPTION #4: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #5: ADD Payment will be made for providing and installing the secondary sign wall as shown on sheet L 1-6 and as detailed on sheet LS-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. MATERIALS: ($ ) SERVICES: ($ ) TOTAL OPTION #5: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) ( OPTION #6: ADD Payment will be made for providing and installing the secondary sign wall as shown on sheet L 1-6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. MATERIALS: ______________________ {$ _________ , SERVICES: ($. ________ _ TOT AL OPTION #6: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #7: ADD Payment will be made for providing, planting, and guaranteeing Cedar Elm trees as shown in the drawings and on sheet L5-7 on a per each basis. Payment shall include all equipment, labor, materials, superintendence and all incidentals necessary to plant the Cedar Elm trees as specified and as shown in the plans. MATERIALS:. _____________________ ($ _________ ,) SERVICES: ($ ) TOT AL OPTION #7: (ADD) {$ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #8: ADD Payment will be made for providing planting, and guaranteeing Mexican Plum as shown in the drawings and on sheet L5-7 on a per each basis. Payment shall include all equipment, labor, materials, superintendence and all incidentals necessary to plant the Mexican Plum as specified and as shown in the plans. MATERIALS:. _____________________ ($ _________ , SERVICES: ($. _________ , TOTAL OPTION #8: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #9: ADD Payment will be made for providing and installing decorative steel tubing as part of the pavilion structure as shown in Elevation A1 Sheet A1 -1 on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the decorative tubing as specified and as shown in the plans. MATERIALS:. _____________________ ($. _________ , SERVICES: ______________________ ($ ________ _ TOT AL OPTION #9: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) 1 J ., I ..., i d ( ( OPTION #10: ADD Payment will be made for providing and constructing tapered concrete columns (and related detail) as shown in column elevation C5 Sheet A 1 - 1 on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to construct the tapered concrete columns (and related detail) as specified and as shown in the plans. MATERIALS:. ______________________ (.$. ________ _ SERVICES: ______________________ ($ _________ . TOTAL OPTION #10: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #11: ADD Payment will be made for providing and constructing all 4-inch thick concrete walk pavement as detailed on Sheet L5-1 and revised with Addendum No. 1 on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to construct the 4-inch thick concrete walk pavement as specified and as shown in the plans and Addendum No 1 . MATERIALS: _____________________ ($ _________ ) SERVICES: ($ ) TOT AL OPTION #11: (ADD) ($ ) {Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #12: ADD Payment will be made for providing, installing all plant materials including bermuda hydromulch seeding, all trees including Chinquapin Oak, Red Oak, Texas Redbud, Mexican Plum, shrubs including Dwarf Indian Hawthorn, Nellie R. Stevens Holly, Rose Glow Barberry, groundcover including Blackfoot Daisy, Liriope not otherwise shown or called out in any of the other options above. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to construct the all plant materials as specified and as shown in the plans and noted in Addendum No. 2 on a lump sum basis. MATERIALS:. ______________________ ($ ________ _ SERVICES: ______________________ ($ _________ _, TOTAL OPTION #12: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) i __ j --, l d ( ( OPTION# 13: ADD Payment will be made for providing and all irrigation piping, valves, heads, control wiring controllers, and appurtenances as necessary for a complete functional irrigation system as shown on the plans Sheets L4-1 through L4·8 and specified in Section 02810 on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all .. J incidentals necessary to construct the irrigation system as specified and as shown in the plans and noted by Addendum No.2. J ..., j _j ·--~ J MATERIALS: ______________________ ($ _________ , SERVICES: ($ ________ _ TOT AL OPTION #13: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #14: ADD Provide separate cost for watering hydromulched seeded areas at the rate specified in Addendum No. 1, item No. 7 (a) and (b). Payment will be on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to maintain the moisture condition in the hydromulched areas to a depth of 4-inches. MATERIALS:. ______________________ ($_-'----------· SERVICES: ($ ________ _ TOTAL OPTION #14: (ADD) ($ ) (Amount shall be shown In both words and numerals. In ca .. of discrepancy, the amount shown In words shall gove~n.) 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 substantially complete the project within 180 (ONE HUNDRED EIGHTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $100 (ONE HUNDRED) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bid(jers. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. ( Enclosed with this bid is a Cashier's Check or Certified Check for _____________ _ Dollars ($ or a Bid Bond in the sum of Dollars ($ , which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, 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) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. ___ Date ___ _ Addenda No. Date ___ _ Addenda No. Date ___ _ Addenda No. Date ___ _ M/WBE Firm: Woman Black American Date: ______________ _ Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: __ _ Fax: ___ _ His anic American Asian Pacific American 1 i . .J : i . .J j l i '>··J -~ ' i i _J J """' ! ' .J "1 i ' ! _,.,j "l J ( ( SECTION 01025 MEASUREMENT AND PAYMENT PART 1 • GENERAL The bid price on each item. as stated in the proposal, shall include furnishing all lab or, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost. of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the prices on the various items. 1.1 LUMP SUM BID 1.2 1.3 1.4 1.5 Payment will be made for completing the entire project as defined in the plans and specifications on a lump sum basis. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. OPTIONN0.1 Payment will be made for providing and installing the trash receptacle as shown on sheet L 1-2 and L5-2 and for the 5' bench as shown on sheet Ll-2 on a per each basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the trash receptacle and bench as specified and as shown in the plans. OPTIONN0.2 Payment will be made for providing and installing the trash receptacle as shown on sheet Ll-2 and L5-2 and for the 5' bench as shown on sheet Ll-2 on a per each basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the trash receptacle and bench as specified and as shown in the plans. OPTIONN0.3 Payment will be made for providing and installing the secondary sign wall as shown on sheet Ll- 6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. OPTIONN0.4 Payment will be made for providing and installing the secondary sign wall as shown on sheet L l- 6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. 01069403 04/04 MEASUREMENT AND PAYMENT 01025-1 Addendum No. 2 ( 1.6 OPTION NO. 5 Payment will be made for providing and installing the secondary sign wall as shown on sheet Ll- 6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. 1.7 OPTION NO. 6 Payment will be made for providing and installing the secondary sign wall as shown on sheet L 1- 6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. 1.8 OPTION NO. 7 Payment will be made for providing, planting, and guaranteeing Cedar Elm trees as shown in the drawings and on sheet L5-7 on a per each basis. Payment shall include all equipment, labor, materials, superintendence and all incidentals necessary to plant the Cedar Elm trees as specified and as shown in the plans. 1.9 OPTION NO. 8 Payment will be made for providing, planting, and guaranteeing Mexican Plum as shown in the drawings and on sheet L5-7 on a per each basis. Payment shall include all equipment, labor, materials, superintendence and all incidentals necessary to plant the Mexican Plum as specified and as shown in the plans. 1.10 OPTION NO. 9 Payment will be made for providing and installing decorative steel tubing as part of the pavilion structure as shown in Elevation Al Sheet Al-1 on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the decorative tubing as specified and as shown in the plans. l.11 OPTION NO. 10 Payment will be made for providing and constructing tapered concrete columns (and related detail) as shown in column elevation CS -Sheet Al-1 on a lump sum basis. Price shall include all equipment, labor materials, superintendence, and all incidentals necessary to construct the tapered concrete columns (and related detail) as specified and as shown in the plans. 1.12 OPTION NO. 11 Payment will be made for providing and constructing 4-inch thick concrete walk pavement as shown on Sheet L5-1 and as specified in Addendum No I on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to construct the 4-inch thick concrete walk pavement as specified and as shown in the plans and Addendum No. l. 01069403 04/04 MEASUREMENT AND PAYMENT 01025 -2 Addendum No. 2 i j i _j l i .J i ! __ J l J J ' __ J -·-1 l I -, ! ___ .. J ( ( 1.13 OPTION NO. 12 Payment will be made for providing, installing all plant materials including berrnuda hydromulch seeding, all trees including Chinquapin Oak, Red Oak, Texas Redbud, Mexican Plum, shrubs including Dwarf Indian Hawthorn, Nellie R. Stevens Holly, Rose Glow Barberry, groundcover including Black.foot Daisy, Liriope not otherwise shown or called out in any of the other options above. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to construct the all plant materials as specified and as shown in the plans and noted in Addendum No. 2. 1.14 OPTION NO. 13 Payment will be made for providing and all irrigation piping, valves, heads, control wiring controllers, and appurtenances as necessary for a complete functional irrigation system as shown on the plans Sheets L4-1 through lA-8 and specified in Section 02810 on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to construct the irrigation system as specified and as shown in the plans and noted by Addendum No.2. 1.15 OPTION NO. 14 Provide separate cost for watering hydromulched seeded areas at the rate specified in Addendum No. 1, item No. 7 (a) and (b). Payment will be on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to maintain the moisture condition in the hydromulched areas to a depth of 4-inches. 1.16 FINAL CLEANUP (INCIDENT AL COST TO ALL BID ITEMS) The Contractor shall make final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include, among other things, removing all construction material and in general preparing the site of the work in an orderly manner. The cost of cleanup shall be included as part of the cost of the various items of work involved and no direct compensation will be made for this work. 1.17 UTil..ITY ADJUSTMENTS No separate payment will be made for utility adjustments, including the manhole adjustment. The cost of adjusting or 'repairing existing utilities or removing irrigation lines shall be considered incidental to the applicable pay items. 1.18 SURVEYING No separate payment shall be made for construction surveying. The cost of surveying shall be included in the bid prices of the applicable pay items. 01069403 04104 MEASUREMENT AND PAYMENT 01025 - 3 Addendum No. 2 ( 1.19 PROJECT SIGN No separate payment shall be made for the project sign. The cost for this item shall be included in the bid prices of the applicable pay items. PART 2 ·PRODUCTS Not Used PART 3 ·EXECUTION Not Used 01069403 04104 END OF SECTION MEASUREMENT AND PAYMENT 01025-4 Addendum No. 2 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ( ITB #053-04/RS, Addendum #1 ADDENDUM #1 ITB #053-04/RS Jim Bertram Lake System-Fiesta Plaza Improvements April 23, 2004 April 29, 2004@ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB dpcuments is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please find enclosed Addendum #1 issued by Parkhill, Smith & Cooper. The revised Bid Form is included for your bid submittal. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to rshuffield@mail.ci.lubbock.tx.us THANK YOU, Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements. etc., or any combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 053-04RSAdd1 -, i l I J ··1 _I l __J -, l ' _j J i . ! i _; --, .••. J -·1 I •... J --, ! i _j .. , I _j ""l """j ADDENDUM N0.1 TO: All Prospective Bidders I Plan Holders PROJECT: Jim Bertram Lake System -Fiesta Plaza DA TE: 04/23/2004 PSC Job No: 01-0694-03 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated April 2004 as noted below: This Addendum consists of JO page(s), plus 2drawings. 1) See revised BID SUBMIITAL FORM attached. 2) See revised Section 1025 -"Measurement and Payment" attached . 3) Add 3-ft concrete valJey gutter as shown on the attached sheet. Price for the concrete valley gutter shall be included in the base bid price. 4) Excess material excavated from the site is to be hauled and stockpiled at a city of Lubbock maintenance yard located at 1912 Erskine (See site location map attached). The contractor is responsible for retaining enough topsoil on site to meet the requirements of the contract documents. 5) AIJ concrete walk paving as shown on Sheet L5-1 shalJ be revised as follows: a) Reduce the thickness from 5-inch thick concrete with #3 rebar to 4-inch thick concrete with fiber mesh or welded wire fabric reinforcement. b) Subgrade compaction requirements still apply. c) Finish requirements as specified still apply . 6) Remove alJ concrete walk paving shown in the plans as part of the base bid and as specified in No. 5 and bid the concrete walks as Option No. 11. 7) The contractor is responsible for providing temporary piping, hoses and watering equipment in areas that do not have permanent irrigation. a) Water hydromulched areas at a rate of I-inch per week for a minimum period of 60 days or until a satisfactory stand of grass is in place. b) Keep soil moist to a depth of 4 inches. 8) Sheet Al-1 -"Add Alt#/" is revised to read "Option #9" and "Add Alt #2" is revised to read "Option #JO". END OF ADDENDUM NO. I PARKHILL, SMITH & COOPER, INC . Engineers . Architects · Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa j d _j i ! _; J ( Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: r<.~ Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: ______________ _ PARKHILL, SMITH & COOPER, INC. Engineers . Architects · Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa ; .i l I j ! .J 1 .•.. J J ': ... , ' __ J /' ( BID SUBMITTAL LUMP SUM BID CONTRACT ( PROJECT NUMBER: #053-04/RS ·JIM BERTRAM LAKE SYSTEM • FIESTA PLAZA IMPROVEMENTS 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 JIM BERTRAM LAKE SYSTEM -FIESTA PLAZA IMPROVEMENTS having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE BID: JIM BERTRAM LAKE SYSTEM FIESTA PLAZA Payment will be made for completing the entire project as defined in the plans and specifications on a lump sum basis. All quantities installed will be verified by the Owner to ensure requiren:ients are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. MATERIALS: ______________________ ($ _________ ,) SERVICES: _______________________ ($ _________ _ TOTAL BASE BID: ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #1: ADD Payment will be made for providing and installing the trash receptacle as shown on sheet l 1-2 and l5-2 and for -1 the 5' bench as shown on sheet l1-2 on a per each basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the trash receptacle and bench as specified and as shown in the plans. ; i .....J --i _J ' l MATERIALS: ______________________ ($ _________ ) SERVICES:. _______________________ ($ _________ _ TOTAL OPTION #1: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) Addendum No 1. __ j j i _j ·1 J 1 ' _j J ,. ( \ ( OPTION #2: ADD Payment will be made for providing and installing the trash receptacle as shown on sheet L 1-2 and L5-2 and for the 5' bench as shown on sheet L 1-2 on a per each basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the trash receptacle and bench as specified and as shown in the plans. MATERIALS: _______________________ ($ _________ _ SERVICES:. _______________________ ($ _________ _ TOTAL OPTION #2: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #3: ADD Payment will be made for providing and installing the secondary sign wall as shown on sheet L 1-6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. MATERIALS: ______________________ ($ _________ ) SERVICES: _____________________ ($ ) j TOTAL OPTION #3: (ADD) ($ ) j 1 .. , ! -, ! (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #4: ADD Payment will be made for providing and installing the secondary sign wall as shown on sheet L 1-6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. MATERIALS: _______________________ ($ _________ _ SERVICES: ______________________ ($ ________ _ TOTAL OPTION #4: (ADD) ($ ________ _, (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #5: ADD Payment will be made for providing and installing the secondary sign wall as shown on sheet L 1-6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. MATERIALS: _______________________ ($ _________ _ SERVICES:. ______________________ ($ ________ _ TOTAL OPTION #5: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) ( ( J OPTION #6: ADD J Payment will be made for providing and installing the secondary sign wall as shown on sheet L 1-6 and as detailed on sheet LS-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. MATERIALS: _______________________ ($ _________ _ SERVICES: ($ ) TOTAL OPTION #6: (ADD) ($ } (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #7: ADD Payment will be made for providing, planting, and guaranteeing Cedar Elm trees as shown in the drawings and on sheet LS-7 on a per each basis. Payment shall include all equipment, labor, materials, superintendence and all incidentals necessary to plant the Cedar Elm trees as specified and as shown in the plans. MATERIALS: _______________________ ($ _________ _ SERVICES: _______________________ ($ _________ _ 1 TOTAL OPTION #7: (ADD). ($ ) ..------· : l u (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #8: ADD Payment will be made for providing planting, and guaranteeing Mexican Plum as shown in the drawings and on sheet LS-7 on a per each basis. Payment shall include all equipment, labor, materials, superintendence and all incidentals necessary to plant the Mexican Plum as specified and as shown in the plans. MATERIALS: _______________________ ($ _________ _ SERVICES: _______________________ ($ _________ _ TOTAL OPTION #8: (ADD} ($ } (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #9: ADD Payment will be made for providing and installing decorative steel tubing as part of the pavilion structure as shown in Elevation A 1 Sheet A 1 - 1 on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the decorative tubing as specified and as shown in the plans. MATERIALS: _______________________ ($ _________ _ SERVICES: _______________________ ($ _________ _ TOTAL OPTION #9: (ADD) ($ } (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) i I ____ J J '"" ! I ' ! _J J 1 ---1 ___ _j J --, I i __ j ··1 j i _J ---. ! /- ( ( OPTION #10: ADD Payment will be made for providing and constructing tapered concrete columns (and related detail) as shown in column elevation C5 Sheet A 1 -1 on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to construct the tapered concrete columns (and related detail) as specified and as shown in the plans. MATERIALS: _______________________ ($ _________ _ SERVICES: _______________________ ($ _________ _ TOTAL OPTION #10: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) OPTION #11: ADD Payment will be made for providing and constructing 4-inch thick concrete walk pavement as shown on Sheet L5-1 and as specified in Addendum No. 1 on a per square yard basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to construct the 4-inch thick concrete walk pavement as specified and as shown in the plans and Addendum No 1 . INSTALLED PRICE PER SQUARE YARD: _____________ ($ _________ ) MATERIALS: ____________________ ($ ) SERVICES: ($ ________ _ TOTAL OPTION #11: (ADD) ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 180 {ONE HUNDRED EIGHTY} consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $100 {ONE HUNDRED) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and ·has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. J ' J 1 j l i _j I J 1 -, ; ' _J I i _j -1 --, _j J ---, ! i J ----. i __ j ( Enclosed with this bid is a Cashier's Check or Certified Check for _____________ _ Dollars ($ or a Bid Bond In the sum of Dollars ($ , which it Is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, 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) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. ___ Date ___ _ Addenda No. Date ___ _ Addenda No. Date ___ _ Addenda No. Date ___ _ M/WBE Firm: Woman Black American Date: ______________ _ Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: __ _ Fax: ___ _ His anic American Asian Pacific American -, .., J 1 I l ' i _J J ! _J --"' ---, J j .. , : ! _..J ·1 J J ( ( SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.1 1.2 The bid price on each item, as stated in the proposal, shall include furnishing all lab or, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost. of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the prices on the various items. LUMP SUM BID Payment will be made for completing the entire project as defined in the plans and specifications on a lump sum basis. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to . complete the project as shown in the plans. OPTIONN0.1 Payment will be made for providing and installing the trash receptacle as shown on sheet Ll-2 and L5-2 and for the 5' bench as shown on sheet Ll-2 on a per each basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the trash receptacle and bench as specified and as shown in the plans. 1.3 OPTION NO. 2 1.4 1.5 Payment will be made for providing and installing the trash receptacle as shown on sheet Ll-2 and L5-2 and for the 5' bench as shown on sheet Ll-2 on a per each basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the trash receptacle and bench as specified and as shown in the plans. OPTIONN0.3 Payment will be made for providing and installing the secondary sign wall as shown on sheet Ll- 6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. OPTIONN0.4 Payment will be made for providing and installing the secondary sign wall as shown on sheet Ll- 6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. 01069403 04/04 MEASUREMENT AND PAYMENT 01025 -1 Addendum No. 1 ( \ ( 1.6 OPTION NO. 5 Payment will be made for providing and installing the secondary sign wall as shown on sheet Ll- 6 and as detailed on sheet LS-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. 1.7 OPTION NO. 6 Payment will be made for providing and installing the secondary sign wall as shown on sheet Ll- 6 and as detailed on sheet LS-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. 1.8 OPTION NO. 7 Payment will be made for providing, planting, and guaranteeing Cedar Elm trees as shown in the drawings and on sheet LS-7 on a per each basis. Payment shall include all equipment, labor, materials, superintendence and all incidentals necessary to plant the Cedar Elm trees as specified and as shown in the plans. 1.9 OPTION NO. 8 Payment will be made for providing, planting, and guaranteeing Mexican Plum as shown in the drawings and on sheet LS-7 on a per each basis. Payment shall include all equipment, labor, materials, superintendence and all incidentals necessary to plant the Mexican Plum as specified and as shown in the plans. 1.10 OPTION NO. 9 Payment will be made for providing and installing decorative steel tubing as part of the pavilion structure as shown in Elevation Al Sheet Al-1 on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the decorative tubing as specified and as shown in the plans. 1.11 OPTION NO. 10 Payment will be made for providing and constructing tapered concrete columns (and related detail) as shown in column elevation CS -Sheet Al-1 on a lump sum basis. Price shall include all equipment, labor materials, superintendence, and all incidentals necessary to construct the tapered concrete columns (and related detail) as specified and as shown in the plans. 1.12 OPTION NO. 11 Payment will be made for providing and constructing 4-inch thick concrete walk pavement as shown on Sheet LS-1 and as specified in Addendum No 1 on a per square yard basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to construct the 4-inch thick concrete walk pavement as specified and as shown in the plans and Addendum No.1. 01069403 04104 MEASUREMENT AND PAYMENT 01025 -2 Addendum No. 1 ( ( 1.13 FINAL CLEANUP (INCIDENT AL COST TO ALL BID ITEMS) The Contractor shall make final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include, among other things, removing all construction material and in general preparing the site of the work in an orderly manner. The cost of cleanup shall be included as part of the cost of the various items of work involved and no direct compensation will be made for this work. 1.14 UTILITY ADJUSTMENTS No separate payment will be made for utility adjustments, including the manhole adjustment. The cost of adjusting or repairing existing utilities or removing irrigation lines shall be considered incidental to the applicable pay items. 1.15 SURVEYING No separate payment shall be made for construction surveying. The cost of surveying shall be included in the bid prices of the applicable pay items. 1.16 PROJECT SIGN No separate payment shall be made for the project sign. The cost for this item shall be included in the bid prices of the applicable pay items. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used 01069403 04104 END OF SECTION MEASUREMENT AND PAYMENT 01025 -3 Addendum No. 1 "----\---~ r ·O ·' > J ~ ~ .) .-, ;:, • ,li D ~ ., ·5 . , ,. ;; ~-0 3. I I L~~f~~[r,~~i 12.5· I · · CTYP.> ,,. R 25' <TYP.> I, ' , I I . I I I •j". I ' -~ ! . \12.5' ,..(TYP.> _,.i-f--i..\, ~; } ~-'i-, ~~ ~\·f.f' ..... \~" ,) ··... ',, ~ _ _,,...,····-\. j \ \ . l" '-..._ ___ '\_,./ a NORTH ,.•' ~ ·1 .. ~ \ \, ' ''--···~--··""' ........... -... \'Y/ ... ·---.::tr.--:-:..~4:.:--< :-11~·> ·-. I ! / I I I I --· --------I j_ __ -· --, . .::-=:.~=--==~=·-:::.:.-_-:_=.__f ~=-::· ..... ----~ ------· . --·---· -··· I /' I v ~ E ------... ------24" CURB . --· -~~~~ •••••••• •••••••• • ••••••• •••••••• •••••••• •••••••• ··-···· ., ...... •• •• • •• i" ..... •••••••••••• .. •. .. .... ..•.. ., --~ ....... . .. __ ........... . ( JIM BERTRAM LAKE SYSTEM FIEST A PLAZA TP&W PROJECT NO. 50-00298 MATCH WITH EXISTING CTYP.> 3' I I •3 REBAR -CONT. r ··············· L r--1" . . -·;;· --· _L_ " ?~ «> I ?. "' ... CONCRETE PAVING r-1 COMPACTED SUBGRAOE C9 GUTTER SECTION NO SCAif SHEET: ADDENDUM N0.1 ISSUE DATE: 4/23/04 ............. ............. •• ..... ·• -•• PSC PR :::::::::::::::: OJECT •: 01-0694-03 r·····1 r ··-r· ·1 r· ···· ··1 F-1 rr··-, r r· .. I I l "~ · -· .. ,,1 r·· .. .,~--·1 r-f' y.: k '-~'. ~ w L f~ ~·~ w 1; f, G f\-k t i r. \'--' "' ;>· ''.'--./ ' " 0 ~ 0 ·' u c .-, ·' 5 ~ • ~· ~ ·" -·• I ·-l . '"" /' I : I I I ') : (~ 7) I 1 I I I J I I I I '. +. ~-I ,L________ ........ --.1.___J __ __,, I I I I " '------·-----""\ ______ _j ___ ..._ ______ ,_ __ ....,'-----, I -----, \ •. . \ • , , I I ( i ·· ·-· --'--=--==:::.-::-~.-I I ' I I I I ' . I I / . ' , , . .. , i , r· ---------, ' I I I \> I I J I I ;-.._ I ·-1-j I tio I I·., ·.···re I I.: ...... , I ~ -, I I I ~I: ( I I l .. J:i:'"'.:+U ' ...... ' ) l ' ' ' ~ I I • I ' ')f, .-. '? • -·--.~ I ' < .... .-.. ...... , ··' 0. • I [:..::i tl 1 L .:. "-/ :-i -1 yt 1-....:j;:-:--:-: ... r. T ., ' ' ---------'*------......,, ~,, ~ -' . -· -•••~ •I --..JlllllllL--1-----------------.., .\ I I ' 't -------f I ' I · o j , -· , I I :' ·-""'-·J : \ I i: I 4 • • .... ' • I 1/, 1 --' -, h I ' ' ' I I· ,. I l 'I~ I I " -.. '-----------------·: / I <Ji' ' .. ., ' : '.. . . ,1 --' / ' • . . I ,, •. '·, , ''.• •· I · : .·· •: / . I . ' t . 'J4 ' ' I . : '· ~ ' 'I "C4 I ·, . I I , , N . ............ I ._ , I '. ... '1 ' ' ' I " • . · · -1 ---------I "''= r·-1 · • · • ~ I I · . 11 I ,· ~ ",, '· ·.,i'> ~L-r-------~ _..:, ___ , co:r,,,_ ~-M~ _' 'V-LOC TION I . '··:'>·· . ~. '1 I """' Cl "" ' . ', , ' ";':I , ( I s;:('-J..ll'-""-' ~. ,. " . ~'. /' I • ...... I + • ...~· L ___ _ " ...... ~· ::::~>-4 •. ...-·· ---r:;-;.;-i::-e:.1 ~~ I I II I I -Li I I I fl'-"~' .... v• , ,.. 1 ·" "oS -~L .. ·>~. I . I'.~·,'< '<• ". ••:::: -----------~----------~------~----------~-----~-----~ •555 JIM BERTRAM LAKE SYSTEM SHEET: ADDENDUM N0.1 ;:: FIESTA PLAZA ISSUE DATE: 4/23/04 ii.Ji TP&W PROJECT NO. 50-00298 ••••• ••••• v j r: :: !!!!bell --------------------PSC PROJECT •: 01-0694-03 r-: r-: i ---, r-·1 ,-----i rr: r-·1 r--·--·" r--1 r-----·-·1 ,-----i 1-· ·-1 r·---, ----, I r ---1 :-·-·-·---, ' ·~ i _ _, ···-----··1 [ c [J [ [j n [ o c [ [ L [J [ [ [j L L L CITY OF LUBBOCK SPECIFICATIONS FOR JIM BERTRAM LAKE SYSTEM -FIESTA PLAZA IMPROVEMENTS ITB #053-04/RS ~A City Of Planned Progress 0 CITY OF LUBBOCK Lubbock, Texas ----~------~----------- o D f' c [1 l -l _J [J D [ 1 1 0 lJ [·'. ' l i _, ----------------------~------~--------------------~----- CITY OF LUBBOCK INVITATION TO BID FOR TITLE: JIM BERTRAM LAKE SYSTEM -FIESTA PLAZA IMPROVEMENTS ADDRESS: LUBBOCK.TEXAS ITB NUMBER: 053-04/RS PROJECT NUMBER: 90008.8107.20000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT r·i 0 [J [J [-, •j D [1 _.J B 0 f l [J D [j c c [1 J D c : . [j ---·---·-·----------------~- 1. 2 . 3. 4. 5. 6. 7. 8. 9. 10. INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL -BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS ............................................................................................................................ ·-··-·-·--···--··· ··········-·-··-····--··-··-·---""""·········· r~ n n fJ u [J Ll c D u NOTICE TO BIDDERS ----·-····-·-··-·---·----------------~----·----------------.----·-·-·--··--·-~~--~~--------~~--~-------~-----------·--~~------------------~---·-----------------·- [-I 0 D n [J n D n [ [] [J [J [·. j ... NOTICE TO BIDDERS ITB #053-04/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, 162513th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 29th day of April, 2004, 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: "JIM BERTRAM LAKE SYSTEM ·FIESTA PLAZA IMPROVEMENTS" 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 2:00 o'clock p.m. on the 29th day of April. 2004, and the City of Lubbock City Council will consider the bids on the 6th day of May7 2004. 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~ 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 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen ( 15) days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non-mandatory pre-bid conference on 20th day of April. 2004at10:00 o'clock a.m., in the Engineering Conference Room 107, 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 $100.00 refundable deposit per set. Plans and specifications may be obtained from Parkhill, Smith & Cooper; 4222 85th Street, Lubbock, Texas 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. 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 ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK v~~ VICTOR KILMAN IY PURCHASING MANAGER n n u [l [j n [J [j u GENERAL INSTRUCTIONS TO BIDDERS [j 0 [l 0 [J [] [J D [l _J r1 "' c ·' [j [J l1 LJ r1 • J u [1 I _J r . _; 1 2 3 GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY. TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish JIM BERTRAM LAKE SYSTEM -FIESTA PLAZA IMPROVEMENTS per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, the 29th day of April, 2004 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 iri a sealed envelope or container plainly labeled in the lower left-hand comer: "ITB #053-04/RS, JIM BERTRAM LAKE SYSTEM -FIESTA PLAZA IMPROVEMENTS" 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. 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 .. April 2oth. 2004 in Engineering Conference Room 107. 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. 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 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 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 five (5) 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. 1 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. 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 five (5) 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 552.11 O 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 CONFIDENTIAUPROPRIETARY 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 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 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. 2 0 c 10 n LJ [] 11 r-, J 12 0 [ l j 13 c u 14 u 15 ~~-·-----···---·-···-·-----·----------------------------······ ---------------------------·-··---·-- 9.2 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. CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 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. 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 or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing Manager if any language. requirements. etc .. or any combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a single source. 12;2 - Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing · Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. NO BIDDER SHALL REQUEST-ANY INFORMATION VERBALl Y. ALL REQUESTS FORADDITIONAL INFORMATION OR CLARIFl~ATION . CONCERNIN(; Tf(ISi lNVif ATIONT() QID (1'1'BlJ\llOSt.:·13E . .... - SUBMITTED IN WRITING NO LATER THAN FIVE($) CALENDAR DAYS PRIO~ t()THE Bib CLOSING DATE ANO ADDRESSED TO:. . -. . -. - RON SHUFFIELD, SENIOR BUYER City of Lubbock 1625 13th Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: RShuffield@mylubbock.us TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED EIGHTY (180) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 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. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements 3 -·---·-·-·-·------~---·---·-------'--~---·------~--~------------~-------------·-----------------------------·---------------------------------------~-----~ ----------~------ [] 16 f ---! ___ J [j [] [ [ [J c [-·._. 1 _j u u 17 18 19 contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 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. GUARANTEES 17.1 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). 17.2 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. 17 .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. 17.4 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. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 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 rese1ves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 4 ....... -.......... ,, ....................... -............... ............. . ............................. ····················-·······················-······-····························-··-·--.••.• . ___ ._._, ... , ....... ····-,_ .. __ ._.,._, __ ._ .. , .. ~··· .. ., _____ . ___ .. ,._._,,_._ ...... . [; lJ ri _J [! c [! [i o [J [' [1 _, )' [] Li L: -----··----~--------·-·---··--------------~-~--·----··---·-·-·--·-~-----------------~---------··--·-·---~-~------------------------------------------------------------·-------- 20 21 22 23 24 25 TEXAS STATE SALES TAX 20.1 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. 20.2 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. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 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. EXPLOSIVES 23.1 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. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 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. 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. INSURANCE 25.1 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 ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The 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 5 c r: u Ll fl L [ 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. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. 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. 26 LABOR AND WORKING HOURS 27 26.1 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: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 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. 26.2 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. 26.3 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. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 6 [; [ _l !J 0 [ .. i .J El Ci Fl -1 J t1 [l _, [ L c [1 [] u . 0 0 f._: 28 29 30 31 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. PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 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 flfm, 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. 29.3 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: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 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. 29.5 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. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). ( e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 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 7 L 0 p ' J n _, [J f! _J n _, . B 0 _J [' f' -~ [ fJ n _J c [ % J 0 [] [\ 32 --~~----------·-------------------------·-------~----~ ---------·---~--~---·----------------------------- 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 bidder's bid may be deemed not to meet specifications or the bid may be rejected 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. BID AWARD 32.1 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. The City of Lubbock reserves the right to accept the Base Bid and Bid Options in any order or combination that serves its best interest. The low bid shall be determined on the price combination of the Total Base Bid and any accepted Bid Options. 32.2 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. 32.3 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. 32.4 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. 32.5 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. 32.6 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. 8 ---··-·--··-··· ·-------.----~--·--------~-·-·---------·--··-·-·--·- [-: ,.} 0 [l n [ [] c 6 0 I"' L_.l [ [! c c Ll LI Li u L ------------------------------------------------~- BID SUBMITTAL ---------------------·--------------------~- -----------···-----···-------------------------------------------T-306 P.03/12 F-903 l J _j J ] I ' i _j J l _J J •• J 1 Apr·30·04 07:19am Frcm-CITY OF LU880CK-PURCHASING 8067752164 810 SU8MITT AL LUMP SUM 610 CONTRACT PROJECT NUMBER: #053-«MIRS ·JIM BERTRAM LAKI! SYSTEM· FIESTA PLAZA IMPROVEMENTS Bid of /.4.tax, G$-aecy f' /te~,@_c (hereinafter called Bidder) To the Honorable M1'yor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, In compliance with your Invitation to Bid for lhe construction of a JIM BERTRAM LAJ<E SYSiEM -FIESTA PbAZA IMPRoYEMENTS ha\ling carefulty examined the plans, specifications, lnstructlons to bidders, notice to bidders and all other re!IUed contract documems and the site at the intended work, and being familiar with all of the conditions surrounding the construction of the intended project Including Iha availability of materials and labor, hereby Intends to furnish all labor, materials, and supplie6; and to construct the projel:t In accordance with the plans, specifications aod contract documents, within the time set forth therein Md at the price stated below. The prtce to cover all ~nses incurred in pet'forming the work required under the contract documents. BASE BID: JIM BERTRAM LAKE SYSTEM FIESTA PLAZA Payment will be made for oompleting the entire ptoject as defined In the plans and specifications on a lump $Um basis. Alt quantitle5 tnstalled will be verified by the owner to ensure requirements are met No additional paymem wlU be made for item$ overlooked in the bid. Price shal include aff equipment, labor, materials, &Ul)erintendence, and aH incidentaJs neceseary to complete the project as shown In the plans. (1;1.- Ml\ TERIALS; //., ?.· t ~ J.,rk/ M;,,;,, s J?S,M Cf ttP-J SERVICES: It l/Hwl~ M~ ($_2.q I. cx:J~ ) TOTAL BASE BID: Sx_rkdre/_M",,e/t;ef JkQ:<Mf Sir /;..,kl If~;<$ (/)[ ~fdt/_QlP l (Amount ati.n be shown In both Virorda and hum••'*· In ouo of dllClapan~amount •tl In wordtl shall govern.) OPTION #1: ADD Payment Will be made for providing and instatnng the trash receptaofe as shown on sheet l 1 ·2 and LS-2 and for the 5' bench as shown on sheet L 1-2 on a per each basis. Price shall incluoe all equipment, labOr, materials, superintendence, and all incidentals necessary 10 install the trash receptacle and bench ¥ specified and as shown in the plans. MA'fERIAt..S: f01f.JI! ~ :51& /kAJtJUL) ($ j0 t2tJ ~ SERVICES: liu~ ~ (5 5'°a?e ) TOTALOPllON#::(AOOL 7z JJb. tJJt.e.llWJJ/l ($ c /(JO".!?-) (Amount .tl•fl be ahown fn both words and ~umerae.. In ~cy, 1tle amount shown In wordo ahlllt govwii.) --, i 1 ., I J i I _J 1 i _J I i _J J .. J --, __ , ... , ' J ., \ --' ---------------------------~------- Apr-30·04 07:19am From-CITY OF LUBBOCK-PURCHASING 8067752164 T-306 P.04/12 F-903 ·:..._....- OPTION #2: ADD Payment win be made for providing and Installing the trash reC11ptacle as shown on sheet L 1-2 and L.5-2 ~for the 5' bench as shown on sheet L 1-2 on a per each basis. Price shall Include an equipment, labor, materials, superintendence, and all incidentalS necessary to Install the trash receptacte and bench as specified and as shown in the plans. MATERIALS: ( ~ ~~ fl'U£ ibdl~ ($ ' NOtJ~ ) SERVICES: ~ = ($.. ~,t>t> ~ l TOTALOPTION#2:(ADO} ~~ hv?) 1£1#;_!2;;) ($ j'Z(}{)'(! j (Amount •INIU be shown In bolh wardtl and numenA. In CMe of ~GY. tne amount llhown In words~ govwn.) OPTlON 13: ADD Payment will be made for proVidlng and installing the secondary $ign wall as shown on eheet L 1-e and as datalfed on sheet L5-6 on a per each baSis. Price shall include all equipment, labor, materials, superintendence Md all incidentals necessary to Install the secondary sign wall aa specifi$d and 87 sho in the plans. MATERIALS: One-~ ~ fkndrt-($ /ZP~~ SERVICES: 0 /J -'1dA9l (? ~f-11d ($ j fa?~ ) TOTAL OPTION #3: (ADD) fh dr,,(,St:lVJ ($ 3Qa2 ~ ) (Amount 8hall be thown In botft wonle and numerale. I C8N of ct18or9partcy, the an1ount llhown In wards att.Jt govem.) OPTION 14: ADO Payment wlll be made for providing and installlng the secondary sign wall as shown on sheet L 1-6 and as detalJed on sheet 1.5-6 on a per each baSIS. Price shaN include all equipment, labOr. matenalt. superintendence and all Incidentals necessary to Jnstall the secondary sign wall aa specified and u shOWn in the plans. MATERIALS: o~t.--r~"1 ~ f-b11drtd ($,_______._/ZIA~~~----~> SEAVICES: __ ()_11_e..-___,(_ii ...... 4<~S~'M.._.r{_f;...._J....,4 ..... f-_kfuJ----...,,z..=_J.__,'rtef _____ ,($-....._...._/ ........ f~--t:---> TOTAL OPTION #4: (ADD) !hr.tL-f f..1e~ qf ($ 3(W -:.-) (Amount llhalt b$t .wtlown In both worda ano numcwale. In G8M ot ~ney, the .mount ahoWn In wordt tMll govwn.) OPTION #6: ADD Payment will be made for providing and tnstalling ~ secondary algn wall as shown on sheet L 1-8 and as detalktd on sheet LS.fl on a per each basis. Price shaU lnch..rde all equipment, fabOr, materials, superintendence and all incidentals nece$$8(}' to itl$tall the secondary sign wall as specified end as shown in t~ pla"J. MATERIALS: () l'lt-Tlvu ~,,, r:I ~ /14.dm;r (l I za; ""- SERVICES: b;lL hSr1nl/ '{,= tluMdrtP/ ($ /<j@'*'-) TOTALOPTION#S:(AOO} ~r-ee Tha-tSitY>i ($ 3()20 "t.. > (Amount ahalt bt llhown In bolh worn and n&mMltat&. ca.. of dl.otepaney, tht amount 8hown Ill worda Qall gowm.) ·1 ! I d ·1 i 1 _I J _ _J Apr-30·04 07:19am From-CITY OF LUSBOCK·PURCHASING 8067752164 T-306 P.05/12 F-903 \...,....- OPTION #6: AOD Payment will be made for providing and installing the secondary sign wall as shown on sheet L 1-EI and as detaned on sheet L5-6 on a per each basis. Pr'ice shall include all equipment, labor, materials, superintendence and an inc:identals necessary to Install the secondary si9n wall es specified and as 8hOWn in tt1e plans. MATERIALS: 0 'le_.,, fl,(A.l$'tf~d ~ fl,.nJrzJ ($ /200-2- SERVICES: lJYJ~ ~ Stt'1f 'ftdhf--//,,,nArt_d ($ Jff7J: ) TOTAL OPTION #6: (AOD) (1w&-Th"'-Sdll/ i.. ($ .mo - ) (Amount shall be shown In both wOfd• and num•alJl:in caae of dlecrep.ncy, the amount •l'lown In wQfda wll govern.) 0Pl10N #7: ADO Payment will be made for providing, planting, and guaranteeing Cedar Elm trees as shown in ttie drawings and on sheet L5·7 on a per each basis. Payment shall include all equipment, labor, materials. superintendence and all incidentals necessary to plant the Cedar Elm trees as s~ied and as shown in r::s. MATeAIALS: Mlve... 7lutt..>'ll"!d R'lr~ Jt,v,4~ SERVICES; '$::::~ ft'Jjw~'l i TOTAL OPTION #7: (ADO) w,·"1e.,rfe.e4 7ht:J<s9!')t/~~l-k ) (Amount tlhall bit llhavtln 11'1 bath -.orda ll1ld numer.IL '" ca. of dl8Qap8ncy, the mnaunt sh In word• •h•ll gowim.) OPTION #8: ADD Payment will be made for providing planting, and guaranteeing Mexicqn Plum as shown in the drawings and on sheet L5-7 on a per each basis. Payment shall include aJI equipment, labor, materials, superimendence ftnd all inckientals necessary to plant the Mexican Plum as specified and as shown In the plans. J MATERIALS· ~rt£-%au9J~t/ ~le-//,,,,dr£C( ($ 3~?? "-) SERVICES: (w() -rhu.sil~I FVt-/{,~~~ {$ ~222 &.-) TOTALOPTION#B:(AOO) :six 7h41s4~~ ($ 6C?~t2 ~ ) (Amount ahllll be ltlown In both WOtda and nun.ala. C.. of dlHrepancy. the amount ehown In words •• govern.t OPTION 19: ADD ~ I \ J l _ _j -, j 1 J j J .,,,_J ~J •"'"'"' ___ j Apr-30-04 07:ZOam From-CITY OF LUBBOCK-PURCHASING 8067752164 T-306 P.06/12 F-903 .,__, OPTION #10: ADD Payment wlll be made for ptoviding and constructing tapered concrete COll.lmna (and related detail) as shown in column elevation 05 Sheet A 1 -1 on a lump sum basis. Price shall incl1.1de all equipment. labor, material&, superintendence, and all incidentals necessary to construct the tapered concrete columns (and related detail) as specified and as shown in the plans. MATERIAlS:. _ _,__..:....::.;;~-......1'--'IGMOS=:.....:..-'""------------<$,_ _ _,efa~~~~~---->) SEAVICES:._-..-..-~----------"------------<$. __ ..... ~L..::------> TOTAl OPTION #10: (ADO) ($ ~ ) (Amount ehall a,e ah both worda and num....-. h'I .. Of dilrcnplncy, Che amount lllGwn In word9 8haft govern.): OPTION #11: ADP Payment will be made for providing and constrUCting all 4-inch thick concrete wall< pavement as detailed on Sheet LS-t and revised With Addendum No. 1 en a rump sum basis. Price :shaJI include all equipment. r.bor. materia!S, superintendence, and all incidentals necessary to construct the 4·inch thick ~norete walk pavement as specified and as shown It\ the plans and Addendum No 1. MATERIALS: ?/tr'( 71ep ~S~ ($ ~Z,{)tlJ~ ) SERVICES: Tuuur flh_vs~L:J ($ 3tJ 1!1%?4(!/ ) TOTALOPTION#11:(AOO) IJ/u(t( "fJVtJ ~;1,dVQ ($ 12,{)():J~ ) {Amount llNlll be ehown In boCh wOl'Cl9I and n11men1la. In ~ af d~9P1111oy, the amount llfloWll In worda all So'*"') OPTION #12: ADD Payment will be made for providing, installing all plant materials Including bermuda hydromulch *"<ling, all trees ineludlng Chinquapin Oak, Red Oak, Texas Redbud, Mexican Plum, shrubs Including Dwarf Indian Hawthorn, Nellie R. Stevens Holly, Rose Glow Barberry, groundcover inc:ludlng 81acktoot Oalsy, Urtope not otherwise shown or called out in any of the other options above. Price shall include all equipment. labor, materials, superintendenoe, and all incidentals oooessary to construct the an plant materials as specified and as shown in the plans and noted In Addendum No. 2 on a Jump sum ::,=, 7~ ~,tf :j!rJ1Sev1 d 1• 41;ao > SERVICES:/_~f«2_ ~S4i1cf ($ ff3;fJ20 ) TOTAlOPTION #12: (AOD) $~ s: K J]111.1s;:an.~ ($ ~&t?{) t:: ) (Amount tlh•ll bo shown if; worda and numera1ifu0a .. Of crap1ney, the amount an~ WOrdll 1hall govern.) -·~ _l ~, ~ 1 ,J --, i .. J ···1 I J l ! .. J 1 f _j ] .. .., ! i ._/ -, _j ?. ----·-----~--------· ----------------------' . ···--··········--·-------···--·-· ----------······· Apr-30·04 07:20am From-CITY OF LUBBOCK-PURCHASING 8067752164 T-306 P.07/12 F-903 \__, . ...._,....- OPTION # 13: ADD Payment will be made for providing and all irrigation piping. valves, heads, control Wiring controllers, and appurtenances as necessary for a complete functional Irrigation system as shown on the plans Sheets L+ 1 through L-4-8 and specified in Section 02810 on a lump sum basis. Price shall Include all equipment, labor, materiala, superintendence, and all incidentals necessary to construct the irrigation system as specified and as shown in the ptans and noted by Addend11m :T:RIALS: Tur.t-1 Fr-v.t--~d f,v~ JLwlre/_($ __ :3 ___ ~_,_Sb_{)_~_,) SEAVICe:s: __ .....:..:;_r_,_,.._,~\;~ __ fl,........