Loading...
HomeMy WebLinkAboutResolution - 5769 - Contract - West Texas Paving Inc.- Parking Lot Reconfiguration_Reconditioning - 02_12_1998RESOLUTION N0. 5769 Item #36 February 12, 1998 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract and all related documents by and between the City of Lubbock and West Texas Paving, Inc., of Lubbock, Texas to install and furnish all materials and services as bid for the parking lot reconfiguration and reconditioning at Lubbock International Airport, which contract is attached hereto, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 12th day of February,19g�. NDY dN,MAYOR ATTEST: Ka ' Darnell, City Secretary APPROVED AS TO CONTENT: 0 zetq wmo�f' 4 Victor Kilman, PulChasing Manager APPROVED AS TO FORM: CL r Anita E. Burgess, City Attorne dp:ccdocslpaving.res December 23, 1997 CITY OF LUBBOCK SPECIFICATIONS FOR PARKING LOT RECONFIGURATION AND RECONSTRUCTION AT LUBBOCK INTERNATIONAL AIRPORT BID #97280 «/� A CITY OF LT -TB BOCK Lubbock, Texas, r PARKHILL, SMITH & COOPER, INC. ENGINEERS ■ ARCHITECTS ■ PLANNERS r 4010 AVENUE R, LUBBOCK, TEXAS 79412 (806) 747-0161 ■ FAX (806) 747-7146 E ADDENDUM NO. 2, December 15, 1997 RE: Lubbock International Airport Parking Lot Reconfiguration and Reconstruction City of Lubbock Bid #97280 TO: All Prospective Bidders/Plan Holders 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 November 1997, as noted below: This Addendum consists of 1 page, plus the attached REVISED ELECTRICAL DRAWING. REVISIONS TO DRAWINGS: 1. SHEET E-2 OF 3, NEW ELECTRICAL PLAN. The "FIXTURE SCHEDURE" table was revised under ADDENDUM NO. 1. The 480 volt bollard fixtures specified under ADDENDUM NO. 1 are not available. In the "FIXTURE SCHEDULE" table, CHANGE the manufacturer and catalog number to "GARDCO #BRM 823-42-70HPS-240-WP, OR APPROVED EQUAL". Also, ADD the attached revised electrical details to this drawing. A new packaged power supply is required to r' convert the available 480 volt service to 240 volt. The new bollards shall operate on 240 volt power. Payment for the new packaged power supply shall be considered subsidiary to the unit prices bid for the lighted bollards. ! Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: JV(i gq) Valdez, P.E. Receipt of this addendum shall be acknowledged by the Bidder, below and on —the bed Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: r By. r Page 1 of 1 ADDENDUM NO. 2 I -' I 10 10 LU f FIX11M A B c I E70 IM SEIM TO L09 POLES PACKAGED POWER SUPPLY 48OW240/12(W BOLLARD WIRING SCHEMATIC SCAEE: NOW E v if %I /10 a To am WE POWER SUPPLY TD BOLLARD SET A io BOLLARD SEr B TD BOUJIItD SET c PACKAGED POWER SUPPLY Stall BE MODE. = AS WANUFACIURED BY SQUARE D OR APPROVED UNR SHALL. NCLUOE A 5M 460-240/120 TMOVR4ER w/2 Lit[ TAPS. unLLxE1at 2L1A PRtWARY BREAKER w/g0-2SD JOA SEOCNOW WAIL BREAKER. GOLLARD 1Y11H 240N BALIJV'T BOLLARD (BOLLARD SET B) GRADE i r WIUL a ,10. /10 a cm TO BOLLARD SET A REFER TO NAIBIFACLURER FOR ANCHORAGE OPOSMS. REVISED BOLLARD TYPE "A" DETAIL � L�lw - QMMW. ��, •/4 110. Flo a cm REVISED ELECTRICAL SITE PLAN SCALE NOW MParidA Sum & cam. kwL REVISED ELECTRICAL SITE PLAN Engln" , . Arohtt.ab . Planers AND DETAILS ADDENDUM 2 CHECKED DATE I APPROVED DATE LUBBOCK INTERNATIONAL AIRPORT LR 12/15/9 KJJ " 12/15/97 PARKING LOT RECONFIGURATION do RECONSTRUCTION I DECEMBER 15. 1997 PARKHILL, SMITH & COOPER, INC. ENGINEERS ■ ARCHITECTS ■ PLANNERS 4010 AVENUE R, LUBBOCK, TEXAS 79412 r (806) 747-0161 ■ FAX (806) 747-7146 ADDENDUM NO. 1, December 12, 1997 RE: Lubbock International Airport Parking Lot Reconfiguration and Reconstruction City of Lubbock Bid #97280 TO: All Prospective Bidders/Plan Holders 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 November 1997, as noted below: This Addendum consists of 2 pages, plus the attached "EXHIBIT A" - PROPOSAL. SPECIFICATION CLARIFICATION: 1. It is the intent of these specifications that all work required to complete each item provided in the PROPOSAL be paid for under that item of the PROPOSAL including, but not limited to, furnishing and installing the required equipment, trenching and backfilling for the required electrical service, wiring and connections, and repairing the pavement and sidewalks to match the original pavement or sidewalk. The Bidder shall be responsible for ensuring that all subsidiary items of work required to complete each individual PROPOSAL item be provided for and included in his bid prices. REVISIONS TO SPECIFICATIONS: 1: "EXHIBIT A" - PROPOSAL, Pages P-1 through P-10, inclusive. REMOVE these pages from the original bidding documents, and REPLACE them with the attached revised "EXHIBIT A" - PROPOSAL, Pages P-1 through P-11, inclusive. The revised "EXHIBIT A" - PROPOSAL provides for several modifications, including changing the estimated quantity of Proposal Item 10 from 6 to 8: changing the estimated quantity of Proposal Item 12 from 4 to 2; and adding new Proposal Item 3Ro the BASE BID PROPOSAL. New Proposal Item 38 requires the Contractor to provide on -site start- up and trouble -shooting services for the new and relocated parking lot gates by the original gate equipment manufacturer, Mr. Bob Hall, Houston Equipment, Inc. (713) 237-1120. The Bidders shall complete and submit the revised "EXHIBIT A" — PROPOSAL, as provided herein, with their bid. r Page 1 of 3 ADDENDUM 1 r F r 2. TECHNICAL SPECIFICATION SECTION 02577, PAVEMENT MARKING. Delete all references to providing or installing "traffic buttons." No new traffic buttons are required under this project. 