_...._'1Alf~4 ...... '1__,_ __ ~~-.,--vr----4 ...... 5~1'"-t1'-MW.._.__~___,J 4 ($ ~o#~> ,__~.....,___,__,_.......:o--::~=.i.."""-4'-'-.::.a.--...~.....;;..;.;-~1111cn.int enown In iOfde ah•ll govern.) OPTION #14: ADD Provide separate cost for watBfing hydromulched seeded areas at the rate specified In Addendum No. 1, item No. 7 (a) and {b). Payment will be on a lump sum basis. Price shall incfude all equipment, labor, materials, superintendence. and all incidentals necessary to maintain the moisture condition In the hydmmufched are• to a depth of 4-inc:hes . Bidder hereby agrees to commence the work on the aoove project on or before a date 10 be specified in a written "Notice to Proceed" Of the Owner and to 8ubstantially complete the project Within 180 (ONE HUNDRED EIGHTY) _, consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to owner as liquidated damages the eum of $100 (ONE HUNDReD) for eactl consecutive calendar --, day in excess of the time set fol1h herein above for completion Of this project, all as more fully set fo.rth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with -1 instruction number 28 of the General Instructions to BiddeJS. '1 ··-, Bidder under&tands 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 th• &cheduled ck>Slng time for receiving bias. The undersigned Bidd&r hereby declares that he has visited the sfte of the work and has carefulty examined the plans, specifications and contract dacumsms pertaining to the wotk covered by this bfd, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond Is required. to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from ~ reRable surety company, payable without recourse to the order of the City of Lubbook in an amount not less ttian five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will entar into a contract, obtain all required inaurance policiee, an<f cmocute all necessary bOnas (It required) Wittlin fifteen (15) days after notice of award of the contract to him. --·--------------·------·--------------·-·--------·---------·------·---------------------·-------------·--------"" --. I ' i ......... J l J J l _; -1 _.J J ... , ! ! _j """'\ Apr-30-04 07:20am From-CITY OF LUBBOCK-PURCHASING 8067752164 T-3D6 P.08/12 F-903 ......_, E:nclosed with this bid 18 a Cashier's Check ar Cettifiecf Check fot-,,--=,....--------~-- Oollars ($ or a Bid Bond in the .um of 5'2tJ 4-/JAfWL l?J'lltL Dollara ($ ), which it i& agrnd shall be collected and retained by tho Owner aa liquldatad clamqea In the event the bfd is accepted l>y the Owner and the undenilgne<f fall• to execute the ~ contract documents, insurance certificates, and the required bond (H any) with the owner within fifteen (15) days after th• date of receipt of written notification of 1cceptanoe of Mid bid; otherwise, uid check or bond shall be mumect to the undersigned upon demand. Bidder understand& and agrees that the contract to be executed by Bidder shaU be bound and include au contraot documents made available to hirri for his inspectron in accordance with the Notice to Bidders. Purauant to Texae Local Government Cod• 262.043(a), a competitive ..aled bid that hu been opened may not be changed for the purPQH of correetlng an error in the bid price. THEREFOR!, ANY CORRECTIONS TO THE BID PRICE MUST BE MADI: ON THE BIQ SUBMITTAL fORM PRlQB TO BIQ OPENING. (Seal if Bidder Is a Corporation) ATIE : Bidder acknowledges receipt of th following addenda: Addenda No. _l___ Date "'f/z.3/tJ'ft Addenda No.~ Date~/ Addenda No. Date, __ _ Addenda Na. Oate. __ _ Authorized Sign ure IJ&d / /Je(k;)!3/2/ (Printed or Typed Name) ~GAraA¥1'1~ Company P,tJ ,A:?x 573" ) l l 1 b,,,J l ~. JI l 8. 9. 10. LIST OF SUBCONTRACTORS Minority Owned Yes No stfa db!J~vr111.-c/11.~lf~~ 0 0 dz/rq/ ~IJ1~~,~~ 0 /!Jtl.'1911!1!/ KG'/f 0 0 CbtJJJJ&jlOJat;/e.. fV'tt11'5 -tJ./IL . fi ~It 0 0 IJMll~~ -/JttArll~ .. If e&-o 0 0 'jfr1uit.hr ¥hl:J -UJ~£h: 0 0 h~lbvldJMtt~dtf& -UJe5./1!.X 0 0 DJ/-' cM4J. hJ.P. IPAa -.~ti!!.~ 0 0 ~ I ~/4v1 Do(VfJ~ ~l!l.4.L.I~ -0 0 'I J::b.11 09/J £/'wl'~ ~-0 0 s 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/proposal. Con~ Conrr~ntfds~ CONTRACTOR'S FIRM NAME: ~ G/JJaYj f 11.e-.#fl?J?h (Print o Type ) CONTRACTOR'S FIRM ADDRESS: . /la, !l:JJ? 5" 7 ~ N--&JYX/f a 7f@F Name of Agent/Broker: • ~i )1/-12/Je~ //ue 5#M;>$/£e //~lf v I Address of Agent/Broker: f?{), 8{))( ~ZJ7 City/State/Zip: c(?;,&.BX<t;i .tX" 7'?~~ Agent/Broker Telephone Number: ( J&_) 763 -73 // Date: hJ1. 2 f 2a?f' NOTE TO CONTRACTOR If the time requirement specified above Is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. ~ BID #053-04/RS ·JIM BERTRAM LAKE SYSTEM ·FIESTA PLAZA IMPROVEMENTS ~ 6 _J l ..., ! _j --, l SURE ·r BID BOND KNOW ALL MEN BY THESE PRESENTS, that we KNOX. GAILEY & MEADOR. INC. as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 5000 Plaza on the Lake, Suite 290, Austin, TX 78746, as surety, hereinafter called the "Surety," are held and firmly bound unto CITY OF LUBBOCK as obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents . WHEREAS, the principal has submitted a bid for JIM BERTRAM LAKE SYSTEM -FIEST A PLAZA IMPROVEMENTS. ITB #053-04/RS . NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. ~{!J. lflW SIGNED, sealed and dated this 2#1 day of _Af'fn' __ LL, 2004. KNOX, GAILEY & MEADOR. INC. (Principal) ~ BY:---==-@~1 h~~-~- TITLE: DON MEADOR PRESIDENT SureTec Insurance Company BYYJJ dA1tu Cl/Jf MA'RLA HILL, Attorney-in-Fact SureTec Bid Bond Rev 11.11.03 i I --~ ' ==i ' J ! _j SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 787 46 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U.S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. Rev 11 .11.03 i I ___ J ~·1 i J J J I J "1 _J ··-"' ! j ·-1 J . ., .. ~ ......... /~ /~\ !~' SureTec GENERAL POWER OF ATTORNEY Know All Men by Tllese Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Howard Cowan, Marla Hill of Lubbock, Texas its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five million dollars ($5,000,000) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMP ANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 4th day ofFebruary, A .D. 2002. SURETEC INSURANCE COMPANY Corporate Seal By ~ State of Texas County of Harris ss: Presidel(t On this 4th day of February A.D. 2002 before me personally came John Knox, Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. G/. .... ~ <) Notary Seal =~:::~ D2u~nez, ·N;t;~y ~ June11,2002 My commission expires June 11, 2002 I, Michael P. Whisenant, Vice President and Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore , the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of said Company at Houston, Texas this 2 9TH day of APRIL , 20~ A.D. Corporate Seal Michael P. Whisenant, Vice President, Assistant Secretary PAYMENT BOND J 1 ... i _J ! ! J I _j 0 j ! _J l J -·--·-··-----·--------·-·~-----·------~~---·------~----------·----------~-~··-·---·---·------------------~~------------------···---··-------·-·----~----·-··--·· ---------·-··----·------·-···-------··•··---·------------------- BOND NO. 4343441 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, thatKNOX, GAILEY & MEADOR, INC ·(hereinafter called the Principal(s), as Principal(s), and SURETEC INSURANCE COMPANY (hereinafter called the Suret~~fNas Sureit¥.~), are held and fir~bound onto the City of Lubbock (hereinafter called the Obligee), in the amount of bmREH~METEilfll~ ~~9Y9o---!~~!l>onars ($ 7 30, 419. 00) lawful money of the United States for the payment whereof I the said Principal an 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 25TH day of MAY , 20......QL, to BID #053-04/RS = JIM BERTRAM LAKE SYSTEM -FIESTA PLAZA IMPROVEMENTS and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in ·p 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. J J 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 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 25TH dayof MAY 2CO~. SURETEC. INSURA)ICE/MPANY Sur~ t1 •sy: ~ ~/ (ite)HoWARDcowAN ATTORNEY-IN-FACT 1 KNOX, GAILEY & MEADOR, INC. (Company Name) (Signature) PRESIDENT (Title) i J ' I The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SURETEC Surety l::! Approved as to form: I . ~ :::~rzJ~~r( .J 1 J ----) j t • : f ~-· ) * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showil"IQ 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 . 2 PERFORMANCE BOND I _J j j ~1~ I _ _, BOND NO. 4343441 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOX, GAILEY & MEADOR, KNOW ALL MEN BY THESE PRESENTS, that INC. (hereinafter called the Principal(s), as Principal(s), and SURETEC INSURANCE COMPANY (hereinafter called the Sure\r~fts~txW· fi: h~ a.pS f~ml~ound unto the City of Lubbock (hereinafter called the Obligee ), in the amount of HUNDRED NINETEEN Ihm ;~10 9.r.S~---!~~llars ($ 7 30 , 419. 00) 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 25TJdlay of MAY ,200~to BID #053-04/RS -JIM BERTRAM LAKE SYSTEM -FIESTA PLAZA IMPROVEMENTS and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. 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 . · day of IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 25TH MAY , 20.Q.L. HOWARD COWAN ATTORNEY-IN-FACT l, KNOX, GAILEY & MEADOR. INC. (Company Name) PRESIDENT (Title) --·················---·-··· ------··----·-------·-·--·--·-·-·--····- I _J d i _J =i j J -1 ' ; The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des ignates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Approved as to Form SURETEC INSURANCE COMPANY Su~~ d~ •sy,. t ;6ti_~ (itie)HowARDCowAN ATTORNEY +IN .,.:FACT i. * 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. 2 SureTec Insurance Company Required Notices Rider Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 787 46 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U.S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules of law. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. -----···-·----··--·------------------------------·-----· ---··-----·-----·--------------·-·-·---·----·-------------·-----··------------·-··--·----·----------~·------------------------------·------·-·--·-·--------~------------------~~--~--------·--------~--------------·--- I I ~ I ' i .J ...., I _j . J [·.1 _J [J I I LJ 0 u [ -, J [J GENERAL POWER OF ATTORNEY Know All .Men by These Presents, That SURETEC INSURANCE COMP ANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Howard Cowan, Marla Hill of Lubbock, Texas its true and lawful Attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead. to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts oi suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five million dollars ($5,000,000) and to bind the Company thereby as fully and to the same extent as if such bonds were signed b:~ the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistan1 Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons a 1 Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional 01 obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by tht President and sealed and effected by the Corporate Secretary. · Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to an) power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimilt signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which i is attached. (Adopted at a meeting held on 20th of April, l 999 .) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and it: corporate seal to be hereto affixed this 4th day of February, A.O. 2002. Corporate Seal State of Texas County of Harris ss: SURETECINSURANCECOMPANY By ~ Presidertt On this 4th day of February A.O. 2002 before me personally came John Knox, Jr., to me known, who, being by me duly sworn, die depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the compan: described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrumen is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name theret• by like order. Notary Seal i*; J*i MY COMMISSION EXPIRES .-~~··:""I~. DONNA URTEAGA !BANEZ .._t: :.w:.ffe"i June 11. 2002 £~U.,.~<J Donna U. Ibanez, N-;;t;~y P~ My commission expires June 11, 2002 I, Michael P. Whisenant, Vice President and Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that th above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force an effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of said Company at Houston, Texas this 25THday c MAY ' 20 04 , A.O. ............... V1J IJ_ /). . I -PJ _ . . ~ --&i_§f~;~~-~ .. c .. ~.~ Ii'~\)?~ Corp· orate Seal •w ! w i .,,v Michael P. Whisenant, !it:\ r,, '~ ~ ···· ... ,~ ......... ./: Vice President, Assistant Secretary ~,,-\1J:,;,,,,J11111;....,,.,\,,.,,,,f.~·--!f CERTIFICATE OF INSURANCE __ ! , ~' ·-1 ' J ACOR QM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) 06/01/2004 PRODUCER (806)763-7311 FAX (806)763-0556 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION The Shropshire Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1615 Avenue M. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 10428 Lubbock, TX 79408 INSURERS AFFORDING COVERAGE NAIC# INSURED Knox, Ga i I ey & Meador, Inc. INSURER A: Ohio Casualty Group P.O. Box 5736 INSURERS: Travelers Lubbock, TX 79408 INSURERC: INSURERD: INSURERE: rnv~~4.t::ES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDINC ANY REQU IREMENT, 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. 1~4': ~R,~! TYPE OF INSURANCE POLICY NUMBER P~_H~Y EFFECTIVE POLICY EXPIRATION LIMITS "ATI' GENERAL LIABILITY BKW (05) 52 83 26 45 04/20/2004 04/20/2005 EACH OCCURRENCE $ 1,000, ooc -DAMAGE TO RENTED x COMMERCIAL GENERAL LIABILITY ............ ,,., ... ...., It!'.----···----\ $ 100,000 -D CLAIMS MADE 0 OCCUR MED EXP (Any one person) $ 10,000 -A PERSONAL & ADV INJURY $ 1,000,00C >- GENERAL AGGREGATE $ 2,000,00C >- GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 2,000 ,00C n fXlPRO-fXl LOG POLICY X JECT AUTOMOBILE LIABILITY BAO (05) 52 83 26 45 04/20/2004 04/20/2005 COMBINED SINGLE LIMIT >--$ x ANY AUTO (Ea accident) 1,000,00C -ALL OWNED AUTOS BODILY INJURY -(Per person) $ SCHEDULED AUTOS A -HIRED AUTOS BODILY INJURY -(Per accident) $ NON-OWNED AUTOS --PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ RANYAUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY BXO (05) 52 83 26 45 04/20/2004 04/20/2005 EACH OCCURRENCE $ 2,000,00C OoccuR D CLAIMS MADE AGGREGATE $ 2,000 ,00C A $ R DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND xwo (05) 52 83 26 45 04/20/2004 04/20/2005 I lX~~T f'J.~;, I IOJ~- EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1 ,000, ooc A ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE -EA EMPLOYEE $ 1,000 ,00C ~~~~1it"~~~S1~16'Ns below E.L. DISEASE -POLICY LIMIT $ 1 ,000, ooc B OTHER lnstal lation Floater ~T-660-415X4434-TLC-04 0412012004 04/20/2005 $730,419 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re : Jim Bertram Lake System-F iesta Plaza Improvements , ITB#053-04/RS City Of Lubbock is Additional lnsured--General Liabi I ity, Automob i I e, lnstal lation Floater, Umbrella Waiver Of Subrogation applicable to General City Of Lubbock P .O. Box 2000 Lubbock, TX 79457 ACORD 25 (2001/08) FAX: 775 -2089 Liabi I ity, Automob i I e, Workers ' Compensation, Umbre I la SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~DAYS WRITIEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY AUTHORIZED REPRESENTATIVE John Shro shire, Jr . .. . .. ·············· --··-····-·-------··---·---··--- n lJ n c c D CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) (2) (3) 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; provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; 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; lJ --(4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and D [ [ fl u 0 n LJ (5) (6) --(7) (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; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 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; 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: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. 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. 2 ~ _____ _. ... -···--·--·---···-------------------------·-------·-··--------------------·------------------------···-·--------------- --- - -------~---------------~ ~~-------------~ --------------------------------------- r· c REQUIRED WORKERS' COMPENSATION COVERAGE U. ___ , 1 _.· "The law requires that each person working on this site or providing services related to this construction project must (see 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." 0 LJ --(8) G [l [ c '.'J L [J "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 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) (D) (E) (F) (G) (H) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 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; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 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 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.o 3 CONTRACT _J --, i l d ST ATE OF TEXAS COUNTY OF LUBBOCK CONTRACT THIS AGREEMENT, made and entered into this 25th day of May, 2004 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 Knox, Gailey & Meador, Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #053-04/RS -JIM BERTRAM LAKE SYSTEM -FIESTA PLAZA IMPROVEMENTS -$730,419.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein . IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. ATTEST: &o.e.cL_ ~ CitYcretary ~ APPROVED AS TO CONTENT: ~U)ui,,.,L ownef'S epresentative 1 CONTRACTOR: By: kN&i:l}it!!f!~j,.y_ PRINTED NAME: j}tJ<I ~/LJ TITLE: ~/(}pt!(' COMPLETE ADDRESS: Knox, Gailey & Meador, Inc. P.O. Box 5736 Lubbock, Texas 79408 ----···--·-·--·---·-·· ------······-·· -··----·-·-·---··-·-····----·----·-.. ---··-··--·--··---····------·----·--·.-··--·-··-----·-----.. ···-··-·--.------·-··--·--------------·--------·-----··· ·-·----- -------·-··-··-------·····-·----··----·-·-·--·--·------···--··----·---··----··-----·----·---·-·----···------·-·----·-·-·-····-······-·----------···- [--· __ j Q 0 [] D [-I _.j D 0 [J [ [J c [J L c D c D LJ GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit KNOX, GAILEY & MEADOR, INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative CRAIG WUENSCHE, PARK DEVLOPMENT COORDINATOR, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as 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 Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless 1 ~ ! J ., i j j --, j j 1 _j ~ I ___ ) 1 l .J J l ..J 9. 10. 11. otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY 13. 14 . The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases , decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) 2 f'l • .J u [J f1 ' ... l lJ [J rl _J 0 n [ ! c c [j L c -D L LJ [1 .J 15. 16. 17. 18. ------ --------------·---------~--------------------·----------------------·-·---·--·--·-·-----------.-------··-··-··----·---------------------·-------···-···-------~----------------·--·---·----------------- ----------------·--------····-··-----------------.-------·------· calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 3 .... ------------------·------··--------------------·-···· ··-.. ------------- 19. 20. 21. 22. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION r1 r1 [] 0 Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public [J observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 4 [] 0 0 fJ 0 0 [J [J u u u u f J Ll [1 _I [] D fJ [] 0 [l _, [ t _; L [ i-' __ j [j [J L L c 23. 24. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work; and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) Method (B) Method (C) By agreed unit prices; or By agreed lump sum; or If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent ( 15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." 5 ····-·-·-·-··-------·-· ····---------------------·--·---·-·--·-···-·-·····- 25. 26. 27. No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1 ). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid,· the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions In these plans, specifications, or contract documents, shall be given to ·the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor 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 Contractor does not notify Owner's Representative 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 five (5) calendar days prior to the opening of bids. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed . to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, 6 r1 _j 0 n [] 0 D 0 0 0 u u f] [J u u u --··-----·--------~------- [l c [j [i u fJ [] 0 D [ c c [j L [ 0 [ C c 28. are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. 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. A. General Liability Insurance {Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, IQ Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance {Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1 ,000,000 Combined Single Limit, 7 D. E. F. to include all owned and non-owned cars including: Employers Non-ownership Liability Hired and Non-owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: 2. 3. 4. 5. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 0406.096, Texas Labor Code) -includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: 8 r-1 J [j 0 [J 0 0 0 0 0 0 0 fJ [1 u lJ u u n n Li Li Li 0 [] [j L [J [ c 6 7. 8. 9. 10. (a) -·--···-··--·----------------·-··· ·-··-·-- -___ ._ _________________ --··-------------------------------·--------·----·-··-----------·----_________________ _. ___________________________ _ a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 1 O 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. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) (d) (e) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the· project; obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 1 O days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) -(g), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will 9 11. provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) (d) 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; obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) 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; 10 [] n [] 0 0 D 0 D 0 0 0 0 [J u u LJ 0 [l u fl c [ L L u (e) (f) (g) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; 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 Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE (h) •The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or 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 8001372-7713 or 5121804- 4000 (http://www.twcc.state.tx.us/twcccontacts.html) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;• and contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) (iv) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-Insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 11 ......................................... -----------·-·-· -·--· ·-·----------.----------------- 29. 30. 31. (v} (vi} (vii} obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental entity in writing by certified mail or personal delivery, within 1 O days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii} contractually require each other person with whom it contracts, to perform as required by paragraphs (1)-(viil), with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than fifteen (15} employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS. MATERIALMEN. AND FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 12 f. -1 .J [] [J 0 n 0 0 0 0 0 0 0 u u u u n .. J 0 u [I [J D ll B 0 [ [1 .. [~ [l _ _, L l u [ C Q ----------~--------~-~--------~--------------------------~ ------------------·-------~-------------------~-------··----~-------------·-·---·----------------------------··-·--------------------· 32. 33. 34. 35. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owne,, as provided by the contract documents. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100 (ONE HUNDRED) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that 13 when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. r1 n _l 36. TIME OF PERFORMANCE 37. 38. 39. The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this fl project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and _J has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been LJ 1 l delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all n justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days l of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the J extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided o herein, any request for extension by Contractor shall be deemed waived. HINDRANCE AND DELAYS • In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, 14 0 0 Li 0 [J [J [J u u LJ Ll u 0 [1 . J [] 0 0 Ll fJ ' 0 c c L _, r; r _, rf _, D [ [ c 40 . 41. 42. 43. against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 15 44. 45. 46. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, w ithhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) (b) (c) Defective work not remedied and/or work not performed. Claims filed or reasonable evidence indicating possible filing of claims. Damage to another contractor. fJ n n 0 n 0 0 0 0 When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the 0 amount withheld, payment shall be made for amounts withheld because of them. • 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 16 [J 0 u u 1J u c 48 [ LI [~, j L c [ L L [ {, L L [ . NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and 17 his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. r r: n The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted n by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies n available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in l J paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY n The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be 0 liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS 0 51. 52. 53. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in o·. the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is 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. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do r·J business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 18 0 0 0 Ll Li u u l l [i c [1 c c D [i t D [: L Li L [ 54. 55. ------------------------------------------------------------------------· CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, In its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 19 CURRENT WAGE DETERMINATIONS . - - ---·--··-··--------····-----------··-------------·----------······--···--·----·-------·---·---- -----·-----------·-------··--···-·----------------·-----·---------------·------------------·--------------·--------------------------------··---~--------~-------~·-~-~-------·------------ RE: RESOLUTION NO. 2002-R0483, NOVEMBER 14, 2002 [] () Acoustical Ceiling fustaller j Air Conditioner fustaller Air Conditioner fustaller-Helper n Asbestos Worker Asbestos Supervisor [] :~~~:~:~-Helper Carpenter [ ··.. Carpenter-Helper · Cement Finisher Drywall Hanger [ Electrician Electrician-Helper r· Equipment Operator-Heavy l. Equipment Operator-Light Fire Sprinkler Fitter-Journey I·: .. · Fire Sprinkler Fitter-Apprentice Floor fustaller Glazier f , fusulator-Piping/Boiler L · fusulator-Helper D [l [ [ c Iron Worker Laborer-General Mortar Mixer Painter Plumber Plumber-Helper Roofer Roofer-Helper Sheet Metal Worker Sheet Metal Worker-Helper Welder-Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 1 Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher-Helper Electrical Repairer-Equipment Flagg er Form Setter Form Setter-Helper Laborer-General Laborer-Utility Mechanic Mechanic-Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor-Trailer Truck Driver-Heavy Truck Driver-Light EXHIBITB Paving and Highway Construction Prevailing Wage Rates Hourly Rate 2 9.00 7.50 9.00 7.50 12.50 6.50 8.00 6.50 6.00 6.75 9.00 7.00 9.00 9.00 9.00 9.00 9.00 8.00 10.25 7.00 7.50 8.50 8.00 7.00 r: r, r1 n n u n fl 0 n n [l 0 fJ u u f ! L1 rj L u ----"---·--··-·-------------------------·---·------·-----------------------------------------·-·--------------------------·--·--------------.-·--------·--·-------------------------·--------·-------------------·--·-----------------------------·-------------------- n 0 n EXHIBITC Prevailing Wage Rates Overtime Rate LJ The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. u 0 EXHIBITD Prevailing Wage Rates Legal Holiday Rate [l The rate for legal holidays shall be as required by the Fair Labor Standards Act. 0 0 L'. [ L [j L f' L [l _.,.) L L: c 3 SPECIFICATIONS [ L n [ r; n L r r [ [ l' [ r r [ L L [ Specifications City of Lubbock Parks & Recreation Jim Bertram Lake System Fiesta Plaza Lubbock, Texas Texas Parks & Wildlife Grant #50-00298 April2004 PSC Project #: 01069403 ITB #: 053-04/RS =: ...... fl !iir~l 11 Parkhill, Smith & Cooper, Inc. iliiii!iiiiiiudi Engineers • Architects • Planners [: c [j Specifications Li c n .J [j r r L L L L L r· [ L L L City of Lubbock Parks & Recreation Jim Bertram Lake System Fiesta Plaza Lubbock, Texas Texas Parks & Wildlife Grant #50-00298 Apri12004 PSC Project#: 01069403 ITB #: 053-04/RS -1 i •• ~ 111 . 1 Ii Parkhill, Smith & Cooper, Inc. llii!miih~ill Engineers • Architects • Planners 1., .! 0 Li c u n G 1J (1 [} c [ CI [ ( .. ·' [ c .• TABLE OF CONTENTS DMSION 0 ·BIDDING REQUIREMENTS AND CONTRACT INFORMATION Not Used DIVISION 1-· GENERAL REQUIREMENTS 01010 01019 01025 01028 01039 01300 01356 01410 01500 01700 Summary of Work ..................................................................................................................... 3 Contract Considerations ............................................................................................................ 2 Measurement and Payment ................................................................................................. : ...... 3 Change Order Procedures .......................................................................................................... 3 Coordination and Meetings ....................................................................................................... 4 Submittals .................................................................................................................................. 3 Storm Water Pollution Prevention Measures ............................................................................. 2 Testing Laboratory Serv"ices ...................................................................................................... 3 Temporary Facilities & Controls ............................................................................................... 4 Contract Closeout ...................................................................................................................... 3 DMSION 2 ·SITE WORK 02200 02230 02300 02488 02700 02720 02741 02751 02764 02780 02786 02810 02830 02930 Demolition, Removal and Salvaging of Existing Materials ....................................................... 2 Site Clearing .............................................................................................................................. 4 Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling .............................. 7 Floating Dock ............................................................................................................................ 4 Site Utilities ............................................................................................................................... 1 Aggregate Base Course ............................................................................................................. 4 Hot-Mix Asphalt Paving .......................................................................................................... 11 Reinforced Concrete for Site Work ......................................................................................... 14 Pavement Joint Sealants ............................................................................................................ 5 Concrete Unit Pavers ................................................................................................................. 7 Coal Tar Emulsion Seal Coat .................................................................................................... 4 Water Smart-Sprinkler Inigation Systems ............................................................................... 12 PVC Coated Chain Link Fencing .............................................................................................. 5 Hydraulic Seeding ..................................................................................................................... 4 DIVISION 3 ·CONCRETE 03366 Post-Tensioned Concrete Slab ................................................................................................... 5 DMSION 4 ·MASONRY Not Used 01069403 04/04 TABLE OF CONTENTS PAGE-1 r' ·' D [l . J [] [J 0 [] D 0 n c LJ f.] f' \L. {·; .J [ L u c ·--·-· -·-·------~~-----~--------------·-------·----------·-------·---·--·----~--------·-----··--··-------------------··--·--··-------------------··---------·----·--·-------·------------~--·-·---------·-··--·----·--------------------·----------------------------------------- DMSION 5-METAL Not Used DIVISION 6 -WOOD AND PLASTICS Not Used DIVISION 7 -THERMAL AND MOISTURE PROTECTION 07900 Joint Sealers ............................................................................................................................... 7 DIVISION 8 -DOORS AND WINDOWS Not Used DIVISION 9 -FINISHES 09300 Tile ............................................................................................................. .-............................... 4 09900 Painting ...................................................................................................................................... 6 DIVISION 10-SPECIALTIES 10160 Metal Toilet Comparttnents ....................................................................................................... 3 DMSION 11 -EQUIPMENT 11510 Site Furnishings and Park Equipment ........................................................................................ 4 DIVISION 12 -FURNISHINGS Not Used DIVISION 13 -SPECIAL CONSTRUCTION 13121 Pre-Engineered Buildings .......................................................................................................... 5 DIVISION 14 -CONVEYING SYSTEMS Not Used 01069403 04/04 TABLE OF CONTENTS PAGE-2 D n [j 0 0 u [ D u L ·--··-·------------··--···---------------··----·------------------------·---·-·--·--------------------·-·-------------------·------· ._ ·------------·-·-·----·------------------···-···-----·--------------------· --·-·--------------------------- DMSION 15 ·MECHANICAL Not Used DIVISION 16 ·ELECTRICAL 16000 Basic Electrical Methods ............................................................................................................ 5 16111 Conduit ...................................................................................................................................... 4 16123 Wire and Cable .......................................................................................................................... 4 16130. Boxes ......................................................................................................................................... 2 16140 Wiring Devices .........................................................•................................................................ 2 16170 Grounding and Bonding ............................................................................................................. 3 16190 Supporting Devices .................................................................................................................... 2 16195 Electrical Identification .............................................................................................................. 2 16421 Utility Service Entrance ............................................................................................................. 2 16441 Enclosed Switches ...................................................................................................................... 2 16470 Panelboards ................................................................................................................................ 3 01069403 04/04 TABLE OF CONTENTS PAGE-3 [l 0 D c LJ IJ [ [ :1 ~ _, DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 1 -GENERAL REQUIREMENTS 01010 01019 01025 01028 01039 01300 01356 01410 01500 01700 Summary of Work Contract Considerations Measurement and Payment Change Order Procedures Coordination and Meetings Submittals Storm Water Pollution Prevention Measures Testing Laboratory Services Temporary Facilities & Controls Contract Closeout DMSION 2 -SITE WORK Demolition, Removal and Salvaging of Existing Materials Site Clearing , ... ,, \ --:\£. 0 r. ,, -"";_"\I>-•••••••• .C..r ... \' --.J.•" ••• •• -1.s l -.· ·. . ~...... . ...... ,, '*: ·.•I , ................................. , ~ROBERT HOLLY HOLDER~ ,-··:·························:···~ '-o".. 59052 .:«:_: '11b"··.( ~ ... ~ ... 1 t:;<'\~··.(.c EN~~-·,~.,:-l~~~- 02200 02230 02300 02488 02700 02720 02741 02751 02764 02786 Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling Floating Dock Site Utilities Aggregate Base Course Hot-Mix Asphalt Paving Reinforced Concrete for Site Work Pavement Joint Sealants Coal Tar Emulsion Seal Coat DIVISION 3 -CONCRETE 03366 Post-Tensioned Concrete Slab 01069403 04/04 DESIGN PROFESSIONAL RESPONSIBILITY PAGE-1 [' ' . ~ ; u [; 0 [] D r c L L [ [ DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DMSION 7 -THERMAL AND MOISTURE PROTECTION 07900 Joint Sealers DMSION 9 -FINISHES 09300 Tile 09900 Painting DIVISION 10 -SPECIAL TIES · · 10160 Metal Toilet Compartments DIVISION 13 -SPECIAL CONSTRUCTION 13121 Pre-Engineered Buildings 01069403 04104 DESIGN PROFESSIONAL RESPONSIBILITY 4-1-"t.• • "\ <--f" -z..-t.t--z.oer PAGE-I c [j 0 ( 1 j [ [ c L L DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 2 ·SITE WORK 02780 02810 02830 02930 Concrete Unit Pavers Water Smart-Sprinkler Irrigation PVC Coated Chain Link Fencing Hydraulic Seeding DIVISION 11 ·EQUIPMENT 11510 Site Furnishings and Park Equipment 01069403 04/04 DESIGN PROFESSIONAL RESPONSIBILITY PAGE-I c [j 0 0 0 n Li c [ .. .., i __ ; c [ .. , _ _j c L c (j Li [ DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 16 ·ELECTRICAL 16000 16111 16123 16130 16140 16170 16190 16195 16421 16441 16470 01069403 04/04 Basic Electrical Methods Conduit Wire and Cable Boxes Wiring Devices Grounding and Bonding Supporting Devices Electrical Identification Utility Service Entrance Enclosed Switches Panelboards DESIGN PROFESSIONAL RESPONSIBILITY .......... ,,,, --::\t.. OFT. \\ -"";~ !>-••••••••• t,\-AJ~ : :~ ..... -.... ':···, ~*..... .....* 1, "*: "·*' ,, ................................. , ~ TROY D. SWINNEY ~ ,. ............................ ·:· .. ., ' -o"· 80058 . :,,_"' I ..<>.·· :,:--., ''Q"·.~ <\).··~,,., •,:;<'-;·!fq1srt.~~-~~_... '\SS ·······c~""~ \\IONAL ~---4?? ' 4-:;,o4 PAGE-1 c [ ·1 J [] fj D 0 D [] c f l L [ c D SECTION 01010 SUMMARY OF WORK PART 1 -GENERAL 1.1 SUMMARY A. The owner is: City of Lubbock, Texas -Parks and Recreation. 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 the Jim Bertram Lake System Fiesta Plaza along Llano Estacado Lake in Lubbock, Texas. Included are: 1. Aggregate base entry drive from University A venue into the project site; 2. 20-foot wide all surface roadway serving as a trail and access drive; 3. Performance Area 1 with a Pavilion Structure with miscellaneous improvements; 4. Minor rehab of existing restroom facility; 5. Outdoor Stage Area with miscellaneous improvements; 6. Performance Area 2 with miscellaneous improvements; 7. Performance Area 3 with miscellaneous improvements; 8. Three (3) bird blinds and connecting trails; 9. Cultural Kiosk I Seating area at Landwer House; 10. Finishing Pier ' Boat Dock and overlook; 11. Existing parking lot striping layout; 12. Miscellaneous hike and bike trial' and 13. Two (2) covered picnic stations and (6) uncovered picnic stations. B. The project is located at the intersection of North University Ave (FM 1264)) and Canyon Lake Drive. (BostonAve). 1. As shown in the contract documents prepared by Parkhill, Smith & Cooper, Inc., 4222 851h St, Lubbock, Texas 79423. 1.3 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. 01069403 04104 SUMMARY OF WORK 01010-1 1.4 1.5 1.6 D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. REGULATORYREQUIRElvIBNTS A. Submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the owner directly. 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 the Owner. An additional staging area will be made available if required. 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. PROJECT IDENTIFICATION A. A project sign is required. See Appendix B -"Acknowledgement Signs" for requirements. Specific wording to be coordinated with Owner after award of bid. PART 2 · PRODUCTS Not Used PART 3 ·EXECUTION 3.1 PRE.CONSTRUCTION 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 owners and the engineer'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. 01069403 04/04 SUMMARY OF WORK 01010. 2 [] f] [] [J 0 D 0 D 0 0 0 0 u u u r I u c Q 0 D D 0 [_j [ c c [] [ c 0 L c 3.2 3.3 3.4 C. Attendees shall include: l. The Owner. 2. The Engineer and any consultants. 3. The Contractor and its superintendent. 4. Major Subcontractors, suppliers, and fabricators. 5. Others interested in the work. 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. The use of security personnel shall be cleared with the Owner. E. See the Supplementary Conditions. COORDINATION A. B. c. 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. See other requirements in other portions o tie contract documents. 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. WARRANTY A. B. c. Contractor shall warrant 100 percent of the project for one (1) year after the date of final acceptance of the work. 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. 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 01069403 04104 SUMMARY OF WORK 01010-3 ,-.. _-! ' _ _; Q 0 [] 0 0 u D [] c [ [l _ _, [' _, c -0-- L c c ------------------·----------.. --------------------------.. --···--·----------.-----·---··--·----------------·· --·-·----~----------------····--------------------------------------------~----------------·-·----------------------·----------~-------·----------------------------- SECTION 01019 CONTRACT CONSIDERATIONS PART 1 -GENERAL 1.1 SECTION INCLUDES 1.2 A. Schedule of V aloes. B. Application for Payment. C. Change procedures. 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 10th 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 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. 01069403 04/04 CONTRACT CONSIDERATIONS 01019 -1 D. Stipulated Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by the 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 Price or Contract Time. Promptly execute the change. F. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Engineer will determine the change allowable in Contract 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: As specified by Owner. 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 01069403 04/04 END OF SECTION CONTRACT CONS ID ERA TIO NS 01019-2 11 n 0 D D 0 0 0 0 0 0 0 Li 0 [] u [] u [] Q lJ 0 0 0 [J 0 0 [! _, [ [-,_, l _ _, [' J c 0 L C c -------------------·--------~------'----------~-·------~--------·--------------------·-·-----------------------·--···-----------.. ---------~-----------·-----------~-----·---~----~-----------------~----------------~-----------·- SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL The bid price on each item, as stated in the proposal, shall include furnishing all lab or, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost. of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the prices on the various items. 1.1 LUMP SUM BID 1.2 1.3 1.4 1.5 Payment will be made for completing the entire project as defined in the plans and specifications on a lump sum basis. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. ALTERNATE NO. 1 Payment will be made for providing and installing the trash receptacle as shown on sheet Ll-2 and L5-2 and for the 5' bench as shown on sheet Ll-2 on a per each basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the trash receptacle and bench as specified and as shown in the plans. ALTERNATE NO. 2 Payment will be made for providing and installing the trash receptacle as shown on sheet Ll-2 and L5-2 and for the 5' bench as shown on sheet Ll-2 on a per each basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to install the trash receptacle and bench as specified and as shown in the plans. ALTERNATE NO. 3 Payment will be made for providing and installing the secondary sign wall as shown on sheet Ll- 6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. ALTERNATE NO. 4 Payment will be made for providing and installing the secondary sign wall as shown on sheet Ll- 6 and as detailed on sheet L5-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. 01069403 04/04 MEASUREMENT AND PAYMENT 01025 -1 1.6 ALTERNATE NO. 5 Payment will be made for providing and installing the secondary sign wall as shown on sheet Ll- 6 and as detailed on sheet LS-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. 1.7 ALTERNATE NO. 6 Payment will be made for providing and installing the secondary sign wall as shown on sheet Ll- 6 and as detailed on sheet LS-6 on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to install the secondary sign wall as specified and as shown in the plans. 1.8 ALTERNATE NO. 7 Payment will be made for providing, planting, and guaranteeing Cedar Elm trees as shown in the drawings and on sheet LS-7 on a per each basis. Payment shall include all equipment, labor, materials, superintendence and all incidentals necessary to plant the Cedar Elm trees as specified and as shown in the plans. 1.9 ALTERNATE NO. 8 Payment will be made for providing, planting, and guaranteeing Mexican Plum as shown in the drawings and on sheet L5-7 on a per each basis. Payment shall include all equipment, labor, materials, superintendence and all incidentals necessary to plant the Mexican Plum as specified and as shown in the plans. 1.10 FINAL CLEANUP (INCIDENTAL COST TO ALL BID ITEMS) The Contractor shall make final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include, among other things, removing all construction material and in general preparing the site of the work in an orderly manner. The cost of cleanup shall be included as part of the cost of the various items of work involved and no direct compensation will be made for this work. 1.11 UTILITY ADJUSTMENTS No separate payment will be made for utility adjustments, including the manhole adjustment. The cost of adjusting or repairing existing utilities or removing irrigation lines shall be considered incidental to the applicable pay items. 1.12 SURVEYING No separate payment shall be made for construction surveying. The cost of surveying shall be included in the bid prices of the applicable pay items. 01069403 04/04 MEASUREMENT AND PAYMENT 01025 -2 fl 0 fJ 0 0 0 0 0 0 D 0 D u D lJ u [., l ; j Q 0 [] 0 0 0 c [I [' j c [ f 1 .. J [ C r1 u L [ [~ 1.13 PROJECT SIGN No separate payment shall be made for the project sign. The cost for this item shall be included in the bid prices of the applicable pay items. PART 2 -PRODUCTS Not Used PART 3-EXECUTION Not Used 01069403 04104 END OF SECTION MEASUREMENT AND PAYMENT 01025 -3 [-~ ' _, [J fJ [J 0 [1 [\ _, [ C [] f ' L l ri LJ [ L [·: __ } SECTION 01028 CHANGEOREDERPROCEDURES PART 1 -GENERAL 1.1 SECTION INCLUDES 1.2 1.3 1.4 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. RELATED SECTIONS A. Document -General Contract Conditions. B. Section 01300-Submittals: Work Schedule. C. Section 01700-Contract Closeout. 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. 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. 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. 01069403 04/04 CHANGE ORDER PROCEDURES 01028 -1 1.5 1.6 1.7 1.8 1.9 CHANGE PROCEDURES A. B. c. 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. 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. 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. 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. 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. 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. 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. 