3. TECHNICAL SPECIFICATION SECTION 02577, PAVEMENT MARKING, Page 02577-1. In Paragraph 2.1 (A), revise the first sentence to read: "Paints for roadways and parking areas shall conform to Fed. Spec. TT-P-1952, colors shall be white, yellow, blue and black, as indicated on the drawings or in the specifications, or as directed by the Owner. Black paint shall be used for obliterating existing pavement markings on asphalt surfaces." REVISIONS TO DRAWINGS: 1. SHEET 12 OF 13, MISCELLANEOUS DETAILS. Add the following note to the UNLIGHTED GATE -BOLLARD LAYOUT: NOTE: NEW UNLIGHTED BOLLARDS SHALL BE MODEL VRBC/NG-C, AS MANUFACTURED BY KIM LIGHTING, INC. (818) 968-5666, OR APPROVED EQUAL. UNLIGHTED BOLLARDS SHALL BE 8-INCH DIAMETER AND 42-INCHES TALL, WITH AN ACID WASHED NATURAL CONCRETE FINISH, WITH A GRAFFITI RESISTANT SEALANT, AND SHALL BE SIMILAR IN APPEARANCE TO THE SPECIFIED LIGHTED BOLLARDS. UNLIGHTED BOLLARDS SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUFACURER'S RECOMMENDATIONS AT THE LOCATIONS SHOWN ON THE DRAWINGS OR AS DIRECTED BY THE OWNER. 2. SHEET E-2 OF 3, NEW ELECTRICAL PLAN. Add the following new general notes to this sheet: GENERAL NOTES 1. New loop detector gates shall be Cincinnati 100 Series Parking Gates, as manufactured by Cincinnati Time Recorder Co., and supplied by Houston Equipment, Inc. (713) 237-1120. Installation of the new gate equipment and loop detectors shall be in accordance with the manufacturer's recommendations, and generally similar to the existing installations. The Contractor shall submit equipment installation details to the Owner for review and approval at least 30 days prior to the date of anticipated installation. Payment for new loop detector gates shall be made under Proposal Item 14, per each. 2. After installation or modification of each new, existing or relocated parking lot gate, the original equipment manufacturer, Houston Equipment, Inc., shall coordinate and accomplish all necessary trouble -shooting and/or start-up procedures to ensure operation of the equipment as indicated in the plans and specifications, or as directed by the Owner. Such work shall include, but not be limited to, providing software and/or hardware modifications as needed to revise the operation of certain pieces of parking lot gate equipment, from short-term to long-term operation or vise versa, as shown on the plans or as directed by the Owner. Payment for all necessary trouble -shooting and/or start-up procedures shall be made under Proposal Item 38, per lump sum. Page 2 of 3 ADDENDUM 1 7 A 3. SHEET E-2 OF 3, NEW ELECTRICAL PLAN. In the "FIXTURE SCHEDURE" table provided, item A specifies the lighted bollards for the project. In this table, change the manufacturer and catalog number to "GARDCO #BRM 823-42-70HPS-480-WP, OR APPROVED EQUAL". The lighted bollards shall be 8-inch diameter and 42-inches tall, with a die cast aluminum upper housing and a precast concrete base. The aluminum upper housing shall be furnished with a white color, fade and abrasion resistant thermal cured textured polyester electrostatically applied powder finish. The r precast concrete base shall be furnished with an acid -etched natural concrete finish, with a graffiti - resistant sealant. Respectfully submitted, r" PARKHILL, SMITH & COOPER, INC. By. _ /"Op Lawrence J. ) Valdez, P.E. 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: F Page 3 of 3 ADDENDUM 1 r , 1997 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 1. 1 Mobilization, per lump sum: L.S. Dollars and Cents ($ 1 $ MATERIALS: LABOR: 2. 5 Traffic Control and Barricading, per month: Months Dollars and Cents ($ l $ MATERIALS: LABOR: 3. 14,750 Obilterate Exsiting flinch and 6-inch marking, per L.F. linear foot: Dollars and Cents ($ ) $ MATERIALS: LABOR: 2713-97 P - 1 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 4. 1,150 Remove and Dispose of Existing Concrete Slabs, S.Y. per square yard: Dollars and Cents ($ ) $ MATERIALS: LABOR: S. 1,400 Remove and Dispose of Existing Curb and Gutter, L.F. per linear foot: Dollars and Cents ($ ) $ MATERIALS: LABOR: 6. 3,000 Remove and Dispose of Existing Asphalt Paving S.Y. and Base Course, per square yard: Dollars and Cents ($ ) $ MATERIALS: LABOR: 7. 2 Remove and Relocate of Existing Tree 6" and EA. smaller trunk diameter, complete, per each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 2713-97 P - 2 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 8. 