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 Order: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 01069403 04104 CHANGE ORDER PROCEDURES 01028 -2 [l [] 0 0 0 0 0 0 0 LI 0 0 [] u u )J [., j c [., _J [] Li [-, l c [' [ [j L [ 1.11 CORRELATION OF CONTRACTOR SUBMITf ALS A. Promptly revise Schedule of Values and Application for Payment forms to records each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise prograss 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 01069403 04104 END OF SECTION 01028 CHANGE ORDER PROCEDURES 01028 - 3 0 [] 0 ' [-) ,. J c L [ l [ C ri u L l c SECTION 01039 COORDINATION AND MEETINGS PART 1 -GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 1.4 A. Drawings. General Instructions to Bidders, General Conditions of the Agreement, Special ProvisiOns and Division 1 -General Requirements apply to Work of this Section. SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Progress meetings. E. Preinstallation meetings. F. Cutting and Patching. 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 electrical work as indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable. 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 Owners activities. 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. 01069403 COORDINATION AND MEETINGS 01039-1 04/04 1.5 D. E. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 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. PRE.CONSTRUCTION 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: 01069403 04/04 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. 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. COORDINATION AND MEETINGS 01039 -2 [] [1 n fJ [1 0 0 0 0 0 Li Li u lJ u u u ----------··-·---------------------------------------·-·-----------------------------·--·------------------------------·--------~--------------------·--------·-·-----------------------------·--------·-·-·---------------------------·-·--··-·-··-·-----------------------------·--·----·--·---------------------------------·--------------------------- f i ...... 0 0 n 0 E 0 . [ c r ' . .,,,, [] [ fJ u [ n \ __ J 1.7 E. Record minutes and distribute copies within five days to Engineer, participants, and those affected by decisions made. PREINST ALLATION 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. 3.3 CUTTING AND PATCIIlNG 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: 01069403 04/04 1. Fit the several parts together, to integrate with other Work. COORDINATION AND MEETINGS 01039 -3 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. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. I. Identify any hazardous condition exposed during the Work to the Architect or Engineer for Decision or remedy. 01069403 04/04 END OF SECTION COORDINATION AND MEETINGS 01039 -4 fl u 0 fJ 0 0 0 0 0 0 0 0 Li 0 u u u ---------.. ·----~---·· ----------------------~~--------~----------------·--------------------------------·------·--··------------------------------~-----------~---~------------------- [j 0 [ ! ! J n- ' ' - fJ 0 D E 0 [ c l--,, _, [ 1 ; 0 ' . [ SECTION 01300 SUBMITTALS PART 1 ·GENERAL 1.1 SECTION INCLUDES 1.2 1.3 1.4 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. RELATED SECTIONS A. Section 01410-Testing Laboratory Services. B. Section 01700 -Contract Closeout. SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. C. 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. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. I. Submittals not requested will not be recognized or processed. RESUBMITT AL 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. 01069403 04/04 SUBMITTALS 01300-1 1.5 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate for Engineer 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. 1.6 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. 1.7 SHOP ORA WINGS 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% x 11 inches and maximum of 30 x 42 inches. D. Draw details to a minimum size V2 inches equal to 1 foot. E. After review, produce copies and distribute in accordance with SUBMI11 AL PROCEDURES article above and for record document purposes described in Section 01700 -Contract Closeout. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, P.lus four copies which will be retained by the Engineer. 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, 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. 1.9 SAMPLES A. 01069403 04/04 Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. SUBMITTALS 01300-2 I-.1 _I 0 [l [] 0 0 0 0 0 [J 0 [] Li lJ u [] u [1 t • ,J n fl D B n u [ [ u [] [ c [ B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors~ textures, and patterns, as specified, for Engineer'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 Engineer. F. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.10 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. 1.11 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not used 01069403 04/04 END OF SECTION SUBMfITALS 01300-3 r : c [t , [ L: L [ H L SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1 -GENERAL 1.1 GENERAL 1.2 1.3 A. The Contractor shall implement storm water pollution prevention measures shown on the drawings and specified in the Storm Water Pollution Prevention Plan (SWP3). The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, and/or failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3. SUBMITI' ALS A. Inspection Reports. EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical and in accordance with the SWP3. 2. In all cases, Contractor shall ensure that any soil tracked off-site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off-site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for 01069403 04104 STORM WATER POLLUTION PREVENTION MEASURES 01356-1 E. work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include any of the following measures: a. temporary or permanent seeding or sodding, · b. mulching, c. geotextiles, d. vegetative buffer stips, e. paving. 3. Stabilization measures shall be implemented in accordance with the SWP3. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Stormwater Pollution Prevention Plan (SWP3) will be provided by Engineer. Contractor must keep a copy of the SWP3 on site at all times. B. A completed Construction Site Notice form in accordance with the requirements of the State's general permit for storm water discharges from construction sites will be prepared by the Contractor. C. The SWP3 shall be continually updated as necessary to reflect current and changing conditions on site. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. 01069403 04104 END OF SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES 01356-2 fl n fl [} 0 0 fJ l1 l1 0 Li u D n lJ u G 0 n 0 Li B E [ u r; [ ll -' [j L L ---------------------------------~-----·---·-------------------------------~-----~-~-----------------------------~------------------------------------------------··-·--·---------------------------·-------------- 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. B. Section 01700 -Contract Closeout. C. Individual Specification Sections: Inspections, tests, and standards for testing are required. 1.4 REFERENCES A. ANSl/ASTM D3740 -Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. 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. D. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. 01069403 04/04 TESTING LABORATORY SERVICES 01410-1 1.6 1.7 1.8 1.9 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. · QUALITY ASSURANCE . A. Comply with requirements of ANSJ/ASTM E329 and ANSJ/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. LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Engineer 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 Engineer and Contractor of observed irregularities or non-conformance of Work or Products. · F. Perform additional inspections and tests required by Engineer. 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 Engineer, provide interpretation of test results. 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. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 01069403 04/04 TESTING LABORATORY SERVICES 01410-2 C) I . fl n n D 0 0 u 0 f] 0 0 u [1 u u u r1· L ---·---·----~---·------------------~--~-~-~-~~-~------~-·--·-~---·'---·---~--------~------·-·----------·-_,_-~-------------~------· u D [1 n \....1 r':'.l.j i ['.·. ' j El D [J [ L 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 Engineer 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 01069403 04/04 END OF SECTION TESTING LABORATORY SERVICES 01410-3 ---------------------------~----­~-------~------------~----- fj f] [] n [ [ L L u [ L IJ SECTION 01500 TEMPORARY FACILITIES & CONTROLS PART 1 -GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 1.4 1.5 A. Drawings, General Conditions of the Contract for Construction. Supplementary Conditions and Division 1 -General Requirements apply to work of this Section. SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. RELATED SECTIONS A. Section 01700 -Execution Requirements: Final Cleaning TEMPORARY ELECTRICITY A. Provide temporary electric feeder from electrical service at location as directed. B. Owner will pay cost of energy used. Exercise measure to conserve energy. C. Power Service Characteristics: as indicated on the drawings. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Permanent convenience receptacles may be utilized during construction. F. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1. Provide 20 ampere duplex outlets served by single phase circuits for power tools for every 2000 sq ft of active work area and at specific locations as required. 2. Provide flexible power cords as required. 3. Provide 20 ampere, single phase branch circuits for lighting. TEMPORARY LIGHTING A. Provide and maintain lighting for construction operations to achieve a minimum lighting level of 2 watt/sq ft. B. Provide and maintain 1 watt/sq ft lighting to exterior staging and storage areas after dark for security purposes. C. Provide and maintain 0.25 watt/sq ft H.l.D. lighting to interior work areas after dark for security purposes. 01069403 04104 TEMPORARY FACILITIES & CONTROLS 01500-1 1.6 1.7 1.8 1.9 1.10 D. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. E. Maintain lighting and provide routine repairs. F. Permanent building lighting may be utilized during construction. TEMPORARY HEAT . A. Provide and pay for heat devices and heat as required to maintain specified conditions for construction operations. B. Owner will pay cost of energy used. Enclose building prior to activating temporary heat in accordance with Article 1.14 -Exterior Enclosures, in this Section and exercise measures to conserve energy. C. . Provide separate metering and reimburse Owner for cost of energy used. D. Prior to operation of permanent equipment for temporary heating purposes, verify that installation is approved for operation, equipment is lubricated and filters are in place. Provide and pay for operation, maintenance, and regular replacement of filters and worn or consumed parts. E. Maintain minimum ambient temperature of 50 degrees F in areas where construction is in progress, unless indicated otherwise in specifications. F. Do not use permanent building heating equipment until all dust related operations are completed. TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. · TELEPHONE SERVICE A. Provide, maintain and pay for telephone service to field office at time of project mobilization. TEMPORARY WATER SERVICE A. Provide, maintain and pay for suitable quality water service required for construction operations. B. Exercise measures to conserve water. C. Extend branch piping with outlets located so water is available by hoses ·with threaded connections. Provide temporary pipe insulation to prevent freezing. TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.11 BARRIERS A. 01069403 04/04 Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of the site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. TEMPORARY FACILITIES & CONTROLS 01500-2 n n n q lJ 1J f1 0 u 0 u u fl u lJ u u Q [I [i I'.: ! J ff [ c I" ·' [1 1.12 B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non-owned vehicular traffic, stored materials, site and structures from damage. FENCING A. Construction: At Contractor's option, commercial grade chain link fence or solid wood fence, painted. B. Provide 6 foot high fence around construction site; equip with vehicular and pedestrian gates with locks. 1.13 WATER CONTROL 1.14 1.15 1.16 1.17 A. Grade to site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. EXTERIOR ENCLOSURES A. Provide temporary insulated weather-tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification Sections, and to prevent entry of unauthorized persons. B. Provide access doors with self-closing hardware and locks. PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. 01069403 04/04 TEMPORARY FACILITIES & CONTROLS 01500-3 D. Existing on-site roads may be used for construction traffic. 1.18 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface fmishing, and continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from site and dispose off-site at intervals as required to maintain clean site. 1.19 PROJECT IDENTIFICATION A. Provide a project sign as shown in Appendix B. B. Coordinate wording with Owner after award of bid. C. No other signs are allowed without Owner permission except those required by law. 1.20 FIELD OFFICES AND SHEDS A. Office: Weather-tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack and drawing display table. 1.21 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 -PRODUCTS Not Used PART 3 -PRODUCTS Not Used 01069403 04/04 END OF SECTION TEMPORARY FACILITIES & CONTROLS 01500-4 fl f' n fl n n . . [i J u 0 0 0 n 1J [l D CJ L u u u [l [ [J r [ [ [ [ L SECTION 01700 CONTRACT 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. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.3 RELATED SECTIONS 1.4 1.5 1.6 Not Used 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 Engineer's inspection. B. Provide submittals to Engineer 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. FINAL CLEANING A. Execute fmal 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 fmishes. ADJUSTING A . Adjust operating Products and equipment to ensure smooth and unhindered operation. 01069403 04/04 CONTRACT CLOSEOUT 01700 -1 1.7 1.8 1.9 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 Engineer with claim for final Application for Payment. 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. 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 01069403 04/04 CONTRACT CLOSEOUT 01700 -2 n I _, n n n n J u 0 u 0 n [1 D lJ n u u c R Li [. lJ n [] G L c [ [ e [ [ L';·,.·· ' ' L L [ PART 3 ·EXECUTION Not Used 01069403 04/04 END OF SECTION CONTRACT CLOSEOUT 01700-3 [ .. ,, ---~· ' R [] n [ c G L L PART 1-GENERAL 1.1 GENERAL SECTION 02200 DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS 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 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 AND DISPOSING OF EXISTING CONCRETE SLABS AND CONCRETE CURB ANDGUITER 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. 01069403 04104 DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS 02200-1 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. 3.3 REMOVING AND DISPOSING OF ASPHALT PAVEMENT AND FLEXIBLE BASE A. All existing asphalt pavement and flexible base material shall be removed from the construction site and properly disposed of at the Contractor's expense. 01069403 04/04 END OF SECTION DEMOLITTON, REMOVAL AND SALVAGING OF EXISTING MATERIALS 02200-2 f 1 n f} n n 11 D u D D D n u ll n u u [! ) 0 L c n L L c -----·--~----~-.--------·-------------------~--------·---------~--------------·------------------~~-----------~--------------------------·----------------·-------~----·--- SECTION 02230 SITE CLEARING PART 1-GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 1.4 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY A. This Section includes the following: 1. Protecting existing grass to remain. 2. Clearing and grubbing. 3. Stripping and stockpiling topsoil. 4. Removing above-and below-grade site improvements. 5. Disconnecting, capping or sealing, abandoning site utilities in place and removing site utilities. 6. Temporary erosion and sedimentation control measures. B. Related Sections include the following: 1. Division 1 Section "Temporary Facilities and Controls" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and temporary erosion and sedimentation control procedures. 2. Division 2 Section 02200 -"Demolition, Removal and Salvaging of Existing Materials" for demolition, removal and salvaging of existing pavement, wall and chainlink gates. 3. Division 2 Section 02300 -"Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling" for soil materials, excavating, backfilling, and site grading. DEFINITIONS A. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil materials. MATERIAL OWNERSHIP A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 SUBMITT ALS A. Photographs or videotape, sufficiently detailed, of existing conditions adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. 01069403 04/04 SITE CLEARING 02230-1 B. Record drawings, according to Division 1 Section 01700 -"Contract Closeout," identifying and accurately locating capped utilities and other subsurface structural, electrical, and mechanical conditions. 1.6 QUALITY ASSURANCE A. Preinstallation Conference: Conduct conference at Project site. 1.7 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Improvements on Adjoining Property: Authority for performing site clearing indicated on property adjoining Owner's property will be obtained by Owner before award of Contract. 1. Do not proceed with work on adjoining property until directed by Engineer. C. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where indicated. D. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. E. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. PART 2 -PRODUCTS Not Applicable PART 3 -EXECUTION 3.1 3.2 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C . Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Refer to Section 01356-"Stormwater Pollution Prevention Measures". 3.3 UTILITIES A. 01069403 04104 Owner will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing, when requested by Contractor. SITE CLEARING 02230-2 n n D [} D l] fJ D 0 D 1J u Q 1J u u [l [-: ' R [l {'. _, l"· ... ,. ,\ l, _, Q G {"·., ' ) . :} [' [ r --· c [} c c -----~ --------·· -------------------------~-______________ .,____ --------------------------------···---·------------------------------------------------------------.. -----.--------------------.. ___ ...... _____________________ ........ ----~--------.----·-·--·---------------------------------------.. ------- 3.4 3.5 3.6 1. Verify that utilities have been disconnected and capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. 1. Arrange with utility companies to shut off indicated utilities. 2. Owner will arrange to shut off indicated utilities when requested by Contractor. C. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. D. Excavate for and remove underground utilities indicated to be removed. E. Removal of underground utilities is included in Division 2 Section 02700 -Site Utilities. CLEARING AND GRUBBING A. B. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Grind stumps and remove roots, obstructions, and debris extending to a depth of 18 inches below exposed subgrade . 4. Use only hand methods for grubbing within tree protection zone. 5. Chip removed tree branches and dispose of off-site. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches, and compact each layer to a density equal to adjacent original ground. TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and nonsoil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within tree protection zones. 3. Dispose of excess topsoil as specified for waste material disposal. 4. Stockpile surplus topsoil to allow for respreading deeper topsoil. 5. Clean topsoil shall be stockpiled for use around perimeter of concrete pavement as needed. SITE IMPROVEMENTS A. Remove existing above-and below-grade improvements as indicated and as necessary to facilitate new construction. 01069403 04104 SITE CLEARING 02230-3 3.7 B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1. Unless existing full-depth joints coincide with line of demolition, neatly saw-cut length of existing pavement to remain before removing existing pavement. Saw-cut faces vertically. 2. Paint cut ends of steel reinforcement in concrete to remain to prevent corrosion. DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. 1. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. END OF SECTION 01069403 04/04 SITE CLEARING 02230-4 r i ·1 _, n n n n n tJ 0 D n u 1J r1· t D f j L~ -Ll f} l u --------------~-------·--···-·--·-------------------·----------------------·--·------------------------·--·-----------------···----------------------~---------------------~------·----------------~---------------------------·-----·-------------·--------------------·---------~--- ~ C •, \ . __ , G [} SECTION 02300 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING PART I-GENERAL 1.1 GENERAL 1.2 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 fonnation 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. CLASSIFICATION A. 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 02250, DEMOLmON, REMOVAL AND SALVAGING OF EXISTING MATERIALS, of these specifications. PART 2 -PRODUCTS Not Used 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 01069403 04/04 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING 02300-1 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. 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. 01069403 04/04 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING 02300-2 r: n n n 0 0 D Q f.) u u 1J' L D u u ~' . . . ; [-; i ,;:..l ~ f r-.... i .. D A u fJ G {} ('/ t l'· .. · .. ..; [1· .. ·.·.' ' . G C r 'Ji .•. -~ 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 rem.oval, 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 fmished 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 fmished 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. 3.3 PREPARATION OF EMBANKMENT AREA 3.4 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. Im.mediately 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-l, 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. STRIPPING A. 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 01069403 04/04 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING 02300-3 3.5 case shall such objectionable material be allowed in or under the embankment. No direct payment will be made for stripping. 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 sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. 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. Backfill 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. 01069403 04/04 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING 02300-4 f n t.J D 0 (1 u iJ fl D II L 3.6 3.7 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. EQUIPMENT A. 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. 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 a 6" depth and 95% density (± 2% optimal moisture) according to 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. 01069403 04/04 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING 02300-5 3.8 3.9 HAUL A. 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. TOLERANCES A. 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 2 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, 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 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 areas 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 area$, 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. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. 01069403 04/04 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOil..ING 02300-6 11 n u D u [] 0 u D u u D u u Q n 0 c n Li A. u c [; •, ---~ [ u c [ u 11 c ---. ---------·-··---·-----·-----~--------------------------------------------------~--------------------------~~ --------------~----------------··--- 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. 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 turfing 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. 01069403 04/04 END OF SECTION EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING 02300-7 (1 ' .J 0 r~, L E I·-: _, ' [--1 ----------~---------------------~------------~-------------~-----------------------------------------------~---------- SECTION 02488 FLOATING DOCK PART 1-GENERAL 1.1 APPLICABLESTANDARDS 1.2 1.3 1.4 A. Uniform Building Code, Boca Building Code, standard building code or other local building code as required by each jurisdiction. B. American Institute of Steel Construction "Specifications for the Design, Fabrication, and Erection of Steel for Buildings." "Code of Standard Practices for Steel Buildings and Bridges." C. American Welding Society "Standard Code for Arc and Gas Welding in Building Construction." D. American Society for Testing Materials, as identified herein. Structural Steel Framed ASTM A36 Structural Bolts ASTM A449 Galvanizing ASTM Al23 E. The Aluminum Association, Inc., Design Standards. F. American Wood Preservers Association standard for wood treatment and retention. G. American Institute of Timber Construction specifications for standards in Laminated Beams. H. ASCE Report #50 "Planning And Design Guidelines For Small Craft Harbors", Prepared By Task Committee On Marinas 2000. I. American Iron and Steel Institute "Specifications for the design of cold formed steel structural members". J. ASCE 7 American Society of Civil Engineer minimum design loads for buildings and others structures. K. American Plywood Association specification for design of plywood members. L. Steel Deck Institute "Steel Roof Deck Design Manual". M. Americans with Disabilities Standards (ADA) N. Structural Steel Painting Council (SSPC) "Steel Structures Painting Manual." 0. Association of Rotational Molders, "The Introductory Guide to Designing Rotationally Molded Plastic Parts". SCOPE Furnish all labor, materials, tools, equipment and incidentals necessary to satisfactorily complete the furnishing, delivery and installation (if required) of all floating docks complete with bridges, ramps, walkways, bumpers, cleats, and other accessories as shown on the drawings . EXPERJENCE The floating dock manufacturer shall have a minimum of five (5) years experience in the design, manufacture, and installation of similar floating marina structures. A comprehensive list of previous installations shall be submitted for review and approval upon request. It shall be the decision of the buyer as to each bidder's qualifications. DESIGN LOAD CONDITIONS 01690403 04104 FLOATING DOCK 02488-1 A. Vertical Loads 1. Deadloads shall consist of the entire weight of the floating structure, including utilities, gangways, dock boxes, and other accessories and appurtenances. 2. Deck surface and structural frame live load shall be equal to 50 PSF applied to the full surface area of the deck. 3. Substructure designed (ultimate strength) to support full live load across a 30' span. Calculated to be maximum wave, crest to crest, on most inland lakes. 4. Bridges, ramps and walkways designed to support 50 PSF. Bridge handrails shall be designed for a 200-pound load applied in any direction and at any point along the handrail. 5. Flotation for open docks shall be designed to support the deadload plus 30 PSF to the deck area. PART 2 -PRODUCTS 2.1 APPROVED MANUFACTURER A. Atlantic Meeco Dock System McAlester, Oklahoma Contact: Roger Ross 1-800-627-4621 2.2 MATERIALS AND CONSTRUCTION MINIMAL REQUIREMENTS A. Steel Frames 12" box truss steel frames shall be all welded trusses made from angles and rounds of sufficient size and strength to withstand design stresses. Steel components in structural frames shall be notched and fitted prior to welding. Overlapping in corners will not be permitted. Side frames of box truss · shall include notched angles installed vertically between the top and bottom chords at each division (normally on either 3' or 4' centers). All notched connections shall be welded both on the inside and outside, and the outside welds shall be ground smooth prior to galvanizing. 1. All angle members shall be not less than 1-112" x 1-1/2" x 3/16" angle after fabrication. Truss depth shall be not less than 12". 2. All bolt holes shall be standard sized round holes to fit standard bolts. Holes may be reamed to remove excess galvanizing and shall be coated with spray galvanizing. 3. All steel frames shall be hot-dipped galvanized after fabrication in accordance with ASTM 123. Field welding of galvanized metals will not be allowed except on minor corrections above water level, which will be treated with cold galvanized process. 4. The steel frames shall be designed for field connection with Grade 5 (ASTM-A449) galvanized bolts. Bolt diameter shall be 1/2" (minimum). Connections shall be so designed that units may be disconnected and moved. B. Flotation -Polyethylene Encased Floats 01690403 04/04 1. Flotation shall consist of premolded polyethylene shell with foamed in place polystyrene flotation. Flotation units shall be of seamless, one-piece, rotational molded structure. 2. The polyethylene flotation containers shall be completely filled with modified polystyrene expanded in place (0.9 lb./CF density.) Water absorption shall not exceed five percent by volume. FLOATING DOCK 02488-2 f f' L [1.i .l [] 0 n [} 0 u [] n [] Q n 0 u u u f} ·l --------------------~· [1 J 0 Li .. . I-1 _.,,; [ 3. Flotation units shall be finnly through-bolted to the bottom of the frame with a minimum of six bolts. 4. Flotation units shall be of fire resistant construction. C. Deck Material 1. 2" x 6" Treated Wood a. Lumber shall be 2" x 6" (nominal) Southern Pine Graded No. l, S4S, conforming in all specs to Southern Pine Inspection Bureau as applicable. All lumber and deck timbers shall be given preservative treatment and shall bear the quality mark of A WP A. Preservation retention shall be 0.4#/CF minimum. Decking shall be attached to the frame on three-foot maximum spacing . Decking shall be attached with 5/16" x 2 114" flat Head, Type F, self-tapping screws with 2.5 mil zinc plating. 2. Concrete Panels a. Decking shall be removable concrete panel design with a nominal thickness of 1.5". Finish shall be non-skid exposed rock aggregate. b. Concrete shall be reinforced with #6 -6" x 6" wire. c. Compressive strength shall exceed 4,000 PSI at 28 days. d. After installation decking variance shall not exceed 1/8". 3. Composite Material a. · Deck materials shall be 2" x 6" or 2" x 8" (nominal) wood polymer composite produced from 100% recycled materials. Decking shall be attached with 5/16" x 2 1/4" flat head, Type F, self-tapping screws with 2.5 mil zinc platting. All deck boards shall have a maximum span of two (2) feet. Minimum support member shall be 1 ¥2" x 1 W' x 3/16" angles. Maximum gap between deck planks shall be 5/16" all boards shall be attached with (2) two screws at each end and (2) two screws at every intermediate support. D. Underwater Truss Systems 1. Triangle truss made with 1.5" x 1.5" x 3/16 angle size underwater clearance as specified 2" x 2"x 3116" will be minimum angle size of vertical underwater attachment columns. All underwater connections to be double nutted with grade 5 nuts on grade 5 bolts. E. Anchorage Anchorage shall be designed for the specific location and exposure. Water level fluctuation, water depth, and bottom conditions and contours shall determine the best application. Anchorage shall be designed to resist the specified loads at maximum design water level. 1. Telescopic Anchorage System a. The telescopic anchorage system is designed to provide anchorage through fluctuating water levels up to 12' in depth. b. Anchor frames shall be designed with 5" diameter pipe sleeves and structural bracing attached to the dock structure to transmit loads from the dock to the anchor. Frames shall be hot-dipped galvanized after fabrication. c. Anchor pipes shall be minimum 80,000 pound yield strength. Anchor pipes shall be galvanized. F. Fendering 01690403 04/04 1. 2" x 6" Treated Wood Wood fendering shall be 2" x 6" (nominal) Southern Yellow Pine Grade No. 1, S4S, conforming in all respects to Southern Yellow Pine Inspection Bureau as applicable. All lumber and deck timbers shall be given preservative treatment and shall bear the quality mark of AWPA. Preservation retention shall be 0.4#/CF KDA material FLOATING DOCK 02488-3 minimum. Wood fendering shall be attached with 5/16" minimum diameter flat Head, Type F, self tapping screws with 4 mil zinc plating (minimum). 2. Vinyl Fendering Minimum height of compression section shall be 2 112" with l" depth minimum. Vinyl fendering shall be attached with stainless steel staples, as recommended by manufacturer's specifications. G. Gangways 1. Gangways shall be steel truss with handrails, hot-dipped galvanized after fabrication. Pivot connections to the dock shall be by pin or fifth wheel, with rollers provided on one end. Handrails will be provided on both sides. 2. Gangways shall be designed for vertical live load of 50 PSF. 3. Wheels or rollers shall be heavy duty constructed of molded rubber or UHMW plastic and be non-seizing type due to rust or ice. 4. Additional flotation shall be added to the floating piers or gangways where needed to support the combined pier and access gangway loads without producing undue distortion in the floating structure. H. Handrails 1. Shall be galvanized steel or aluminum or approved equal. 2. Shall be designed for a 200-pound load applied in any direction and at any point along the rail. I. Warranties Manufactured Materials -Two (2) Year Limited Warranty Permacase Flotation -Limited Ten (10) Year Warranty Concrete Decking -Ten (10) Year Material Limited Warranty PART 3 ·EXECUTION Installation to be in accordance with manufacturer's specifications, as approved in ship drawings submittal process with Owner. 01690403 04/04 END OF SECTION FLOATING DOCK 02488-4 n n u n u {l fl 0 u u u J} L1 u Li -----------------------------------· -------- c u 0 n 1.J B [ t "J u [ SECTION 02700 SITE UTILITIES PART 1 ·GENERAL 1.1 SUMMARY A. Related Documents: 1. The general provisions of the Contract, including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1 ), apply to the work specified in this section. B. Section Includes: 1. General utilities. 2. Other site utilities. 1.2 UTILITY LOCATION 1.3 1.4 . A. Before any work commences, Contractor shall notify Dig Tess for locating all utilities within the project area. B. Contractor shall coordinate location of existing utilities such as irrigation systems with Owner's personnel. Care shall be taken to salvage all components of the system to be removed unless otherwise directed by Owner. PROJECT CONDmONS A. Perform site survey, research owner's utility records, and verify existing utility locations. Contact utility-locating service for area where Project is located as required. B. Locate existing structures and piping to be closed and abandoned. SEQUENCING AND SCHEDULING A. Coordinate utility down time with Owner. B. Coordinate with other utility work. C. Provide utility entity at least 72 hours advance notification. PART 2 ·PRODUCTS 2.1 REPLACING DAMAGED PRODUCTS A. If damage is done to Owner's utility service, Contractor shall coordinate replacement of damaged parts with Owner at no cost to the Owner. Repair shall occur in a timely manner to prevent excessive down-time for Owner. PART 3 ·EXECUTION NOT USED 01069403 04/04 END OF SECTION SITE UTILITIES 02700-1 ·L· ' I _, 0 n Li n L' 0 c ' ' -· H [J (., } r1 L u [] [ SECTION 02720 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 1.3 1.4 A. Section 02300 -Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. B. Section 02741 -Hot-Mix Asphalt Paving. C. Section 02751-Reinforced Concrete for Site Work. 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. MATERIAL TESTS A. Contractor will provide all preconstruction testing of material to verify it meets the requirements of 2.1.A and 2.1.B on the next page. 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 01069403 04/04 AGGREGATE BASE COURSE 02720-1 shall meet the requirements of TxDOT Item 247, Flexible Base, Type A, Grade 1, which are as follows: A. Sieve Analysis B. 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% 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 Maximum increase on passing No. 40 ........................ 20% PART 3 ·EXECUTION 3.1 3.2 3.3 ACCEPTANCE OF SUBGRADE f A. 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. MA TCIDNG 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. HAULING AND PLACING A. Equipment: All equipment used shall be suitable for efficiently and properly accomplishing the work in this item. 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. 01069403 04/04 AGGREGATE BASE COURSE 02720-2 r n 0 {] n u u [J Q 0 0 0 0 u u u 0 D n u fJ B 0 c { . ..., .. J c 0 ~ . . 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 (± 2% optimum moisture), 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. G. Protection: Work on the base course shall not be accomplished during freezing temperatures or when the sub grade is wet. When the material is frozen or when the underlying course is frozen the construction shall be stopped. 01069403 04/04 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. AGGREGATE BASE COURSE 02720 -3 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 3.6 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-eighths (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. 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 01069403 04/04 AGGREGATE BASE COURSE 02720-4 f; n ,n u n 0 0 0 n n 0 [] u u u lJ u ['l _j D D D 0 1~ l ["] i l i .J J ·fl ' J n i j ... 1 -·-' -----------·----·-- -------------------------~--------------~----~---~---·--·----------~-·-----------~--------.~-~------· SECTION 02741 HOT-MIX ASPHALT PAVING PART 1 -GENERAL 1.1 SUMMARY 1.2 1.3 1.4 A. This Section includes the following: 1. Hot-mix asphalt paving. 2. Hot-mix asphalt patching. 3. Asphalt surface treatments. 4. Pavement-marking paint. 5. Cold milling of existing hot-mix asphalt pavement. RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Section 02300 -Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. C. Section 02720 -Aggregate Base Course. D. Section 02764 -Pavement Joint Sealants. DEFINITIONS A. Hot-Mix Asphalt Paving Terminology: Refer to ASTM D 8 for defmitions of terms. REFERENCES AASHTOT 102 AASHTOT245 AASHTOM248 AIMS-2 AIMS-22 ASTM C 29/C 29M ASTMC88 ASTMC 117 Spot Test of Asphaltic Materials Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus Standard Specification for Ready-Mixed White and Yellow Traffic Paints (1994) Mix Design Methods for Asphalt Concrete and Other Hot-Mix Types Construction of Hot Mix Asphalt Pavements (1991; Rev. A) Unit Weight and Voids in Aggregate ( 1990) Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate (1995) Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing 01069403 04/04 HOT-MIX ASPHALT PAVING 02741 -1 ASTMC 127 ASTMC 128 ASTMC 131 ASTMC 136 ASTMC 188 ASTMD70 ASTMD75 ASTMD242 ASTMD546 ASTMD692 ASTMD854 ASTMD946 ASTMD979 ASTMD995 ASTMD1073 ASTMD 1075 ASTMD 1188 ASTMD 1559 ASTMD2027 ASTMD2041 ASTMD2172 01069403 04/04 (1988; R 1993) Specific Gravity and Absorption of Coarse Aggregate (1993) Specific Gravity and Absorption of Fine Aggregate (1996) Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine (1996; Rev. A) Sieve Analysis of Fine and Coarse Aggregates (1995) Density of Hydraulic Cement (1982; R 1990) Specific Gravity of Semi-Solid Bituminous Materials (1987; R 1992) Sampling Aggregates (1995) Mineral Filler for Bituminous Paving Mixtures (1994) Sieve Analysis of Mineral Filler for Road and Paving Materials (1994; Rev. A) Coarse Aggregate for Bituminous Paving Mixtures (1992) Specific Gravity of Soils (1982; R 1993) Penetration-Graded Asphalt Cement for Use in Pavement Construction (1996) Sampling Bituminous Paving Mixtures (1995; Rev. B) Mixing Plants for Hot-Mixed, Hot-Laid Bituminous Paving Mixtures (1994) Fine Aggregate for Bituminous Paving Mixtures (1996) Effect of Water on Cohesion of Compacted Bituminous Mixtures (1996) Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin-Coated Specimens (1989) Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus Standard Specificaton for Cutback Asphalt (Medium-Curing Type) (1995) Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures (1995) Quantitative Extraction of Bitumen from Bituminous Paving Mixtures HOT-MIX ASPHALT PAVING 02741 - 2 r ~ - fJ n n D 0 0 [-, _! 0 0 0 u D [] "'t ! [ l _j .. r1 ·U J r -~ ! I ' ,; ~ 0 r L 1.5 ASTMD2726 (1996; Rev. A) Bulk Specific Gravity and Density of Non-Absorptive Compacted Bituminous Mixtures ASTMD2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTMD3381 (1992) Viscosity-Graded Asphalt Cement for Use in Pavement Construction ASTMD3405 Standard Specification for Joint Sealants, Hot-Applied, for Concrete and Asphalt Pavements ASTMD3549 Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens TEX-126-E Molding, Testing and Evaluating Bituminous Black Base Materials TEX-204-F Design of Bituminous Mixtures TEX-224-F Determining Flakiness Index TxDOT Item 300 Asphalt, Oils and Emulsions TxDOT Item 301 Asphalt Antistripping Agents TxDOT Item 340 Specification for Hot Mix Asphaltic Concrete Pavement TxDOT Item 345 Specification for Asphaltic Stabilized Base (Plant Mix) SUBMITTALS A. Product Data 1. For each type of product indicated. Include technical data and tested physical and performance properties. B. Job-Mix Designs c. D. 1. Submit a job-mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained in Chapter ill, Marshall Method of Mix Design, of AI MS-2. Formulas shall indicate physical properties of the mixes as shown by tests made by a commercial laboratory approved by the Engineer, using materials identical to those to be provided on this project. Submit formulas with material samples. Job-mix formula for each mixture shall be in effect until modified in writing by the Contractor and approved by the Engineer. Provide a new job-mix formula for each source change. Qualification Data 1. Submit qualifications for product manufacturers. Material Test Reports 1. Specific gravity test of asphalt 2. Coarse aggregate tests 3. Weight of slag test 4. Percent of crushed pieces in gravel 5. Fine aggregate tests 01069403 04/04 HOT-MIX ASPHALT PAVING 02741 - 3 1.6 1.7 6. Specific gravity of mineral filler 7. Bituminous mixture tests 8. Aggregates tests 9. Bituminous mix tests 10. Pavement courses QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according to ASTM E 548. B. Asphalt-Paving Publication: Comply with City of Lubbock, TX Standard Specification for Hot Mix Asphalt Concrete Surface (HMAC) and TxDOT Item 340 "Hot Mix Asphalt Pavement". C. Required Data 1. Job-mix formula shall show the following: a. Source and proportions, percent by weight, of each ingredient of the mixture; b. Correct gradation, the percentages passing each size sieve listed in the specifications for the mixture to be used, for the aggregate and mineral filler from each separate source and from each different size to be used in the mixture and for the composite mixture; c. Amount of material passing the No. 200 sieve determined by dry sieving; d. Number of blows of hammer compaction per side of molded specimen; e. Temperature viscosity relationship of the asphalt cement; f. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; g. Asphalt absorption by the aggregate; h. Effective asphalt content as percent by weight of total mix; i. Temperature of the mixture immediately upon completion of mixing; j . Asphalt viscosity grade and/or penetration range; and k. Curves for the asphalt stabilized base and hot mix asphalt paving courses. DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered to the site for damage and store with a minimum of handling. Store aggregates in such a manner as to prevent segregation, contamination, or intermixing of the different aggregate sizes. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1. Prime and Tack Coats: Minimum surface temperature of 60 deg F. 2. Asphalt Surface Course: Minimum surface temperature of 60 deg F at time of placement. B. Pavement-Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg F for oil-based materials, 50 deg F for water-based materials, and not exceeding 95 deg F. 01069403 04104 HOT-MIX ASPHALT PA VINO 02741-4 ' n' ' n 0 D u [_1 - L IJ D Li [J D 0 LJ 0 [] J' r1 L· c (j 1.9 MIXING PLANT A. Provide mixing plant capable of meeting the needs of the project B. At no time shall the plant hinder the progress of the project. PART 2 ·PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. B. 01069403 04/04 1. Coarse Aggregate -Coarse aggregate shall conform to ASTM 0692. a. The coarse aggregate shall be the material retained on a No. 10 sieve, and shall consist of clean, tough, durable fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 50% crushed faces for Type "D" HMAC when tested in accordance with ASTM D 692. b. Coarse aggregate shall have a maximum loss of 15% when subjected .to 4 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater than 40 percent by weight. 2. Fine Aggregate-fine aggregate shall conform to ASTM 01073. a. The fine aggregate shall be that part of the material passing the No. 10 sieve and shall consist of sand and/or screenings. The plasticity index of that part of the sand passing the 40 sieve shall not exceed 6. The plasticity index of the screenings shall not exceed 9. b. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. 3. Mineral Filler a. Mineral filler shall conform to ASTM 0242 and consist of thoroughly dry stone dust, portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Asphalt Percent Retained on No. 30 Sieve Percent by Retained on No. 80 Sieve Percent by Retained on No. 200 Sieve 0 10 maximum 35 maximum 1. Asphalt shall be performance grade 64-28 Sor L, AASHTO Performance Graded Binder Specification (MPl) or AC 10 with latex. 2. The Contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. 3. The optimum asphalt content shall be determined by the Marshall Stability method. 4. The percent asphalt content in HMAC surface shall be optimum as indicated by Marshall Stability optimum plus 0.5 percentage point for Type "O" HMAC. HOT-MIX ASPHALT PA VINO 02741 -5 c. D. E. F. 01069403 04104 5. The asphalt content of the paving mixture shall not be below optimum, or vary from the specified design asphalt content by more than plus 0.3 percent dry weight, based on total mixture. Prime Coat 1. The surface shall be primed using an application of 0.25 gallons per square yard of MC asphalt conforming to ASTM D 2027 -MC 30. Tack Coat 1. The asphaltic material for tack coat shall meet the requirements for Cut-Back Asphalt RC-2. Pavement-Marking Paint 1. Alkyd-resin type, lead and chromate free, ready mixed, complying with AASHTO M 248, Type N. 2. Color, dimension and spacing of markings to match those existing prior to removal. Mix Design 1. Hot-Mix Asphalt: Dense, hot-laid, hot-mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in AI MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot-Mix Types"; and complying with the following requirements: a. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course a. Provide caliche base course as specified in Section 02720 -Aggregate Base Course. 3. Surface Course a. Hot mix asphalt concrete surface shall consist of a compacted mixture of coarse aggregate, fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to City of Lubbock, TX standard specification for "Hot Mix Asphalt Concrete Surface (HMAC). 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 45 when tested in accordance with Test Method Tex 203-F. The percent of flat of elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. c. Asphaltic mixtures shall be conditioned with either lime or liquid anti- stripping agent approved by the Engineer. Anti-stripping agents shall meet requirements ofTxDOT Item 301 "Asphalt Antistripping Agents". HOT-MIX ASPHALT PAVING 02741-6 fl ll [] r l [' L D 0 [] D 0 B B [J [l ; D D L [1 j ri u [ l j [J d. e. f. PART 3 -EXECUTION 3.1 EXAMINATION Type "D" Hot Mix Asphaltic Concrete (HMAC) shall be used for asphalt- paved street reconstruction. The Contractor shall provide a current HMAC mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Type "D" (Fine Graded Surface Course) Percent passing 5/8" Percent retained on 3/8" Percent retained on No 4 Percent retained on No 10 Total retained on No 10 Percent retained on No. 40 Percent retained on No. 80 Percent retained on No. 200 Percent passing No. 200 100 0-15 30-50 12-30 53-65 10-20 5-15 5-15 1-6 Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The percent asphalt in the mixture shall be determined to meet the Marshall Stability criteria as follows: Marshall Criteria No. Blows (each end of specimen) Minimum Stability (Lb.) Flow (units of 0.01 inch) Percent Air Voids Type "D" 50 1200 8 min 18 max 3min6max A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof-roll subbase using heavy, pneumatic-tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 01069403 04/04 HOT-MIX ASPHALT PA VINO 02741 -7 3.2 3.3 PRIME COAT A. Application 1. Immediately following the surface preparation, apply the bituminous material by means of the bituminous distributor. Apply the bituminous material at a pressure range of 25 to 75 pounds per square inch within the temperature limits specified herein, and at the rate of not less than .25 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Unless the distributor is equipped to obtain satisfactory results at the junction of previous and subsequent applications, spread building paper on the surface of the applied material for a sufficient distance back from the ends of each application, so that flow from the sprays may be started and stopped on the paper, and so that all sprayers will operate at full force on the surface to be treated. Immediately after the application, remove the building paper and apply bituminous material to spots missed by the distributor. B. Curing 1. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than 48 hours or longer, as may be necessary to attain penetration into the foundation course and evaporation of the volatiles from the bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. C. Temperature 1. Maintain application temperature between 68 ° F and 149 ° F. D. Protection · 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. TACK COAT A. B. c. Application 1. Apply the tack coat when the surface to be treated is dry. Immediately following the preparation of the surface for treatment, apply the bituminous material by means of the bituminous distributor, within the limits of temperature specified herein and at a rate of not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Treat lightly coated areas and spots missed by the distributor with the bituminous material . Following the application of bituminous material, allow the surface to cure without being disturbed for period of time necessary to permit setting of the tack coat. Apply the bituminous tack coat only as far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect the treated surface from damage until the succeeding course of pavement is placed. Temperature 1. Maintain application temperature between 122° F and 185° F. Material Test 1. Perform spot test for asphalt in accordance with AASIITO T102 on each shipment. 01069403 04104 HOT-MIX ASPHALT PA YING 02741 -8 r; n [] n n LJ D D 0 0 0 0 0 0 [] 0 u 0 LI [ -, j 0 0 ' 0 c 0 [J B c [; [ lJ [1 fl L u Li 3.4 D. Traffic Controls 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. SURFACE COURSE A. HMAC shall be placed with a minimum compacted thickness of 2 inches unless otherwise shown on the plans. B. Air temperature requirements as follows: 1. November 1 to Aprill 2. HMAC shall not be placed when the air temperature is below 55 degrees F and falling. HMAC may be placed when the air temperature is above 50 degrees F and rising. April 1 to November 1 HMAC shall not be placed when the air temperature is below 50 degrees F and falling. HMAC may be placed when the air temperature is above 45 degrees and rising. Air temperature shall be determined by the National Weather Service hourly report. C. H the temperature of any HMAC, measured while passing through the lay down machine, is 25 degrees F less than the mixing temperature, that material shall be rejected. No payment will be made for rejected material. D. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross-sections and grades shown on the associated plans. E. A level up course, Vi inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. F. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. G. Adjacent to curbs, gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1A inch above the curb or flush structure. H. All joints shall present the same texture, density, and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot bituminous material (tack coat) before the fresh mixture is placed. I. Rolling with three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. On super-elevated curves rolling shall begin at the low side and progress toward the high side. 01069403 04104 HOT-MIX ASPHALT PA VINO 02741 -9 3.5 3.6 J. K. L. The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not be permitted to stand on pavement which has not been fully compacted. Any displacement of the mixture shall be corrected immediately by the use of rakes and fresh mixture where required. Places inaccessible to the rollers may be compacted using lightly oiled tamps. Limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. When tested with a 10 foot straight edge placed parallel to the centerline of the roadway, or other means acceptable to the Engineer, the maximum deviation shall be not exceed 118 inch in 10 feet. An acceptable 10 foot straight edge shall be provided by the Contractor. Any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 118 inch maximum deviation requirements may be waived by the Engineer. JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot-mix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Construct transverse joints as described in AI MS-22, "Construction of Hot Mix Asphalt Pavements." 3. Compact joints as soon as hot-mix asphalt will bear roller weight without excessive displacement. 4. Compact asphalt at joints to a density within 2 percent of specified course density. COMPACTION A. General: Begin compaction as soon as placed hot-mix paving will bear roller weight without excessive displacement. Compact hot-mix paving with hot, hand tampers or vibratory-plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot-mix asphalt is still hot enough to achieve specified density. Continue rolling until hot-mix asphalt course has been uniformly compacted to the following density: D. E. F. 1. Average Density: 96 percent of density according to bulk specific gravity and 92 % density according to the maximum theoretical specific gravity (Rice.) .per ASTM D 2041. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot-mix asphalt is still warm. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot-mix asphalt. Compact by rolling to specified density and surface smoothness. 01069403 04/04 HOT-MIX ASPHALT PAVING 02741-10 11 n r1 n [] 0 0 0 0 0 0 0 0 rJ u lJ 0 Li 1J c 0 D 0 0 [j B B [] [] [] L Li u u 3.7 3.8 G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. H Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 112 inch. 2. Surface Course: Plus 114 inch, no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 114 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. FIELD QUALITY CONTROL A. Testing Agency: Contractor shall perform field tests and inspections and prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested work complies with or deviates from specified requirements. B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. C. Thickness: In-place compacted thickness of hot-mix asphalt courses will be determined according to ASTM D 3549. D. Surface Smoothness: Finished surface of each hot-mix asphalt course will be tested for compliance with smoothness tolerances. E. In-Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to ASTM D 979 or AASHTO T 168. 1. Reference maximum theoretical density will be determined by averaging results from four samples of hot-mix asphalt-paving mixture delivered daily to site, prepared according to ASTM D 2041, and compacted according to job-mix specifications. 2. In-place density of compacted pavement will be determined by testing core samples according to ASTM D 1188 or ASTM D 2726. a. One core sample will be taken for every 2000 sq. yd. or less of installed pavement. b. Field density of in-place compacted pavement may also be determined by nuclear method according to ASTM D 2950 and correlated with ASTM D 1188 or ASTM D 2726. F. Remove and replace or install additional hot-mix asphalt where test results or measurements indicate that it does not comply with specified requirements. 01069403 04104 HOT-MIX ASPHALT PAVING 02741-11 G. Owner may elect to take confirmation tests at Owner• s expense. Contractor shall cooperate with Owner's testing agency. Failing tests taken at Owner's direction shall be charged to the Contractor. Failing test charges shall include pro-rata technician charges, actual failing test charge, pro-rata mileage charge, and other pro-rated charges. 01069403 04104 END OF SECTION 02741 HOT-MIX ASPHALT PAVING 02741-12 f l I I fl D 0 0 0 0 [] 0 0 [J [] [1 u u 0 r"~l .. J Q 0 0 0 [ ·1 _J c 0 u [ n [ [ "! .J 11 _j L L [j -----------·--·--·------·-··------------------------·---·-------·---------------~--------------------------------··--·~-------------------·---·-·-··-··----------------------·--·-·-··--·--··-······------ - ---.----------··----------·-·-·------- -.-----------·-------·-----------------------··-·-- SECTION 02751 REINFORCED CONCRETE FOR SITE WORK PART 1 -GENERAL 1.1 SECTION INCLUDES 1.2 1.3 A. B. This section includes the following: 1. Driveways. 2. Concrete Slabs. 3. Concrete Sidewalk. 4. Concrete curb and gutter. 5. Miscellaneous reinforced concrete. This section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement and driveway as part of the construction. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. RELATED DOCUMENTS . A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Section 02300 -Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. C. Section 02720 -Aggregate Base Course. D. Section 02764 -Pavement Joint Sealants. DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume. 1.4 SUBMITT ALS A. Submit product data in accordance with Section 01300 -Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 01069403 04/04 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. REINFORCED CONCRETE FOR SITE WORK """""""""""""" -••• -···-······-··--------------------·--·-w·- 02751 - 1 1.5 1.6 E. Shop drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2 ·PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. B. Form-Release Agent: . Commercially formulated form-release agent with a maximum of 350 g/l volatile organic compounds (VOC's) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory-fabricated, adjustable-length, removable or snap-off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-112 inches to the plane of the exposed concrete surface. 01069403 04104 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. REINFORCED CONCRETE FOR SITE WORK 02751-2 [J 0 0 0 0 D 0 u 0 [] u Li u 0 [] 0 D 0 c c [ l [J L L [1 2.2 2.3 STEEL REINFORCEMENT A. Plain-Steel Welded Wire Fabric: ASTM A 185, fabricated from as-drawn steel wire into flat sheets, shall be 6" x 6" -10 gauge welded wire fabric, or as shown on plans. B. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook-bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSl's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber-reinforced concrete of greater compressive strength than concrete, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5' -0" maximum in any direction. CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, II, or ill or ASTM G176 IA, IIA, or IIIA for air entrained. C. Aggregate: ASTM C 33, uniformly graded, from a single source, as follows: 1. Class: 4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C or D concrete shall be crushed limestone (Brownwood type or equivalent). Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE Sieve 3/8 inch No.4 No.16 No.30 No.50 No. 100 Percent Retained 0 0-5 20-55 45-75 70-90 98-100 COARSE AGGREGATE Sieve 1-3/4 inch 1-112 inch 3/4 inch 3/8 inch No.4 Percent Retained 0 0-5 30-65 70-90 95-100 Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in 01069403 04104 REINFORCED CONCRETE FOR SITE WORK 02751-3 ,.,,,,,,,,,,,,,,,--· ·-----···-------- 2.4 2.5 2.6 layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. 4. Coarse aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the magnesium sulfate soundness test (ASTM C-88). 5. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C-131 or ASTM C-535. 6. 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 L D. Water: ASTM C 94. ADMIXTURES The use of any material added to the concrete mix shall be approved by the Owner's Representative. A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air-Entraining Admixture: ASTM C 260. Certified by manufacturer to be compatible with other required admixtures. C. Water-Reducing Admixture: ASTM C 494, Type A . D. High-Range, Water-Reducing Admixture: ASTM C 494, Type For Type G. E . Water-Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Engineer and Owner. B. Fiber reinforcement shall be 100% virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type ill. C. Specific gravity -.91 D. Tensile Strength-70,000 psi to 100,000 psi E. Length -2" 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 ASTMC171. 01069403 04104 REINFORCED CONCRETE FOR SITE WORK 02751-4 n [] 0 0 [J 0 0 0 0 0 0 0 u 0 {] lJ u [] [] 0 lJ L c L c Li L [ 2.7 2.8 3. White burlap-polyethylene sheeting for curing concrete shall conform to the requirements of ASTM Cl71. 4. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. RELATED MATERIALS A. Expansion-and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber. B. Texture Surface for Ramps 1. Meet requirements of the Texas Accessibility Standards. 2. Color as selected by Owner. 3. Surface should be non-skid. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. C. Bonding Agent 1. Polyvinyl acetate or acrylic base. D. Sand Cushion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. E. Epoxy Adhesive 1. ASTM C 881, two-component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit project requirements. CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI 301, for each type and strength of normal-weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality-control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. D. Classification 1. The following classes of concrete shall be used: Class A -Curb and Gutter, sidewalks, curb ramps, medians, miscellaneous slabs and post-tensioned slabs Class C -Concrete Pavement and Driveways. E. Mix Design 1. At least 15 days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%). b. A mix design based on water-cement ratio. c. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 01069403 04104 REINFORCED CONCRETE FOR SITE WORK 02751-5 F. G. 2. The Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. 3. Mix designs for various classes of concrete shall conform to the following: Minimum Sacks Class Cement per CY A c Strength Requirements 5.0 6.0 Maximum Gal Water per Sack 6.5 6.0 Maximum Slump Inches 4 3 1. The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test cylinders or beams. Class 3 Day A c Properties COMPRESSIVE 7 Day 28Day 2100 2500 3000 4000 1. Air Entrainment: 5% +/-1 Y2% ASTM C 260. FLEXURAL 600 (28 day) 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 lb/cu.yd. (where applicable). 2.9 CONCRETE MIXING A. Ready-Mixed Concrete: Comply with requirements and with ASTM C 94. B. Ready-Mixed Concrete: Comply with requirements and with ASTM C 94 and ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. C. Project-Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum-type batch machine mixer. 01069403 04104 1. For mixers of 1 cu. yd. or smaller capacity, continue mixing at least one and one- half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For mixers of capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd .. 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. REINFORCED CONCRETE FOR SITE WORK 02751-6 l l [] 0 0 0 0 [J 0 0 0 0 0 [] LI u u Li [ ··1 _, 0) . [] [' J D D fJ [ [ [1 [ [J Li . . [ ----------·----·---·----·-·--··--·---·--·-------------------·· ---·-·-·--·-··--·-----·-----------·--·-···------.. ·-···-----------··---··-------·---·---------·-·---------------·-··-------·---·----·---------·--··---·---··-··-·--·----·-··-·--·--------------··-----------·------·---·----------·----------- PART 3 -EXECUTION 3.1 3.2 3.3 3.4 PREPARATION A. B. Proof-roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. Remove loose material from compacted subbase surface immediately before placing concrete. EDGE FORMS AND SCREED CONSTRUCTION A. B. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel lnstitute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSfs "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. JOINTS A. General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated . 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 01069403 04104 REINFORCED CONCRETE FOR SITE WORK 02751 -7 2. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint-filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Driveways and Pavements 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. a. Refer to plans for joint dimensions. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand-spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand-spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Place concrete in two operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer, or use bonding agent if approved by Engineer. H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry-shake surface treatments. I. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. 01069403 04104 REINFORCED CONCRETE FOR SITE WORK 02751 -8 t f i f 1 _J n 0 0 ll u 0 a 0 0 0 Li ... Li [] Li D 0 1··1 ~--' a [ 1 j j n u [J v [J 0 0 L [ L [! L l Li L [ 3.6 3.7 J. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to, or is expected to fall below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. K. Hot-Weather Placement: Place concrete according to recommendations in · ACI 305R and as follows when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog-spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. CONCRETE FINISHING A. General: Wetting of concrete surfaces during screeding, initial floating or finishing operations is prohibited. B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Light to Medium Broom Finish: For concrete sidewalks. 2. Medium-to-Coarse-Textured Broom Finish: For concrete pavement and driveways, provide a medium-to-coarse finish by dragging float-finished concrete surface 1/16 to 1/8 inch deep with a stiff-bristled broom, perpendicular to line of traffic. 3. Refer to Section 03366 for finish requirements of post-tensioned slabs. CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and follow recommendations in ACI 305R for hot-weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture-retaining-cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. 01069403 04104 REINFORCED CONCRETE FOR SITE WORK 02751-9 b. Continuous water-fog spray. c. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.8 FIELD QUALITY CONTROL A. B. c. D. 01069403 04104 Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTMC94. 2. Slump: ASTM C 143; one test at point of placement for each compressive-strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; one test for each compressive-strength test, but not less than one test for each day's pour of each type of air-entrained concrete. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of compressive-strength specimens. 5. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard cylinders for each compressive-strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory-cured test specimens unless field-cured test specimens are required. 6. Compressive-Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd .. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive-strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as the sole basis for approval or rejection. REINFORCED CONCRETE FOR SITE WORK 02751-10 [J n [] [J [] [J n D 0 0 0 u Li u u Li n 0 [J fJ [1 [} 0 [) I J n L [ L c Li L L L E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete-in-place in the pavement; or c. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. c. Questionable concrete will be considered structurally acceptable if the average of the cores · is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 3.9 REPAIRS OF DEFECTIVE PAVEMENT SLABS A. B. 01069403 04/04 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. 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 114 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. REINFORCED CONCRETE FOR SITE WORK 02751-11 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 comer 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 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° Fat any time during hardening. 3.10 NONWORKING (UNCRACKED) CONTRACTION JOINTS A. 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 02764, PAVEMENT JOINT SEALANTS, of these specifications. 3.11 SPALLING ALONG JOINTS AND CRACKS A. 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 01069403 04/04 REINFORCED CONCRETE FOR SITE WORK 02751-12 n [] 0 0 0 0 lJ 0 lJ 0 0 0 u u u u Li u n L D [} (] Li [ c [ L u [-) j L Li u 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 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 portland-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 02764, PAVEMENT JOINT SEALANTS, of these specifications. 3.12 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS A. 01069403 04104 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 reinforcement 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 1116-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 portland-cement concrete shall be accomplished while the epoxy-resin is still tacky and in such manner that the grout coating REINFORCED CONCRETE FOR SITE WORK 02751-13 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 02764, PAVEMENT JOINT SEALANTS, of these specifications. The 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. 3.13 TOLERANCE IN SLAB THICKNESS A. The thickness of the slab 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. 01069403 04/04 END OF SECTION REINFORCED CONCRETE FOR SITE WORK 02751 -14 ri n [1 0 u u D 0 Li [] u u u u n [') _, a [] n [] [l c u c [ [1 L [] L [ 0 SECTION 02764 PAVEMENT JOINT SEALANTS PART 1 ·GENERAL 1.1 SUMMARY 1.2 1.3 1.4 A. This Section includes the following: 1. Expansion and contraction joints within portland cement concrete pavement. 2. Joints between portland cement concrete and asphalt pavement. RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Section 02751-Reinforced Concrete for Site Work. C. Section 02741-Hot-Mix Asphaltic Concrete Paving. REFERENCES A. ASTM C 1193 -Use of Joint Sealants B. ASTM D 5249 -Backer Material for Use With Cold-and-Hot-Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints C. ASTM D 1751 -Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) D. ASTM D 3405 -Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements E. ASTM D 3406 -Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements F. ASTM C 920 -Elastomeric Joint Sealants SUBMITTALS A. B. c. D. E. Product Data: For each joint-sealant product indicated. Samples for Verification: For each type and color of joint sealant required. Install joint- sealant samples in 112-inch-wide joints formed between two 6-inch-long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating the following: 1. Materials forming joint substrates and joint-sealant backer materials have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 01069403 04/04 PAVEMENT JOINT SEALANTS 02764-1 1.5 1.6 1.7 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint-sealant installations with a record of successful in-service performance. B . Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTME548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. DELNERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. 3. When blowing dust conditions exist. B. Joint-Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than that allowed by joint sealant manufacturer for application indicated. C. Joint-Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 01069403 04/04 PAVEMENT JOINT SEALANTS 02764-2 r r1 [] n ll n {] 0 [1 u 0 0 u l1 u Li u 0 n [l D u [; ·' p li .l D [l l D [ [ [ l ' ._,, [r •' [ L c PART 2 ·PRODUCTS 2.1 MATERIALS, GENERAL 2.2 2.3 A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field experience. · B. Bituminous pre-molded expansion joint shall conform to ASTM D 1751. C. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOP-SEAL" or "Gardox". 1. Hot poured sealant for joints between portland cement concrete and bituminous concrete shall conform to ASTM D 3405. 2. Hot poured sealant for all other joints in portland cement concrete pavement shall conform to ASTM D 3406. 3. Cold poured joint sealant shall conform to ASTM C 920. D. Mix material in accordance with manufacturer recommendations. JOINT-SEALANT BACKER MATERIALS A. General: Provide joint-sealant backer materials that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold-and Hot-Applied Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depths and prevent bottom-side adhesion of sealant. C. Backer Strips for Cold-and Hot-Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depths, prevent bottom-side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold-Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depths and prevent bottom-side adhesion of sealant. PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant- substrate tests and field tests. PART 3 ·EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with fustaller present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint-sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 01069403 04104 PAVEMENT JOINT SEALANTS 02764-3 3.2 3.3 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces. INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and ·at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. l. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with the following and at the same time backings are installed: l. Place sealants so they directly contact and fully wet joint substrates. 2. Completely ftll recesses provided for each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 01069403 04104 PAVEMENT JOINT SEALANTS 02764-4 l ! u [l 0 0 n 0 0 Li u u u u 0 0 r; G (} n n 0 f4 ·' [] L 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work. END OF SECTION 01069403 04104 PAVEMENT JOINT SEALANTS 02764-5 D [J B B c ['. [ r; ti L c u L [ ----.. --------~------------------------------·--------------------·-·---·-------·------------·----~------------ SECTION 02780 CONCRETEUNITPAVERS PART 1 ·GENERAL 1.1 RELATEDDOCUMENTS: The Drawings, Division 0 and Division 1 apply to work under this section. 1.2 SCOPE A. Concrete pavers units. B. Bedding and joint sand. 1.3 RELATED WORK IN OTHER SECTIONS A. Section 03300 -Cast-In-Place Concrete 1.4 REFERENCES Street thickness should be designed in consultation with a qualified civil engineer, in accordance with established flexible pavement design procedures, and in accordance with the ICPI Technical Bulletins. Sample construction detail drawings are available from the ICPI. A. American Society of Testing and Materials (ASTM): 1. C 33, Specification for Concrete Aggregates. 2. C 136, Method for Sieve Analysis for Fine and Coarse Aggregate. 3. C 140, Sampling and Testing Concrete Masonry Units. 4. C 144, Standard Specification for Aggregate for Masonry Mortar. 5. C 979, Specification for Pigments for Integrally Colored Concrete. 6. D 698, Test Methods for Moisture Density Relations of Soil Aggregate Mixtures Using a 5.5-lb (2.49 kg) Rammer and 12 in. (305 mm) drop. 7. D 1557, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 10-lb (4.54 kg) Rammer and 18 inc. (457 mm) drop . 8. D 2940, Graded Aggregate Material for Bases or Subbases for Highways or Airports. 1.5 QUALITY ASSURANCE A. Manufacturer: Company specializing in the manufacture of concrete interlocking pavers for a minimum of three (3) years. B. Installation shall be by a contractor and crew with at least one year of experience in placing interlocking concrete pavers on projects of similar nature or dollar cost. C. Installation Contractor shall conform to all local, state/provincial licensing and bonding requirements. 1.6 SUBMITTALS A. Submit product drawings and data. 01069403 04104 CONCRETE UNIT PA VERS 02780-1 1.7 B. Submit full size sample sets of concrete paving units to indicate color and shape selections. Color will be selected by Architect/Engineer/Landscape Architect/Owner from manufacturer's available colors. C. Submit sieve analysis for grading of bedding and joint sand. D. Submit test results from an independent testing laboratory for compliance of paving unit requirements to manufacturer's specifications. E. Indicated layout, pattern, and relationship of paving joints to fixtures and project formed details. F. Substitutions: Substitutions shall be submitted 10 days prior to bid opening for acceptance. MOCK-UPS A. Install a 5 ft. x 5 ft. (1.5 m x 1.5 m) paver area as described in Article 3.2. This area will be used to determine exact jointing at intersections, the surcharge of the bedding sand layer, joint sizes, lines, laying pattem(s), color(s), and texture of the job. This area shall be the standard from which the work will be judged. Consideration shall be given with regard to differences in age of materials from time of mock-up erection to time of actual product delivery. Designated method for removal of cementitious residues (see 3.2 K) shall be executed prior to submittal of mock-up for acceptance. 1.8 DELIVERY, STORAGE AND HANDLING 1.9 A. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product. B. Sand shall be covered with waterproof covering to prevent exposure to rainfall or removal by wind. The covering shall be secured in place. C. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. ENVIRONMENTAL CONDITIONS A. Do not install sand or pavers during heavy rain or snowfall. B. Do not install sand and pavers over frozen base materials. C. Do not install frozen sand. PART 2 -PRODUCTS 2.1 PAVEMENT TYPE Concrete Unit Pavers -Plaza I Stone and Concrete Unit Pavers -Plaza II Stone: As manufactured by Pavestone Co. (or approved equal), 3215 State Highway 360, Grapevine, Texas 76049, Phone (817) 481-5802. Color and finish as shown on plans. 2.2 FILTER FABRIC Shall be equal to "Stabilenka" as manufactured by American Enka, Company and American Excelsior Company of Houston, Texas. 01069403 04104 CONCRETE UNIT PA VERS 02780-2 fl [] n fJ n [J 0 0 Q (J 0 n n D lJ u u fl f] 0 [! c [~ (] r:· c L c c 2.3 2.4 2.5 2.6 2.7 VISUAL INSPECTION A. All units shall be sound and free of defects that would interfere with the proper placing of unit or impair the strength or permanence of the construction. B. Minor cracks incidental to the usual methods of manufacture, or chipping resulting from customary methods of handling in shipment and delivery, shall not be deemed grounds for rejection. SAMPLING AND TESTING A. Manufacturer shall provide access to lots ready for delivery to the Owner or his authorized representative for testing or sampling of material prior to commencement of paver placement. B. Manufacturer shall provide a minimum of three (3) years testing backup data showing manufactured products that meet manufacturer's specifications when tested in compliance withASTM C-140. C. Sampling shall be random with a minimum of nine (9) specimens per 20,000 sq. ft. per product shape and size with repeated samples taken every additional 20,000 sq. ft. or a fraction thereof. D. Test units in accordance with ASTM for compressive strength, absorption and dimensional tolerance. A minimum of three (3) specimens per test required for an average value. Testing of full units is preferred. REJECTION A. In the event shipment fails to conform to the specified requirements, the manufacturer may sort it, and new test units shall be selected at random by the Owner from the retained lot and tested at the expense of the manufacturer. If the second set of test units fails to conform to the specified requirements, the entire lot shall be rejected. EXPENSE OF TESTS A. The expense of inspection and testing shall be borne by the Owner. BEDDING AND JOINT SAND The type of sand used for bedding is often called sand that is suitable for the manufacturing of concrete. Sands vary regionally. Screenings and stone dust can be unevenly graded and have an excess amount of material passing the No. 200 (75 Hm) sieve. Bedding sands with these characteristics should not be used. Contact paver contractors local to the project and confirm sand(s) successfully used in previous similar applications. Limestone sand should not be used for bedding sand. Mason sands are typically acceptable only for joint sand, provided they meet grading requirements as shown in Table 2 of this section. A. Bedding and joint sand shall be clean, non-plastic, free from deleterious of foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. When concrete pavers are subject to vehicular traffic, the sands shall be as hard as practically available. 01069403 04/04 CONCRETE UNIT PA VERS 02780-3 B. Grading of sand samples for the bedding course and joints shall be done according to ASTM 136. The bedding sand shall conform to the grading requirements of ASTM C33 as shown in Table 1. Table 1 Grading Requirements for Bedding Sand ASTM33 Sieve Size Percent Passing 3/8 in. (9.5 mm) 100 No. 4 (4.75 mm) 95to100 No. 8 (2.36 mm) 85 to 100 No. 16 (1.18 mm) 50 to 85 No. 30 (600 um) 25 to60 No. 50 (300 um) !Oto 30 No. 100 (150 um) 2to 10 Bedding sand may be used for joint sand. However, extra effort in sweeping and compacting the pavers may be required in order to completely fill the joints. If joint sand other than bedding sand is used, the gradations shown in Table 2 are recommended. Joint sand should never be used for bedding sand. C. The joint sand shall conform to the grading requirements of ASTM C 144 as shown in Table 2 below: 01069403 04104 Table2 Grading for Joint Sand ASTMC144 Sieve Size Natural Sand Percent Passing No. 4 (4.75 mm) 100 No. 8 (2.36 mm) 95 to 100 No. 16 (1.18 mm) 70to 100 No. 30 (600 um) 40to75 No. 50 (300 um) !Oto 35 No. 100 (150 um) 2to15 No . 200 (75 um) 0 CONCRETE UNIT PA VERS 02780-4 l l r1 n fJ 0 D 0 0 0 0 n u u fJ n u u u ------------------···---~-·----~4----------~~--.. -·-----~----·-------------------------------------··-----------------·--------------------·-------------------·----------------------·----------------·------~------·-----------~-------------- 0 [J [l l n n r1 . u IJ [ '1 ·' n u L u [: .. I ) c PART 3 ·EXECUTION 3.1 3.2 EXAMINATION For installations on a compacted aggregate base and soil subgrade, the specifier should be aware that the top surface of the pavers may be 1/8 to 1/4 in. (3 to 6 mm) above the final elevations after compaction . This difference in initial and final elevations is to compensate for possible minor settling. A. Verify that subgrade preparation, compacted density and elevations conform to the specifications. Compaction of the soil subgrade to at least 96% Standard Proctor Density per ASTM D 698 is recommended. Higher density, or compaction to ASTM D 1557 may be necessary for areas subject to continual vehicular traffic. Stabilization of the subgrade and/or base material may be necessary or saturated subgrade soils . The Architect/Engineer should inspect subgrade preparation, elevations, and conduct density tests for conformance to specifications. B. Verify that Geotextiles, if applicable, have been placed according to specifications. C. Verify that aggregate base materials, thickness, compaction, surface tolerances, and elevations conform to the specifications. D. Local aggregate base materials typical to those used for flexible pavements or those conforming to ASTM D 2940 are recommended . Compaction to not less than 95% Proctor Density in accordance with ASTM D 698 is recommended for pedestrian areas . Compaction to not less than 98% Modified Proctor Density according to ASTM D 1557 is recommended for vehicular areas. The aggregate base should be spread and compacted in uniform layers not exceeding 6 in. (150 mm) thickness. Recommended base surface tolerance should be plus or minus 3/8 in. (10 mm) over a 10 ft. (3 m) straight edge. The Architect/Engineer should inspect Geotextiles materials and placement (if applicable), base preparation, surface tolerances, elevations, and conduct density tests for conformance to specifications. Mechanical tampers are recommended for compaction of soil subgrade and aggregate base around lamp standards, utility structures, building edges, curbs, tree wells and other protrusions. In areas not accessible to roller compaction equipment, compact to specified density with mechanical tampers. E. Verify location, type, installation and elevations of edge restraints around the perimeter area to be paved. F. Verify that base is dry, uniform, even and ready to support sand, pavers, and imposed loads. G. Beginning of bedding sand and paver installation means acceptance of base and edge restraints. INSTALLATION A. Spread the sand evenly over the base course and screed to a nominal 1 in. (25 mm) thickness, not exceeding 1 1/2 in. ( 40 mm) thickness. The screeded sand should not be distributed. Place sufficient sand to stay ahead of the laid pavers . Do not use the bedding sand to fill depressions in the base surface. B. Ensure that pavers are free of foreign materials before installation. C. Lay the pavers in the pattern(s) as shown on the drawings . Maintain straight pattern lines. 01069403 04104 CONCRETE UNIT PA VERS 02780-5 D. E. F. G. H. I. J. K. L. M. N. 0. P. Q. 01069403 04/04 Joints between the pavers on average shall be between 1/16 in. and 3/16 in. (2 mm to 5 mm) wide. Some paver shapes require a larger joint. Consult manufacturer for recommended joint widths. Fill gaps at the edges of the paved area with cut pavers or edge units. Units cut no smaller than one-third of a whole paver are recommended along edges subject to vehicular traffic. Cut pavers to be placed along the edge with a mounted motor driven masonry saw. Use a low amplitude, high frequency plate vibrator to vibrate the pavers into the sand. Use Table 3 below to select size of compaction equipment. Table3 Minimum Centrifugal Paver Thickness 60mm 80mm Compaction Force 3000 lbs. ( 13 kN) 5000 lbs. (22 kN) Vibrate the pavers, sweeping dry joint sand into the joints and vibrating until they are full. This will require at least two or three passes with the vibrator. Do not vibrate within 3 ft. ( 1 m) of the unrestrained edges of the paving units. All work to within 3 ft. (1 m) of the laying face must be left fully compacted with sand- filled joints at the completion of each day. After initial vibration, washed sand conforming to Section 2.6 C shall be spread over the paving stone surface, allowed to dry, and vibrated into the joints with additional vibrator passes. The designated method for removal of cementitious residues shall be: After secondary vibration, clean cement residues from surface aggregates by the use of water power washer with a minimum of 3000 psi nozzle pressure, or sand blast with similar jointing sand gradations blasting sand at maximum 100 psi, or acid etch with materials as recommended by manufacturer. Care shall be exercised as not to contaminate or affect adjacent surfaces. Proper execution of post installation cleaning is the sole responsibility of the paver contractor. After washing, allow pavement to dry, reapply washed sand conforming to Section 2. 7 C to the paving stone surface and vibrate into the joints with one final vibrator pass and brushing as to completely fill the joints. Sweep off excess sand when the job is complete. The final surface elevations shall not deviate more than 3/8 in. ( 10 mm) under a 10 ft. (3 m) long · straight edge. The surface elevation of pavers shall be 1/8 in. to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. The resanding as necessary of paver joints shall be accomplished by contractor for a period of 90 days after completion of work. CONCRETE UNIT PA VERS 02780-6 f l ( I j r1 n [] n 0 n n Q u 11 n 0 l1 0 cl L 0 u 0 ----~ --··------·---·- n 0 n u fl n n B r1 'l j .1 ---------·--------·-----------------------------~-~-------------~-----------~·-·----·-------~~-----------,~-'-----~~----··--~-~~~----~·-·----~.~-·---~~----- 3.3 FIELD QUALITY CONTROL: A. After removal of excess sand, check final elevations for conformance to the drawings. 01069403 04104 END OF SECTION CONCRETE UNIT PA VERS 02780-7 c n Li f J B. I . [1 _; (1 . J c c l ·~ • .J . -------·------·--·--·-----------------------------.---------····-·······-----------------------·-------------··---· ---------------.------·------~--------------------------·- SECTION 02786 COAL TAREMULSION SEAL COAT PART 1 ·GENERAL 1.1 SECTION INCLUDES This item shall consist of an application of coal tar pitch emulsion seal coat, without mineral aggregate, with the use of a latex rubber additive, applied on a previously prepared asphalt surface, in accordance with these specifications for the area shown on the plans or as designated by the Engineer. 1.2 REFERENCES A. Federal Specifications 1. R-P 355c pitch, coal tar emulsion (coating for Bituminous Pavements). B. American Society for Testing Materials (ASTM) 1. C 136 Method for Sieve Analysis of Fire and Course Aggregates. 2. D 490 specification for Road Tar. 3. D 2939 Method for Testing Emulsified Bitumens Used as Protective Coatings. 4. D 2320 standard Specification for Emulsified Coal-Tar Pitch (Mineral Colloid Type). 5. D 5727 Standard Specification for Emulsified Refined Coal Tar (Mineral Colloid Type) . PART 2 ·PRODUCTS 2.1 2.2 2.3 BITUMINOUS MATERIAL A. Use Tarconite ® coal tar emulsion with Armorflex ® by Neyra Industries, Inc, or approved equal. B. The bituminous material shall be a coal tar pitch emulsion prepared from a high temperature coal tar pitch conforming to the requirements of ASTM D 490. Oil and water gas tar shall not be used even though they comply with ASTM D 490. The coat tar pitch emulsion shall conform to all requirements of Federal Specification R-P-355 except the water content shall not exceed 35 percent. WATER The water used in mixing shall be clear, fresh, potable and free from harmful soluble salts. The temperature of the water shall be at least 50°F. The pH of the water added during mixing shall conform to the requirements of the coal tar emulsion manufacturer. EXECUTION COMPOSITION AND APPLICATION The rubberized coal tar pitch emulsion seal coat shall consist of a mixture of coal tar pitch emulsion, water, latex rubber and aggregate in the proportions shown in Table 2. The amount of 01069403 04104 COAL TAR EMULSION SEAL COAT 02786-1 water added to the rubberized coal tar pitch emulsion or to the rubberized coal tar pitch emulsion sand slurry, to achieve application consistency, shall not exceed 80 percent of the coal tar pitch emulsion. TABLE 2. COMPOSITION OF MIXTURE COMPOSITION OF MIXTURE Coal Tar Pitch Water Gal. per Sand lbs. per Application Emulsion Gal. Gal. of Gal.of Rate Gal. per w/armonflex® Emulsion Emulsion Sq. Yd. 1st Appl. 1.0 0.35(max) 0 0.17 2nd Appl. 1.0 0.35(max) 0 0.17 * Armorflex ® rate as recommended by the manufacturer PART 3-EXECUTION 3.1 APPLICATION 3.2 A. New HMAC must be allowed to cure a minimum of 30 days before applying coal tar emulsion. B. The coal tar emulsion seal coat shall be applied in two coats at the rates specified in Table2. CONSTRUCTION METHODS A. Weather Limitations The seal coat shall not be applied when the weather is foggy or when rain threatens, nor when the atmospheric or pavement temperature is below 50°F., unless otherwise approved by the Engineer. Rain must not be anticipated within eight (8) hours after application is completed. B. Equipment and Tools The Contractor shall furnish all equipment, tools and machinery necessary for the performance of the work. All methods employed in performing the work and all equipment, tools and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started and, wherever found unsatisfactory, shall be changed or improved. Distributors used for the spray application of the seal coat shall be self-propelled, equipped with pneumatic tires, and capable of uniformly applying 0.15 to 0.55 gallons per square yard (0.69 to 2.5 liters per square meter) of material over the required width of application. Distributors shall be equipped with removable manhole covers, tachometers, pressure gauges, and volume-measuring devices. The mixing tank shall have a mechanically powered, full-sweep, mixer with sufficient power to move and homogeneously mix the entire content of the tank. The distributor shall be equipped with a 01069403 04104 COAL TAR EMULSION SEAL COAT 02786-2 n l ; n 'L J n 0 0 G 0 0 [} 0 0 n u 0 u u u 0 [J 0 [J 0 B D [,, J [1 [; [ r1 lj {j positive displacement pump so that a constant pressure can be maintained on the mixture to the spray nozzles. The mixing machine shall have a continuous flow mixing unit capable of accurately delivering a predetermined proportion of emulsion, water, aggregate and latex rubber and of discharging the thoroughly mixed product on a continuous basis. The mixing unit shall be capable of thoroughly blending all ingredients together and discharging the material to the spreader box without segregation. Attached to the mixing machine shall be a mechanical type squeegee distributor box, equipped with flexible material in contact with the surface to prevent loss of slurry from the spreader box. It shall be maintained to prevent loss of slurry on varying grades and adjusted to assure uniform spread. There shall be a lateral control device and a flexible strike-off capable of being adjusted to lay the slurry at the specified rate of application. The spreader box shall be kept clean; coal-tar emulsion and aggregate build-up on the box shall be permitted. The Contractor shall furnish all equipment and materials and labor necessary to calibrate the equipment. It shall be calibrated to assure that it will produce and apply a mix that conforms to the job mix design. Commercial equipment should be provided with a method of calibration by the manufacturer. All calibrations shall be made with the approved job materials prior to applying the seal coat to the pavement. A copy of the calibration test results shall be furnished to the Engineer. The Engineer shall check the calibrations with water for the individual quantities in the mix design. Other tools or equipment, such as brushes, hand squeegees, hose equipment, aggregate batchers, sand spreaders, tank trucks, water distributors and flushers, power sweepers, power blowers, barricades, etc., shall be provided as required. C. Preparation of Pavement Surface 1. Clean pavement surface prior to applying coating. 2. Protect adjacent curbs, walks, fences and other items from receiving coating. 3. A minimum time period of 30 days shall elapse between the placement of an asphalt surface course and the application of the seal coat. D. Application of Emulsion 01069403 04104 After the pavement surface has been inspected and approved, the coating shall be applied over the pavement in two applications in accordance with the method described below in sub-paragraph (1) Distributor or Applicator. Due to the settling that may take place in transit, the emulsion shall be thoroughly agitated before use and during use so that a homogenous consistency is assured for proper and uniform application. 1. Distributor or Applicator. When applied by distributor or approved type of applicator, the emulsion shall be applied uniformly to the surface of the pavement at the prescribed pressures and in the amounts per square yard as specified in Table 2. The emulsion shall be thoroughly mixed before and during application. Each prior application shall be cured sufficiently to drive over without damage before the next application is applied. During the application, surfaces of adjacent structures shall be protected to prevent them from being spattered or marred. In areas inaccessible to the distributor, application may be by the hand method . COAL TAR EMULSION SEAL COAT 02786-3 E. F. G. H. I. 01069403 04104 Curing Each application shall be allowed to cure sufficiently to take traffic without scuffing. The mixture shall be permitted to cure for 48 hours after the final application before opening to traffic. Any damage to the uncured mixture will be the responsibility of the contractor to repair at his expense. Handling The mixture shall be continuously circulated or agitated from the time it has been mixed until its application on the pavement surface. The distributor or applicator, pumps and all tools shall be maintained in satisfactory working condition. Emulsion Material Contractor's Responsibility Samples of the emulsion that the contractor proposes to use, together with a statement as to its source, must be submitted and approved before use of such material begins. The contractor shall furnish manufacturer's certification that each consignment of the emulsion shipped for the work meets the requirements of Fed. Spec. R-P-355, with the exception that the volatile material shall not exceed 50 percent and the non-volatile be 50 percent minimum. The report shall be delivered to the Engineer. The manufacturers' certifications for the emulsion, sand and rubber additive shall not be interpreted as a basis for final acceptance. All such reports shall be subject to verification by testing samples of the emulsion received for use on the project. The manufacturers shall furnish or certify weigh bills and delivery tickets to the job site. Cleaning After Application 1. Remove coating from surfaces other than those requiring coating. Protection 1. Barricade coated area until coating has dried sufficiently for traffic. END OF SECTION COAL TAR EMULSION SEAL COAT 02786-4 l n fl l-.... 1 J fl 0 0 0 n 0 n 0 D u u Li u [] u ·-~----------· ----------------~ 8 [1 D c [J c [ u [ LI. '· i ' c L ( 1 J c SECTION 02810 LANDSCAPE IRRIGATION SYSTEM PART 1 • GENERAL 1.1 1.2 1.3 Drawings, Standard General Conditions of Contract, Special Conditions and Division-1 specification sections, apply to work of this section. DESCRIPTION Landscape irrigation system components and installation procedures. LICENSED IRRIGATOR Installation of the irrigation system shall be under the supervision of a licensed irrigator in the State of Texas. STANDARDS ASTM D1785 (ANSI B72.7): Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. ASTM D2241 (ANSI B72.2): Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR). ASTM D2466: Standard Specification for Poly (Vinyl Chloride (PVC) Plastic Pipe Fittings, Schedule 40. ASTM D2564 (ANSI B72.16): Standard Specification for Solvent Cements for Poly (Vinyl · Chloride) (PVC) Pipe and Fittings. ASTM D2855 (ANSI K65.55): Standard Recommended Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 1.4 EQUAL MATERIALS A. It is not the intent of these specifications to limit materials to the product of any particular manufacturer. Where definite materials, equipment and/or fixtures have been specified, it has been done to set a definite standard and a reference for comparison as to quality, application, physical conformity. and other characteristics. It is not the intention of the Owner or the Consultant to discriminate against or prevent any dealer, jobber or manufacturer from furnishing materials, equipment, and/or fixtures, which meet or exceed the characteristics of the specified items. Substitution of materials shall not be made without prior written approval from the Owner and the Consultant. B. Design criteria and water pressure must be carefully considered when seleeting equipment. 01069403 04104 Only equipment that performs as specified will be considered. WATER SMART IRRIGATION, INC. 02810-1 1.5 1.6 1.7 1.8 LOCATION OF AND DAMAGE TO EXISTING UTILITIES The Contractor is responsible for locating underground obstacles. Exercise caution to prevent damage to existing facilities during the progress of the work, taking care to locate same, where possible, in advance of the actual work. The Owner's representative will render all assistance possible to the Contractor in determining the location of existing utilities by making available such maps, records and other information as may be accessible to him, when requested to do so, but the accuracy of such information will not be guaranteed. The Contractor shall be responsible for repairs resulting from damage to existing utilities resulting from his operations. Should the Contractor, in the layout of work, encounter any pipe, underground utility, or structure, the location of which has not been furnished to him by the Owner, he shall bring such conditions to the attention of the Owner's representative for his determination of the method to be used to remove or bypass such obstructions. WATER SUPPLY Make connections to the existing water line at the location shown on the plans. WORKMANSIDP Install equipment in accordance with the recommendations of the manufacturer and the best standard practice for this type of work. Care must be taken to keep the inside of the pipes clean and free of dirt, rock, cutting, etc. Flush all systems clean prior to installing sprinkler heads. CODES AND PERMITS Install all work according to applicable codes and ordinances of the City and the National Electrical Code. Obtain and pay for all required permits. 1.9 WEATHER PROTECTION Protect and maintain all work, materials and fixtures from weather damage. All new work likely to be damaged shall be covered or otherwise protected. 1.10 SITECONDITIONS Before ordering materials or beginning work, verify dimensions of existing and new work. Any differences found shall be submitted to the Owner's representative for consideration before proceeding with work. No extra compensation will be allowed because of differences between actual dimensions and measurements indicated on the plans. Plans are diagrammatic and approximate. 1.11 PROTECTION AND SAFETY A. Send proper notices, make all necessary arrangements and perform other services required for the care, protection and maintenance of public utilities, and services, including fire plugs, telephone and telegraph poles and wires, and all other items of this nature on or about the site, assuming all responsibility and paying all costs for which the Owner may be liable. 01069403 04104 WATER SMART IRRIGATION, INC. 02810-2 n fl 0 n Li 0 0 0 0 {] 0 0 Li u u u fJ [J 0 [] 0 D B c . ' c [J LJ lJ [J L [-, --· u ------· -.-·-----·-••-----w-' --------~--------~~ ~ -------~ -------------- w-----------------·-------~ ~ - - -------~ -------~-------------------------~---- B. Construct and maintain necessary temporary drainage and provide pumping, as required, to keep excavations free of water. C. Provide all shoring, bracing and sheeting as required by OSHA Regulations and for the proper execution of the work. All shoring, bracing and sheeting shall be removed from the site when the work is completed. D. Fires are not permitted. E. All work shall be performed in accordance with the national "Occupational Safety and Health Standards" (OSHA). 1.12 SUBMITIALS Using hard cover 3 ring notebooks, provide not less than three (3) copies of complete brochures describing equipment and materials, including names of manufacturer's catalog numbers, trade names, instructions for setting, connecting and operation, technical data and any special information requested. Unless resubmission is required, two will be retained and one returned after being reviewed. H resubmission is required, one corrected copy and one original copy will be returned after being reviewed. H resubmission is required, one corrected copy and one original copy will be returned and one will be retained. One approved copy shall be in the file of the Contractor's representative at the project site. 1.13 RECORD PRINTS A. Provide and keep a complete up-to-date a Record Set of blue-line prints which shall be corrected daily and show every change from the original plans and specifications and the exact locations, sizes and kinds of equipment. Prints for this purpose may be obtained from the Owner's representative at cost. This set of drawings shall be kept on the site and shall be used only as a record set. B. These drawings shall also serve as work progress sheets and shall be the basis for measurement and payment for work completed. Make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed. These plans shall be available at all times for inspection and shall be kept in a location designated by the Consultant. C. Before the date of the final inspection, transfer all information from the record prints to an ozalid sepia, provided by the Consultant. All work shall be neat, in ink, and subject to the approval of the Consultant. D. Dimension from two (2) permanent points of reference, building corners, sidewalks, or road intersections, etc., the location of the following items: 1. Connection to existing water lines. 2. Connection to existing electrical power. 3. Gate valves. 4. Routing of irrigation pressure lines (dimension maximum 100' along routing). 5. Remote control valves. 6. Routing of control tubing. 7. Quick coupling valves. 8. Manual drain valves. 9. Routing of irrigation lateral lines (with a change of two (2) feet each way). 10. Other related equipment as directed by the Owner's representative. E. Prior to the date of the final inspection, the contractor shall deliver the corrected and completed sepias to the Consultant for approval. Delivery of the sepias will not relieve the responsibility of furnishing required information that may be omitted from the prints. 01069403 04104 WATER SMART IRRIGATION, INC. 02810-3 1.14 CONTROLLER CHARTS A. The Consultant shall approve the record prints before the controller charts are prepared. B. Provide one controller chart for each automatic controller. C. The chart shall show the area controlled by the automatic controller and shall be the maximum size, which the controller door will allow. D. The chart is to be a reduced plan of the actual approved in-place system. E. The chart shall be a photo-static copy of blue-line ozalid print and a different color shall be used to indicate the area of coverage for each station. F. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum of 20 mils. G. These charts shall be completed and approved by the Consultant prior to final inspection of the irrigation system. 1.15 IRRIGATION CONTRACTOR'S RESPONSIBILITY A. Prior to submittal of the bid, the Contractor shall acquaint himself with all matters and conditions concerning the site and existing conditions. B. Coordinate work with the other trades so that all phases of the work may be properly coordinated without delays or damage to any parts of the work. C. The Contractor shall be responsible for all sleeves and chases under paving, through walls, etc., unless otherwise noted on plans. 1.16 CHANGES IN THE WORK A. The Owner may, without invalidating the contract, order additional work or alterations to the contract. B. Any changes shall be requested in writing and the contract sum shall be adjusted according to the unit cost bid submitted by the Contractor. Any extension of time due to additions in work shall be adjusted at the time of the change order. C. Minor changes, such as head locations and controller locations, which do not involve extra cost and are consistent with the purpose of the work may be ordered by the Owner's representative and no claim for an addition to the contract sum or time schedule will be considered. 1.17 FINAL INSPECTION A qualified person duly authorized in writing to represent the Irrigation Contractor shall be present at the final · inspection to demonstrate the systems and prove the performance of the equipment. Prior to this inspection, all work under this division shall have been completed, tested, balanced and adjusted and in final operating condition. 1.18 GUARANTEE A. 01069403 04/04 Guarantee the satisfactory operation of the entire system, to the extent possible under the scope of the work included in this contract. The entire system shall be guaranteed to be complete and work properly for a period of one year from date of final acceptance. Repair any defects or replace any defective parts found or occurring within that year, free of expense to the Owner. WATER SMART IRRIGATION, INC. 02810-4 11 I J 11 0 D 0 0 0 u u 0 0 D (] [J u u u u B. Include a copy of the guarantee form in the Operation and Maintenance Manual. 1.19 MISCELLANEOUS SERVICES OF IRRIGATION CONTRACTOR A. Train at least two (2) of the Owner's employees in the operation and maintenance of the system. This shall include the operation of the controllers and valves, how to most effectively use the system, and maintenance on all equipment including the removal and replacement of valve and controller components. B. Provide two (2) quick coupling valve keys and two (2) sets of automatic controller keys for each controller. This equipment shall be turned over to the Owner upon final acceptance of the work by the Owner. C. Provide a watering program to the Owner showing the scheduling or sequencing of the valves, including which valves may be run simultaneously, and a desirable timing program for each controller. The controllers shall be scheduled to prevent an excessive amount of head loss in the system. The program shall include suggested operating time for new planting and established growth. D. Operation and Maintenance Manuals -Prepare and deliver to the Consultant, within ten calendar days prior to completion of construction, two hard cover, three ring binders containing the following information: 1. Index sheet stating Contractor's address and telephone number, list of equipment with name and addresses of local manufacturer's representative. 2. Catalog and parts sheets on each product and equipment type installed under this contract. 3. Guarantee statement. 4. Complete operating and maintenance instruction on all major equipment. 1.20 SITE OR FJELD VISITS BY THE CONSULTANT A. The Consultant will visit the site once to examine materials for type, size and character specified. The Consultant will also visit the site once to examine the installation and operation of the system. B. Should additional trips be required due to rejection of materials or improper or inadequate completion of the work, the costs of additional trips will be paid for by the Contractor. Such costs will include the Consultant's time, travel and other miscellaneous related expenses. PART 2 -MATERIALS 2.1 GENERAL All materials and accessories shall be of new and unused material. Any section of pipe found to be defective before or after installation shall be replaced with new pipe. All new irrigation equipment shall be essentially the standard product of the manufacturer. All new equipment furnished shall have in-service performance records sufficient to verify published capabilities. 01069403 04104 WATER SMART IRRIGATION, INC. 02810-5 2.2 PIPE AND FITTINGS A PVC Pressure Main Line and Fittings: 1. Pressure main line piping shall be SDR 21 (200 PSI) PVC. Main line piping less than three (3) inches in diameter shall have solvent welded joints. Main line piping greater than three (3) inches in diameter shall be JM Ring-Tite gasketed bell joint pipe, or approved equal. 2. Pipe shall be made from NSF approved Type I, Grade I PVC compound conforming to ASTM resin specification D1785. All pipes must meet the requirements of Federal Specification S-21-70. 3. PVC solvent-weld fittings shall be Schedule 40, 1-2; 11-1 NSF approved conforming the ASTM test procedure D2466. 4. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 5. All PVC pipe must bear the following markings: a. Manufacturer's name. b. Nominal pipe size. c. Schedule or class. d. Pressure rating in PSI. e. NSF (National Sanitation Foundation) approval. f. Date of extrusion. 6. All fittings shall bear the manufacturer's name of trademark, material designation, size applicable IPS schedule and NSF seal of approval. B. PVC Non-Pressure Lateral Line Piping: 1. Non-Pressure buried lateral line piping 3/4" in diameter and above shall be SDR 21 (200 PSI) PVC with solvent-weld joints. Laterals 112" in diameter shall be SDR 13.5 Class 315 PVC with solvent-weld joints. 2. Pipe shall be made from NSF approved, Type I, Grade II PVC compound conforming to ASTM resin specification D1785. All pipes must meet the requirements of Federal Specification PS-21-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs above, pipe and fittings for PVC non-pressure lateral line piping will be the same as for solvent-weld pressure main line pipe and fittings as set forth in "PVC Pressure Main Line Pipe and Fittings" above. 2.3 AUTOMATIC CONTROLLERS 2.4 A Automatic controllers shall be of type and size shown on the plans. B. The Owner's Representative shall approve the final location of automatic controller prior to installation. C. The 120 volt electrical power for the automatic controller shall be provided by the Contractor. D. Controller shall be housed in a metal locking weatherproof cabinet. ISOLATION VALVES All isolation valves shall be thermoplastic manufactured to ASTM F 1970 and constructed from PVC Type I, ASTM D 1784 Cell Classification 12454 or CPVC Type IV, ASTM D 1784 Cell Classification 23447. All 0-rings shall be EPDM or genuine Viton®. All valves shall have Safe- 01069403 04/04 WATER SMART IRRIGATION, INC. 02810-6 n n 0 D 0 D 0 0 0 0 0 0 [] 0 [] [] u fl D [] [] D D Fl u D [J c [ 0 D ' ' 0 lJ (] ------------·----·-· ·-·--------------.. ---·-------~--------------------------------------·-·--···---·------------------·-------·-------------·---·--··--·--------·-------··---·---------------------··-·---------·-------------·-·-------------------·--·----------------·-··-·-·--------~-.---~·-·-----·--------- 2.5 2.6 2.7 2.8 2.9 T-Shear® stem with 0-ring stem seal. All handles shall be polypropylene. All union nuts shall have Buttress threads. All seal carriers shall be Safe-T-Blocked®. All valves shall be certified by NSF International for use with potable water. All 112" -2" valves shall be pressure rated to 235 psi for water @ 73° F. All 2 W' -4" and all flanged valves shall be rated to 150 psi for water @ 73°F. REMOTE CONTROL VALVES The remote control valves shall be of the type shown on the drawings, and shall be electrically operated, normally closed diaphragm type valves. Valves shall be slow opening and closing. Valves shall have a manual flow control and manual bleed plug. QUICK COUPLING VALVES The quick coupling valves shall be of the type and size shown on the drawings. BACKFLOW PREVENTER The backflow prevention device shall be of the type and size shown on the drawings. The backflow preventer will be installed at location(s) shown on the drawings. Install backflow preventer in accordance with local codes and ordinances. REMOTE CONTROL WIRE Connections between the automatic controllers and the remote control valves shall be made with direct burial copper wire A WG-U.F. 600 volt. Pilot wires shall be different color wire for each automatic controller. Common wires shall be white with a different color stripe for each controller. Install in accordance with automatic controller manufacturer's specifications and wire chart. In no case shall wire size be less than AWG #14 U.F. CONTROL WIRE SPLICES Control wire splices shall be made with 3M-DBY wire connectors and sealant, or an approved equal. Connectors shall be of the proper size to match the wire. Only make wire splices in valve boxes or junction boxes approved by the Owner's representative. 2.10 VALVEBOXES Valve boxes for remote control valves and isolation valves shall be of type and size as shown in details. 2.11 ROTARY POP-UP HEADS Rotary pop-up heads shall be the type as shown on plans. Rotary pop-up heads shall be installed in a cyclolac case. Heads shall pop-up until the nozzle is a minimum of 2" above ground level. All internal parts shall be removable from above ground. See the hrigation Legend on the plans for the performance data. 01069403 04104 WATER SMART IRRIGATION, INC. 02810 - 7 2.12 SPRAYPOP-UPHEADS Pop-up spray heads shall be the type as shown on plans with a 1/2" female inlet. The nozzle shall have the angle of trajectory specified on the equipment schedule, and a screw adjustment for regulating the spray radius. See the Irrigation Legend on the plans for the performance data. 2.13 SWING JOINT NIPPLES All swing joint nipples shall be made of polyvinyl chloride, Schedule 40, threaded pipe. Fittings at swing joints shall be schedule 40 PVC threaded elbows. PART 3 -INSTALLATION 3.1 GENERAL A. Provide a complete and properly functioning automatic irrigation system as indicated herein and on the Drawings. B. Unless otherwise specified or shown on the plans, the construction of irrigation lines shall include excavation and backfill, the furnishing, installing and testing or irrigation pipe and fittings, and electrical conductors and all other work in accordance with the plans and specifications. The irrigation system installation shall be coordinated with other construction activities. C. All valves and other irrigation equipment shall be located in planting areas, unless otherwise noted on the Drawings. 3.2 PIPE AND FITTINGS A. PVC pipe, couplings and fittings shall be handled and installed in accordance with the manufacturer's recommendations. Each pipe length shall be properly spaced in jointing to allow for expansion and contraction. Piping will be snaked in trench as shown in the trenching details. If necessary, stakes are to be used to make pipe snake in trench. All stakes are to be removed, as the trench is backfilled. B. All laterals shall be installed with 12" minimum coverage over pipes at finish grade and all main lines with at least 18" minimum coverage. All lines shall have a minimum clearance of 6" from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. C. Install concrete thrust blocks as indicated on the details in the drawings. Blocking shall be a minimum of 1.5 C.F. each. Set concrete blocking against undisturbed earth. D. The interior of the pipe shall be thoroughly cleaned of all foreign matter before being lowered into the trench, and shall be kept clean during laying operations by means of lugs or other approved methods. The pipe shall not be laid in water, or when trench or weather conditions are unsuitable for the work. Water shall be kept out of the trench until the joints are completed. When work is not in progress, open ends of pipe and fittings shall be securely closed so that no trench water, earth or other substance will enter the pipes or fittings. Any pipe that has the grade or joint disturbed after being installed shall be taken up and relayed. Fittings at bends in the pipe, and at the end of lines shall be firmly wedged against the vertical face of the trench by means of concrete thrust blocks. E. Joints in all screwed fittings shall be made by applying teflon tape on male threads. Use of pipe joint compound or similar substance is prohibited. 01069403 04/04 WATER SMART IRRIGATION, INC. 02810-8 n (] D 0 D D D D 0 0 D 0 [] u u u u ··---·--··---------·-·--·--------·-.---------------------------------------------------~---------------~------~---~------------·--·----·------·-----------'-------~~----------·- [-; .... 1 0 [, I 1 0 [j [j [] [-, ...... D [-! , 0 [j 3.3 3.4 3.5 3.6 3.7 3.8 F. After installation, the lines will be flushed until they are free of rocks, dirt, debris, etc., before the heads are installed. G. Pipes and/or sleeves placed underground and not immediately connected to other pipes shall be capped or plugged to prevent water and dirt from entering the pipe. Sleeves for wires shall be capped or sealed with mastic tape after wires have been installed. AUTOMATIC CONTROLLERS A. Controllers shall be installed as per the manufactures specifications. B. All electrical wiring and connections shall be installed according to the local City and National Electrical Code. ISOLATION AND REMOTE CONTROL VALVES A. Install all new valves as indicated on the plans or as may be required for the proper control of the piping systems in which they are incorporated. Valves shall be set vertically. Valves shall be set as shown on the drawings and as approved by the Owner's representative. B. Control valves shall be adjusted to give the correct pressure at the spray head. C. Teflon tape is to be used on all male threads when installing valves. D. All valve boxes are to be left in a clean condition, providing ready access to valves. QUICK COUPLING VALVES Quick coupling valves shall be installed in a vertical position as shown in the details and at locations shown on the plans. BACKFLOW PREVENTER Backflow preventer shall be installed as shown on drawings and in accordance with local codes and ordinances. REMOTE CONTROL WIRE A. Connections between the automatic controllers and the remote control valves shall be made with direct burial copper wire A WG-U.F. 600 volt. Pilot wires shall be different - color wire for each automatic controller. Common wires shall be white with a different color stripe for each controller. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than AWG #14 U.F . B. All wire shall be installed according to local electrical codes and must be insulated with PVC and bear UL approved (Type UF) for direct underground burial. CONTROL WIRE SPLICES A. Control wire splices shall be made with 3M-DBY wire connectors and sealant, or an approved equal. Connectors shall be of the proper size to match the wire. B. No control wire splices will be permitted between remote control valve boxes and controllers. 01069403 04104 WATER SMART IRRIGATION, INC. 02810-9 3.9 VALVE BOXES Valve boxes shall be installed in an accessible place as shown on plans. All valve box covers, valve boxes, etc. shall be placed so the edges are parallel or perpendicular to adjacent hard edges. Top of all boxes shall be l" above finished grade. Top surface of boxes shall be installed so that a smooth surface is created in relation to existing grade. 3.10 . IRRIGATIONHEADS Irrigation heads shall be installed in plumb position at intervals not to exceed those shown and in the approximate location and configuration shown on the plans. Head swing joints, risers and flexible connectors shall be as shown on the details. All nipples shall be the minimum length required to allow irrigation head adjustment motion without including load on the supply pipe. Irrigation heads shall be installed as detailed on the plans. 3.11 TRENCH EXCAVATION AND BACKFILL A. The Contractor shall perform all excavation to the depth indicated in these · specifications and plans. All excavated material not required for fill or backfill shall be removed from the site. The banks of trenches shall be kept as nearly vertical as practicable. Trenches shall be wide enough to permit proper placing of pipe. Where rock excavation is required, or where stones are encountered in the bottom of the trench, the rock or stones shall be removed to a depth of four (4) inches minimum below the trench depth indicated. The over-depth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth or sand, thoroughly compacted. Whenever soil, which is wet or otherwise incapable of supporting the pipe is encountered in the trench bottom, such soil shall be removed to a depth and length required and the trench backfilled to trench bottom grade as hereinafter specified, with coarse sand, fine gravel or other suitable material. B. Bottom of trench grade shall be continued past ground surface deviations to avoid air pockets and low collection points in line. The minimum cover specifications shall govern regardless of variations in ground surface profile and occasional deeper excavation required at banks and other field conditions. Excavation shall be such that a uniform trench grade variation will occur in all cases where variations are necessary. In no case shall the angle of deflection from one pipe length to another exceed 5 degrees. C. Trench excavation shall consist of the satisfactory removal and disposition of all materials, and shall include all shoring and sheeting required by state and local regulations to protect the excavation and to safeguard employees. D. During excavation, materials suitable for backfilling shall be stockpiled in an orderly manner a sufficient distance back from edge of trenches to avoid overloading and prevent slides or cave-ins. No excavated materials shall be placed within or permitted to fall upon roadways. E. The trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting or earth, loam, sandy clay, sand, or other approved materials, free from large clods of earth or stone. Rock, broken concrete or pavements and large boulders shall not be used as backfill material. The backfill shall be thoroughly compacted and evened off with the adjacent soil level. Any materials not suitable for backfill shall be removed from the site and disposed of. 01069403 04104 WATER SMART IRRIGATION, INC. 02810-10 I l [] D n 0 0 0 0 0 0 0 0 0 u lJ u u F. Select fill dirt or sand shall be used if soil conditions are rocky. In rocky areas the trenching depth shall be four inches below normal trench depths to allow for this bedding. The fill or dirt or sand shall be used in filling four inches above the pipe or wires. The remainder of the backfill shall contain no lumps or rocks larger than one inch. The top six inches of backfill shall be free of rocks, subsoil or trash. G. Backfill shall be placed in layers; the thickness of the layers shall depend on the nature of the material and the method of compaction used. Compaction shall be accomplished in such a manner as to assure that there will be no future subsidence. H. Any trenches improperly backfilled, or where settlement occurs, shall be reopened to the depth required for compaction, then filled and compacted with the surface restored to the required grade and left in a completed surface condition as described above. I. All excavation and backfill shall be unclassified and covered in the base bid. No additional charges will be allowed for rock encountered. 3.12 LEAK TEST A. When the main line or sections of the main line, laterals, swing joints and valves have been installed, the system (or section) will be thoroughly flushed. The system (or section) will then be pressurized for 8 hours at the operating pressure. B. All joints and connections shall be pressure tested and checked for leaks prior to backfilling. C. All lateral lines, from the control valve to the spray head, shall be tested, for an operating period of 8 hours by capping the pipe at the sprinkler head and pressurizing .the pipe. D. Any leakage found will be repaired and retested for another 8-hour period prior to backfilling. 3.13 CLEANJNG AND FLUSIIlNG SYSTEM After pipe, fittings, and valves have been installed and connections made to the water source, flush pipes several times until free of all rocks, dirt, trash, pipe shavings or debris before installing heads. After the pipe has been thoroughly flushed, start installing the heads with the water running, beginning with the one nearest the valve and working toward the ends of the laterals forcing the water and any debris left in the pipe out the last head connection. After the heads have been installed the system is to be operated several times before final inspection. The heads shall also be cleaned or replaced if necessary before final inspection. 3.14 PLANT MATERIALS Where it is necessary to excavate adjacent to plant materials, the Contractor shall use all possible care to avoid injury to plants and plant roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying. Where a trencher is run close to plants having roots smaller than two (2) inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Roots one ( 1) inch and larger in diameter shall be painted with two coats of Tree Seal, or equal. Trenches adjacent to plant should be closed within twenty- four (24) hours; and where this is not possible, the side of the trench adjacent to the plant shall be kept shaded with burlap or canvas. No trenching shall occur within 8' of existing trees if heads occur closer than 8' to an existing tree, the lateral trench shall be cut radial to the trunk. 01069403 04104 WATER SMART JRRIGATION, INC. 02810-11 3.15 TEMPORARY REPAIRS The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the Owner shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 3.16 CLEANUP A. Make final cleanup of all parts of the work before final acceptance. This cleanup shall include removal of all construction materials and equipment, and in general leaving the site in an orderly and finished appearance. B. The Contractor shall also remove from the site any rock or extra soil resulting from this contract and he shall restore the site to its original condition or better. 01069403 04104 END OF SECTION WATER SMART IRRIGATION, INC. 02810-12 fl ll 0 0 0 0 0 0 0 D 0 0 ll u u r \ l· .. 1 ·' D [1 __ J [1 0 Q 0 0 LJ [ l~ [j [} c [ [1 SECTION 02830 PVC COATED CHAIN LINK FENCING PART 1 ·GENERAL 1.1 1.2 1.3 1.4 Drawings, General Conditions of Contract, Supplementary Specifications and Division-! Specification Sections, apply to work of this Section WORK INCLUDED All labor and materials necessary to install all chain link fence as shown on the plans and specified herein. RELATED WORK SPECIFIED ELSEWHERE Section 03300 -Concrete SUBMITTALS A. Furnish shop drawings on all fencing and gates. Submit samples on each component part, including caps, latches, hinges and other required incidentals. B. Fabric Test: Submit a manufacturer's certified test results that PVC and zinc wire coatings conform to CLFMI Standards. REFERENCE A. Chain Link Fence Manufacturer's Institute (CLFMI) Product Manual, latest Edition. B. ASTM Standards 1. A-90 Test for Weight of Coating on Zinc-Coated (Galvanized) Iron or 2. A-370 3. A-569 4. B-6 5. B-117 6. D-1499 7. D-1535 8. D-1729 9. D-1735 10. E-8 11. E-376 12. F-552 13. F-668 14. F-669 Steel Articles Mechanical Testing of Steel Products Specification for Steel, Carbon Hot-Rolled Sheet and Strip, Commercial Quality Specification for Zinc Metal (Slab Zinc) Specification for Salt Spray Testing of Coatings Recommended Practice for Operating Light-and-Water-Exposure Apparatus (Carbon-Arc type) for Exposed of Plastics Specifying Color by the Munsell System Visual Evaluation of Color Differences of Opaque Materials Specification for Humidity Testing of Coatings Tension Testing of Metallic Materials Measuring Coating Thickness by Magnetic-Field or Eddy- Current Test Methods Standard Definitions of Terms Relating to Chain Link Fencing Polyvinyl Chloride (PVC) -Coated Steel Chain Link Fence Fabric Standard Specification for Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence 01069403 04104 PVC COATED CHAIN LINK FENCING 02830-1 15. G-23 16. G-26 C. Federal Standards Recommended Practice for Operating Light-and Water-Exposed Apparatus (Carbon-Arc type) for Exposed of Nonmetallic Materials Recommended Practice for Operating Light-and-Water-Exposed Apparatus (Xenon-Arc type) for Exposed of Nonmetallic Materials 1. Fed. Std. No. 123 Marking for Domestic Shipments, Civilian Agencies 1.5 QUALITY CONTROL The fence installer shall have a minimum of five (5) years experience with fencing as the primary business enterprise and revenue source. Fencing installer shall have completed no less than 20 installations within Lubbock and continuous counties. Fence installer shall have his primary place of business within 100 miles of the project site and shall provide documentation of such. 1.6 PRODUCT HANDLING Protect fence fabric and pipe from damage, including scratches, dents and other defects, during storage, handling and installation. Touch up minor scratches and defects in accordance with the manufacturer's instructions. Severely damaged fence materials, as determined solely by the Owner, will be removed and replaced. PART 2 -PRODUCTS 2.1 GENERAL 2.2 A. All fencing shall be chain link of the overall heights shown on the drawings when erected. B. All Fence Products shall conform to the specifications of the CLFMI Product Manual, latest edition. FABRIC A. CLFMI Class 1, consisting of Polyvinyl Chloride (PVC) extruded over zinc coated steel wire. Galvanized steel core wire shall have been coated with zinc by either the hot-dip or electrolytic process. Selvage shall be knuckled on top and bottom edges. 01069403 04104 PVC COATED CHAIN LINK FENCING 02830-2 Ll 11 ll 0 n n 0 0 0 0 0 0 0 u l ' [l J D D D 0 c [! .lJ [ [ Li [ L Li 2.3 B. Fence fabric shall conform to the following requirements in Table 02830-1: TABLE 02830-1 Fence Core Mesh Size Diamond Height Wire Count Diameter 4' -6' 0.120" 2" 10.5 C. Core wire size shall be ±0.005 inch and shall have a minimum breaking strength of 850 lbf, ASTMA-370. D. Zinc wire coating shall be a minimum of 0.30 ounces per square foot, ASTM A-90. E. Class 1 PVC Coating shall have a minimum thickness of 0.015 inches and a maximum thickness of 0.025 inches. POLYESTER COATED HOT DIP GALVANIZED FENCE PIPE A. B. c. D. Fence Pipe 1. Pipe used for fence framework, including posts and rails, shall be cold rolled and electric-resistance-welded from steel conforming to ASTM A-569 and hot dip galvanized to ASTM A-525 G-90 zinc weight both inside and outside the pipe. The outside shall then receive a conversion coating and fusion bonded polyester powder coating. 2. Fence pipe shall be "LCX" Industrial Lifecoat as manufactured by the P & H Tube Division of Southwestern Pipe, Inc. Weight of Zinc Coating 1. The minimum weight of zinc coating shall be 0.9 ounces per square foot. The weight of coating expressed in ounces per square foot shall be calculated by dividing the total weight of zinc inside plus outside, by the total area, inside plus outside, of the surface coated. 2. The weight of coating shall be determined on an individual specimen randomly selected from the lot. 3. The weight of zinc coating shall be determined by the method contained in ASTM A-90 or E-376. Zinc Phosphate Conversion Coating 1. The zinc phosphate conversion coating shall be applied to the outside of the pipe to a minimum weight of 250 micrograms per square inch. Colored Coating Properties The following properties are based on the application of 3.0 mils of TGIG cured thermosetting polyester powder coatings applied over zinc phosphate pretreatment of galvanized steel: 1. DAMAGE RESISTANCE: Pencil Hardness Gardner Impact Flexibility Adhesion H 160 Inch Pounds Pass 1/8" Mandrel No failure with 1116" cross hatch 01069403 04/04 PVC COATED CHAIN LINK FENCING 02830-3 2.4 2. 3. 4. TOP RAIL CORROSION RESISTANCE: Salt Spray -Scribed Humidity Cabinet 1/16" Creepage at 1,000 hours (ASTM B-117) 1,000 hours -no blisters (ASTM D-1735) WEATHERING RESISTANCE: Weatherometer ASTMG-26 Minimal change after 1,000 hours No loss of adhesion Excellent color retention Minimal chalking CHEMICAL RESISTANCE: Substance Effect on Coating Gasoline None Alcohol None Sodium Hydroxide None Ammonium Hydroxide None Nitric Acid None Sulfuric Acid None Mineral Sprits None Top rail shall be 1-5/8" 0.D., weight of 1.588 pounds per foot, with outside sleeve type couplings at least 7" long, one coupling in every 5 to have spring to take up expansion and contraction of rail. Fabric tied to top rail every 24" with #9 gauge aluminum tie wires. 2.5 BOTTOM AND MIDDLE RAIL 2.6 2.7 Bottom rail shall conform to the requirements for the top rail, Paragraph 2 .4. BRACES Braces shall be 3/8" galvanized and PVC coated rod trusses from line post back to the terminal post complete with turnbuckle truss tightener. LINE POSTS A. Pipe Sizes Pipe provided in the following nominal sizes shall conform to the requirements specified in Table 02830-2. B. Posts shall be equipped with hot dipped an polyester powder coated malleable galvanized iron or pressed steel cap of manufacturer's design. All caps shall match. C. Dimensions and Tolerances 1. The nominal dimensions shall be shown in Table 02830-2. 2. Tolerances for weight per foot requirements shall not vary more than plus or minus 1 % from that prescribed in Table 0280-2. 01069403 04/04 PVC COATED CHAIN LINK FENCING 02830-4 n r1 Li n 0 11 n 0 0 0 0 0 u 0 L ---------------··---·-------------------------------~-----~-------~--------~-~----------·-----~~-------·----------------~------------~--~~~--------~---~---~--- [~ 0 0 0 [j 0 D ' ~.{.· ...... . L' D [ c [ [ [ [ [J L L 2.8 2.9 D . Properties and Bending Strengths 1. The materials, as represented by a test specimen, shall comply with the requirements of ASTM F-669 Standard Specification for Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence. FITTINGS All fence post caps, fence fittings, and incidentals shall be galvanized and PVC or polyester powder coated to match the fence fabric. CONCRETE POST FOOTINGS AND EDGING All concrete used shall be 3,000 psi at 28 days using five (5) sacks of cement per cubic yard of mix with a maximum of seven (7) gallons of water per sack. Concrete work shall conform to Section 03300 -Concrete. 2.10 TOLERANCE Standard mill tolerance on all framework members and chain link fabric will apply. PART 3 ·EXECUTION 3.1 INSTALLATION 3.2 3.3 3.4 All fencing shall be installed by skilled and experienced fence erectors and on lines and grades as shown on the drawings. All posts shall be set plumb, and as indicated on the drawings. Fence posts shall be set in their concrete footing and allowed to set prior to placement of the slab. Top rails run with finish grade with no discemable humps, valleys, or bends. COORDINATION The contractor shall coordinate his work with the concrete subcontractor as to the location of all posts and the timing of post placement. All post footings shall be a minimum of 4" below the finished concrete surface or finish grade, as applicable. Fence posts shall be placed and concrete footings poured and approved by the Owner prior to placing the concrete slabs. WELDING No welding of fence framework is required or permitted. FABRIC All fabric shall be placed on the inside of the courts. END OF SECTION 01069403 04104 PVC COATED CHAIN LINK FENCING 02830-5 -·--·----------~---·-~----~-~~-----·· .......... __._.--~------------~--------·--------·--·---·--------------------·------------·-·----------~----··----·------------·----·----------··--·---------~-~----·---------------------- [l .. l 0 [] ... 0 [] D D Q u 0 f·1 _, c n c [ Li Li .. , . ' [ I ~ ' ~· Li SECTION 02930 HYDRAULIC SEEDING PART 1 -GENERAL 1.1 SECTION INCLUDES 1.2 1.3 1.4 1.5 A. Remove stones, sticks, roots and other debris from finish graded areas to receive turf. B. Establishment of new stand of grass. RELATED SECTIONS A. Section 02221 -Topsoil. DEFINITIONS A. Stand of Grass, Permanent: 150 growing common bermuda grass plants per square foot, to be established within two weeks of planting date, on a smooth bed free of foreign material, weeds, and rocks. B. Provisional Acceptance: Approval of Hydraulic Seeding as being in conformance with these Specifications upon completion of the installation. C. Final Acceptance: Approval of the establishment of a "Stand of Grass" as defined herein, and the assumption of turf maintenance by the City of Lubbock. SUBMITTALS A. Test Reports: Results of seed purity and germination tests. B. Certificates: Manufacturer's certification that seed and mulch meet specification requirements. C. File all results and certificates with Owner prior to final acceptance. D. Maintenance Instructions: Submit to Owner prior to final acceptance. E. Test Reports: Submit certification of fertilizer analysis. QUALITY ASSURANCE A. Meet requirements of Official Method of Analysis of the Association of Official Analytical Chemists. B. Source Quality Control: Producer's test for purity and germination of seed, dated within nine months of sowing and submit to Owner. 1.6 JOB CONDITIONS A. Environmental Requirements: 1. Seed between calendar dates from May 1 to August 1. Seeding shall commence no later than August 1. 2. Do not seed when excessively wet or dry. 3. Do not perform seeding or hydromulching when wind exceeds 15 mph. B. Do not begin hydraulic seeding operations until the permanent and temporary irrigation systems have been demonstrated to be operable and reliable. 01069403 04/04 HYDRAULIC SEEDING 02930-1 1.7 1.8 C. Protection: Restrict foot and vehicular traffic from seeded areas after planting and hydromulching until final inspection and acceptance. ESTABLISHMENT AND MAINTENANCE A. Provisional Acceptance: Upon completion of Hydraulic Seeding operation, obtain written approval of the installation from the Owner's Representative. B. Establishment Period: Establish a stand of grass, as defined herein, in 90 days or less. C. Maintenance: 1. Maintain new seeding until all turf areas are accepted by Owner. 2. Reseed during this period as required to meet minimum standards at no additional expense to Owner. 3. Repair damage to other plants or lawns during maintenance period at no additional expense to Owner. 4. Maintenance shall consist of but not be limited to: a. Weeding b. Watering c. Mowing and Edging d. Spraying e. Fertilizing f. Temporary Erosion Control & Erosion Repair D. Final Acceptance will be provided by Owner only upon establishment of a uniform stand of grass throughout the entire site. Upon Final Acceptance of the turf, Owner will assume turf maintenance operations. RESTORATION A. Repair damage done to existing site improvements caused by Contractor. PART 2 -PRODUCTS 2.1 MATERIALS A. Seed -Permanent Grass: 1. Species: Hulled Common Bermuda Grass (Cynodon dactylon) of 98 percent purity. 2. Percent of Live Seed: 85 percent 3. Clean, dry, new crop seed. 4. Free of all weeds. B. Seed-Temporary Grass: 1. Species:_Annual Ryegrass (Lolium multiflorum) of 95% percent purity. 2. Percent of Live Seed: 85 percent. 3. Clean, dry, new crop seed. 4. Free of all weeds. C. Fertilizer: 01069403 04/04 1. Pelletized. 2. Containing following minimum percentage of plant food by weight: a. Nitrogen (N): 8 percent. b. Phosphoric Acid (P205): 20 percent. c. Potash (K20): 8 percent. d. Magnesium (Mg): 5 percent. HYDRAULIC SEEDING 02930-2 n 0 0 0 0 0 D D 0 0 0 [\ u u u u n c 0 0 Li Q ti n L [l Li [ L LI 3. A minimum of 25 percent of the total Nitrogen shall be derived from Sulphur coated area: 45 percent from urea, and the remaining 30 percent from monamonium phosphate. 4. The fertilizer shall be delivered to the site in bags or other convenient containers, each fully labeled, conforming to the applicable state fertilizer laws, and bearing the name, trade name or trademark, and warranty of the producer. D. Mulch: 1. Maximum Moisture Content: 12 percent plus 3 percent, VTM-47 2. Cellulose Fiber Content: 98.6 percent plus 2 percent, ASTM D-586 3. Ash Content: 1.6 percent maximum, ASTM D-586 4. PH: 6.5 plus 1. 5. Minimum Water Holding Capacity: 90 percent minimum, VTM-46 6. Mulch shall be dyed green with a biodegradable dye that does not inhibit plant growth. 7. Wood fiber mulch shall be packaged in units not exceeding 100 lbs. The package shall contain current labels, manufacturer's name and net weight. E. Tackifier: Terra Tack AR or Terra Tack II as manufactured by Grass Growers, 424 Cottage Place, Plainfield, New Jersey, 02060. F. Water: Potable, available on-site. Contractor shall furnish temporary hoses and connections as required. PART 3 ·EXECUTION 3.1 INSPECTION A. Contractor shall check that preceding work affecting ground surface is completed. B. Contractor shall verify that soil is within allowable range of moisture content. C. Contractor shall see that the soil is free of weeds and foreign material immediately before seeding. Remove rocks and stones which are larger than 2 inches in diameter and remove from the site. D. Contractor shall not start work until conditions are satisfactory. To begin work indicates acceptance of conditions. 3.2 PREPARATION 3.3 A. All areas to be seeded are to be bladed and graded smooth. All clods shall be removed or incorporated into existing soil and all debris shall be disposed of off the site. B. Soil should be watered to a minimum depth of 4 inches at least 48 hours prior to seeding. FERTILIZER A. Apply fertilizer twice. The first application shall be performed in a north-south direction. The second application shall be performed in a east-west direction. Both fertilizer applications shall be performed at a rate of 560 lbs. per acre. B. Disc the first fertilizer application into the soil to a depth of 2 inches to 4 inches. C. The second fertilizer application shall be performed concurrently with hydraulic seeding and shall be a surface application. 01069403 04104 HYDRAULIC SEEDING 02930-3 3.4 3.5 3.6 3.7 HYDRAULIC SEEDING A. Apply hydraulic seeding materials with approved spray applicator equipment suitable for the seed, mulch and stabilizer specified. B. Apply materials at the following rates: 1. Mulch with Tackifier 1,600 pounds per acre (36.75 pounds per 1000 square feet). 2. Hulled Common Bermuda Grass: 130 pounds per acre (3 pounds per 1000 square feet). 3. Annual Ryegrass: 350 pounds per acre (8 pounds per 1000 square feet.) 4. Tackifier: as specified by manufacturer. C. Water all hydroseeded areas to a minimum depth of 4 inches. PROTECTION A. Immediately after seeding and hydromulching, erect barricades and warning signs as required to protect seeded areas from traffic until grass is established. SEED ESTABLISHMENT A. Watering: 1. Keep soil moist during seed germination period. 2. Supplement rainfall as required until a stand of grass is established. B. Mowing: 1. When grass reaches 3 inches in height, mow to 2-112 inches in height. Continue mowing operation until Final Acceptance of the turf by Owner. 2. Do not cut off more than 30 percent of grass leaf in single mowing. 3. Do not remove grass clippings. C. Reseed all bare spots not having a uniform stand of grass at no additional expense to Owner. D. The Contractor will be required to establish a stand of grass prior to acceptance of the job. A uniform stand of grass shall be defined as a total coverage of the planting soil by the specified turfgrass to the satisfaction of the Owner. The Contractor is responsible for all watering, weeding, and replanting during the time which is necessary to establish a uniform stand of grass. E. If hydromulching must occur after the date August 1 and before May 1, a cool-season grass mixture will be used temporarily. On April 15, this stand of grass will be scalped and all areas to be seeded will be re-seeded with the previously specified turfgrass. CLEANING A. Remove trash and excess materials from project site. B. Maintain paved areas in clean condition. C. Remove barriers and signs from site at termination of establishment period. END OF SECTION 01069403 HYDRAULIC SEEDING 02930-4 04/04 n ll 0 n 0 u u -o B 0 [ L [ [; 0 D n r l i j [J u [ [l [-, i ·' L [] [1 [ u [J . . . SECTION 03366 POST-TENSIONED CONCRETE SLAB PART I-GENERAL This section covers the requirements for the post-tensioned concrete required for the project. The extent of the post-tensioned concrete work is as shown on the drawings and as described herein. The post-tensioned slab shall be constructed on top of a 2-inch minimum thickness sand pad with Double 6 mil vapor barrier. The post-tensioning shall produce a minimum effective stress of 300 psi in the topping slab. This section establishes general criteria for materials, mixes, evaluation of concrete, dimensional tolerances, installation procedures and inspection standards. The post-tensioned slab shall comply with the provisions of these specifications and to the provisions of the codes, specifications and standards, referenced herein, except as otherwise shown. The Contractor shall furnish all materials, equipment. labor, superintendence and incidentals necessary for construction of the post-tensioned topping slab, complete in place. 