80 Remove and Salvage Existing Wheel Stop, per EA. each: Dollars and Cents ($ 1 $ MATERIALS: LABOR: 9. 425 Remove and Salvage Existing Traffic Barriers, per L.F. linear foot: Dollars and Cents ($ 1 $ MATERIALS: LABOR: 10. 8 Remove and Relocate Existing Light Pole, EA. including electrical extension and connections, and pavement repairs, per each: Dollars and Cents ($ 1 $ MATERIALS: LABOR: 11. 6 Remove and Relocate Existing Ticket Dispenser EA. and Gate Assembly, including all wiring and control circuitry, per each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 2713-97 P - 3 ADDENDUM NO. 1. Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 12. 2 Remove and Relocate Existing Loop Detector EA. Gate, including all wiring and control circuitry, per each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 13. 1 Remove and Relocate Existing Radio Operated EA. Gate Assembly, including all wiring and control circuitry, per each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 14. 2 New Loop Detector Gate, including all wiring and EA. control circuitry, per each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 15. 1,750 30-inch Concrete Curb and Gutter, per linear foot% L.F. Dollars and Cents ($ ) $ MATERIALS: LABOR: 2713-97 P - 4 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 16. 960 6-inch Concrete Slabs, per square yard: S.Y. Dollars and Cents MATERIALS: LABOR: 17. 4,000 Bituminous Surface Course, 3-inch thickness, S.Y. including bituminous prime and tack coats, per square yard: Dollars and Cents ($ ) $ MATERIALS: LABOR: 18. 4,000 Flexible Base Course, 10-inch, per square yard:_ S.Y. Dollars and Cents ($ ) $ MATERIALS: LABOR: 19. 4,000 Excavation, Grading and Subgrade Preparation, S.Y. per square yard: Dollars and Cents ($ ) $ MATERIALS: LABOR: 2713-97 P - S ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE ID 20. 23,500 Traffic marking, 4-inch wide lane lines, per linear L.F. foot: Dollars and Cents ($ ) $ MATERIALS: LABOR: 21. 500 Traffic Marking, 8-inch wide lines, per linear foot; L.F. Dollars and Cents ($ ) $ MATERIALS: LABOR: 22. 33 Traffic Marking, Painted Handicap Symbol, per EA. each: Dollars $ and Cents ($ ) MATERIALS: LABOR: 23. 2 Install Existing Type 9 Sign, including any EA. required touch-up painting, per each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 2713-97 P - 6 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 24. 3 Install Existing Type 14 Sign, including any EA. required touch-up painting, per each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 25. 8 Install Existing Type 11.1 Sign, including any EA. required touch-up painting, per each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 26. 1 Install Existing Type 16.1S Sign, including any EA. required touch-up painting, per each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 27. 14 Furnish and Install New Type 11.1 Sign, per each:. EA. Dollars and Cents ($ ) $ MATERIALS: LABOR: 28. 4 Furnish and Install New Type 11.2 Sign, per each:. EA. Dollars and Cents ($ ) $ MATERIALS: LABOR: 2713-97 P - 7 ADDENDUM NO. I. Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 29. 1 Furnish and Install New Type 16.1S Sign, per EA. each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 30. 1 Furnish and Install New Type 23.1 Sign, per each:. EA. Dollars and Cents ($ ) $ MATERIALS: LABOR: 31. 9 Furnish and Install Lighted Bollards, including all EA. wiring, trenching and pavement repair, complete per each: Dollars and Cents ($ ) $ MATERIALS: LABOR: 32. 4 Furnish and Install Unlighted Bollards, per each:_ EA. Dollars and Cents ($ ) $ MATERIALS: LABOR: 2713-97 P - 8 ADDENDUM NO. 1 r r Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 33. 1 Relocate and Adjust Existing Fire Hydrant, EA. complete, per each: Dollars and Cents ($ ) MATERIALS: LABOR: 34. 400 Remove and Salvage Existing Chain Link Fence, L.F. per linear foot: Dollars and Cents ($ ) MATERIALS: LABOR: 35. 9 Parking Control Equipment Guard Post, Type A, EA. per each: Dollars and Cents ($ ) MATERIALS: LABOR: 36. 8 Parking Control Equipment Guard Post, Type B, EA. per each: Dollars and Cents ($ ) MATERIALS: LABOR: 2713-97 P-9 $ ADDENDUM NO. 1 a r Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 37. 2,000 Seeding and Fertilizing in Unpaved Areas, per S.Y. square yard: and MATERIALS: LABOR: Dollars Cents ($ ) $ 38. 1 Trouble -shooting and/or Start-up Procedures, LS including software and/or hardware modifications as needed to revise the operation of certain pieces of parking lot gate equipment as shown on the plans or as directed by the Owner, complete, per lump sum: Dollars and Cents ($ ) $ MATERIALS: LABOR: BASE BID ITEMS 1 THROUGH 38 $ ADDITIVE ALTERNATE A A-1 1 Irrigation System Adjustments, per lump sum: L.S. Dollars and Cents ($ ) $ MATERIALS: LABOR: ADDITIVE ALTERNATE A-1 $ 2713-97 P - 10 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID BID SUMMARY BASE BID $ ADDITIVE ALTERNATE A $ TOTAL BID $ Breakdown of Materials and Labor Incorporated into the Project: • Total Materials to be incorporated into the project, $ • Total Labor, superintendence, equipment, supplies, etc., as necessary to construct the project. $ Total Bid (Should agree with Total Bid above) $ 2713-97 P - I I ADDENDUM NO. 1 CITY OF LUBBOCK INVITATION TO BID FOR TITLE: PARKING LOT RECONFIGURATION AND RECONSTRUCTION AT LUBBOCK INTERNATIONAL AIRPORT ADDRESS: LUBBOCK, TEXAS BID NUMBER: 97280 PROJECT NUMBER: 264.9083.8304 CONTRACT PREPARED BY: PURCHASING DEPARTMENT r �- 2. 3. } 4. 5. r'. 4 ' 6. r� 7. 9. 10. 11. Ve NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR UNIT SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE CONTRACT CURRENT WAGE DETERMINATIONS SPECIFICATIONS SPECIAL CONDITION I CIZ { E ' I i NOTICE TO BIDDERS rBID 997280 Sealed bids addressed to Victor Kllman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 00 r, o'clock p.m. on the 17th day of December, 1997, or as changed by the issuance of formal addenda to all planhors, to furnish all labor and materials and perform all - for the construction of the following'descrtbed project:` �I "PARKING LOT RECONFIGURATION AND RECONSTRUCTION AT LUBBOCK INTERNATIONAL AIRPORT" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. �,. It Is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the Oth day of janua1y, 1998 at the Municipal Building, 162513th . Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, s0tielpt 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'iMth Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said c:ohtract.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 contact price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current atin of or su o , as.'the rating of the bond company is a factor that will be considered n determination of a lowest responsible udder. 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, E 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 Of required) within 10 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 pre -bid conference on 4th day of of December.1997�t 10:00 o'clock o'clockam., In the Blue Room at Lubbock International Airport, Lubbock, Texas Bid documents including drawings, specifications and other related data maybe obtained from the office of Parkhill, Smith and Cooper, Inc., 4010 Avenue R, Lubbock, Texas 79412; (806) 747-0161; FAX (806) 747-7146. A deposit of $50.00 per set is required and is refundable if the bid documents are returned in good condition within 14 days. 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. �J r� The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or If you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-2281 at least 48 hours In advance of the meeting. '`CIITY OF LUBBOCK V °� VICTOR KILM PURCHASING MANAGER Bid documents may be obtained uppon request from Parkhill, Smith &� Cooper, inc., 4010 Avenue R, Lubbock, Texas 79412, Phone: (806) 747-0161; Fax (806) 747-7146. 7, r 4 r GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project In accordance with contract documents for the PARKING LOT RECONFIGURATION AND RECONSTRUCTION AT LUBBOCK INTERNATIONAL AIRPORT. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It Is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice r, to Bidders. ` 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: HELEN BURNS BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 775-2164 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within J50 (ONE -HUNDRED FIFTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock '"' to the successful bidder. 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 insure completion of the project within the time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. I t li 7. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to ,.. execute an affidavit that all bills for labor, materials and Incidentals Incurred in the construction of the Improvements contemplated by the contract documents have been paid In full and that there are no claims pending, of which the Contractor has been notified. " 8. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficlently complete in some detail will not relieve i the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until Incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 9. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects In the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). F 1 ' 1 o. PLANS FOR THE CONTRACTOR r The contractor will be furnished two sets of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or I` others, as required for proper prosecution of the work contemplated by the Contractor. i ° 11. PROTECTION OF THE WORD The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following Information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A swom statement of the current financial condition of the bidder. (c) Equipment schedule. 