1.1 REFERENCES A. The post-tensioned slab shall be constructed as specified herein and in compliance with the provisions of the following codes, specifications and standards, unless any provisions of the following codes are in conflict with any of the provisions of these specifications: ACI 301 -"Specifications for Structural Concrete for Buildings". ACI 311 -"Recommended Practice for Concrete Inspection". ACI 318 -"Building Code Requirements for Reinforced Concrete". ACI 347 -"Recommended Practice for Concrete Formwork". ACI 304 -"Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete". Concrete Reinforcing Steel Institute, "Manual of Standard Practice". Prestressed Concrete Institute, "Manual for Quality Control" NML-116 and MNL-117. Post-Tensioning Institute, "Post-Tensioning Manual". "Specification for Un bonded Single Strand Tendons" excluding provisions which apply only to aggressive and corrosive environments. 1.2 SUPPLIER QUALIFICATIONS The post-tensioning materials supplier shall be a firm which has had a minimum of 5 years successful experience in providing the materials, equipment and supervision required for construction of similar installations. The supplier shall be an active member of the Post-Tensioning Institute. 01069403 04/04 POST-TENSIONED CONCRETE SLAB 03366.; l 1.3 1.4 The Contractor, at his option, may perform the post-tensioning operation, under the suppliers recommendation and supervision, provided he can comply with the provisions of this specification and can produce a finished product of high quality workmanship. SHOP DRAWINGS Shop drawings showing complete information for the fabrication and installation of the post-tensioned topping slab shall be submitted to the Engineer. Shop drawings shall indicate dimensions and cross sections; location, size and type of reinforcement and tendons; location and size of embedded items; locations and dimensions of expansion joints and control joints; and the proposed order and sequence of construction. Shop drawings shall also indicate the effective compressive force resulting from the post tensioning operation. The post-tensioning slab shall maintain a minimum effective stress of 300 psi. Certified mill test reports shall be furnished upon request for each coil or pack of strand. DESIGN CALCULATIONS AND LAYOUT PLANS A complete set of the suppliers design calculations and tendon layout plans must be submitted in accordance with Section 01300 Submittals. Calculations must be prepared by a registered professional engineer as the "professional engineer of record". The professional engineer of record must be currently licensed to practice in Texas. Calculations must be submitted for the post-tensioned construction to satisfy the adequacy of tendons, spacing, and anchorage members. All calculations must be sealed, signed and dated by the professional engineer of record. 1.5 JOB CONDmONS Prior to the installation of any materials for the post-tensioned slab, the supplier shall examine all portions of the supporting structure, the conditions under which the post-tensioned concrete work is to be constructed, and shall notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. Construction shall not commence until unsatisfactory conditions have been corrected in a manner acceptable to the supplier and to the Engineer. Embedded items required for construction shall be delivered to the project site before the start of the work. Setting instructions, diagrams, templates, instructions and directions required for installation shall be provided. Post-tensioned tendons shall be accurately placed and secured as required, within the specified tolerances, by adequately supporting the tendons. PART 2 -PRODUCTS 2.1 PRESTRESSING STRANDS Strands used in post-tensioning tendons shall conform to the requirements of ASTM A416, "Specifications for Uncoated Seven-Wire Stress-Relieved Strands for Prestressed Concrete," Grade 270, 112 inch diameter. 01069403 04104 POST-TENSIONED CONCRETE SLAB 03366-2 fl fl n 0 0 0 D 0 0 0 Li l] fJ u u u u c 0 L L L c L l., j [] 2.2 2.3 2.4 UNBONDED TENDONS Unbonded tendons, including the complete assembly of the anchorage and prestressing steel and sheathing, shall be used for the pro-posed construction. · The anchorages of unbonded tendons shall develop at least 95 percent of the minimum specified ultimate strength of the prestressing steel. Elongation under ultimate load of the tendon shall not be less than 2 percent measured in a minimum gauge length of 10 feet. Unbonded tendons shall have the prestressing steel permanently protected against corrosion by a properly applied coating of galvanizing, epoxy, grease, wax, plastic, bituminous material or other approved material. Sheathing for unbonded tendons shall have the tensile strength and water-resistance sufficient to resist unrepairable damage and deterioration during transportation, storage and installation. The sheathing shall prevent the intrusion of grout and the escape of coating material and shall be a continuous tube or spirally wrapped. The ultimate strength for unbonded tendons shall not be taken greater than the ultimate capacity of the anchorages or couplings. BEARJNG STRESSES The average bearing stresses of the concrete created by the anchorage plates shall not exceed the values allowed by the Post-Tensioning Institute, "Post-Tensioning Manual". Any special reinforcement, required for the performance of the anchorage, shall be indicated and supplied by the tendon supplier on the shop drawings. SPECIFICATION COMPLIANCE REQUIREMENTS Certified mill test results and typical stress-strain curves shall be submitted for prestressing steel, when requested. The typical stress-strain curve shall be obtained by approved standard practices. 2.5 CONCRETE MATERIALS Concrete materials for the post-tensioned slab shall conform to the specifications in Section 02751, Reinforce Concrete for Site Work for Class A Concrete. PART 3 ·EXECUTION 3.1 FORMWORK Forms utilized for the post-tensioned topping slab shall be metal, plastic, wood or other acceptable material that is non-reactive with concrete and which will provide a smooth finished surface. Forms shall be drilled to receive tendon stressing hardware and bearing plates in accordance with the shop drawings. Fabrication and placement details provided by the post-tensioning supplier will show end anchorage details, bolt hole dimensions, tendon identification, spacing, stressing data, clearance requirements for the stressing equipment and anchorage blockout dimensions . . 01069403 04/04 POST-TENSIONED CONCRETE SLAB 03366-3 3.2 PLACING TENDONS 3.3 3.4 Pre-assembled tendons shall be placed as a unit prior to placing concrete, Supporting ties for pre- placed tendons shall be of adequate size and stability to support the tendon weight and to securely hold the tendons in place during concrete placing operations. The tendons shall be spaced as indicated on the approved shop drawings in the center of the topping slab. Tendons shall be placed vertically within 1/8-inch of the locations as indicated on the shop drawings. Horizontal deviations necessitated by openings, inserts, or other miscellaneous items shall have a radius of curvature of not less than 21 feet. Care shall be taken to unloading and handling the tendons to prevent damage to the sheathing. Any damaged tendons will be repaired or replaced prior to concrete placement operations. Concrete cover between tendons and openings in the slab shall not exceed six inches. Non-prestressed reinforcing steel shall be added as indicated on the shop drawings, as recommended by the post-tensioning materials supplier in these locations. Additional reinforcing steel required at anchorage areas shall be as recommended by the materials supplier, or as directed by the Engineer. CONCRETE PLACEMENT The Contractor shall supply the Engineer with a proposed placing schedule which shall indicate the location of all construction joints required for the slab. This schedule shall be approved . by the Engineer prior to commencement of any concrete placing operations. Placement and curing shall be in accordance with the referenced and standards contained herein and in accordance with Section 027 51, "Reinforce Concrete for Site Work", of these specifications. An acceptable concrete curing method shall be applied to the concrete slab immediately after the final strike-off and finishing operation. No concrete shall be left exposed for a period exceeding 30 minutes after finishing. Concrete shall be finished to a hard steel trowel fmish and cured by moisture curing method. Prior to placing any concrete, tendon profiles shall be checked and adjusted as required. Horizontal alignment shall be checked to insure minimum horizontal deviations and proper concrete cover at openings. Care shall be exercised to prevent concrete from entering pockets, sheathing, or anchorage hardware. Concrete shall be placed in such a manner that tendon alignment and reinforcing steel positions remain unchanged. Special care shall be given in consolidation of concrete at tendon anchorages to assure uniform consolidation and compaction; and to eliminate any voids behind the bearing plates. TENDON STRESSING The stressing operation shall begin only after laboratory tests indicate that the concrete has reached a compressive strength in accordance with "Post-Tensioning Manual". Tendons shall be stressed only when proper data and experienced personnel are present. The stressing shall be carefully monitored in accordance with a stressing data chart provided by the post-tensioning materials supplier. Stressing shall be monitored by two methods: the force in the tendon at the anchorage and by the theoretical elongation of the tendon. In calculating the theoretically elongation, the actual modulus of elasticity of the strands used for the project shall be utilized and compensation for friction losses shall 01069403 04/04 POST-TENSIONED CONCRETE SLAB 03366-4 fl, •.. J r1 _j [l j u n [l 0 [] lJ CJ L1 f l l l u u I i LJ [] 0 0 1 [] 0 0 . R D [' .i C [J c [ [I 0 L u 3.5 3.6 -----·-··-··-------------------------- be considered in translating tendon elongation measurements into tendon forces. The tendon force measured at the anchorage shall agree with± 5 percent with the tendon force calculated by elongation measurements, Should stressing reveal that voids exist and that bearing plates are receding into the concrete, all pressure on the equipment shall be removed at once and the damage areas will be repaired and attain the required strength before regressing the tendon, Stressing shall proceed in a sequence and order so as not to cause undue eccentricities and stresses in the post-tensioned topping slab. The stressing operation shall result in providing a minimum effective compressive stress of 300 psi in the post-tensioned slab. PROTECTION OF END ANCHORAGES Additional reinforcing steel shall be placed at pocket or edge strips as indicated on the shop drawings . Forms shall be set securely against previously placed concrete, to insure the accurate placement of cover concrete in recesses, pockets and edge strips. All exposed end anchorages and wires shall be protected by an approved epoxy coating, mastic, or concrete cover, Calcium chloride shall not be used in concrete used to protect end anchorages. Cover concrete with as low a slump as possible shall be utilized to avoid excessive shrinkage, and shall be well vibrated to insure compaction around end anchorages. SURFACE FINISH AND TOLERANCES The post-tensioned concrete slab shall be constructed accurately to the lines and grades as shown on the drawings. The concrete shall be spread as soon as it is placed, and it shall be struck-off and screeded by an approved finishing machine. After the concrete has been struck-off and consolidated, it shall be further smoothed, trued, and consolidated by means of a longitudinal float. After the floating operation is completed, but while the concrete is still plastic, the surface shall be tested with a 16-foot straightedge. 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 insure that the surface across joints conforms to the requirements for smoothness. All areas shall be tested with a 16-foot straightedge and any areas showing high spots of more than 1/4-inch shall be ground down with an approved grinding tool. Where the departure from the correct cross section exceeds 1/4-inch, or impedes surface drainage in any manner, the concrete shall be rejected. All surface testing shall be done prior to the stressing operation, so that damaged or non-conforming areas can be repaired as required. END OF SECTION 01069403 04/04 POST-TENSIONED CONCRETE SLAB 03366-5 SECTION 07900 JOINT SEALERS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Preparing sealant substrate surfaces. B. Sealant and backing. 1.3 RELATED SECTIONS A. Section 09300 -Tile: Sealants used in conjunction with tile. 1.4 REFERENCES A. AAMA 803.3 -Voluntary Specification for Narrow-Joint Seam Sealer. B. AAMA 808.3 -Voluntary Specification for Exterior Perimeter Sealing Compound C. ASTM C719 -Adhesion and Cohesion of Elastomeric Joint Sealants Under Cyclic Movement. D. ASTM C792 -Effects of Heat Aging on Weight Loss, Cracking, and Chalking of Elastomeric Sealants. E. ASTM C834 -Latex Sealing Compounds. F. ASTM C920 -Elastomeric Joint Sealants. G. ASTM C1311 -Solvent Release Sealants. H. ASTM Cl 193 -Use of Joint Sealants. I. ASTM D1056 -Flexible Cellular Materials -Sponge or Expanded Rubber. J. ASTM D1667 -Flexible Cellular Materials -Vinyl Chloride Polymers and Copolymers (Closed-Cell Foam). 1.5 SUBMITIALS A. Product Data 1. Submit product data indicating sealant chemical characteristics, performance criteria, limitations and color availability. 2. Submit manufacturer's standard printed installation instructions. B. Samples 01069403 04/04 1. Submit four sample kits in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. JOINT SEALERS 07900-1 c. Certificates 1. Submit manufacturer's certificate that products meet or exceed specified requirements and are suitable for use indicated. 2. Joint sealant manufacturer's certification that sealants, primers, and cleaners required for sealant installation comply with local regulations controlling use of volatile organic compounds. 1.6 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing the products specified in this Section with minimum ten years documented experience. B. Applicator: Company specializing in applying the work of this Section with minimum five years documented experience. C. Conform to ASTM Cl 193 requirements for materials and installation. 1. Obtain joint sealant materials from a single manufacturer for each different product required. 2. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. D. Preconstruction Field Testing: Prior to installation of joint sealants, field-test sealant adhesion to joint substrates as follows: 1. Locate test joints where indicated or, if not indicated, as directed by Architect. 2. Conduct field tests for each type of elastomeric and non-elastomeric sealant joint substrate indicated. 3. Notify Architect one week in advance of the dates and times when mock-ups will be erected. 4. · Test Method: Test joint sealants by hand pull method described below: a. Install joint sealants in 5-foot joint lengths using same materials and methods for joint preparation and joint sealant installation required for completed Work. Allow sealants to cure fully before testing. b. Make knife cuts horizontally from one side of joint to other followed by 2 vertical cuts approximately 2 inches long at side of joint and meeting horizontal cut at top of 2-inch cuts. Place mark 1 inch from top of 2-inch piece. c. Use fingers to grasp 2-inch piece of sealant just above 1-inch mark; pull firmly down at a 90-degree angle or more while holding a ruler along side of sealant. Pull sealant out of joint to distance recommended by sealant manufacturer for testing adhesive capability, but not less than that equaling specified maximum movement capability in extension; hold this position for 10 seconds. 5. Report whether or not sealant in joint connected to pulled-out portion, failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. 6. Evaluation of Field Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. E. Compatibility: Provide joint sealants, joint fillers, and other related materials that are · compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. 01069403 04/04 JOINT SEALERS 07900-2 I] n 0 0 D 0 n u 0 n Il 0 0 0 u u fJ u f1 u 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multicomponent materials .. B. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Requirements 1. Do not install solvent curing sealants in enclosed building spaces. 2. Do not install sealants when joint substrates are wet. 3. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.9 SEQUENCING AND SCHEDULING A. Coordinate the work of this Section with all Sections referencing this Section. B. Joints in concrete shall be sealed as soon after completion of the curing period as feasible and before the pavement is open to traffic including construction equipment traffic. 1.10 WARRANTY A. Provide five year warranty. B. Warranty: Include coverage of installed sealants and accessories which fail to achieve air tight and watertight seal, exhibit loss of adhesion or cohesion, or do not cure. PART 2 -PRODUCTS 2.1 MATERIALS A. Elastomeric Sealants 1. General: Manufacturer's standard chemically curing, urethane, polyurethane, or polysulfide polymer based elastomeric sealant complying with ASTM C 920. 2. Types a. S-1: Type M, Grade P, Class 25. b. S-2: Type S, Grade P, Class 25. c. S-3: Type M, Grade NS, Class 25. d. S-4: Type S, Grade NS, Class 25. 3. Color: As selected by Architect from manufacturer's full range of standard colors. 4. Use Locations: As indicated in Schedule at end of this Section. B. Latex Sealants 01069403 04/04 1. General: Manufacturer's standard one-part, nonsag, mildew-resistant, paintable latex sealant of formulation indicated that is recommended for exposed applications on interior and protected exterior locations and that accommodates indicated percentage change in joint width existing at time of installation without failing either adhesively or cohesively. JOINT SEALERS 07900-3 c. 1. 2. 3. D. E. F. 01069403 04/04 2. Types a. S-5; Acrylic-Emulsion Sealant 1) Composition: Manufacturer's standard product accommodating joint movement of not more than 5 percent in both extension and compression for a total of 10 percent. 2) Conformance: ASTM C 834 b. S-6; Silicone Emulsion Sealant 1) Composition: Manufacturer's standard product that accommodates joint movement of not more than 25 percent in both extension and compression for a total of 50 percent. 2) Conformance: ASTM C 834 and, except for weight loss measured per ASTM C 792, ASTM C 920. 3) Special Properties: Fungus and mildew resistant. 3. Color: As selected by Architect from manufacturer's full range of standard colors .. 4. Use Locations: As indicated in Schedule at end of this Section. Types of Joint Sealant in Concrete Sidewalk and Concrete Paving In areas where colored concrete is an additive alternate, the following types of joint sealant material is approved: a. Flexible Modified PVC (Expansion Joints). b. Elastomeric Sealants (Control Joints). In other areas of concrete paving (driveways), the following type of joint sealant material is approved: a. Bituminous Joint Sealants. In other areas where sidewalks are shown, the following type of joint sealant material is approved: a. Flexible Modified PVC (Expansion Joints). Type S-7; Acrylic Sealant 1. General: Manufacturer's standard one-part, nonsag, solvent-release-curing acrylic terpolymer sealant complying with AAMA 808.3, with capability to withstand 15 percent maximum cyclic movement (7-1/2 percent movement in both extension and compression) at time of application and remain adhered to joint substrates indicated for Project without failing cohesively when tested for adhesion and cohesion per ASTMC719. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. Type S-8; Butyl Sealant 1. General: Manufacturer's standard one-part, nonsag, nonstaining, paintable, solvent-release-curing, polymerized butyl sealant formulated with minimum of 75 percent solids and tack-free time of24 hours or less, complying with ASTM C 1311. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. Type S-9; Pigmented Narrow Joint Sealant 1. General: Manufacturer's standard, solvent-release-curing, pigmented synthetic rubber sealant formulated for sealing joints 3/16 inch or smaller in width, complying with AAMA803.3 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. JOINT SEALERS 07900-4 n 0 0 n 0 0 0 0 0 lJ n 0 u u 0 u u D E L [ L L [ u L G. Bituminous Joint Sealants for Concrete and Asphalt Pavements 1. 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: a. ASTM D3405 -JOINT SEALANTS, HOT-POURED, FOR CONCRETE AND ASPHALT PAVEMENTS, to be used in joints between portland cement concrete and bituminous concrete. b. ASTM D3406 -JOINT SEALANTS, HOT-POURED, ELASTOMERIC-TYPE, FOR POR1LAND CEMENT CONCRETE PAVEMENTS, to be used for all other joints in portland cement concrete pavement. H. Accessories 1. Primer: Non-staining type, recommended by sealant manufacturer to suit application. 2. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials. 3. Joint Backing: ANSI/ ASTM D 1056; round, closed cell polyethylene foam rod; oversized 30 to 50 percent larger than joint width. 4. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. 5. Masking Tape: Non-staining, non-absorbing type as recommended by sealant manufacturer. I. Flexible modified PVC (Extruded Elastomeric Plastic Material) 01069403 04/04 1. Provide flexible, modified PVC (polyvinyl chloride) "G-SEAL" as manufactured by Greenstreak (phone: 800-325-9504), or approved equal. 2. The modified PVC paving cap seal shall be extruded from an elastomeric plastic material of which the basic resins are prime virgin materials. The compound shall not contain any scrapped or reclaimed material whatsoever. 3. Performance Requirements as follows: 4. 5. Property Test Method Requirements Tensile Stren2th ASTMD412-92 2350 psi min. Elongation ASTMD412-92 375%min. Hardness ASTM D2240-95 81 +/-3 Shore A Oil Swell (ASTM Oil #3, 70 hrs @ ASTMD471-95 +/-15% by vol. 212° F chan2e in volume/weight) +/-15% by wt. Ozone Resistance (20% strain, 300 pphm, 70 hrs @ ASTMD518-91 No Cracking 104°F UV Resistance ASTMG53 2200 psi minimum (2000 hrs @ 70° F) 200% minimum Abrasion Resistance ASTMD3884 Material Loss: -0.35 grams max. (10,500 cycles, 1000 2 load) Adhesive Bond Strernrth ASTMD412-92 1000 psi min. Results after Heat Aging Tensile Strength retained: 90% (24 hrs @ 70° F) ASTMD573 Elongation retained: 90% Hardness change: +/-3 Shore A Provide factory made fabrications for all changes of direction, intersections and transitions, leaving only straight butt joint splices for field assembly. Provide manufacturer approved adhesive for sealing of all butt splices. JOINT SEALERS 07900 -5 -------------------------------· -·---·------------· ... ·---·-··· -------------------.----------·--· ·-·-·-·--·-·- 6. Field butt splices shall be sealed using approved adhesive. 7. Paving Cap Seal shall be attached to expansion board using staples or nails driven through bottom flange area of the Paving Cap Seal. 8. Attach Paving Cap Seal prior to concrete placement. J. Backer Rod and Bond Breaker 1. 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. PART 3 -EXECUTION 3.1 EXAMINATION 3.2 3.3 A. Verify that joint openings are ready to receive work and field measurements are as shown on Drawings and recommended by the manufacturer. B. Beginning of installation means installer accepts existing conditions and substrate. PREPARATION A. Clean and prime joints in accordance with manufacturer's instructions. B. Remove loose materials and foreign matter which might impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. D. Perform preparation in accordance with ASTM C1193 . E. Install masking tape where required to protect adjacent finished surfaces. F. At concrete pavement 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. INSTALLATION A. Perform installation in accordance with ASTM Cl 193 and manufacturer's written instructions. B. Measure joint dimensions and size materials to achieve required width/depth ratios. C. Install joint backing to achieve a neck dimension no greater than 1/2 the joint width. D. Install bond breaker where joint backing is not used. E. Remove and replace joint backing which has become wet, dirty, or exposed to weather for extended period of time. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. H. Tool joints concave in accordance with ASTM Cl 193 and manufacturer's written instructions. 01069403 04/04 JOINT SEALERS 07900-6 l ~ 1 _1 n 0 D 0 D 0 D 0 0 n u 0 u u u u u u u n r: G [' u L 3.4 3.5 3.6 I. For installation of concrete paving sealants: 1. 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. 2. 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. 3. 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. CLEANING AND REPAIRING A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. B. Repair or replace defaced or disfigured finishes caused by work of this Section. C. Cut out and remove damaged or deteriorated joint sealants and repair so that repaired areas are indistinguishable from original work. PROTECTION OF FINISHED WORK A. Protect joint sealants during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. SCHEDULE A. Exterior Joints 1. Horizontal traffic joints not exposed to fuel or gas spillage: Sealant types S-1 or S-2. 2. Horizontal traffic joints exposed to fuel or gas spillage: Sealant types S-1 or S-2. 3. Horizontal non-traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-2, S-3 or S-4. 4. Vertical or inclined joints such as panel, coping and control: Sealant types S-3 or S-4. END OF SECTION 01069403 04/04 JOINT SEALERS 07900-7 u c c r r l' L L u L L L SECTION 09300 TILE PART 1 ·GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES 1.3 1.4 A. Ceramic mosaic frost -proof wall tile for exterior application using the . thinset application method. RELATED SECTIONS A. Section 03300 -Cast-in-Place Concrete: Vertical substrate for tile application. B. Section 07900 -Joint Sealers: Control and expansion joint components. REFERENCES A. ANSiffCA Al08.5 -Ceramic Tile Installed with Dry-Set Portland Cement Mortar or Latex Portland Cement Mortar. B. ANSiffCA 108.10-Installation of Grout in Tilework. C. ANSiffCA A108.9 -Ceramic Tile installed with modified epoxy emulsion mortar/grout. . D. ANSiffCA A118.6 -Ceramic Tile Grouts. E. ASTM C 1026 -Standard Test Method for Measuring the Resistance of Ceramic Tile to Freeze-Thaw Cycling. F. ASTM C 1027 -Standard Test Method for Determining Visible Abrasion Resistance of Glazed Ceramic Tile. G. TCA -Handbook for Ceramic Tile Installation. 1.5 SUBMITT ALS A. Shop Drawings and Product Data 1. Submit shop drawings indicating tile layout, perimeter conditions, junctions with dissimilar materials, and setting details. 2. Submit product data indicating material specifications, characteristics, and instructions for using adhesives and grouts. 3. Submit manufacturer's standard printed installation instructions. 4. Submit maintenance data including recommended cleaning and stain removal methods, cleaning materials, and polishes and waxes. B. Samples 1. Mount tile and apply grout on two 12 x 12 inch plywood panels to indicate pattern, color variations, and grout joint size variations. C. Certificates 01069403 04104 1. Submit manufacturer's certificate that products meet or exceed specified requirements. TILE 09300-1 1.6 QUALITY ASSURANCE 1.7 1.8 A. Manufacturer Qualifications 1. Company specializing in the manufacture of products specified in this Section with minimum 5 years experience. 2. Conform to ANSiffCA A137 .1 B. Installer Qualifications 1. Conform to TCA Handbook for Ceramic Tile Installation. 2. Installer: Company specializing in applying the work of this Section with minimum 5 years documented experience. PRE-INSTALLATION CONFERENCE A. Convene one week prior to commencing work of this Section. DELIVERY, STORAGE, AND HANDLING A. Deliver, store and handle products in accordance with Section 01600. B. Deliver materials in original packages and containers, bearing brand name and identification of manufacturer. C. Store bagged materials inside under cover and keep dry and protected against damage from weather. D. Store tile in manner to prevent scratching, chipping and breaking. E. Protect adhesives from freezing or overheating in accordance with manufacturer's instructions. 1.9 EXTRA STOCK A. Provide approximately 4% maintenance materials of each tile specified to the Owner at location as directed. PART 2 ·PRODUCTS 2.1 2.2 ACCEPTABLE MANUFACTURERS A. Tile 1. American Olean Tile Co. 2. Substitutions: Under provisions and in accordance with Section 01600. B. Tile Setting and Grouting Materials 1. Mapei Corporation 2. Substitutions: Under provisions and in accordance with Section 01600. MATERIAL A. Tile 1. Ceramic Mosaic Wall Tile: American Olean. a. Conformance: ANSiffCA A137.1. b. Type: Vitreous or porcelain with moisture absorption of 0 to 0.5 percent. 01069403 04/04 c. Size: 2 x 2 x 1/4 inch TILE 09300-2 u n I1 n 0 0 0 0 0 n u n 0 0 [] u u u 11 d. Pattern: As indicated on drawings. e. Edge: Cushioned f. Surface Finish: Unglazed g. Color: Refer to schedule at end of section and drawings. Total of seven colors. B. Thinset Mortar: ANSiffCA Al 18.4; Portland cement, sand, latex additive, and water equal to Mapei Kerabond with Keralastic. C. Grout: ANSiffCA A118.6 1. Type: Pre-mixed cementitious with latex additive equal to Mapei Ultracolor 700 series. 2. Colors a. Walls color as selected by Architect from manufacturer's full range of colors. 2.3 MIXES A. Thinset and Grout 1. Mix and proportion pre-mix bond coat and grout materials in accordance with manufacturer's instructions. PART 3 ·EXECUTION 3.1 EXAMINATION A. Verify that surfaces are ready to receive work. B. Verify that surfaces are plumb and level and have square comers with the following maximum variation: 1. Vertical Surfaces: a. Deviation from plumb: 1/8 inch in 8 feet. b. Deviation from alignment: 1/8 inch in 10 feet. C. Beginning of installation means installer accepts condition of existing substrate. 3.2 PREPARATION A. Protect surrounding work from damage or disfiguration. B. Vacuum clean existing substrate and damp clean. 3.3 INSTALLATION A. General 1. Lay wall tile in pattern shown on drawings. 2. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight, without voids, cracks, excess mortar, or excess grout. 3. Allow tile to set for a minimum of 48 hours prior to grouting 4. Grout tile joints and damp cure for minimum of 72 hours after installation. B. Control Joints 01069403 04104 1. Provide joints where indicated on the drawings, and if not indicated, provide in conformance with TCA Handbook for Ceramic Tile Installation. 2. Keep control joints free of adhesive or grout. Apply sealant to joints. 3. Seal joint with sealant specified in Section 07900 -Joint Sealers. TILE 09300-3 3.4 3.5 3.6 3.7 C. Wall Tile 1. Over masonry walls, install in accordance with ANSI 108.5 and TCA Handbook number W202. TOLERANCES A. Install tile with the following variation from true flatness: 1. 118 inch in 10 feet in any direction. 2. From edge of tile to edge of adjacent tile: 1/32 inch. B. Install grout with the following variation from flush with tile surface: 1. Maximum 3/64 inch for 114 inch wide joint. 2. Maximum 1/16 inch for 3/8 inch wide joint. FIELD QUALITY CONTROL A. Sound tile after setting. B. Replace hollow sounding units. ADJUSTING AND CLEANING A. Wash tile thoroughly to remove all residue. B. Use of acid in cleaning solutions is prohibited. C. Replace all broken chipped or otherwise damaged tile. D. Remove and replace tiles that do not conform to specified tolerances. SCHEDULE A. Refer to drawings for location of tiles scheduled. TILE# TILE COLOR 1 American Olean A76 Dusty Rose 2 American Olean R26Red 3 American Olean R09 Imperial Purple 4 American Olean R04Sunglo 5 American Olean R18 Marine 6 American Olean A300live 7 American Olean ROS Thunder Blue END OF SECTION 01069403 04/04 TILE 09300-4 Cl u n 0 n D 0 ll D 0 u· n u lJ L! u u 1J u u ----------------·-------------------------~-------------------·--------·--------------------------------------------·-------------------------------~-----------------~---~------------------------------------- n r: u n [1 c c L L [. { . . , ·' c c u { · .. J SECTION 09900 PAINTING PART 1 ·GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 1.4 1.5 A. Drawings, General Conditions of the Agreement and Division 1 -General Requirements apply to Work of this Section. SECTION INCLUDES A. Surface preparation. B. Surface finish schedule. C. Color selection schedule. REFERENCES A. ANSl/ASTM D16 -Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. B. ASTM D2016 -Test Method for Moisture Content of Wood. C. ASTM D3359 -Test Methods for Measuring Adhesion by Tape Test. D. ASTM D4138 -Test Method for Measurement of Dry Film Thickness of Protective Coating Systems by Destructive Means. E. ASTM D4263 -Test Methods for Indicating Moisture in Concrete by the Plastic Sheet Method. F. ASTM D4414 -Measurement of Wet Film Thickness by Notch Gages. G. ASTM D4541 -Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers DEFINITIONS A. Conform to ANSl/ASTM D16 for interpretation of terms used in this Section. QUALITY ASSURANCE A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with five years experience. B. Applicator: Company specializing in commercial painting and finishing with five years documented experience. 1.6 SUBMITTALS A. Shop Drawings and Product Data 1. Provide product data on all stripping and finishing products. 2. Submit manufacturer's standard printed application instructions. B. Samples 01069403 04/04 1. Submit two samples 6 x 6 inch in size illustrating range of colors and textures available for each surface finishing product scheduled, for selection. PAINTING 09900-1 1.7 1.8 1.9 C. Certificates 1. Submit paint manufacturer's certificate(s) stating the following : a. Paints for interior use contain no mercurial mildewcide. b . Paints for interior use contain no insecticide. c. Paints for interior use contain no more than 0.06 percent lead. d. Paints proposed for use meet the VOC regulations of the local Air pollution District having jurisdiction over the geographical area in which the project is located. D . Field Samples 1. Provide field sample panel, 48 inches long by 48 inches wide, illustrating special coating color, and fmish. 2. Locate where directed. 3. Accepted sample may remain as part of the Work. 4 . Provide test panel areas adequate in size to show stripping method and expected final surface for each surface to be stripped. DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Deliver products to site in sealed and labeled containers; inspect to verify acceptance. C. Container labeling to include manufacturer's name, type of paint, brand name, brand code, coverage, surface preparation, drying time, cleanup, color designation, and instructions for mixing and reducing. D. Store paint materials at minimum ambient temperature of 45 degrees F. and a maximum of 90 degrees F., in well ventilated area, unless required otherwise by manufacturer's instructions. E. Take precautionary measures to prevent fire hazards and spontaneous combustion . ENVIRONMENTAL REQUIREMENTS A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 45 degrees F. for 24 hours before, during, and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions. B. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent, unless required otherwise by manufacturer's instructions. C. Minimum Application Temperatures for Latex Paints: 45 degrees F. for interiors; 50 degrees F. for exterior; unless required otherwise by manufacturer's instructions. D. Minimum Application Temperature for Varnish and Synthetic Finishes: 65 degrees F . for interior or exterior, unless required otherwise by manufacturer's instructions. E . Provide lighting level of 80 ft candles measured mid-height at substrate surface. EXTRA STOCK A. Provide a one gallon container of each color to Owner at location designated. B. Label each container with color and room locations, in addition to the manufacturer's label. 01069403 04/04 PAINTING 09900-2 1] [1 0 n D n 0 1] 0 u n Q n lJ fJ u u {< J L 0 0 (j J n fl c [ Ii' .1 ['. c L G [] {.··~ .. · l .J ---------·---·-·-----------------------~-~-----~--------~-----------·-·-------------------------------·------·--·--------------------···----·-·--·-·----· -----------· --·--·---------·--·--·----·-·-------------------·---·-·-·----------------------------·------------------- PART 2 -PRODUCTS 2.1 2.2 2.3 ACCEPTABLE MANUFACTURERS A. ICI Paint Stores, Cleveland, OH. B. Kelly-Moore Paint Co., Inc., San Carlos, CA. C. PPG Industries, Inc., Pittsburgh, PA. D. Substitutions: In accordance with Section 01600. MATERIALS A. Coatings 1. Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating. 2. Good flow and brushing properties; capable of drying or curing free of streaks or sags. 3. Compatible with existing coatings in renovation areas. B. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not specifically indicated but required to achieve fmishes specified, of commercial quality. C. Stripping Agents: As recommended by manufacturer for fmish to be removed. FINISHES A. Refer to schedule at end of Section for surface finish schedule. B. The schedule is based on the products of ICI Paint Stores and Kelly Moore Paint Co., Inc. as follows: NO. PRODUCT NAME (ICI PAINT) TYPE 1. 1000 Ultra-Basecoat Primer Latex 2. 1030 PY A Primer/ Sealer Latex 3. 1110 Ultra-Hide Stain Jammer Vinyl Toluene 4. 1310 Ultra-Hide Prime-n-Finish Alkyd 5. 1370 Spraymaster DTG Alkyd-Flat 6. 1402 Dulux Professional Wall & Trim Enamel Latex -Eggshell 7. 1406 Dulux Professional Wall & Trim Enamel Latex-Semi Gloss 8. 1434 Ultra-Wall Enamel Latex, Low Lustre 9. 1482 Spray Master Pro Uni-Grip WB Latex-Eggshell 10. 1516 Ultra-Hide Wall & Trim Enamel Alkyd, Semi-Gloss 11. 1582 Spray Master Dryfall Alkyd-Eggshell 12. 1700 Woodpride Stain Alkyd-Oil 13. 1802 Woodpride Interior Varnish Waterborne -Satin 14. 1808 Woodpride -WB Interior Varnish Waterborne Clear Gloss 15. 1916 QD Sanding Sealer Vinyl Toluene 16. 2000 Decra-Shield exterior primer Acrylic-Latex 17. 2406 Decra-Shield Acrylic-Semi-Gloss 18. 2516 Ultra-Hide Durus Exterior Enamel Alkyd-Semi-Gloss 19. 3038 Ultra-Hide Durus Acrylic Gloss 20. 4000 Bloxfil Block Filler Acrylic 21. 4020 Devflex DTM Primer Acrylic 22. 4160 Devguard Tank & Structural Primer Alkyd 01069403 PAINTING 09900-3 04104 NO. PRODUCT NAME (ICI PAINT) TYPE 23. 4206 Devflex Acrylic Waterborne Acrylic, Semi-Gloss 24. 4308 Devguard Industrial Enamel Alkyd-Gloss 25. 4406 Tru-Glaze-WB Waterborne Epoxy, Semi-Gloss 26. HFlO High Heat Coating Silicone Flat 27. HT-12 High Heat Silicone Flat NO. PRODUCT NAME (KELLY-MOORE) TYPE 1. 70 Kel-Guard Synthetic Rubber c. Dry mill film thickness (DMFf) indicated is minimum acceptable. PART 3 -EXECUTION 3.1 INSPECTION A. Verify that surfaces are ready to receive work as instructed by product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Moisture Content 1. Measure moisture content of surfaces using an electronic moisture meter. a. Field test concrete in accordance with ASTM D4263. b. Test moisture content of wood in accordance with ASTM 02016. 2. Do not apply finishes unless moisture content of surfaces are below following maximums: a. Gypsum Soffits: 12 percent. b. Plaster: 12 percent. c. Masonry, Unit Masonry: 12 percent. d. Interior Located Wood: 15 percent, measured in accordance with ASTM D2016. e. Exterior Located Wood: 12 percent, measured in accordance with ASTM D2016. f. Concrete Floors: 7 percent. g. Vertical Concrete Surfaces: 12 percent. D. Beginning of installation means acceptance of existing surfaces. 3.2 PREPARATION A. Previously Painted Surfaces 01069403 04/04 1. All Surfaces a. b. c. d. e. f. g. h. Thoroughly clean of all grease, dirt, dust or other foreign matter. Remove blistering, cracking, flaking, peeling or other deteriorated coating. Roughen slick/glossy surfaces. Repair damaged areas such as, but not limited to, nail holes, cracks, chips and spalls with suitable materials to match adjacent areas. Feather edges of chipped paint and sand smooth. Sand and scrape to remove loose primer. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. PAINTING 09900 -4 1J n 0 0 0 0 n 0 0 D n [1 u n u u u u [J n n L [ r L L L L L 3.3 3.4 3.5 3.6 i. Prepare non-ferrous surfaces in accordance with paint manufacturer's recommended level of preparation. 2. Existing Steel Surfaces a. Prepare in accordance with paint manufacturer's recommended level of preparation. PROTECTION A. Protect elements surrounding the work of this Section from damage or disfiguration. B. Repair damage to other surfaces caused by work of this Section. C. Furnish drop cloths, shields, and protective methods to prevent spray or droppings from disfiguring other surfaces. D. Remove empty paint containers from site. APPLICATION A. Paint, Stain and Varnish 1. Apply products in accordance with manufacturer's instructions. 2. Do not apply finishes to surfaces that are not dry. 3. Apply each coat to uniform finish. 4. Apply each coat of paint slightly darker than preceding coat unless otherwise approved. 5. Sand lightly between coats to achieve required finish. 6. Allow applied coat to dry before next coat is applied. 7. Prime back surfaces of and exterior woodwork with primer paint. FIELD QUALITY CONTROL A. General 1. When requested by Architect, provide verification of coating application and durability in accordance with specified requirements at no cost to the Owner. B. Steel Surfaces 1. Dry Film Thickness: Verify in accordance with SSPC-PA 2 -Measurement of Dry Paint Thickness with Magnetic Gages. 2. Adhesion: Confirm adhesion of coating system to substrate in accordance with either ASTM D3359 (Method B) or ASTM D4541. C. Other Surfaces 1. Film Thickness a. Measure wet film thickness in accordance with ASTM D4414 and convert to dry film thickness by multiplying wet film thickness by percent soilds and by percent solvent added. b. Measure dry film thickness in accordance with ASTM D4138. D. Scrubbability 1. Test interior flat latex paints in accordance with ASTM D2486. ADJUSTING A. Repair surfaces which have been destructively checked for dry film thickness. B. Recoat surfaces determined not to be in conformance with dry film thicknesses specified. C. Recoat in accordance with coating manufacturer's printed instructions. 01069403 04/04 PAINTING 09900-5 3.7 CLEANING A. As Work proceeds, promptly remove paint where spilled, splashed, or spattered. B. During progress of Work maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. c. Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal containers and remove daily from site. 3.8 SURFACE FINISH SCHEDULE A. Exterior Surfaces Surface 1st Coat IDMFT} 2nd Coat {IlMFT} 3rd Coat IDMF} Aluminum 4020 (3.0) 2406 (2.0) 2406 (2.0) Ferrous Metals * Gates, 4160 (2.0) 4308 (2.0) 4308 (2.0) Fencing, **or** **or** Bollards, 2516 (2.0) 2516 (2.0) Bumper Guards, Railings, Exposed Lintels, Misc. Metal * Doors, Frames 4160 (2.0) 4308 (2.0) 4308 (2.0) and Equipment **or** **or** 2516 (2.0) 2516 (2.0) * Galvanized Metals 4160 (2.0) 4308 (2.0) 4308 (2.0) Louvers, **or** **or** Ducts, 2516 (2.0) 2516 (2.0) Downspouts, Misc. Wood 2000 (2 .1) 2406 (1.4) 2406 (1.4) 3.9 COLOR SELECTION SCHEDULE A. Provide color samples from manufacturer's full range of colors for owner to make selections. B. A minimum of three exterior colors shall be selected. END OF SECTION 01069403 04/04 PAINTING 09900-6 n fJ 0 0 n 0 0 0 a n u 0 n u u n u u u 0 D [} fl _) c c n l .. J [ f' ! ... ) I' L: r l .J SECTION 10160 METAL TOILET COMPARTMENTS PART 1 ·GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to Work of this Section. SECTION INCLUDES A. Metal toilet compartments. REFERENCES A. ASTM A424 -Standard Specification for Steel, Sheet, for Porcelain Enameling. B. ASTM A653/A653M-Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. C. ASTM A666 -Standard Specification for Austentic Stainless Steel Sheet, Strip, Plate, and Flat Bar. D. FS A-A-60003 -Partitions, Toilet, Complete. 1.4 SUBMITTALS A. Section 01330-Submittal Procedures: Submittal procedures. · B. Shop Drawings: Indicate partition plan, elevation views, dimensions, details of wall, floor, supports, and door swings. C. Product Data: Submit data on panel construction, hardware, and accessories. D. Manufacturer's Installation Instructions: Indicate special procedures, perimeter conditions requiring special attention. · PART 2 ·PRODUCTS 2.1 METAL TOILET COMPARTMENTS A. ACCEPTABLE MANUFACTURERS 1. Accurate Partitions Corp. 2. Flush Metal Partition Corp. 3. Global Steel Products 4. The Mills Co. 5. Substitutions: Section 01600 -Product Requirements. B. Product Description: Floor mounted and overhead braced. 2.2 COMPONENTS A. Steel Sheet: ASTM A653/A653M, with G90/Z275 zinc coating. 01069403 METAL TOILET COMPARTMENTS 10160 - 1 04/04 B. Toilet Compartments: Baked enameled steel, floor-mounted headrail-braced. C. Doors, Panels, and Pilasters: Sheet steel faces, pressure bonded to sound deadening core, formed and closed edges, mitered and welded comers ground smooth. 1. Panel and Door Faces: 20 gage. 2. Pilaster Faces: 18 gage. 3. Reinforcement: 12 gage. 4. Internal Reinforcement: Furnish in areas of attached hardware and fittings. Mark locations of reinforcement for partition mounted washroom accessories. D. Door and Panel Dimensions: 1. Thickness: 1 inch. 2. Accessible Door Width: 36 inch, out-swinging. 3. Height: 58 inch. E. Pilasters: 1-114 inch thick, of sizes required to suit compartment width and spacing. 2.3 ACCESSORIES 2.4 A. Pilaster Shoes: ASTM A666 type 304 stainless steel with No. 4 finish, 3 inch high, concealing floor fastenings, formed to match same profile as partition pilasters. Provide adjustment for floor variations with screw jack through steel saddles integral with pilaster. B. Head Rails: Hollow chrome-plated steel stainless steel tube, 1 x 1-5/8 inch size, with anti-grip profile and cast socket wall brackets. C. Brackets: stainless steel. D. Attachments, Screws, and Bolts: Stainless steel, tamper proof type. 1. For attaching panels and pilasters to brackets: Through-bolts and nuts; tamper proof. E. Hardware: Stainless steel: 1. Pivot hinges, gravity type, adjustable for door close positioning; two for each door. 2. Nylon bearings. 3. Thumb tum door latch with exterior emergency access feature. 4. Door strike and keeper with rubber bumper; mounted on pilaster in alignment with door latch. 5. Furnish door pulls for outswinging doors on both sides of doors. FACTORY FINISIIlNG A. Baked Enamel Steel Compartments: Clean, degrease, and neutralize. Follow immediately with phosphatizing treatment, prime coat and two finish coats baked enamel. B. Color: As selected from manufacturer's full range of colors. PART 3 ·EXECUTION 3.1 EXAMINATION A. Section 01300-Administrative Requirements: Coordination and project conditions. B. Verify field measurements are as indicated on shop drawings. C. Verify correct spacing of and between plumbing fixtures. D. Verify correct location of built-in framing, anchorage, and bracing. 01069403 04/04 METAL TOILET COMPARTMENTS 10160-2 0 n n n D D {] n 0 u u I) u n u u 3.2 INSTALLATION A. Maintain 3/8 to 1/2 inch space between wall and panels and between wall and end pilasters. B. Attach panel brackets securely to walls using anchor devices. C. Attach panels and pilasters to brackets. Locate head rail joints at pilaster center lines. D. Field touch-up of scratches or damaged enamel fmish will not be permitted. Replace damaged or scratched materials with new materials. 