12. TEXAS STATE SALES TAX r This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. t: r 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES it shall be the Contractors 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 fumish 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 "y damaged b Contractor during the prosecution of the work contemplated b this contract shall be repaired i 9 Y P Y Pa J immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractors expense. r 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, fumish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of Issuance to Contractor of City's certificate of acceptance of the project. 15. EXPLOSIVES The use of explosives will not be 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, r„ or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. -' In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) In proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently In advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. r` 16. CONTRACTOR'S REPRESENTATIVE i The successful bidder shall be required to have a responsible local representative available at all times while the r' work Is in progress under this contract. The successful bidder shall be required to fumish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract Is In progress. ` 17. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of i Texas and satisfactory to the City. Proof of coverage shall be fumished 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 eA shall procure and carry at his sole cost and expense through the life of this contract, Insurance protection as hereinafter specified. Coverage In excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business In the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional Insured. A Worker's Compensation Coverage statement from the Contractor to the effect that no work on this particular e project shall be subcontracted will be accepted as an alternative. It shall be the contractors responsibility to provide to the owner all proof of coverage Insurance documents including workers r~ compensation coverage for each subcontractor n 18. LABOR AND WORKING HOURS Attention of each bidder Is particularly called to the schedule of general prevailing rate of per diem wages Included in these contract documents. The wage rate which must be paid on this project shall not be less than specified In the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 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: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall Immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth In the schedule of general prevailing rate of per diem wages, which schedule Is included in the contract documents. r a 22. 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. 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 The bidder shall submit his bid on forrns furnished by the City. All blank spaces in the forrn shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 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. (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 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 Of required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. 0 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. r r L 23. QUALIFICATIONS OF BIDDERS i' 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 in regard to the bidder's qualifications. The City of Lubbock may make reasonable Investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is property qualified to cant' out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, Judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. i No Text ro 7 BID SUBMITTAL UNIT SUM BID CONTRACT PLACE: DATE: '— C C /Y1� t %Z % I 7 r PROJECT NUMBER: BID #87280 - PARKING LOT RECONFIGURATION AND RECONSTRUCTION AT LUBBOCK INTERNATIONAL AIRPORT I' 7 Bid of M iN&1IJC- . (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 for bids for the construction of a / Gl (3Qv c k— 1417,-6.-CAlArl6* AJA t. JG bfi cria� 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 tabor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated in Exhibit W. The bidder binds himself on acceptance of this bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this bid. rBidder hereby agrees to commence the work on the above project on or before a date to be specified in a written L,, . "Notice to Proceed" of the Owner and to fully complete the project within 160 (ONE -HUNDRED FIFTY) 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 $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar i day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with Instruction number 21 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 r after the scheduled closing time for receiving bids. I li 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. r- Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or 1 certified check Issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, ''payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid i hier's Check or Certified Check for ollars (� ) or id Bo the sum of Dollars which it is agreed shall be co a ed and retained by the OvMer as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond Of any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check FXbond 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 ocuments made available to him for his inspection In accordance with the Notice to Bidders. Txic- "T.1u 6 bock -A. , & Cif— CifW Count ,744 Y Sta a ip Code Telephone: �3-j]S_- o Fax:5U6 - C43- s"-M (Seal If Bidder is a Corporation) 'ATTES . Secretary PARKHILL, SMITH & COOPER, INC. ENGINEERS a ARCHITECTS ■ PLANNERS 4010 AVENUE R, LUBBOCK, TEXAS 79412 (806) 747-0161 ■ FAX (806) 747-7146 ADDENDUM NO. 1, December 12, 1997 RE: Lubbock International Airport Parking Lot Reconfiguration and Reconstruction City of Lubbock Bid #97280 TO: All Prospective Bidders/Plan Holders 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 November 1997, as noted below: This Addendum consists of 2 pages, plus the attached "EXHIBIT A" - PROPOSAL. SPECIFICATION CLARIFICATION: 1. It is the intent of these specifications that all work required to complete each item provided in the PROPOSAL be paid for under that item of the PROPOSAL including, but not limited to, furnishing and installing the required equipment, trenching and backfilling for the required electrical service, wiring and connections, and repairing the pavement and sidewalks to match the original pavement or sidewalk. The Bidder shall be responsible for ensuring that all subsidiary items of work required to complete each individual PROPOSAL item be provided for and included in his bid prices. REVISIONS TO SPECIFICATIONS: 1. "EXHIBIT A" - PROPOSAL, Pages P-1 through P-10, inclusive. REMOVE these pages from the original bidding documents, and REPLACE them with the attached revised "EXHIBIT A" - PROPOSAL, Pages P-1 through P-11, inclusive. The revised "EXHIBIT A" - PROPOSAL provides for several modifications, including changing the estimated quantity of Proposal Item 10 from 6 to 8: changing the estimated quantity of Proposal Item 12 from 4 to 2; and adding_ new Proposal Item 31I.o the BASE BID PROPOSAL. New Proposal Item 38 requires the Contractor to provide on -site start- up and trouble -shooting services for the new and relocated parking lot gates by the original gate equipment manufacturer, Mr. Bob Hall, Houston Equipment, Inc. (713) 237-1120. The Bidders shall complete and submit the revised "EXHIBIT A" — PROPOSAL, as provided herein, with their bid. F Page 1 of 3 ADDENDUM 1 r*` l .. 2. TECHNICAL SPECIFICATION SECTION 02577, PAVEMENT MARKING. Delete all references to providing or installing "traffic buttons." No new traffic buttons are required under this project. 3. TECHNICAL SPECIFICATION SECTION 02577, PAVEMENT MARKING, Page 02577-1. In Paragraph 2.1 (A), revise the first sentence to read: "Paints for roadways and parking areas shall conform to Fed. Spec. TT-P-1952, colors shall be white, yellow, blue and black, as indicated on the drawings or in the specifications, or as directed by the Owner. Black paint shall be used for obliterating existing pavement markings on asphalt surfaces." REVISIONS TO DRAWINGS: 1. SHEET 12 OF 13, MISCELLANEOUS DETAILS. Add the following note to the UNLIGHTED GATE -BOLLARD LAYOUT: r NOTE: NEW UNLIGHTED BOLLARDS SHALL BE MODEL VRBC/NG-C, AS i MANUFACTURED BY KIM LIGHTING, INC. (818) 968-5666, OR APPROVED EQUAL. UNLIGHTED BOLLARDS SHALL BE 8-INCH DIAMETER AND 42-INCHES TALL, WITH AN ACID WASHED NATURAL CONCRETE FINISH, WITH A GRAFFITI RESISTANT SEALANT, AND SHALL BE SIMILAR IN APPEARANCE TO THE SPECIFIED LIGHTED BOLLARDS. UNLIGHTED BOLLARDS SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUFACURER'S RECOMMENDATIONS AT THE LOCATIONS SHOWN ON THE DRAWINGS OR AS DIRECTED BY THE OWNER. 2. SHEET E-2 OF 3, NEW ELECTRICAL PLAN. Add the following new general notes to this sheet: GENERAL NOTES 1. New loop detector gates shall be Cincinnati 100 Series Parking Gates, as manufactured by Cincinnati Time Recorder Co., and supplied by Houston Equipment, Inc. (713) 237-1120. Installation of the new gate equipment and loop detectors shall be in accordance with the manufacturer's recommendations, and generally similar to the existing installations. The Contractor shall submit equipment installation details to the Owner for review and approval at least 30 days prior to the date of anticipated installation. Payment for new loop detector gates shall be made under Proposal Item 14, per each. 2. After installation or modification of each new, existing or relocated parking lot gate, the original equipment manufacturer, Houston