3.3 ERECTION TOLERANCES A. Maximum Variation From Indicated Position: 1/4 inch. B. Maximum Variation From Plumb: 1/8 inch. 3.4 ADJUSTING A. Section 01700-Execution Requirements: Testing, adjusting, and balancing. B. Adjust and align hardware to uniform clearance at vertical edge of doors, not exceeding 3/16 inch. C. Adjust hinges to position doors in partial opened position when unlatched. Return out swinging doors to closed position. D. Adjust adjacent components for consistency of line or plane. 01069403 04/04 END OF SECTION METAL TOILET COMPARTMENTS 10160-3 SECTION 11510 SITE FURNISIDNGS AND PARK EQIDPMENT PART 1-GENERAL Drawings, Standard General Conditions of Contract, Special Conditions and Division 1, Specification sections, apply to work of this section. 1.1 DESCRIPTION A. General 1. Furnish and supply all labor, equipment, materials and incidentals necessary to assemble, install and otherwise construct park equipment as listed under products. B. Related Work Specified Elsewhere 1.2 QUALITY ASSURANCE A. Safety 1. All equipment shall be free of sharp edges and comers, and extremely rough surfaces. 2. All raised platforms shall have handrails. 3. Wood shall be pressure treated with a non-toxic preservative. B. Allowable Tolerances 1. Metals shall be straight or at design radii or bends, without kinks, bents, and crimps and shall be true to shape. 2. All metal parts and hardware shall be hot dip galvanized, have electrostatically bonded colors, or have an approved corrosion-resistant coating. 3. Wood shall be structurally sound and free of heart centers. 4. Wood shall not be noticeably warped or bowed and shall be free of large checks, splinters and waves. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Protect from inclement weather; wet, damp, extreme heat or cold. B. Keep manufacturers labels, installation instructions, and warranty information. C. Store wood in a manner to prevent warpage and/or bowing. D. Delivery times for equipment will be taken into account by the Contractor as work proceeds. Late deliveries will not be accepted as a reason to extend the completion date for the project. 1.4 SUBMITTALS A. General 01069403 04104 1. The Contractor shall submit to the Landscape Architect manufacturers catalog information sheets, installation details and a listing of model numbers and option numbers of each piece of equipment that the Contractor proposes to install. 2. The Contractor's submittals shall be approved by the Landscape Architect prior to ordering of equipment. SITE FURNISHINGS AND PARK EQUIPMENT 11510-1 1.5 JOB CONDITIONS The Contractor shall be responsible for protection of unfinished work and shall be responsible for the safety of park users utilizing unfinished equipment. PART 2 -PRODUCTS 2.1 SITE FURNISHINGS AND PARK EQUIPMENT A. General 1. All equipment and materials shall be new, unused and the standard product of a manufacturer. B. Site Furnishings 01069403 04104 1. Benches City Seat, Model #9860:60". Color of Plastic: Redwood. Color of Frame: Brown Supplier/Rep: Kim Neal Paul E. Allen Co., Inc. For Recycle Design 1901 Concord Dr. Flower Mound, Texas 75028 (888) 877-4887 2. Trash Receptacles: Park Waste Enclosure, Model #9856:29"H (32 gal.) - Embedded, include Optional 32 gal. Plastic Liner. 3. 4. Color of Plastic: Redwood. Color of Frame: Brown. Supplier/Rep: Kim Neal Picnic Tables Supplier/Rep: Grills Supplier/Rep: Paul E. Allen Co., Inc. For Recycle Design 1901 Concord Dr. Flower Mound, Texas 75028 (888) 877-4887 A. Table 77-60PL (6' Recycled Plastic Table). Color of Plastic: Cedar. Color of Steel Pipe Frames: Bronze. B. Table 77-68-lPL (Wheelchair Recycled Plastic Table). Color of Plastic: Cedar. Color of Steel Pipe Frames: Bronze. KimNeal Paul E. Allen Co., Inc. For Recycle Design 1901 Concord Dr. Flower Mound, Texas 75028 (888) 877-4887 Premier Park Grill Model #B-24/S B2 (384 sq. in. cooking area with one (1) optional side utility shelves) The Playwell Group, Inc. For Pilot Rock Park Equipment 2750 Northaven Rd. SITE FURNISHINGS AND PARK EQUIPMENT 11510-2 [] 0 0 0 n 0 0 0 0 u 0 0 u u LJ u ·~J \ L [J c n c c 0 D c c [ L [' ; Li u c. D. 01069403 04/04 5. Viewer's Table: Supplier/Rep: 6. Viewer's Table Bench: Supplier/Rep: Multi-Use Court 1. Goal: Supplier/Rep: 2. Post: Supplier/Rep: 3. Backboard: Supplier/Rep: 4. Hardware Sets: Supplier/Rep: Picnic Structures 1. Small Picnic Shelters: Supplier/Rep: Suite 103 Dallas, Texas 75229 (972) 488-9355 Aluminum Plate and Steel Tube. Table as shown on Drawings Wilson Sheet Metal (817) 475-6101 (or Approved Equal) Bench to be Raider Bench in length designated on plans. Seat Plank and backrest to have powder coated finish to match color of windscreen (color to be selected by Owner) MikeBerend Southern Bleacher Company P.O. Box One Graham,Texas76450 (800) 433-0912 (or Approved Equal) BSN-5553XXXX -Ultra Playground BSN Sports P.O. Box 7726 Dallas, Texas 75209 (800) 527-7510 BSN-Z665000545 (4' overhang) Gooseneck post 41/2" OD BSN Sports P.O. Box 7726 Dallas, Texas 75209 (800) 527-7510 BSN-5407XXX Unbreakable Polycarbonate Playground Backboard BSN Sports P.O. Box 7726 Dallas, Texas 75209 (800) 527-7510 BSN-Z66BDBRATE and BSN-Z038BRDAND (brace and bolts) BSN Sports P.O. Box 7726 Dallas, Texas 75209 (800) 527-7510 Pittsburgh All-Steel Model #8111 (12'xl2' shelter) Litchfield Industries, Inc. 4 Industrial Drive Litchfield, Michigan 49252 (800) 542-5282 SITE FURNISHINGS AND PARK EQUIPMENT 11510-3 -------···················------------··-···--·-··-··-··-··--·-·----------------------------------··----·-·-----·----·--·--··--·-·-- PART 3 -EXECUTION Install site furnishings and park equipment in the exact locations shown on the drawings and in strict conformation with the manufacturer's instructions. 01069403 04104 END OF SECTION SITE FURNISHINGS AND PARK EQUJPMENT 11510-4 f} n f] 0 0 D 0 D D 0 0 0 D u u u u u SECTION 13121 PRE-ENGINEERED BUILDINGS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Pre-engineered, shop fabricated structural steel framed column and beam shelter structure including; metal sloped roof system. 1.3 RELATED SECTIONS A. Section 03300 -Cast-In-Place Concrete -concrete support columns. B. Section 07900-Joint Sealers. 1.4 REFERENCES A. American Institute of Steel Construction: 1. AISC S335 -Specification for Structural Steel Buildings Allowable Stress Design, and Plastic Design. 2. AISC S342L -Load and Resistance Factor Design Specification for Structural Steel Buildings. 3. AISC S344L -Metric Load and Resistance Factor Design Specification for Structural Steel Buildings. B. ASTM International: 1. ASTM A36/ A36M -Standard Specification for Carbon Structural Steel. 2. ASTM A325 -Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 3. ASTM A500 -Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. C. American Welding Society: 1. AWS A2.4 -Standard Symbols for Welding, Brazing, and Nondestructive Examination. 2. A WS D 1.1 -Structural Welding Code -Steel. D. SSPC: The Society for Protective Coatings: 1. SSPC -Steel Structures Painting Manual. 2. SSPC Paint 20 -Zinc-Rich Primers (Type I -Inorganic and Type II -Organic). 1.5 SYSTEM DESCRIPTION A. Structural steel tube columns and base plates. B. Structural steel tube hip beams and purlins. C. Roof System: Preformed metal panels of standing seam profile and accessory components. D. Roof Slope: 6 inches in 12 inches. E. Eave Weight: 8 foot -0 inches. 01069403 04/04 PRE-ENGINEERED BUILDINGS 13121 -1 1.6 1.7 1.8 1.9 DESIGN REQUIREMENTS A. Design members to withstand 30 psf nominal. B. Design members to withstand UL 580-Uplift Resistance, Uplift Class 90. C. Permit movement of components without buckling, failure of joint seals, undue stress on fasteners or other detrimental effects, when subject to temperature range of 40-90 degrees F. D. Size and fabricate roof systems free of distortion or defects detrimental to appearance or performance. PERFORMANCE REQUIREMENTS A. B. c. Conform to applicable code for submission of design calculations, reviewed shop and erection drawings as required for acquiring permits. Cooperate with regulatory agency or authority and provide data as requested authority having jurisdiction. · Provide components of each type from one manufacturer compatible with adjacent materials. SUBMITTALS A. Section 01300-Submittal Procedures: Submittal procedures. B. Shop Drawings: Indicate assembly dimensions, locations of structural members, connections, attachments, loads, roof system dimensions, panel layout, general construction details, anchorages and method of anchorage, method or installation framing anchor bolt settings, sizes, and locations from datum, and foundation loads; indicate welded connections with A WS A2.4 welding symbols; indicate net weld lengths; provide professional seal and signature. C. Product Data: Submit data on profiles, component dimensions, fasteners, performance characteristics. D. Samples: Submit one sample of precoated metal panels for each color selected, in size illustrating color and texture of finish. E. Manufacturer's Instructions: Submit preparation requirements, anchor bolt placement. F. Erection Drawings: Indicate members by label, assembly sequence, and temporary erection bracing. CLOSEOUT SUBMITT ALS A. Section 01700 -Execution Requirements: Closeout procedures. B. Project Record Documents: Record actual locations of concealed components and utilities. 1.10 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. B. Erector: Company specializing in performing Work of this section with minimum three years documented experience. C. Design structural components, develop shop drawings, and perform shop and site work under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of Texas. 01069403 04104 PRE-ENGINEERED BUILDINGS 13121 - 2 fl [J 0 0 D 0 0 D D 0 D D 0 lJ [J u u lJ 1.11 PRE-INSTALLATION MEETINGS A. Section 01300-Administrative Requirements: Pre-installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.12 WARRANTY A. Section 01700 -Execution Requirements: Product warranties and product bonds. B. Furnish five year manufacturer warranty for pre-engineered building systems and components. C. Furnish five year warranty to include coverage for exterior pre-finished surfaces color coat against chipping, cracking or crazing, blistering, peeling, chalking, or fading. PART 2 ·PRODUCTS 2.1 PRE-ENGINEERED BUILDINGS A. Manufacturers: 1. Litchfield Industries, Inc. Model 50 octagonal Pittsburg all steel duo-top. 2. Substitutions: Section 01600 -Product Requirements. 2.2 COMPONENTS -FRAMING A. Structural Tubing: ASTM A500. B. Plate or Bar Stock: ASTM A529/A529M. C. Anchor Bolts: ASTM A307, unprimed. D. Bolts, Nuts, and Washers: ASTM A325. E. Welding Materials: A WS D 1.1; type required for materials being welded. F. Primer: SSPC Paint 20, Red Oxide. G. Paint: Manufacturer's standard baked enamel; color as selected by Architect from manufacturer's full range. H. Grout: ASTM Cl 107 Non-shrink type, premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents, capable of developing minimum compressive strength of 2400 in two days and 7000 psi in 28 days. 2.3 COMPONENTS -ROOF SYSTEM A. Sheet Steel Stock: ASTM A653/ A653M galvanized to G90 designation. B. Joint Seal Gaskets: Manufacturer's standard type. C. Fasteners: Manufacturer's standard type, high performance organic coating, finish to match · adjacent surfaces when exterior exposed. D. Bituminous Paint: Asphaltic type. E. Sealant: Manufacturer's standard type, non-staining, elastomeric, skinning. F. Trim, Closure Pieces, Caps, Flashings, Facias: Same material, thickness and finish as exterior sheets; brake formed to required profiles. 2.4 FABRICATION -FRAMING A. Fabricate members in accordance with AISC Specification for plate, bar, tube, or rolled structural shapes. B. Anchor Bolts: Formed with bent shank, assembled with template for casting into concrete. 01069403 04/04 PRE-ENGINEERED BUILDINGS 13121 - 3 2.5 2.6 FABRICATION -ROOF SYSTEMS A. Roofing: Minimum 24 ga metal thickness, standing seam profile, male/female edges fitted with continuous gaskets. B. Girts/Purlins: Rolled formed structural shape to receive siding, roofing sheet. C. Internal and External Corners: Same material thickness and finish as adjacent material, profile shop cut and factory mitered to required angles. - D. Fasteners: To maintain load requirements and weather tight installation, same finish as cladding, non-corrosive type. FACTORY FINISHING A. B. c. Framing Members: Clean, prepare, and prime to SSPC Manual requirements. Do not prime surfaces to be field welded. Interior Surfaces of Roof Components and Accessories: Galvalune with manufacturer's standard finish color as selected from manufacturer's standard range. Exterior Surfaces of Roof Components and Accessories: Galvalune with Kynar 500 coating color as selected from manufacturer's standard range. PART 3 ·EXECUTION 3.1 3.2 3.3 EXAMINATION A. Section 01300-Administrative Requirements: Coordination and project conditions. B. Verify foundation, floor slab, mechanical and electrical utilities, and placed anchors are in correct position ERECTION -FRAMING A. Erect framing in accordance with AISC Specification. B. Provide for erection and wind loads. Provide temporary bracing to maintain structure plumb and in alignment until completion of erection and installation of permanent bracing. Locate braced bays as indicated on Drawings. C. Set column base plates with non-shrink grout to achieve full plate bearing. D. -Do not field cut or alter structural members without approval of Engineer. E. After erection, prime welds, abrasions, and surfaces not shop primed. ERECTION -ROOFING SYSTEMS A. Exercise care when cutting prefinished material to ensure cuttings do not remain on finish surface. B. Fasten cladding system to structural supports, aligned level and plumb. C. Locate end laps over supports. End laps minimum 2 inches. Place side laps over bearing. D. Use manufacturer's standard fasteners. E. Install sealant and gaskets to prevent weather penetration. 01069403 04/04 PRE-ENGINEERED BUILDINGS 13121 - 4 tl - IJ D D 0 0 0 0 0 0 0 0 D 0 0 lJ LJ [_] / o- Q 0 D [] u D 0 L c c c ' ' [j c c c -------------·--------------·-··-· ·-·--------~------·------.. -------------------·-··--·-------~-----------~-····----·--------------------- 3 .4 ERECTION TOLERANCES A. Section 01400-Quality Requirements: Tolerances. B. Framing Members: 114 inch from level; 1/8 inch from plumb. C. Roofing: 118 inch from indicated position. 01069403 04104 END OF SECTION PRE-ENGINEERED BUILDINGS 13121-5 r; L D D ['! . .J lJ 0 [ [ D L SECTION 16000 BASIC ELECTRICAL METHODS PART 1 ·GENERAL 1.1 RELATED DOCUMENTS 1.2 A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 -General Requirements apply to Work of this Section. REQUIREMENTSOFREGULATORYAGENCIESANDSTANDARDS 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 SUB MITT ALS A. The intent of this section is to give general submittal information, refer to specific submittal information in the subsequent mechanical sections. 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 01069403 04104 BASIC ELECTRICAL METHODS 16000 -1 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 2.2 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. 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. D. 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. 01069403 04/04 BASIC ELECTRICAL METHODS 16000-2 r1 fl n n n n lJ 0 0 0 0 u u u [J \j L 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. E. 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 01069403 04/04 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. 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. BASIC ELECTRICAL METHODS 16000-3 3.2 4. 5. 6. 7. 8. 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. 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. 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. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6" below subgrade under pavements and slabs. 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 specifi¢ 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. 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. 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. 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. 01069403 04/04 BASIC ELECTRICAL METHODS 16000-4 [! [l n n 0 0 0 0 0 0 0 0 0 0 u [J u u u Li 0 u ['! J [l c [ t. [·1 l l-, .~ L 3.3 SUBMITf AL 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. END OF SECTION 16000 01069403 04/04 BASIC ELECTRICAL METHODS 16000-5 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 CS0.1 -Rigid Steel Conduit, Zinc Coated. B. ANSI CS0.3 -Electrical Metallic Tubing, Zinc Coated. C. ANSl/NEMA FB 1 -Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSl/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: ANSl/NFP A 70. 1.5 SUBMITIALS 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. 01069403 04/04 CONDUIT 16111 -1 1.7 1.8 1.9 REGULATORY REQUIREMENTS A. Conform to requirements of ANSl/NFP A 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable forpwpose specified and shown. 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. PROJECT CONDillONS 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 2.2 2.3 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, ornon metallic PVC conduit within limitations specified. F. MC Cable: Shall not be utilized on this project. METAL CONDUIT A. Manufacturers: 1. Allied 2. Wheatland 3. Substitutions: Under provisions of Section 01600. B. Rigid Steel Conduit: ANSI C80.l. C. Intermediate Metal Conduit (IMC): Rigid steel. D. Fittings and Conduit Bodies : ANSI/NEMA FB 1; all steel fittings. FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Greenfield 2. Electri-Flex 01069403 04/04 CONDUIT 16111 -2 u n fJ 0 ll 0 0 LI 0 0 0 0 0 0 u [J \] lJ u fj c [ c L 0 [ L c [, L c L 2.4 2.5 3. Allied Tube 4. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction. Aluminum is not permitted. C. Fittings: ANSl/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. LIQUIDTIGIIT FLEXIBLE .MET AL CONDUIT A. Manufacturers: l. Ultatite 2. Electri-flex 3. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSl/NEMA FB l. D. Applications: Liquidtight flexible metal conduit shall not be used in this project. NON-METALLIC CONDUIT A. Manufacturers: 1. Carlon 2. Allied B. Description: NEMA TC2; schedule 40 PVC. Flame retardant type resistant to bending and cracking. C. Fittings and Conduit Bodies: NEMA TC3. D. Vertical Risers and ells installed below grade shall be rigid steel with wrapping. E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. 2.6 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 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. 01069403 04/04 CONDUIT 16111 -3 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. 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. I. Maintain adequate clearance between conduit and piping. J. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. K. Cut conduit square using saw or pipecutter; de-burr cut ends. L. Bring conduit to shoulder of fittings; fasten securely. M. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. N. 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. 0. A void moisture traps; provide junction box with drain fitting at low points in conduit system. P. Provide suitable pull string in each empty conduit except sleeves and nipples. Q. Use suitable caps to protect installed conduit against entrance of dirt and moisture. R. Ground and bond conduit under provisions of Section 16170. S. Identify conduit under provisions of Section 16195. T. Ducts shall be cleaned with a flexible mandrel assembly. U. 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. V. Underground branch circuit extensions to site lighting, roadway lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance conduits shall be concrete encased as indicated on the drawings. W. Minimum cover for underground conduits shall be 30 inches unless otherwise noted. 01069403 04/04 END OF SECTION 16111 CONDUIT 16111 -4 fl n n n 0 n n 0 0 0 0 0 0 u 0 u u u u l l ) I 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. NFP A 70 -National Electrical Code. 1.4 SUBI\11TTALS FOR REVIEW: A. Section 01300-Submittals: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.5 SUBI\11TTALS 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 SUBI\11TT ALS 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. 01069403 04/04 WIRE AND CABLE 16123 -1 3.5 S. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 A WG 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-of the 2002 National Electrical Code. 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 01069403 04/04 WIRE AND CABLE 16123 - 4 r f I I I I I I I I I I I 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 NFP A 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. 01069403 04/04 BOXES 16130-1 PART 3 -EXECUTION 3.1 3.2 3.3 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. Boxes located in accessible landscaped areas shall be pre-approved. INTERFACE WITH OTHER PRODUCTS: A. Coordinate installation of outlet box for equipment connected under Section 16180. 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 01069403 04/04 BOXES 16130-2 1 ; j l [1 n n 0 0 0 0 0 [J 0 {] u u u u u [( r u Li fJ [ [ L L [ [J 0 SECTION 16140 WIRING DEVICES PART 1 ·GENERAL 1.1 1.2 1.3 1.4 1.5 SECTION INCLUDES A. Receptacles. B. Device plates. RELATED SECTIONS A. Section 16130 -Boxes. REFERENCES A. NECA -Standard of Installation. B. NEMA WD 1 -General Requirements for Wiring Devices. C. NEMA WD 6 -Wiring Device --Dimensional Requirements. D. NFPA 70-National Electrical Code. QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. REGULATORY REQUIREMENTS A. Conform to requirements of NFP A 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. PART 2 ·PRODUCTS 2.1 RECEPTACLES A. Manufacturers: 1. Hubbell Model 5352-1. 2. Or approved equal. B. Description: NEMA WD 1, Specification Grade general use receptacle, with wraparound bridge, brass center rivet, triple wipe contacts and grounding contacts integral with backstrap (no rivets) .. C. Device Body: Ivory plastic. D. Configuration: NEMA WD 6, type as specified and indicated. E. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. All outdoor receptacles shall be GFCI with weatherproof cover. 01069403 04104 WIRING DEVICES 16140-1 PART 3 -EXECUTION 3.1 3.2 3.3 3.4 3.5 3.6 3.7 EXAMINATION A. Section 01039 -Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that outlet boxes are installed at proper height. PREPARATION A. Clean debris from outlet boxes. INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install receptacles with grounding pole on top. D . Connect wiring device grounding terminal to branch circuit equipment grounding conductor. E. Connect wiring devices by wrapping conductor around screw terminal. INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 16130. FIELD QUALITY CONTROL A. Inspect each wiring device for defects. B. Verify that each receptacle device is energized. C. Test each receptacle device for proper polarity. D. Test each GFCI receptacle device for proper operation. ADJUSTING A. Adjust devices to be flush and level. CLEANING A. General Conditions -Contract Closeout: Cleaning installed work. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION 01069403 04/04 WIRING DEVICES 16140 -2 fJ n 0 [J 0 D D 1J [J [] u u u Ll lJ L! SECTION 16170 GROUNDING AND BONDING PART 1 ·GENERAL 1.1 SECTION INCLUDES 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. NFP A 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: Procedur((s 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. 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. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFP A 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 01069403 04104 GROUNDING AND BONDING 16170 -1 PART 2 ·PRODUCTS 2.1 2.2 2.3 2.4 ROD ELECTRODES A. Material: Copper. B. Diameter: 5/8 inch. C. Length: 8 feet. MECHANICAL CONNECTORS A. Description: Burndy Hyground, 12 ton Compression Connectors. EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFP A 70 requirements or as indicated on the drawings. C. Provide main bonding jumper as indicated on the drawing. PART 3 ·EXECUTION 3.1 EXAMINATION 3.2 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. 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. 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. 01069403 04104 GROUNDING AND BONDING 16170-2 n [] u 0 0 D D 0 0 0 fJ u [J u u u u 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. 01069403 04104 END OF SECTION 16170 GROUNDING AND BONDING 16170 - 3 L c A c [ c L L. C SECTION 16190 SUPPORTING DEVICES 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. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA -National Electrical Contractors Association. B. ANSl/NFPA 70-National Electrical Code. 1.4 REGULATORYREQUIREMENTS A. Conform to requirements of ANSl/NFP A 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. PART 3 ·EXECUTION 3.1 INSTALLATION A. B. 01069403 04/04 Install products in accordance with manufacturer's instructions. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". SUPPORTING DEVICES 16190 -1 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 conduit supports a maximum spacing specified in the NEC. 01069403 04/04 END OF SECTION 16190 SUPPORTING DEVICES 16190-2 n [J 0 fl 0 0 (J n n L1 0 0 ll u u u u 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. ANSl/NFP A 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. 01069403 04/04 ELECTRICAL IDENTIFICATION 16195 - 1 PART 3 -EXECUTION 3.1 3.2 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 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. (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: 120/208 volts Phase 277 /480 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 A WG. For conductors No. 6 A WG 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 01069403 04/04 ELECTRICAL IDENTlFICATION 16195 - 2 [i r lJ [} 0 n n 0 0 0 0 u 0 0 0 u u u SECTION 16421 UTILITY SERVICE ENTRANCE PART 1 -GENERAL 1.1 SECTION INCLUDES A. Service pole. B. Metering transformer cabinets. C. Meter bases. 1.2 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NFP A 70 -National Electrical Code. 1.3 SYSTEM DESCRIPTION A. System Characteristics: As indicated on drawings. B. Service Entrance: As indicated on drawings. 1.4 SUBMITTALS FOR REVIEW A. Electric Meter Cabinet, if required. B. Mounting structure for metering, disconnect and TVSS, if specified on drawings. 1.5 SUBMITT ALS FOR INFORMATION A. Submit Utility Company prepared drawings. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with Utility Company written requirements. 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFP A 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 1.8 PRE-INSTALLATION MEETING A. Convene prior to commencing work of this section. Review service entrance requirements and details with Utility Company representative. 1.9 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on Utility Company drawings. 01069403 04/04 UTILITY SERVICE ENTRANCE 16421 - 1 PART 2 ·PRODUCTS 2.1 SERVICE ENTRANCE EQUIPMENT A. New service meter, meter base, transformers and disconnect. PART 3 ·EXECUTION 3.1 PREPARATION A. Arrange with Utility Company to obtain permanent electric service to the Project. B. Coordinate with the Utility Company and verify scope of project. 3.2 INSTALLATION A. Install weatherhead, metering transformer cabinets, and meter base as required by Utility Company. 01069403 04/04 END OF SECTION UTILITY SERVICE ENTRANCE 16421 - 2 n [J n n [J 0 [) n 0 n u fJ D u u u u 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 1 -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 NFP A 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. SquareD B. General Electric C. Eaton D. Siemens 01069403 04/04 ENCLOSED SWITCHES 16441-1 2.2 2.3 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 FUl, 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. 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 RKl, Bussman Low-peak or equivalent. F. Motor Loads: Class RK5, 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 01069403 04104 ENCLOSED SWITCHES 16441 -2 [ r~_1 _; fl n rl _) [J n u r1 u 1 ') I \ l l u I L l ~~ ·~· ' c c [ G G ri L n [ c [ c 1 ' L [··· ... · ;.· ) [ L SECTION 16470 SWITCHBOARDSANDPANELBOARDS PART 1 -GENERAL 1.1 1.2 1.3 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. B. Related Sections 1. Section 16190-Supporting Devices. 2. Section 16195 -Electrical Identification: Engraved nameplates. SUMMARY A. Section Includes 1. Distribution and Branch circuit panelboards. 2. Switchboards. 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. NFP A 70 -National Electrical Code. 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 1.5 A. Submit under provisions of General Conditions . Record actual locations of Products: indicate actual branch circuit .arrangement. OPERATION AND MAINTENANCE DATA A. Submit under provisions of General Conditions, Maintenance Data: Include spare parts data listing; and recommended maintenance procedures and intervals. 01069403 04/04 PANELBOARDS 16470-1 1.6 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.7 QUALIFCATIONS 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 NFP A 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 2.2 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. E. Molded Case Circuit Breakers: NEMA AB 1, bolt-on, circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as type HACR for air-conditioning equipment loads and type SWD for switching applications. F. Enclosure: NEMA 3R. G. Cabinet Front: Surface 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. SWITCHBOARDS A. Manufacturers: 1. General Electric 01069403 04104 PANELBOARDS 16470-2 n n Q D n D n n 0 [] lJ u L1 t I , I lJ u 2. SquareD 3. Westinghouse B. Construction: Unit shall be constructed of steel members bolted or welded to form a rigid frame. All closure plates shall be constructed to allow a single individual to install. All sections shall be rear aligned and shall be front accessible. Sections shall be bolted together to form a mechanically and electrically continuous unit. C. Bussing: Tin or silver plated copper for all sections. Brace bars for indicated interrupting ratings. Bus joints shall be bolted with grade 5 bolts. Horizontal bussing shall be full size and full length of the switchboard. Install vertical bussing the full height of the switchboard with a minimum of ampacity of 80% of the total of all protective devices of the bussed space. Provide a full size full length neutral bus with the same ampacity as the phase bus. Provide a copper ground bus the full length. D. Main Device: Bolted pressure switch with the ampacity ratings as indicated. Pressure contacts are to be made by firmly bolting blades to both top and bottom stationary contacts. Provide quick make, quick break mechanisms, inter-phase barriers and arcing equipment. E. Feeder Devices: Instantaneous thermal and magnetic trips, molded case circuit breakers. Provide adjustable magnetic trip option on frame sizes larger than 225 amps. Feeder breakers shall be group mounted. 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 the 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. Ground each panelboard in accordance with section 16170. 3.2 FIELD QUALITY CONTROL A. Field inspection and test for grounds on each circuit after installation is completed. 01069403 04104 Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboards 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 PANELBOARDS 16470-3 APPENDIX A Geotechnical Soils Investigation For City of Lubbock Proposed Fiesta Plaza In Lubbock, Texas March 4, 2004 Requested by: City of Lubbock Parks & Recreation % Craig Wuensche Dyess-Peterson Testing Laboratory, Inc. 5853 49th street · Lubbock, Texas 79423 1806) 785-8378 Fax 1806> 785-1959 Report No. 4456 L--------------~~g~-mrn~~n rmrnc rno~nnrnn~, mL. _ ___. TABLE OF CONTENTS EXECUTIVE SUMMARY 4 1.0 INTRODUCTION 5 1.1 Project Information 5 1.2 Purpose of Exploration 5 1.3 scope of Exploration 5 2.0 INVESTIGATION PROCEDURES 6 2.1 Visual Inspection 6 2.2 scope of Field Exploration 6 2.3 scope of Laboratory Testing 6 :s.o SITE AND SUBSURFACE CONDITIONS 7 3.1 Site Description 7 3.2 Subsurface conditions 7 4.0 DESIGN RECOMMENDATIONS 10 . ------· ' 4.1 Proposed construction 11 4.2 Foundation Types 11 4.3 General conclusions 11 5.0 CONSTRUCTION RECOMMENDATIONS 12 5.1 Site Preparation 12 5.2 Subgrade Preparation 12 5.3 Foundation Preparation 13 6.0 PAVEMENT 13 7.0 GENERAL EXCAVATION SAFETY CONSIDERATIONS 15 8.0 OUALIFICATION OF RECOMMENDATIONS 15 -----------2---nYm-mrn~on mun~ lA~DRRrnRY, mt --. ri tJ 0 0 fJ D 0 0 D 0 0 D u 0 u u IJ Ll -----· --·--······--··----------~---------------------~-----~-~ ----~ -----------~ --------~ ----------~~~--~~--~ --------~~-----~----~----~-·-------- c ·o·., J u ·n dl l ...J ''f 1 ~ L {J ['·',·, , I ; u u u March 4, 2004 City of LUbbock Parks & Recreation %Craig Wuensche 1010 9th street Lubbock, Texas 79457 Attn: Mr. Craig Wuensche subject: Geotechnlcal Exploration CITY OF LUBBOCK PROPOSED FIESTA PLAZA PROJECT Lubbock, Texas DPTL Report No. 4456 Dear Mr. Wuensche: Dyess-Peterson Testing Laboratory, Inc. <DPTU has completed the authorized subsurface exploration and geotechnlcal engineering report for the above mentioned project as requested by yourself on February 3, 2004. The following report briefly presents our understanding of the project, reviews our exploration procedures, describes existing site and subsurface conditions, and summarizes our evaluations, conclusions, and recommendations relative to the geotechnlcal aspects of the project. The primary Issue at this particular site Is the need to provide In-situ soil conditions as they relate to designs for the structural and pavement foundations for the Fiesta Plaza project. The most common methods of construction practices for a project of this nature are discussed In detail In the attached report. · we have enjoyed working with you on this phase of the project and are prepared to assist you with the required testing during construction of this facility. If you have any questions regarding this report or we can be of further service please do not hesitate to call us at <806> 372·4911. we look forward to working with you In the future. son Testing Laboratory, Inc. --------------3---~ms-Pmas~n mrrnG rno~anrna~. me -- Geotechnlcal Soils Investigation CITY OF LUBBOCK PROPOSED FIESTA PLAZA PROJECT Lubbock, Texas DPTL Report NO. 4456 CENERAL SUMMARY The following Is a brief summary of the Information detailed In the following report. All issues summarized In this section are discussed In more detail In the report. This report must be read In Its entirety prior to the Implementation Into design and construction of this project. 1. 2. 3. 4. DPTL has performed nine (9) geotechnical borings at this site. The borings were extended to depths of 10 and 20 feet below existing ground surface. The subsurface material encountered at this site Is an Amarlllo·Urban land complex. Amarillo soil make up about 55 percent of this unit, Urban land about 35 percent and other soils about 10 percent. Amarillo soils are well drained, surface runoff Is high, hazard of water erosion Is slight, permeability Is moderate and hazard of wind erosion Is moderate. Groundwater was encountered at this site in borings P1, P2 and c2 at the 11, 13 and B' depths respectively. Groundwater at these depths Is not uncommon for this area due to the closeness of canyon Lake. Laboratory test results Indicate that the soils encountered In the upper 5' of the nine borings <varying elevations> are none to moderate In Plasticity. A potential vertical rise <PVR> of less than 1 Inch In the top five <5> feet of existing soils has been estimated for the current conditions for the proposed Fiesta Plaza project if no modifications are made to the soils. These and other design and construction recommendations are discussed In more detail in the attached report. '-------------4---~Yt55-PHtR5~~ mimb lR~~RmRY, In[. _ __. ['' n lJ D 0 Ll lJ [} u n Li u u u 11 u ! 1 L-J u j I l ' LJ GEOTECHNICAL EXPLORATION CITY OF LUBBOCK PROPOSED FIESTA PLAZA PROJECT Lubbock, Texas 1.0 INTRODUCTION 1.1 Project Information This report presents the findings of our subsurface exploration and geotechnical engineering evaluation for the proposed Fiesta Plaza project. The structures will be constructed In the southwest quadrant of the Intersection of University Avenue and canyon Lake Drive. The site Is on the south side of the existing Buddy Holly Park In Lubbock, Texas. It Is our understanding that the project Improvements will consist of an open pavilllon structure, a post-tensioned performance area, a post-tensioned outdoor plaza, reinforced concrete roadway and hot-mix asphaltlc concrete · pavement. The pavilion will be an open truss design with a lightweight roof supported by concrete columns. The pavilion and outdoor plaza will both be circular In shape and approximately 2827ft2 and 5185ft2 In · size respectively. The performance area will be approximately 6075ft2 In size and rectangular shaped. 1.2 Purpose of Exploration The objective of this exploration was to explore the general subsurface conditions at the site and to evaluate and analyze these conditions as they relate to foundation construction. 1.3 scope of Exploration The scope of work Included a site reconnaissance, soil test boring, sampling, laboratory testing, engineering evaluation of the field and laboratory data, and the preparation of this report. speclflcally, this report addressed the following: 1. Description of the existing site conditions 2. A description of the area, site evaluation and subsurface conditions 3. subsurface soil, rock stratigraphy and groundwater observations 4. Recommendations for foundation design <structural and pavement> Including construction allowable capacities, estimated bearing levels, and estimated potential vertical rise <PVR>. Frost penetration depth Is also provided. . · s. Recommendations for structural support and recommended improvements to reduce the anticipated potential movements to acceptable design levels. 6. Recommendations for site preparation, excavation bracing and/or sloping, earthwork, groundwater, proof rolling control as required. This Includes a maximum plasticity index for fill materials and analysis of the effect of weather and construction equipment on soil during construction. 7. Analysis of soils to evaluate presence of potentially expansive or deleterious conditions. '------------5---~~m-mrn~~n mimb lHD~RnrnRY, int _ ___, 2.0 INVESTIGATION PROCEDURES 2.1 Visual Inspection The site and surrounding areas were evaluated visually by an employee from the DPTL office. The observations were utilized during the determination of recommendations and In relating known geologic conditions In the area to site specific conditions. 2.1 scope of Field Investigation Nine <9> geotechntcal borings were advanced at the approximate locations shown on the attached Borings Location Map <Figure 3 In Appendix A>. The depths of the borings was 10 and 20 feet below existing ground surface. Due to the canyon like terrain the borings varied in elevations ranging from 3184' to 3212'. Elevations were given at the time of this report <see attached boring logs>. Borings P1 and P2 were scheduled to be drilled to 25' were we were unable to obtain a sample due to the water encountered. Borings P1, P2 <20'> and P3 <10'> were drilled in the area of the proposed pavilion structure, the boring labeled PA ts in the area of the Performance Area, boring PA1 <10'> is in the outdoor Plaza area, borings c1 and c2 <10'> are representative of the reinforced concrete pavement and borings AP1 and AP2 <10'> represent the hot mix asphaltic concrete pavement. The borings were located in the field by a DPTL representative based on the boring locations marked on a map provided by Mark Harberer, P.E. of Parkhill, Smith & cooper. There were no restrictions encountered by overhead or underground · utilities as they were located by DigTESS before drilling began as arranged by DPT personnel. Please note, the borings were advanced In the approximate locations they are shown on the Location of Borings Map as directed by Parkhill, smith & cooper personnel. Representative soil samples of the subsurface materials were obtained utlllzlng a spilt-spoon sampling method as per ASTM D-1586. A standard 2·Inch o.o. split- spoon sampler was driven 18-Inches Into subsurface materials using a 140-pound hammer with a fall of 30-lnches to obtain relatively disturbed samples at selected depths during drilling procedures. The number of blows to drive the spilt-spoon sampler the final 12-lnches of penetration, known as N-Value, is recorded in the appropriate column on the logs. These samples were removed from the sampling tubes In the field and visually examined. The samples were removed from the sampler and placed In sealable plastic bags to prevent moisture loss or gain and to be used In further testing. The borings were backfilled with on-site materials upon completion. The soil classifications and descriptions are based on visual examination, as outlined in ASTM D-2487·92, the Unified Soll Classlficatlon system in conjunction with Munsell Soll color Charts, and should be considered approximate. subsurface materials encountered are recorded on the Boring Log, which depict soll classifications, descriptions, and penetration resistance and are Included In Appendix B. 2.3 scope of Laboratory Testing Minus #200 sieve analysis <ASTM D 1140·92>, existing moisture content <ASTM o 2216>, California Bearing Ratio <ASTM D18S3> and Atterberg limit tests <ASTM o 4318-84> were performed on selected samples to assist In classification of subsurface materials and determination of engineering cha~acterlstlcs of the materials. All laboratory results are described on the Log of Borings located in Appendix B. '-------------6---~~m-PmR~~n mnn~ lRD~RHrm, mL -- f 1 c [] fJ [_] fl i1 c n u n 0 [J tJ n u fl \ f LJ r i u (] c 0 n 0 0 ~ l.~ 11.· : i ; J ' ;·e ~ . - (J ( "! _J I' ' j 11. \ j t c 0 c _(} u !.1 !.2 !.O SITE AND SUBSURFACE CONDITIONS Site Descriptions The site of this project Is located on the south side of the existing Buddy Holly Park west of University Avenue In Lubbock, Lubbock cou·nty, Texas. The proposed structures will comprise the City of Lubbock Fiesta Plaza. Ground ·vegetation on the site was abundant. The site Is a vacant area covered In native grass and weeds. All of the borings are on the south side of canyon Lake. The topographical conditions for the borings Involved In this site slope from elevation 3212 at the south end of the site to elevation 3184 at the North end of the site and Is very well drained In Its present condition. subsurface conditions All data Interpreted from the geotechnlcal borings Is detailed In the Log of Borings located In Appendix B. As previously mentioned, the location of the test borings are pictured on Figure 3 In Appendix A. The subsurface conditions discussed In the following paragraphs and those depicted In the Log of Borings are based solely on the Information obtained from the geotechnlcal borings drilled at the site and represents an estimate of the subsurface conditions based on Interpretation of the borings data using normally accepted geotechnlcal engineering Judgments. The soil borings encountered Clayey sand, sandy Lean Clay, sandy Silty Clay, Silty sand and Siity Clayey sand . These strata are discussed In the following paragraphs. Groundwater was encountered at approximately the 3174'· 3176' elevation In borings P1, P2 and C1. a.2.1 Clayey sand clayey sand was encountered In borings ·P1, P2, P3, c1, PA, PA1, AP1 and AP2 at depths to various to llst. The colors of this soil were Brown, Pinkish White with cemented sandstone and Light Grav with Gravel. The plasticity Index (PD of the Clayey sands ranged from a to 17 which results In a degree of plastlclty of low to moderate, the moisture contents ranged from 5.0 to 61.0 percent, and the density varied from. The standard Penetration Test values (blow counts> for the Clayey sands existi ng In the borings ranged from 3 blows for 12 Inches of penetration to being unable to seat the sam.pler 6" with less than 50 blows. !.2.2 Siity sand Siity sand was encountered In boring f P2 from the 3 to 5' depth. The color of this soll was Light Brown. The plastlclty index (PD of the Siity sands was NP which results In a degree of plasticity of none, the moisture contents were 6.1 and 6.4 percent, and the density was medium dense. The standard Penetration Test values (blow counts> for the Siity sand existing In the boring was 19 blows for 12 Inches of penetration. ....___----------1---o~m-PmR~on mnn~ rneoRnrnR~. me . _ __. 3.2.3 sandy Lean Clay sandy Lean Clay was encountered In boring #C1 from the surface to the 3' depth and In boring #PA1 from the surface to the 2' depth. The colors of this soil were Dark Grav and Grav. The plasticity Index CPD of the sandy Lean Clays ranged from 11to14 which results in a degree of plasticity of moderate, the moisture contents ranged from 14.1to22.0 percent, and the density was medium dense. The Standard Penetration Test values <blow counts> for the sandy Lean Clays existing in the borings was 19 blows for 12 Inches of penetration. 3.2.4 Siity Clayey sand Siity Clayey sand was encountered In borings #P2, P3, c1 and c2 at stratas to numerous to list. The colors of this soil were Light brown, Brown and Light Brown with organics and Gravel. The plasticity Index <PD of the Siity Clayey sands ranged from 4 to 7 which results In a degree of plasticity of low, the moisture contents ranged from 8.8 to 23.1 percent, and the density varied from very loose to medium dense. The standard Penetration Test values <blow counts> for the Silty Clayey · sands existing In the borings was 2 blows for 12 Inches of penetration to 22 blows for 12 Inches of penetration. 3.2.5 sandy Siity Clay sandy Siity Clay was encountere·d in boring f P1 from the surface to the 5' depth. The color of this son was Brown. The plasticity index <PD of the sandy Silty Clay ranged from s to 7 which results In a degree of plasticity of low, the moisture contents ranged from 12.1to16.1 percent, and the density was medium dense. The standard Penetration Test values <blow counts> for the sandy Silty Clays existing in the boring was 10 blows for 12 Inches of penetration and 17 blows for 12 Inches of penetration. 3.2.6 Groundwater As mentioned previously, groundwater was encountered In borings P1, P2 and c2. Groundwater at these depths Is not uncharacteristic for this area but It Is unlikely that groundwater would be encountered during shallow excavations such as continuous footings. The amount of water Is expected to vary with seasonal rainfall, other climatic conditions, surface runoff, permeablllty of on-site soils, continuity of pervlous soils, Irrigation practices, and other factors. The excavation of shallow foundation systems Is not expected to be affected by the groundwater. These observations do not constitute a groundwater study nor was such a study authorized as a part of the scope of Investigation. 3.2.7 Frost Depth The design frost depth for Lubbock county, Texas Is 18 Inches. 3.2.8 seismic zone ___________ 8 ___ ~Ym-PmR~~n lHimG lHB~RRrnRY, mt _ __. {_ Ii n c [J 0 D 0 0 0 n 0 ·D 0 {] u u u u [·; ... J ·o D 0 [J D ] 1] ~ IJ rr -,-• f j D L [) J [1 .J [J [l ,.J u -----···-------------~-----M--~---.~---------~-----·--·····-·-·-----·-·-··-·-··--·-·------·------·--····-·-·---~-----·---·-·---·---------·····------------·---------------~----·----------~-~---·------ The · location of this project Is In a zone ·o· area which Is an area of no damage. !.2.9 Shrink/Swell Potential The tendency for a soil to shrink and swell with changes In soil moisture content Is a function of the clay content and the type of clay material. These are reflected In soil consistency as Indicated by the liquid limit and plasticity Index of the Atterberg Limits Tests. A generalized relationship between shrink/swell potential and the soil plasticity Index <P.I.> Is shown as follows: General Relatlonshlp Between P .I. and Shrink/Swell Potential P .1. Ranae Shrink/swell Potential Oto15 LOW 15 to 25 Medium 25 to 35 High >~ ~~H~h The soils at this site possess a low to medium shrink/swell potential. swelling Characteristics: An estimate of the magnitude of the possible ground surface movement caused by shrinking and swelling of the clay containing soils has been made through the use of the potential vertical rise <PVR> procedure. ·AS previously mentioned a PVR of less than 1· Is expected If no modifications are made to the existing soils. The anticipated ground movements due to the possible __ swelling of the underlying soils at the site were estimated assuming dry moisture conditions. A visual Inspection Indicates that site grading should Include raising the existing ground surface for the foundations In order to elevate them and provide positive drainage away from the foundation. The added surcharge will assist in the reduction of the potentially expansive, soil related movements. we estimate the PVR value will be reduced by about 1/4" for each 1 foot of select fill placed above the existing ground surface. The low to moderate clay containing soils In the upper 5' of the borings have potential for volume change with changes In the soils moisture content. The volume change Is normally evidenced by the heaving and cracking of concrete floor slabs. The Potential Vertical Rise <PVR> of the original soils at this site are on the order of less than 1" assuming the In-place soils are allowed to Increase In moisture content from a relatively dry condition to a relatively wet condition over a depth of 5 feet. It Is not uncommon to assume differential movement as half of the PVR. controlling the moisture content variation of a soil will reduce Its variation In volume. A number of measures may be Increased to attain a reduction In subsoil moisture content variations, thus reducing the shrink/swell potential. some of the measures are listed below: · 1> During construction, a positive surface drainage scheme should be Implemented to prevent ponding of water on the subgrade. 