Equipment, Inc., shall coordinate and accomplish all necessary trouble -shooting and/or start-up procedures to ensure operation of the equipment as indicated in the plans and specifications, or as directed by the Owner. Such work shall include, but not be limited to, providing software and/or hardware modifications as needed to revise the operation of certain pieces of parking lot gate equipment, from short-term to long-term operation or vise versa, as shown on the plans or as directed by the Owner. Payment for all necessary trouble -shooting and/or start-up procedures shall be made under Proposal Item 38, per lump sum. F Page 2 of 3 ADDENDUM l 3. SHEET E-2 OF 3, NEW ELECTRICAL PLAN. In the "FIXTURE SCHEDURE" table provided, item A specifies the lighted bollards for the project. In this table, change the manufacturer and r* catalog number to "GARDCO ilBRM 823-42-70HPS-480-WP, OR APPROVED EQUAL". The a lighted bollards shall be 8-inch diameter and 42-inches tall, with a die cast aluminum upper housing and a precast concrete base. The aluminum upper housing shall be furnished with a white color, fade `,. and abrasion resistant thermal cured textured polyester electrostatically applied powder finish. The i precast concrete base shall be furnished with an acid -etched natural concrete finish, with a graffiti - resistant sealant. Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: _ Lawrence J. } Valdez, P.E. 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: S R,5•N TUC- r,- , By: Z� 7 Page 3 of 3 ADDENDUM 1 "EXHIBIT A" PROPOSAL Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 1. 1 Mobilization, per lump sum: /RTy L.S. X /o E Tip 0 4,fDollars and Cents MATERIALS: o LABOR: o a 2. 5 Traffic Control and Barricading, per month: Months 2W .ougt,/ F-1UF Z?e&W b/LF/0 Dollars and Cents ($ e2D MATERIALS: i1 s-9 LABOR: ,i.%- it o 3. 14,750 Obilterate Exsiting 4-inch and 6-inch marking, per L.F. linear foot: DA) E Dollars D� and /Uy Cents ($ 1 MATERIALS: o LABOR: ±7'.SC) 2713-97 P - 1 $ J 000 $ S00 ADDENDUM NO. 1 F Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 4. 1,150 Remove and Dispose of Existing Concrete Slabs, S.Y. per square yard: %a/ ,, V Dollars 00 and % 0 Cents ($ MATERIALS: D LABOR: SOy 5. 1,400 Remove and Dispose of Existing Curb and Gutter, L.F. per linear foot: TEiy Dollars a_o and --- 0 Cents ($ MATERIALS: O LABOR: 0 6. 3,000 Remove and Dispose of Existing Asphalt Paving S.Y. and Base Course, per square yard: f �RFF Dollars DO and 0_ Cents ($ MATERIALS: O LABOR: fon D 7. 2 Remove and Relocate of Existing Tree 6" and EA. smaller trunk diameter, complete, per each: 2713-97 C,&F 7-2-YOLtS#4AJh Dollars and AJ U Cents ($ I0D,0 ) $ MATERIALS: C� LABOR: 02 0 0 O P-2 ADDENDUM NO. 1 I� Item Quantity r„ No. & Unit Description of Item and Unit Price Total Amount f BASE BID 8. 80 Remove and Salvage Existing Wheel Stop, per EA. each: F�TFb7N Dollars / oa and _ ,0 Cents ($ J 5 ) MATERIALS: LABOR: D 0 9. 425 Remove and Salvage Existing Traffic Barriers, per j ` L.F. linear foot: 7'�21J Dollars ! and /�_ Cents ($ MATERIALS: 0 LABOR: S` 10. 8 Remove and Relocate Existing Light Pole, EA. including electrical extension and connections, and pavement repairs, per each: 0Q1 E Ti'f0SA&tb �... 7'11fE9rH&eMbREd Tut E/u4 Dollars and N O Cents ($ �i MATERIALS: 0 LABOR: / D S6 0 11. 6 Remove and Relocate Existing Ticket Dispenser EA. and Gate Assembly, including all wiring and control circuitry, per each: T�f �?E� TiS�fXl.S�ve ,ENE 114eNd o?eP /YlNEt y Dollars and O Cents ($ 31 q Q 1. MATERIALS: / 0 6 0� LABOR: / yv I r*� 2713-97 P - 3 00 $ 200 $ aa D ADDENDUM NO. 1 rt F Eli Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 12. 2 Remove and Relocate Existing Loop Detector EA. Gate, including all wiring and control circuitry, per each: Rcb /9 Nib F/FT c� Dollars r �4 pD and At.J J Cents ($ �SJ ) $ MATERIALS: ._IS S'a LABOR: 13. 1 Remove and Relocate Existing Radio Operated EA. Gate Assembly, including all wiring and control circuitry, per each: CSIX%-EEoj //1(,tJ'br2cd Dollars and /li0 Cents ($_-16 00 ez ) $ 6 00 MATERIALS: gC�O LABOR: 14. 2 New Loop Detector Gate, including all wiring and EA. control circuitry, per each:CAU a Dollars do and eW t3 Cents ($ MATERIALS: LABOR: S/ O QD 15. 1,750 30-inch Concrete Curb and Gutter, per linear foot:. L.F. ',!�7 /G//T Dollars Ov jJ��O and Ny Cents ($ $ J MATERIALS: %`D 6 O LABOR: a0y 2713-97 P - 4 ADDENDUM NO. 1 r Item Quantity No. BASE BID & Unit Description of Item and Unit Price Total Amount 16. 960 S.Y. 6-inch Concrete Slabs, per square yard: Dollars and A)O Cents ($ 1 $ D MATERIALS: ,2 0 / 6 D LABOR: e2 J /b 0 17. 4,000 Bituminous Surface Course, 3-inch thickness, S.Y. including bituminous prime and tack coats, per square yard: 7- Dollars r " I Q0. and _ Cents ($_ pa MATERIALS: /6�yOa LABOR: 18. 4,000 Flexible Base Course, 10-inch, per square yard:_ S.Y. ( - EV EA> Dollars ; DO and /U a Cents ($ p �La $ O2 O 0 Q 0 MATERIALS: y000 LABOR: 19. 