2> The structure subgrade should not be allowed to dry out. 3> Positive surface drainage should be maintained around the pavilion structure, transmitting water away from the foundation and keeping positive grades sloping away from the foundation. Proper grading and drainage In the foundation area to prevent ponding of water Is essential. In no Instance should water be allowed to pond In the foundation vicinity either during or after construction. The final ground surface should be sloped down and away from the edge of the foundation at a minimum of five percent <5%> slope <six Inches drop In ten feet of run> to make sure water drains away from the foundation area during the life of the project. The slope should extend at least ten feet from the foundation perimeter. ,___ _________ -n---DMm-mrnm mll~b lHD~RnrnRM, IOL -- 4> Utility trenches <if any> should be backfilled with on-site materials having the highest Pl values to reduce the potential of the trenches acting as aqueducts and transmitting water beneath the structure due to excessive surface water Infiltration. Another option would be the use of flowable fill. 5> Shrubbery and flower beds surrounding the structure should be planned to Insure that bedding soils drain away from the structure. All planters should have Impermeable bases with weep holes directed away from the structures. 6> A paved surface such as a mow strip should extend around the structure line to serve as a barrier to soil moisture evaporation and Infiltration. However, such surfaces should be structurally Isolated from the foundation to prevent the transfer of stresses to the foundation from the paved surfaces. 7> Trees or other vegetation whose root systems have the ablllty to remove excessive moisture from the subgrade and foundation soils should not be planted next to the structure. Planted and landscaped areas adjacent to the structure should not be covered with an Impermeable sheeting, commonly used to reduce weed growth. Trees and shrubbery should be kept away from the exterior edge of the foundation element a distance of at least equal to 1.5 times their expected mature height. Trees can remove soll moisture through their · root system, therefore creating significant soil moisture differences between the structure and consequently aggravating expansive soil activity. Root growth beneath a foundation can also cause damage by pushing against a foundation element. S> Differential movements should be expected between the foundation and adjoining structures, such as sidewalks, driveways, or other appurtenances. Flexible Joints should be used which account for such movement without adversely affecting the aesthetics and Integrity of the Joint and without allowing stress transfer. This method utilizes correlations between Atterberg Limits <PU test data to estimate the swell potential and as such, the result must be considered as giving approximate values of the shrink-swell potential. It should be noted that these PVR estimates are Indicative of the relative magnitude of probable movement under seasonal moisture changes In the soil moisture content. Movements In excess of these values may be expected If Increases In soil moisture occur as the result of broken water or sewer lines, or Improper drainage of surface water .. The client Is cautioned that the strength of soils can vary significantly with moisture content. When soils are dry the strength can be relatively high while the soils can lose their strength when they are wet. . . care must be taken not to create an excavation which traps water. It Is highly recommenl!ld that positive drainage exist away from the foundations for the life of the founl:letlon In order to prevent subjecting the foundation to a moisture Increase.' .1~lso Important to prevent a significant moisture decrease. ,,. ·.. .~ 4.0 DESIGN RECOMMENDATIONS The following design recommendations have been developed on the basis of the previously · described project characteristics and subsurface conditions encountered. If there are any changes In the project criteria, this office should be notified immediately and a review made by DPTL to determine If any modifications In our recommendations would be required. .__ ________ __,_~w~--~Ym-mrnm mrm~ lR~~RnrnRY, mL --- f ~ Il n n 0 u LI 0 0 0 0 [] u [J Ll l .. I _J u [J ----·----------··-·-----·--· --·····---··--·-------· ··-----·--·-----~-----·---·----·-·-·----··-·--····---·-.·--.--------------------···------· -··-··-----··-····-------------·---·-·----·-----·-·-· -·---·---- ------·----·-··-····----·-·-·-----·---··-··-·-·-···-·--·-·-·--·--··-. ._ -' ----------------------------------------- [i LJ 0 0 0 0 D '8 ~ c c D n L: c D c c 0 4.1 Proposed construction our understanding and knowledge of this project Is based on Information provided by Mr. Holly Holder, P.E. of Parkhill, smith and cooper. we were Issued a site plan of this project before drilling was started. we understand this project consists of the construction of foundations for the pavilion structure, performance area and outdoor plaza that will comprise the new Fiesta Plaza facility. It Is our understanding that the typical construction of a structure like the pavilion could be supported by a continuous footing foundation with spot column footings. The Performance Area and outdoor Plaza will be post- tensioned slabs. Information concerning structural loads was not provided at the time this report was prepared but are assumed to be very light. The following conclusions and recommendations are based on our observations at the site, Interpretation of the field data obtained during this exploration, and our experience with subsurface conditions. Subsurface conditions In unexplored locations may vary somewhat from those encountered In our Investigation. If the structure locations are changed from the above understanding, we request that we be notified Immediately so that we may reevaluate our recommendations. 4.2 Foundation types -continuous Footings or Spot Column Footing: The footings for the pavilion should be sized utilizing an allowable In-place bearing capacity value of 2000 psf from final soil grade down to elevation 98.00' or 2400 psf at 96.00' elevation. For the performance area the allowable In-place bearing value Is 2000 psf at 98.00 ' elevation. This slab will be a post-tensioned slab. ·As for the outdoor plaza post-tensioned slab the bearing capacity value at elevation 98.00' Is 3000psf. For the post-tensioned slabs the following design parameters should be taken Into account.: Edge Lift"" em= 2.37ft and Ym = 0.782 Inches Center Lift • em = 4.29ft and Ym = 1.64 Inches 4.3 Recommended Minimum sampling and Testing Frequencies It Is recommended that the site preparation, pavement construction, foundation construction and floor slab construction be monitored by the oeotechnlcal engineer or his representative. Following are recommended minimum sampling and testing frequencies. Earthwork • • • At least one moisture-density <Proctor> test, Atterberg limits test and percent finer than 1200 sieve test should be performed per each soll type such as subgrade, backfill, fill and base materials In structure areas, at least 1 density and moisture content test per 1000 square feet of surface area should be performed on the subgrade soils, and at least 1 density and moisture content test per 1000 square feet of surface area should be performed for each compacted 6-lnch thick layer of fill. Testing backfill trenches should be at least 1 density and moisture content test per 100 linear feet of trench per 6-lnch compacted fill thickness. A minimum of at least three density and moisture content tests should be performed In the building area on the subgrade soils, and a minimum of at least three density and moisture content tests should be performed per 6-lnch compacted thickness of fill In the building area . Testing of backfilled trenches should be at .___ _______________ ~m~-mrnm mrmc lRB~RnrnR~. m~. -- concrete • • • • Foundations least 1 density and moisture content test per 100 linear feet of trench per 6-lnch compacted fill thickness. At least 1 slump, air content and temperature test should be performed per 50 cubic yards of each type of concrete placed each day Including when concrete test cylinders are molded. At least 1 set of 4 concrete test cylinders should be molded for each type of concrete per 50 cubic yards or fraction thereof placed In a day. Each set of cylinders should be tested for compressive strength with 2 of the cylinders tested at 7 days and 2 of the cylinders tested at 28 days. Reinforcing steel should be checked for size of placement prior to concrete placement. • The dimensions of each foundation Including reinforcing steel size and placement should be checked. The bearing material at each foundation should be checked to verify that the materials are suitable for foundation support. 4.4 ceneral concluslons The most significant soil related factors for design of the lightly loaded structure at this site are the bearing capacities of the soil layers and their expansion. The soils present at the site are low In plasticity and shallow foundations supported on these clays could be subject to movements due to moisture fluctuations In these soils. The most positive means to reduce the potential for foundation movement would be to support the proposed structures on a foundation system bearf ng below the freeze/thaw zone which for this area Is considered 18-fnches and on select fill material. It Is recommended that the minimum depth for a foundation bearing depth be 24-fnches below the finished exterior grade. we recommend the use of continuous footings with spot column footings. Regardless of the foundation systems used to support the proposed structures, In order to ml nlmlze the damaging effects of soil volume change caused by ponding In moisture content, adeQuate grading and drainage around the structure to prevent ponding of water 1s essential. All areas around the structure should be designed to prevent migration of water Into the clay soils beneath the structures, and other flatwork sensitive to movement. Irrigation of lawn around the structure should be of low quantity, with no excessive saturation or drying of soils around the foundation allowed to occur. If possible, the pavement should extend up to the edge of the structure to further minimize potential avenues that allow moisture to enter or exit the soil. 5.0 CONSTRUCTION RECOMMENDATIONS All areas around the structure should be designed to prevent migration of water Into the clay soils beneath the structures, and other flatwork sensitive to movement. Irrigation of lawn around the structure should be moderate, with no excessive saturation or drying of soils around the foundation allowed to occur. 5.1 Site Preparation A. This site should be prepared by removing and clearing any existing foundations, paved areas, grass, trees, tree roots, and organic topsoils. 5.2 Subgrade Preparation A The top 9-lnches of In-Place soil should be plowed or scarified, processed to near optimum moisture C+/-2%>, and compacted to at least 95% of maximum dry .____ _________ ~2 --~~m-mmon mnnh rneoRnrnR~, rnL --- r ! c n n 0 n D D 0 0 0 0 0 [ !__ ll ~ ~ fJ l ti 0 u b ]LJ lo l B D u c lJ c [, [} n L 0 [\ density <ASTM Designation: o 698·91) B. The Subgrade should be proof rolled to detect local weak areas which should be excavated, processed, and recompacted In loose lifts of approximately a- -Inch thickness and compacted to 95% of standard Proctor Density <ASTM D-698· 91). c. subgrade should be tested by a qualified Laboratory Technician under the supervision of a Registered Professional Engineer specializing In geotechnlcat studies. s.s Foundation Preparation A. All select fill material should have a Plasticity Index of 4·15 and should be placed In 6-lnch maximum compacted lifts. All soil for fill should be free of large rock or other deleterious material and should be processed to near optimum moisture < + /·2%> and compacted to a minimum of 95% of maximum dry density <when tested In accordance with ASTM Designation: o 2922·91> prior to placing the next lift. The plasticity Index and liquid limit of material used as select, non-expansive fill should be routinely verified during fill placement using laboratory tests. Visual observation and classification should not be relied upon to confirm the material to be used as select, non-expansive flll _ satisfies the above Atterberg-limlt criteria. B. The site should be proof rolled to detect soft areas which should be removed and properly replaced. o. Each lift should be tested by a qualified Laboratory Technldan under the supervision of a Registered Professional Engineer specializing In geotechnlcal studies. E. The top 2-lnches of fill should be sand, or other free draining soil, In the area beneath all slabs and sidewalks. The sand cushion or other free draining soil, should be damp and compacted prior to placing the fresh concrete, and should have a Plasticity Index of a or less. F. structural concrete should be placed as soon as possible when the soil preparation Is completed. 6.0 PAVEMENT The material encountered near the existing ground surface will probably constitute the subgrade for most drive areas If the clvll drawings do not Include fill material -over the site before flexible base Is placed. Therefore, It Is recommended these materials need not be Improved prior to construction of pavement. If fill material ·is required, It Is recommended that the fill material have a Pl value of 4·15. If the flll material has a Pl value greater than 15 It must be stabilized with enough cement Kiln oust <CKD> or Lime to reduce the Pl to 1 s or less. The fill material must be placed like the foundation flll after the subgrade <existing> has been processed as described In section 5.2 ·of this report. Due to the wide spacing of the borings, division of the site Into areas with similar subgrade conditions was not possible. Delineation of areas with similar subgrade conditions, If required, should be performed during construction after the subgrade material has been exposed. The specific type of Improvement procedures required In given drive and parking areas will be dependent upon the type of subgrade material present after final subgrade elevation has been achieved. Borings c1, AP1 and AP2 resulted In CBR values of 1.0-3:4 based on a soaked sample. soaking the samples will always provide much lower values than actual In-situ soils. Due to the soaking it would be recommended that the subgrade soils be stabilized with 3·5% cement Kiin oust <CKD> or 5·6% Lime.· Based on previous experiences the In-situ soils would probably be favorable If soaking wasn't performed thus not requiring stabilization. A modulus of subgrade value of 90 pcl should be utilized. ------------lj ___ oms-mrnm mm~ ln~oRnrnRY. mr. -- Recommendation for the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Pavement should be constructed with a curb and the joint between the sidewalk and curb should be sealed. Related civil design factors such as subgrade drainage, cross-sectional configurations, surface elevations, Joint design and environmental factors will significantly affect the service life and must be Included In preparation of the construction drawings and specifications, but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. If stabilization Is necessary, after achieving final elevation in parking and drive areas before flexible base placement, It is recommended the exposed surface of the soil be scarified to a depth of 12 Inches and mixed with hydrated lime or CKD. The actual amount of lime or CKD required should be confirmed by additional laboratory testing but should be enough to reduce the Pl to less than 15. 1. It Is recommended the stablllzation procedures extend at least 1 ft. beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of . pavement. The soil stabilization mixture should be compacted to at least 95 percent of standard Proctor maximum dry density <ASTM D 698> and within the range of o to + 4 percentage points above the mixture's optimum moisture content. 2. In all areas where stablllzatlon Is used to stabilize the final soil, routine Atterberg-limlt tests should be performed to assure the resulting plasticity Index of the mixture Is at/or below 15. Assuming normal life the following pavement sections are recommended: Light Duty and Area Paving 1.s Inches <mlnlmuml Asphaltlc concrete Paving -so Blow Marshall·Type ·o· <City of Lubbock> 6.0 Inches <minimum> Flexible Base -TxDOT Item 247-TVpe "A" or ·s· Grade ·2· or ·3· 6.0 Inches scarified, Stabilized Uf chosen> and Recompacted Subgrade OR 6.0 Inches Portland cement concrete <1 S·foot Joint spacing> 6.0 Inches Scarified, Stabilized <If chosenl and Recompacted Subgrade 6.3.2 Portland cement Pavement Prior to construction of pavement on the subgrade soil or placed fill material, the exposed subgrade <existing> should be scarified to a depth of at least 6 Inches and compacted to at least 95% of standard Proctor maximum dry density <ASTM o 698> and within the range of 1 percent below to 3 percentage points above the material's optimum moisture content or o-+ 4% of optimum moisture If stablllzed. Pavement can then consist of 6 Inches of adequately reinforced concrete In both parking and c:trive traffic areas. Theoretically, a thinner pavement section Is possible In parking areas; however, to provide adequate concrete cover for bar reinforcing steel, a 6-lnch thick pavement section Is required. Joints In concrete paving should not exceed 15 ft. 6.3.3 Pavement specifications Pavement should be specified, constructed and tested to meet the following requirements: 1. Hot Mix Asphaltlc concrete 50 Blow Marshall, rype o surface course. 2. Portland cement concrete: TXDOT Item 360. specifY a minimum compressive strength of 4,000 lbs per sq Inch at 28 days. concrete should be designed with 5±1 percententalned air. 3. Recompacted subgrade: on-site existing materials should be scarified to a depth of at least 6 inches and re-compacted to at least 95 percent of standard Proctor maximum dry density <ASTM o 698> and within the range of 1 percent .___ __________ 14 ___ DYm-mrn~~n mrrnG lRDORRrnRY, IRL. -- r·. [-, !"'. [] fl n fl u 0 0 0 L1 0 [J lJ u tJ I I ll Ll lJ c 0 ·n ~J below to 3 percentage points above the material's optimum moisture content. The moisture content of the subgrade should be maintained until the pavement surface Is placed. Density tests should be performed at a frequency of 1 test per sooo sq ft of pavement. Pavement and other flat work will have the same potential for movement as slabs constructed directly on the existing soils. Therefore, good perimeter surface drainage with a minimum slope of 2 percent away from the pavement Is recommended. Normal maintenance of pavement should be expected over the life of the structures. 7 .O ·EXCAVATION SAFETY CONSIDERATIONS If utility trenches or other excavations extend to or below a depth of S·foot below .construction grade, the contractor or others shall be required to develop a trench safety plan to protect personnel entering the trench or trench vicinity. The solls at the depths needed for excavation are classified as semi-cohesive to cohesive. The maximum allowable slope for excavations less than 20-feet are 1H:1V for a short term. It Is Important for the design geotechnlcal engineer to be allowed to observe the . excavations to make a determination as to the quality and competency of the soil materials. If sandy or clayey material Is observed not to be stable at a 1 horizontal to 1 vertical slope or If large pockets of non-cohesive soils are encountered, the excavations may require being sloped even more gentle. If any sloughJng subsidence or tension cracks are observed In the soil, the contractor should stop all work and notify the design geotechnlcal engineer. 8.0 QUALIFICATION OF RECOMMENDATIONS The recommendations In this report were developed from the Information obtained from the test borings which give subsurface conditions only at the specified depths and at the specified times on the boring logs that there are no pre-existing deep excavated areas that have been backfilled on this site. tt Is also assumed that the moisture levels encountered at this site will not be permitted to materially Increase over those shown on the tests. tn addition, the laboratory test results for selected soil and rock samples relate only to the samples tested. Rock and soil conditions at other locations may vary from the Indicated conditions and the nature and extent of the variations may not become noticeable until the course of construction. If variations do appear, It wlll be necessary to re-evaluate the recommendations of this report after making notes of all the variations. Also, If any changes occur In . the proposed construction, Including site location, this office should be notified so a review can be made. It Is important that a geotechnlcal engineer be retained to review the . specifications and plans and also for testing and observations during the foundation construction and earthwork phases of the proposed construction to help confirm the design requirements are fulfilled. our professional geotechnlcal services have been performed, our findings logged and our report prepared In accordance with generally accepted geotechnlcal engineering practices. This warranty Is In lleu of all other written warranties either expressed or Implied. This report shall not be reproduced except In Its entirety and with the express written permission of Dyess-Peterson Testing Laboratory, tnc . ....__ ___________ ___,....15,......_ __ ~Ym-PHER~~~ rmmG lRR~RmRY, IBL. -~ -·-----··-··-·--··-···-··-----·-········· -------·· Figure 1 Figure 2 Figure 3 APPENDICES AP PEN DIX A -TEXT FIGURES Site Location Map Site Vicinity and Topographic Map Boring Location Map APPENDIX B -FIELD RESULTS Records of Subsurface Exploration Sheets '------------.-6 --~9m-PEHR~~n mflnb lnD~RRrnR~, lnL. --- LJ r) Ll 1 I Li I ) u I ~ i I u fl [] [l ] ~c · [j [1 [ [ ·1·1 .:.: ..I [ l 0 L l u ----· ---------------------~ ·-----·-·---------~---··---··--·--··.-·······-~----··----·· ---------~--------------------·-·-·--·--·~-------·--·--··~----··-·----~-----·······-·····-···--·-·-·---·-·--····----·---··--·-----·-------------·---·---·-·--·--··-···--···--· ·-··-···-·-··- APPENDIX A -TEXT FIGURES - --······ -----· .......... ····-·· ... . ----·-····--·-----· ·--··-··--·-·-·-· ··-·· '"--···----. -· ··-· -.... --·----··· -··· -·- Figure 1 Figure 2 Figure 3 Site Location Map Site Vicinity and Topographic Map Boring Location Map ..___ _________ ...... -,--o~m-PHER~O~ rmm~ lRBORRrnR~, mr. _ __, 0 0 D rfl 1J ·n 'JJ fl l J [l [ l .. . l""'.· I I .. ~J c u L u u • i . ' -- l •&OV? -- Figure 1 Project: DPTL NO.: Site Location Map Lubbock Fiesta Plaza Lubbock, Texas 4456 ~ "---------------~YfSS·PHlRS~n mr,;:~ lRL~mRY. In[. -- Figure 2 ProJect: DPTL No.: Site Vicinity and Topographic Map Lubbock Fiesta Plaza Lubbock, Texas 4456 '. ~ i.::::=.,,__:._ __ ~---------oYm-mrn~on rE· -~ .mRRrnRY, ID(. -- r: [-) .J rl -I [l _J [ 1 J D 0 0 0 0 0 LJ lJ u lJ u !. l L [J .o ~ ~ .. --·· ···--·-·· -··· (1 [l r' c [ l: [' :r c u c c u Figure 3 Project: OPTL NO.: Boring Location Map Lubbock Fiesta Plaza Lubbock, Texas 4456 .. . . I \ . \ \ \ . ' APPENDIX B -FIELD RESULTS Records of Subsurface Exploration Sheets ....__ _________ .......,H_S __ ~Ym-mrn~~n mnn~ lRO~RRrnRY, IOL. _ _, BORING NO. P2 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Lubbock Fiesta Plaza LOCATION: Lubbock, Texas CLIENT: City of Lubbock Parks & Rec. %Craig Wuensche LOGGED BY: L. Peterson DRILLED DATE: 2/27/04 DRILLED BY: C. Melton DRILLING METHOD: Mobile B-61 3 114 inch ID Auger ELEVATION: 3188' Soil SPT Moisture Dry Shear Passin Depth Sample . Description LL PL Pl 200 Log Blows/Ft Percent Density Strength TSF Sieve 0 Clayey Sand· Brown (SC) 12.4 26 18 8 28 .9 5 /211.5YR 6 -6" 13.0 28 19 9 34.5 13 -12· Silty SaruJ· Light Brown (SM) 19 -18" 6.4 22 NP 35.6 6/317.5YR 18 -6" 6.1 20 NP 29 .3 5 13 -12· SUty Clayey Sanlf· Brown (SM-SC) 6 -18" 12.7 24 19 5 19.5 4/317.5YR 7 -6" 13.0 26 19 7 34.2 5 -12" 3 -18" Clayey Sand· Brown (SC) 2 6" 15.9 32 17 15 44.9 51411.5YR 2 12· 3 -18" 10 4 6" 18.4 33 18 15 46.6 4 .. 12· 4 -18" i Silty Clayey Sanlf· Brown (SM-SC) 25.4 24 17 7 35.6 15 5 /317.5YR 2 -6" 36.6 23 16 7 39.0 1 -12· 1 -18" 20 24 18 6 47 .0 • T.D. -20' * 30 35 40 .... _. ______ . -------··--·- BORING NO. Pl Dyess-Peterson Testing Laboratory, .Inc. PROJECT: Lubbock Fiesta Plaza LOCATION: Lubbock, Texas CLIENT: City of Lubbock Parks & Rec. %Craig Wuensche LOGGED BY: L. Peterson DRILLED DATE: 2/27/04 · DRILLED BY: C. Melton DRILLING METHOD: Mobile B-61 3 114 inch ID Auger ELEVATION: 3185' Depth Sample Soil Description SPT Moisture Ory LL PL Pl Shear Log Blows/Ft Percent Density Strength TSF 0 Sandy Silty Clay· Brown (CL-ML) 16.1 25 18 7 513 /7.5YR 6 -6" 15.7 24 17 7 4 -12" 13 -18" 3 -6" 12 .l 21 16 5 4 -12" Ch\YCY Sand· Brown (SC) 6 -18" 14.7 29 19 10 412 /7.5YR 4 -6" 15.4 30 18 12 4 12" 5 18" 4 -6" 14 .0 28 18 10 4 12" 4 18" Clucy Sand· Lifh1 Graf with Gravel (SC) 4 -6" 26.7 36 19 17 7 117. YR 5 -12" 2 18" -... . . . ·-·· 3 -6" 38.4 32 17 15 4 12· 3 18" 38.7 17 17 • T.D. -20' • 25 30 35 40 r1 30 .9 62.7[ 32.4 34 .3 33.9 35.0 lI 1) ! 1· l ~I ~j l ,J l'==:=:!:==:::b=='=======================::b::====d::::==::!:::=="'====:dl==:=!:====:!::=========== D 0 0 n Li n ] -c fl n c [ r [ Li u JU J[J 10 •' ... _ .. _ .. __ ... _. ___ ._,,, ____ .. ____ ,, __ ~_., .. _. __ . ___ ._. _____ . __ ,,_, __ ._ .. -----·-··-"·-........ -------·--·-··-·--·····-·---"-"······-··-·---· ----····-----·-·-----···-------.-·--·--··--··-·-···-·····-··---·--"""' _______ ._ ---------·----·---------'---·-·------·'··-~·-.... _ .. ,_., ___ ~ .. --·-----·-~---~---------"'""--~~--~- Depth IS 20 30 35 40 BORING NO. Cl Dyess-Peterson Testing Laboratory, Inc. PROJECT: Lubbock Fiesta Plaza LOCATION: Lubbock, Texas CLIENT: City of Lubbock Parks & Rec. %Craig Wuensche LOGGED BY: L. Peterson DRILLED DATE: 2/27/04 DRILLED BY: C. Melton DRILLING METHOD: Mobile B-61 3 114 inch ID Auger ELEVATION: 3200' Soil SPT Moisture Ory Shear Sample Description LL PL Pl Log Blows/Ft Percent Density Strength TSF Sandy Lean Clu· Gray (CL) lS.6 26 lS 11 61111.SYR 4 -6" 14.1 27 14 13 8 -12" Sjl!y Clucy Sand· Light Brown with Organics and 11 -18" 9.2 32 28 4 Gravel (SM-SC) 3 -6" 12.4 32 2S 7 61211.SYR I . 12" I . 18" s 6" · 11.6 31 2S 6 6 -12" C!uey S;md· Pinkish White with Cemented 8 -18" 22.7 47 33 14 Sandstone (SC) 34 -6" 20.9 43 31 12 8/217.SYR so -s· so -4.s· 14.6 46 35 II • T.D. -10' • ·--·· .. --------·--.-··--·--------.. -·--·---·----·-·------····-.. ----·-· .. --··--· --· .. _._., _____ .. _____________ ... ,._ .. _____ ,, _____ ------------------.---... ------··-··-·-·---------.. -- Passi1 20C Siav. S3 .3 SSA 16 .8 18.6 19 .1 21.7 22.4 19.7 BORING NO. C2 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Lubbock Fiesta Plaza CLIENT: City of Lubbock Parks & Rec. %Craig Wuensche DRILLED DATE: 2/27/04 DRILLING METHOD: Mobile B-61 3 114 inch ID Auger Depth Sample Soil Log Description SPT Blowe/Ft Moisture Percent IS 20 30 3S 40 Clayey Sand· Brown (SC) 4 / 3 /7.SYR Cll,Vcy S31ld· Light Gray (SC) 11111.SYR • T.D. -10' • 4 - 10 - 28 - 8 - 14 - IS - 10 - IS - 16 - 9 - 12 - 16 - 4 - 6 - 8 - 13.9 6" 14.4 12" 18" 8.6 6" 10.7 12· 18" 6" 11.0 12· 18" 6" S6.3 12" 18" 6" 61.0 12· 18" LOCATION: Lubbock, Texas LOGGED BY: L. Peterson DRILLED BY: C. Melton ELEVATION: 3185' Dry LL PL Pl Shear Density Strength TSF 27 17 10 26 16 10 36 24 12 38 24 14 38 26 12 37 23 14 38 2S 13 42 .1[ 44.0 ::~ 37 .0 l ~ J I ) J u ' u Depth 0 s 10 IS 20 25 30 35 40 BORING NO. PAI Dyess-Peterson Testing Laboratory, Inc. PROJECT: Lubbock Fiesta Plaza LOCATION: Lubbock, Texas CLIENT: City of Lubbock Parks & Rec. %Craig Wuensche LOGGED BY: L. Peterson DRILLED DATE: 2/27/04 DRILLED BY: C. Melton DRILLING METHOD: Mobile B-61 3 114 inch ID Auger ELEVATION: 100.00' Soil SPT Moisture Dry Shear Passi1 Sample Log Description Blows/Ft Percent Density u PL Pl Strength TSF 20C Siev• Sandy I.can Clay· Dark Gray (CL) 4 / 1/7.SYR 22 .0 37 23 14 SS.4 Clll,Yey Sand· Brown (SC) s -6" 17.4 31 17 13 39.2 8 -12" 41217.SYR 21 -18" 11 -6" 14.0 29 18 11 30.4 13 -12" 9 -18" s -6" lS.2 30 17 13 36 .6 3 -12" 4 -18" Clll,Yey Sand· Brown (SC) 2 6" 17.2 34 19 IS 28 .0 41417.SYR 2 12" 2 -18" 3 6" 21.8 33 20 13 2S.5 2 12" 1 -18" • T.D. -10' • Dyess-Peterson Testing Laboratory, Inc~ORING NO. AP! ['. PROJECT: Lubbock Fiesta Plaza LOCATION: Lubbock, Texas f~','. CLIENT : City of Lubbock Parks & Rec. %Craig Wuensche LOGGED BY: L. Peterson \ DRILLED DATE: 2/27/04 DRILLED BY: C . Melton J DRILLING METHOD: Mobile B-61 3 114 inch ID Auger ELEVATION: 3212' l 11--..--....--..-------------------~---..---.....--....... --.....---.--------I l Shear Passing lS 20 2S 30 3S 40 Description Lean Clay with Sand: Gray (CL) 511 /7.SYR Clayey Sand · Gray (SC) S 1111.SYR SPT Blows/Ft 3 -6. 9 -12" ~~1---------------1 12 -18" Clayey Sand· Brown (SC) 4 12 I 1.SYR 32 _ 6• 24 -12" ~~1---------------1 10 -18" Clayey Sand : Light Gray with Gravel (SC) 7 / 117.SYR • T .D. • 10' • 6 - 4 - 7 - so - so - 6" 12" 18" 2· 3• Moisture Dry Percent Density lS .6 14 .0 lS .l S.9 6 .4 11.3 10.4 10.9 7.3 LL 34 32 33 32 29 34 3S 39 34 PL 16 20 21 19 18 22 21 23 22 Pl 200 Strength TSF Sieve 18 12 12 13 11 12 14 16 12 88.9 33 .1 3S .2 36 .1 30 .9 18 .8 24 .7 24 .9 19 .6 J l .J fJ n ti LI ti b b Et ~ ln iu le llJ io u D n u c u e BEARING RA TIO TEST REPORT ASTM D 1883-99 100 80 ==-Ill Q. -------8 80 c ~ ~ ! ·c;; / GI a: c t ... ...__.. 40 _/' i / A. . .... .. . .... .. 20 I : 0 0 0.1 0.2 0.3 0.4 0.5 Penetration Depth (in.) Molded Soaked CBR f9Ai) Linearity Surcharge Max. Density Percent of Moisture Density Percent of Moisture 0.101n. 0.201n. Correction (lbs.) Swell (pcf) Max. Dens. (%) (pcf) Max.Dena. (%) (In.) <'M 1 0 95.8 95.7 20.0 95.8 95.7 21.3 3.4 2.7 0.000 10 2 l::!. 30 Materlal Description Max. Optimum uses Dens. Moisture LL Pl tnt!n 1%\ Gray Lean Clay CL 100.l 19.5% 34 18 Project No: 4454 Test Description/Remarks: Project: City of Lubbock Fiesta Plaza -Lubbock, Texas Material from Boring AP 1 to be used for Hot-Mix Asphaltic Date: 3-5-2004 Concrete Pavement Subgrade BEARING RA TIO TEST REPORT DYESS-PETERSON TESTING LABORATORY, INC. Figure 4454-B Date: Project No.: Project: Material Description: USCS Classlflcatlon: Liquid Limit: Test Description: Maximum Dry Density: BEARING RATIO TESTING RESULTS (ASTM D 1883-99) 3-S-2004 4454 City of Lubbock Fiesta Plaza -Lubbock, Texas Gray Lean Clay CL 34 Plastlctty Index: 18 100.1 Optimum Moisture Content: 19.5% Testing Remarks: Material from Boring APl to be used for Hot-Mix Asphaltic Concrete Pavement Subgrade Water Content Wl Wet Soll+ Tare, gms . 565.2 Wt. Soll+ Tare, gms. 492.6 Wl Tare, gms. 130.1 UnHWelght Wt Mold+Soll, lbs. 20.84 Swell Data Elapsed Tlme, hrs . 0 Olal Reading ln.x 1,000 0 Penetration Test Data Wt Mold, lbs. 9.19 Swait " 0 .0 Pen. Dial Reading Stress CBR In. In. x 1,000 psi 16 0.0 0 0.0 0.025 6 20.4 0.05 8 27 .2 0.075 9 30.6 ~ltf@Ji~J.§i!l~~i~§~~~1~i~U~~~l~li1~tl1~i~~~I~~;1411I~&1~i~~-~~j~1f1 0.125 . 10 34 .0 0.15 11 37.4 0.175 12 40.8 ~~m~1i1r~~~rw~~~~~~i~n~t1i~11~~fi~1~~~~fl[trM.~f.~lfj~f:~~~f~11~1 0.225 13 44.2 0.2S 13 44.2 0.27S 14 47.6 0.3 IS Sl.O 2.7 0.4 17 57 .8 2.5 0.5 19 64.6 2.5 Ht. Soll, In . 6.19 Flnal Water Content WlWet Soll+ Tare, gms. Top Middle Bottom 100 345 .5 9S8.6 741.4 Pry Soll+ Tare 306.2 821.2 632.3 Tare 130.2 133 .3 129.S Penetration Depth (In.) Moisture,% f : J [~ [~ ~I u n l !~ J J ] l Ll LJ u L--------------Dyess-Peterson Testing Laboratory, Inc. --------------jj G 0 Li n ( l·.·. . ' j Li I -TI t [ [ u 11 JC IC JU IC i[ Li Depth 0 s 10 IS 20 30 JS 40 BORING NO. AP2 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Lubbock Fiesta Plaza LOCATION: Lubbock, Texas CLIENT: City of Lubbock Parks & Rec. %Craig Wuensche LOGGED BY: L. Peterson DRILLED DATE: 2/27/04 DRILLED BY: C. Melton DRILLING METHOD: Mobile B-61 3 1/4 inch ID Auger ELEVATION: 3212' Soil SPT Moisture Ory Shear Pessin Sample Log Description Blows/Ft Percent Density LL PL Pl Strength TSF 200 Sieve Silty Clayey Sal!d· Reddish Yellow (SM-SC) 14.2 20 13 7 28 .S 6/817.SYR Cl~cy Sand · Reddish Yellow with Cemented s -6" 10.6 18 11 7 19 .I 7 -12" Sandstone (SC) 8 -18" 6/317.SYR 10 -6" s.o 34 19 lS 24 .3 so -10· C!~cy Sal!d· Pinkish White with Cemented 6.1 44 32 12 18.9 Sandstone (SC) so -1· 6.9 45 30 15 24 .2 8/217.SYR so -i.s· 8.7 45 32 13 21.4 so -2" 10.0 43 31 12 18.6 • T .D. • 10' • f! BEARING RA TIO TEST REPORT r ASTM D 1883-99 100 r 80 r::- [ Ill D. -[ 8 60 c ~ l D:: c i .. 40 GI c GI ~ A. .. .. ~ -----·-·-··· ~ 20 ( v .....--... J/ l t 0 0.1 0.2 0.3 0 .4 0 .5 II: Penetration Depth (in.) Molded Soaked CBRl%1 Linearity Max. l Density Percent of Moisture Density Percent of Moisture Correction Surcharge Swell (pcf} Max. Dens. (%) (pcf) Max.Dens. (%) 0.101n. 0.20 In. (In.) (lbs.) (%) : l 1 0 108.6 94.7 13.3 108.6 94.6 18.0 1.0 1.3 0.000 10 '• 2 6. ,ll 30 I Material Description Max. Optimum I uses Dens . Moisture LL Pl J1 locfl 1%\ Reddish Yellow Silty Clayey Sand SM-SC 114.7 13 .5% 20 7 Project No: 4454 Test Description/Remarks: ,\ Project: City of Lubbock Fiesta Plaza -Lubbock. Texas Material from Boring AP-2 to be r used for Hot-Mix Asphaltic Date: 3-5-2004 Concrete Pavement Subgrade ,1 BEARING RATIO TEST REPORT DYESS-PETERSON TESTING LABORATORY, INC. Figure 445.J-C _J -----.---···-----.. ---- --------------------------~--~~-------------- n L t1 D [J u ] n 11 'll u c l' j :·[, _;.·. ~ ~.-J [ c 0 ' .. [ Date: Project No.: Project: Material Description: USCS Classification: Liquid Limit: Test Description: Maximum Dry Density: BEARING RATIO TESTING RESULTS (ASTM D 1883-99) 3-5-2004 4454 City of Lubbock Fiesta Plaza -Lubbock, Texas Reddish Yellow Silty Clayey Sand SM-SC 20 Plasticity Index: 7 114.7 Optimum Moisture Content: 13 .5% Testing Remarks: Material from Boring AP-2 to be used for Hot-Mix Asphaltic Concrete Pavement Subgrade Water Content · · WlW1tSoD+T1re,gms . 962.2 Wt.Soll+T•re,gms. 864.3 Wt. Tare, gms. 131.0 UnHWelght Wl Mold+Soll, lbs. 2i.69 . Wt. Mold, ibs . ·9.23 Swell Data Elapsed Timl ,hrl. 0 Dlal Reading ln .x 1,000 0 Penetration Test Data Swell " 0.0 Pen . Dial Reading Stress CBR in. In. x 1,000 psi " 0.0 0 0.0 0.025 1 3.2 0.05 2 6.4 0.075 3 9.6 ~ii~W1'~lt~~~w~~mw~:t~::m~~=i'i.WJ.~~ti'l:~:m:-?i"::1=~~~iW rn:v:,ojo:t/.~-•• -:-:-=.t=.t~.~.·~~ ... ·:~~:--.;::?.'O::**x-~:;)W.-:.':~Y~~?'.M~ .... :W. 0.125 4 12.8 0.15 5 16.0 . 0.175 5 16.0 t~I1f~~1l1~g~~~jJ~~T~ff~~1r:~~mr~t~~1114wti~~~1r.1~iw. 0.225 6 19.2 0.25 7 22.4 0.275 7 22.4 0.3 8 25.6 1.3 0.4 10 32.0 1.4 o.s 11 35.2 1.4 .. Ht. Soll, In .-6.19 Flnal Water Content Wt.Wit SoD+Tal'8 Top 704.5 Middle 5S2.3 BoCtom 688.8 100 Soll+Tal'8 591.2 S00.4 614.5 Tare 129.9 127.7 133.0 Penetration Depth (In.) ..-..- ...._ ____________ Dyess-Peterson Testing Laboratory, Inc. ------------- BORING NO. P3 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Lubbock Fiesta Plaza CLIENT: City of Lubbock Parks & Rec. %Craig Wuensche DRILLED DATE: 2/27/04 DRILLING METHOD: Mobile B-61 3 114 inch ID Auger Depth Sample Soil log Description SPT Blows/Ft Moisture Percent IS 20 25 30 35 40 Clayey Sand· Brown (SC) S / 2 / 7.5YR Silty Clayey Sand: Brown (SM-SC) S 1411.SYR Clayey Sand· Brown (SC) 41211.SYR Clayey Sam!· Brown (SC) 51411.SYR • T.D. -10' • 6 - 13 - 4 - 7 -8 - 8 - 10 - 10 - 8 - 3 3 3 - 4 s -s - 12.7 6" 12.2 12" 18" 8.8 6" 10.4 12" 18" 6" 11.1 12" 18" 6" 16.9 12" 18" 6" IS.2 12" 18" LOCATION: Lubbock, Texas LOGGED BY: L. Peterson DRILLED BY: C. Melton ELEVATION: 3190' Ory LL Pl Pl Shear Density Strength TSF 28 20 8 30 20 10 23 18 s 23 18 s 30 19 II 27 18 9 31 19 12 r1 r. 2S.lr 26.2 . 31.4 27.6 36 .4 r I n 0 IJ ·r·}. i _; [] u 'TI TJ [] D c ~Li Ii u 0 u BORING NO. PA Dyess-Peterson Testing Laboratory, Inc. PROJECT: Lubbock Fiesta Plaza CLIENT: City of Lubbock Parks & Rec. %Craig Wuensche DRILLED DATE: 2/27/04 DRILLING METHOD: Mobile B-61 3 1/4 inch ID Auger Depth Sample Soil Log Description SPT Blows/Ft Moisture Percent 0 Clayey S3!1d· Brown (SC) 11.4 4/3/7.SYR SHI)' Clayey Sand· Light Brown (SM-SC) 4 . 6" 10.9 61311.SYR s -12· 7 -18" 8 -6" 7.7 8 -12· SHI)' Clayey Sane!· Light Brown (SM-SC) 14 -18" 16.6 6/4/7 . .5YR 4 -6" 16.4 .5 4 -12· Clayey S3!1d· Brown (SC) .5 -18" 17.4 4/2/7 . .5YR 3 -6" 18.6 3 12· 3 18" 10 .5 -6" 21.3 8 12" 7 18" • T.D . -10' * ........ .. - 1.5 20 30 3S 40 LOCATION: Lubbock, Texas LOGGED BY: L. Peterson DRILLED BY: C. Melton ELEVATION: 3184' Dry Shear Density LL PL Pl Strength TSF 28 17 11 21 16 s 23 17 6 22 17 s 20 1.5 .5 33 21 12 31 20 11 32 21 11 Pas sin 200 Sieve 36.S 26 .1 28 .3 36 .4 39 .7 49.4 46 .6 47.0 1-1 MOISTURE-DENSITY RELATIONSHIP TEST n 104 \ 1 f J \ , 102 \ r: , \ [ ' \ ..... 0 ' a. 100 ~ ..... ~~ \ ~ . J"" "' ... ' >. .... ,/ " \ ·-Ill / ' ' c .. Cl> ~ \ 'O ~ >. 98 • ' ' I.. 0 • \ 1 .. \ I 1 96 l ' ZAV for Sp.G.= ~l 2.64 94 1 J 12.5 15 17.5 20 22.5 25 27.5 Water content, % Test spec i f i cot ion : ASTM D 698-91 Procedure A, Standard l) Elev/ CI ass i f i cot ion Nat. Sp.G. LL Pl % > % < l Depth uses AASHTO Moist. No.4 No.200 CL 2.64 34 18 88.9 "lJ TEST RESULTS MATERIAL DESCRIPTION Maximum dry density= 100.1 pcf Gray Leon Clay J Optimum moisture = 19.5 % Project No.: 2064 Remarks: Project: City of Lubbock Porks c!c Recreo ti on Mater i a I from Boring AP1 J Locot ion: City of Lubbock Fiesta Plaza Project -to be used for Subgrode Lubbock. Texas Dote: 3-03-2004 MOISTURE-DENSITY RELATIONSHIP TEST -- DYESS-PETERSON TESTING LABORATORY. INC. Fig. No. 4456 I I LJ r k =============================================================================· MOISTURE-DENSITY TEST DATA DATA FILE: 88 : ··c ==============================================================================· r p ate: LProj ect no. : Project: n.·.-.~ocation 1: .l~. Remarks 1: [p . : . Material l: ~escription 2: tt ~evation or depth: IJ1g no: 3-03-2004 2064 PROJECT DATA City of .Lubbock Parks & Recreation City of Lubbock Fiesta Plaza Project - Lubbock, Texas Material from Boring APl to be used for Subgrade Gray Lean Clay 4456 [1---------------------------------;;;~~~;-~~~~--------------------------------- ·-----.. . . -. . . .. SCS classification: CL atural moisture: ercent -retained -on No. 4 · · ·· sieve : · AASHTO classification: Specific gravity: ercent passing No. 200 sieve: 88.9 2.64 ~iquid limit: 34 Plastic limit: 16 Plasticity index: 18 . c TEST DATA AND RESULTS ·Type of test: Standard, ASTM D 698-91 Procedure A c 104 ..-----.---..---r--.------. £}11 102 . l ;.i(' .D 100 98 i----+.---+----+--------------t POINT NO. 1 WM + WS 8.25 WM 4.48 WW+T #1 636.40 WD+T #1 599.50 TARE #1 361.40 MOIST #1 15. 5 2 8.36 4.48 367.40 341.10 188.50 17.2 17.2 99.3 3 4 8.46 8.50 4.48 4.48 467.90 387.90 423.20 354.00 191.70 192.30 19.3 21.0 19.3 21.0 100.1 99.7 5 8.48 4.48 617.70 572.60 377.40 23.1 23.1 97.5 Max dry den= 100.1 pcf, Opt moisture= 19.5 % ~versize Correction Not Applied u [J ================== DYESS-PETERSON TESTING LABORATORY, INC. ======•============ n MOISTURE-DENSITY RELATIONSHIP TEST r1 120 I'\ [~ r\. ' ' ~ 115 '-.. ._. r-. '\ .. , " " ~ "" ~~ ~ "' i "" I ~ ..... ~' \ ...._'- 0 , ' "''" a. 110 I \ .... '-. j ' .... >. '-I ~ .... , ·-l ' Ul , • ' c Q) J ~ "O ~;va':' J ~ >. 105 .. ' ' '- 0 . ... ... -··· 2.67 100 I 95 7.5 10 12.5 15 17.5 20 ·22.5 Water content, % Test specification: ASTM 0 698-91 Procedure A, Standard J Elev/ Classification Not. Sp.G . LL Pl " > % < I Depth uses AASHTO Moist. No.4 No.200 SM-SC 2.67 20 7 28 .5 % J TEST RESULTS MATERIAL DESCRIPTION Maximum dry dens i ty = 114. 7 pcf Reddish Yellow Si I ty J Optimum moisture = 13.5 % Clayey Sand Project No.: 2064 Remarks: ] Project: City of Lubbock Porks &: Recreot ion Mater i a I from Soring AP2 Locot ion : City of Lubbock Fiesta Ploza Project -to be used for Subgrode u Lubbock, Texas Dote: 3-03-2004 LJ MOISTURE-DENSITY RELATIONSHIP TEST DYESS-PETERSON TESTING LABORATORY. INC. Fig. No. 4456 r l Li -~------~-----·-------·---------- fl . ~============================================================================== , MOISTURE-DENSITY TEST DATA DATA FILE: 88~ -·o= = = = = = = = = = = = = = = = = = = = == = = = = = == = == = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = === = = = = = = = = = =: n ···Project no.: ~Date: ,P roject: -f_t ocation 1: ~~: Remarks 1: -~~ Material 1: 3-03-2004 2064 PROJECT DATA City of Lubbock Parks & Recreation City of Lubbock Fiesta Plaza Project - Lubbock, Texas Material from Boring AP2 to be used for Subgrade Reddish Yellow Silty Clayey Sand f rlescription 2: (j~levation or depth: ~Fig no: 4456 ~ 0-~ .. ' ---------------------------------~;~~~~;-~~~~--------------------------------- "'' . . -•··· ..... - --f1J scs classification: SM-SC ¥~atural moisture: Percent retained ·on ·No. 4 · ···sieve: - AASHTO classification: Specific gravity: 2.67 lf_ ercent passing No. 200 sieve: 28.5 !\iLiquid limit: 20 Plastic limit: 13 Plasticity index: 7 c TEST DATA AND RESULTS . Type of test: Standard, ASTM D 698-91 Procedure A ~ 12 0 ..-----.---..-.......,..---.-----. r. 115 t--+--:t-:::::=--t--"'i:+--...,----; ZAV SpG 2.67 100 1---1---1---t---+---l----I POINT NO. 1 WM + WS 8.24 WM 4.48 WW+T #1 944.90 WD+T #1 900.40 TARE #1 370.70 MOIST #1 8 .4 2 8.50 4.48 327.80 307.50 109.10 10.2 3 4 5 8.76 8.83 8.63 4.48 4.48 4.48 314.40 352.20 702.70 290.80 321.10 657.00 100.60 104.20 383.80 12.4 14.3 16.7 MOISTURE 8. 4 10. 2 12. 4 14. 3 16. 7 DRY DEN 104.1 109.4 114.2 114.1 106.7 95 .___......__...._ _ _,_ _ _._ _ _.__~ 7.5 12.S 17.5 22.5 (1' Max dry den= 114.7 pcf, Opt moisture= 13.5 % Yoversize Correction Not Applied ~-- 0 f1=================== ~~ DYESS-PETERSON TESTING LABORATORY, INC. =================== MOISTURE-DENSITY RELATIONSHIP TEST r 110 ........ t-..... ....... "" r ""'"i"'-o.~ r-.... ""'" ..... ~ fo J' 100 ZAV ~ Sp.G.= !....-!ill"' """"" "-2.65 r !A~ I' .. ..... u ~ Ill""" -~ ... 0. 90 rl J--' " . l'O' '\ >. .,., \. ·-Ul i. c: [.1 Q) "O >. 80 L. [ 0 -·-· 70 [ r 60 l 10 12.5 15 17.5 20 22.5 25 Water content, % Test specif i cot ion: ASTM D 698-91 Procedure A, Standard r Elev/ Clossif ication Not. Sp.G. LL Pt " > % <,~· Depth uses AASHTO Moist. No.4 No.20 CL 2.65 26 11 53.3 %11 TEST RESULTS MATERIAL DESCRIPTION t i Maximum dry density = 96.6 pcf Gray Sandy Lean Cloy fLl Optimum moisture = 16.9 % il Project No.: 2064 Remarks: rr Project: City of Lubbock Porks &: Recreation Material from Soring C-1 Locot ion: City of Lubbock Fiesta Plaza Project to be used for Pavement ( ' -I i I I Lubbock, Texas Subgrode ·1 Dote: 3-03-2004 ' l l I I I MOISTURE-DENSITY RELATIONSHIP TEST I , r~ DYESS-PETERSON TESTING LABORATORY. INC. Fig. No. 4456 u ~============================================================================== ·~=========================~~=~~=~~~~:!'=~~:=~!:!============~~:~=:=~~~==~~= PROJECT DATA n f+J~ate: .;~reject no.: ij roject: -:.i ocation 1: : ---~1-'_):marks 1: -···-~; Material 1: 3-03-2004 2064 City of Lubbock Parks & Recreation City of Lubbock Fiesta Plaza Project - Lubbock, Texas Material from Boring C-1 to be used for Pavement Subgrade Gray Sandy Lean Clay ~llescription 2: _ ~levation or depth: -Fig no: 4456 r ... ·11 ------------------------------------------------------------------------------ f J . . . . . .. . SPECIMEN DAT_A . . . . . _ . _.. .... . .. -n1scs classification: CL ~atural moisture: Percent -retained on No.4 ·--·sieve: AASHTO classification: Specific gravity: 2.65 {fercent passing No. 200 sieve: 53.3 ~iquid limit: 26 Plastic limit: 15 Plasticity index: 11 rr------------------------------------------------------------------------------y TEST DATA AND RESULTS Type of test: Standard, ASTM D 698-91 Procedure A Y110 .--~-...----,...---..,,--=:-:--i POINT NO. 1 J )o900 · : + ws ~ :~: ~ 1--~~~+--~-+--1WW+T #1 647.80 WD+T #1 617.90 ~ 00 ---------1 ~~~T#i1 i~~6 40 701------1---t---l---t--- ~ 10 0 15 20 MOISTURE 11. 6 DRY DEN 87. 6 2 8.00 4.48 345.00 315.20 99.20 13.8 13.8 92.8 3 8.16 4.48 574.20 549.00 385.50 15.4 15.4 95.7 4 0 .• 21 4.48 290.40 263.20 107.70 17.5 17.5 96.8 5 8.15 4.48 405.00 365.80 165.60 19.6 19.6 92.1 n_ Max dry den= 96.6 pcf, Opt moisture= 16.9 % ifversize Correction Not Applied 6 7.84 4.48 544.40 511.60 359.20 21.5 21.5 82.9 ~==••••••=••••••••• DYESS-PETERSON TESTING LABORATORY, ZNC. •••••••••••=••====• ·----------------------····· ---··--·-·----·-··--·-··--··········-·--------------·------·-----·····--··-··--····-···-·····-- n BEARING RATIO TEST REPORT 0 ASTM D 1883-99 100 ~ 80 ( I =-. .; en .:a. -3 60 ·1 I c . J ~ ~· en I. L------·· I c ~ ·-·-l .2 ~ I -------- 40 ~ ----. i .. A. v ---·--... -· ,. ··--.. .. ·-··· .. ·-.. ·------------ ~ 20 ( -- ·1 .. 0 0 0.1 0.2 0.3 0.4 0.5 .•. Penetration Depth (in.) Molded Soaked CBR %) Linearity Max. Density Percent of Moisture Density Percent of Moisture Correction Surcharge Swell (pcf) Max. Dens. (%) (pct) Max. Dens. (%) 0.10 In. 0.20 In. (In.) (lbs.) (%) 1 0 91.l 94.3 17.1 91.1 94.3 25.9 2.4 2.3 0 .000 10 lbs . J 2 t:. 30 ] Material Description Max . Optimum uses Dens. Moisture LL Pl tnrn flL\ ] ·- Gray Sandy Lean Clay CL 96.6 16.9 26 11 Project No: 4456 Test Description/Remarks: J Project: .City of Lubbock Parks & Recreation Fiesta Plaza South of Buddy Holly Park -I ~bbock, Texas ~ Material from Boring Cl to be usedf J for reinforced concrete pavement Date: 3-05-2004 subgrade l BEARING RATIO TEST REPORT _! DYESS-PETERSON TESTING LABORATORY, INC. Figure 4454 ..,A _] Date: Project No.: BEARING RA TIO TESTING RESULTS (ASTM D 1883-99) 3-05-2004 4456 Project: Material Description: City of Lubbock Parks & Recreation Fiesta Pla1.a South of Buddy Holly Parle -Lubbock , Tex; Gray Sandy Lean Clay USCS Classlficatlon: CL Liquid Limit: 26 Plasticity Index: 11 Test Description: Maximum Dry Density: 96.6 Optimum Moisture Content: 16.9 Testing Remarks: Material from Boring Cl to be used for reinforced concrete pavement subgrade Water Content Wt. WetSoll+Tare, gms. 339.2 Wt. Soll+ Tare, gms. 308 .7 Wt. Tare, gms. 129.9 Unit Weight Wt. MOid+Soll, lbs: 1a.03 · -· ·· Wt Moid, tbS. ·93c ·· --· · · ·· ---Hi:soil;ir1. 5. Swell Data Elapsed Time, hrs. 0 Dlal Reading ln.x 1,000 0 Penetration Test Data Swell 1(, 0.0 Pen. Dial Reading Stress CSR In. In. x 1,000 psi 1' 0.0 0 0.0 0.025 5 17.0 o.os 6 20.4 0.015 7 23.8 tJ~~ti}1l~lif:*~1l~i~llif:~~~il~i~~lt~flf.~l~~fJ.~jj~*~;~-~t;i 0.125 8 27 .2 O.IS 9 30.6 0.175 9 30 .6 ~~~~§~~;m~a~~~§~mrt1~~~~1m:iw1~t?:i~~~r~~~~~KB.~tMfi1m:t.11.J~®1 0.225 10 34.0 0.2S 11 37.4 0.275 11 37.4 0.3 12 40.8 2.1 0.4 14 47.6 2.1 0.5 IS 51.0 2.0 Final Water Content Wt.Wet Soll+Tare ma. Top 758 .8 Mlcldle 670 .S BoaDm 1032.2 I C' I l ID -3 I I ID I a: I I e Soll+ Tare 609.5 594.3 825.S . . Tare 133.3 133.3 129.7 Penetration Depth (In.) .....__ _________ Dyess-Peterson Testing Laboratory, Inc. ---------- .. ...... . ...•... ····-············--···· ••.................... [I 0 n c 0 L r L. c APPENDIXB -····-··-······--·-·----.. ----------------·--·-·---·--···---- --------------------------~------------- ~~-~-~--------------~------- n 4 ·n tl G u u " . c r ., _} [ l ... i. t \ [l 0 ' [ c M;JQf()ILIDGIMQT 8%GlfS On-atte progr• eeknowledg-at al .. are required for all approwd TIPA grant project•. Siana .. requl~ tnclude • tnpqncy •fan ... fch lhould be displayed throughout the active •t• ... of • project Cance land ..,tettforw are c0111pl•t• • If applicable>, and • •fan or pltqut "''ch -t be tnatalled end •fntafned at the elte pe...,..,_tly. Cost• for Pf'Olr• acknowledg~t •llP18 ·are rel.,,..lbl• for approved project• ff budgeted In the •tabular ..._,., of ProJect El-.tt & eo.u•. Eullpl• of the s....,,..,., and perwtant 11.,. are ahoMn belw. lnfon.tfon ehM'I on the --.1 .. fa the efnfu tnfo,...tfon required. B!fSltAI! sra Q!fnfu lfu -+• 1 1•1 The (Cfty/CO&nty/Dfatrfct> of ~----- P\bllc lecreetfon Site * Project With F..idlng Atafatance through the TEXAS ltECIEATHll I PAID ACaUIT PltGGIM Adlfnletered by the Tun Peru I Wildt tfe Deper~ FUNDING State of Tena SOI <Clty/CO\!]tytpfatrfct> 20J Total Project • 500,000 I 500.0QO • 1,000,000 source of Pr91r• •..m • lt•t• Sal" Tu on Sporting Goods • Insert either ~faftfon, dlvelos-nt, or acqufaltfon Md dtvelop11nt Pfll!A!QJ SJGll O! PLM!UE CtlfnfM Siu -1r I 24•> THE IEST unu PAK II TEXAS A TEXAS IECIEATICll I PAID .Aa:DllT PICIGIM PllO.IECT Sponsored by the CCfty/CCl'l\ty/Dfatrfct> With f&n:tfng Aaaf atance through tile Teua ;.,kl I Ufldllfe Depertllllnt 25