4,000 Excavation, Grading and Subgrade Preparation, S.Y. per square yard: �O Dollars �I pa v� OR and _0d) 0 Cents ($ 7 1 $ ' MATERIALS: O LABOR: I, 00 D �I r r �-+ 2713-97 P - 5 ADDENDUM NO. 1 �I Item Quantity No. & Unit Description of Item and Unit Price Total Amount 17 BASE BID 20. 23,500 Traffic marking, 4-inch wide lane lines, per linear L.F. foot: /U 0 Dollars and ;29M FlAr Cents ($ • 35' 1 $ ?,W MATERIALS: o2DDD 7i LABOR: G 12-r- 21. 500 Traffic Marking, 8-inch wide lines, per linear foot; 7 L.F. J Dollars and LlFrZ_ Cents ($ 0 �� ) ao $ ✓ MATERIALS: /.21S LABOR: /A.S 22. 33 Traffic Marking, Painted Handicap Symbol, per EA. each: C��tJ E Hu Nb R FD Dollars Qo and Al Q — Cents ($ %Q L09 ) MATERIALS: 1300 LABOR: 420M 23. 2 Install Existing Type 9 Sign, including any EA. required touch-up painting, per each: uE /�ta�/dRc1� Dollars r and /U D Cents ($ ) $ ID60 �I MATERIALS: O r LABOR: 1-D 6D r 2713-97 P - 6 ADDENDUM NO. 1 i i Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 24. 3 Install Existing Type 10 Sign, including any EA. required touch-up painting, per each: Dollars „ _ ..a ands_ -ice Cents ($ $ Aft MATERIALS: MATERIALS: 0 LABOR: '/ d 25. 8 Install Existing Type 11.1 Sign, including any EA. required touch-up painting, per each: Lz UE uNbr2Fb Dollars o and A)D Cents ($ Jrw,o ) $ li0 1 MAC: LABOR: S/Od 26. 1 Install Existing Type 16.1S Sign, including any EA. required touch-up painting, per each: Dollars a� and QUO Cents ($_ 00 0 $ .. % 00 MATERIALS: o LABOR: 7W.0 27. 14 Furnish and Install New Type 11.1 Sign, per each:. j� OWE !. Dollars �' and Cents ,�L� ($ ) $ / � k ` ° MATERIALS: o o-D LABOR: 7ao- 28. 4 Furnish and Install New Type 11.2 Sign, per each:. EA. OA e ..— DoUars and XJd Cents ($ $ G MATERIALS: l LABOR: 2713-97 P - 7 ADDENDUM NO. 1 l Item Quantity i No. BASE BID & Unit Description of Item and Unit Price Total Amount 29. 1 Furnish and Install New Type 16.1S Sign, per EA. each: % 'F/' cJc' Dollars ao of _ and d) a Cents ($ . MATERIALS: Coot LABOR: a a 30. 1 EA. Furnish and Install New Type 23.1 Sign, per each:. ` XW E F240 NtAVAVollars and Ago_ Cents ($ _A/ d VIA , $ SLID DCa MATERIALS: 7SO LABOR: 31. 9 Furnish and Install Lighted Bollards, including all EA. wiring, trenching and pavement repair, complete R per each. 130d)E' 7'1-00 a,s AoqA /,hV b Dollars 4 and Cents ($ Za$ 3 O 1 MATERIALS: y7,ZS LABOR: V Z7,S 32. 4 Furnish and Install Unlighted Bollards, per each:_ �^ EA. 1 S£UEN Aod-g Al b 2 ez Dollars and NO Cents ($ 700 1 o. $.92?,? V b- 1 MATERIALS: �Yya LABOR: i c �"" 2713-97 P - 8 ADDENDUM NO. 1 7 Item Quantity No. & Unit Description of Item and Unit Price Total Amount ! l BASE BID 33. 1 Relocate and Adjust Existing Fire Hydrant, EA. complete, per each: TiYDlp�S1, Dollars .�G�JD 00 and AJ (' Cents ($ Q= ) ' $ Odd r* MATERIALS: O LABOR: 02 J O 34. 400 Remove and Salvage Existing Chain Link Fence, L.F. per linear foot: F/ LiE Dollars A) O and Cents ($ ) $ C206 MATERIALS: D LABOR: 35. 9 Parking Control Equipment Guard Post, Type A, rf' EA. per each: f Sf X AAr A1bff ED DoIIars and 0 Cents ($ �Q ! ) $ D� MATERIALS: .2 ?o 0 LABOR: A 7 0 O 36. 8 Parking Control Equipment Guard Post, Type B, EA. per each: �,f EUEN /4-f4 /u d R ez Dollars 700 SG 0 0 and AfV Cents ($ ) $ MATERIALS: ' a800 LABOR: A b Do R' 2713-97 P-9 ADDENDUM NO. 1 4 i7 F Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID .37. 2,000 Seeding and Fertilizing in Unpaved Areas, per S.Y. square yard: 400 Dollars v and 11Jy Cents ($ MATERIALS: C J'-v 0 LABOR: ..,Y r 0 0 38. 1 Trouble -shooting and/or Start-up Procedures, LS including software and/or hardware modifications as needed to revise the operation of certain pieces of parking lot gate equipment as shown on the plans or as directed by the Owner, complete, per lump sum: _:Zr J- , eu 7_17*&LSA�b Tu l �u ^/a / J!F D Dollars rr�� aa and /U Q Cents ($ /02 U:� Ito ) MATERIALS: 0 LABOR: %2 e) Z) BASE BID ITEMS 1 THROUGH 38 ADDITIVE ALTERNATE A A-1 1 Irrigation System Adjustments, per lump sum: L.S. )ClF7464A� 1fZj?Nb/ZFJ) Dollars and y Cents ($ MATERIALS: D LABOR: / 0 7 2713-97 ADDITIVE ALTERNATE A-1 P-10 ao $ COD t9b -O $ Z Zo ADDENDUM NO. 1 7 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID BID SUMMARY BASE BID $mil YYS ADDITIVE ALTERNATE A $ 00 TOTAL BID $ G • 2713-97 Breakdown of Materials and Labor Incorporated into the Project: • Total Materials to be incorporated into the project, $ 0 0 • Total Labor, superintendence, equipment, supplies, etc., as necessary to construct the project. &A oc Total Bid (Should agree with Total Bid above) 6-22 y P - II ADDENDUM NO. 1 CUMBERLAND CASUALTY & SURETY COMPANY BID BOND Bond No: CC-14099 KNOW ALL MEN BY THESE PRESENTS, that we West Texas paving, Inc.. as Principal, hereinafter called the Principal, and Cumberland Casualty & Surety Co., a Corporation duly organized under the laws of the State of Florida as Surety, hereinafter called the Surety, are held and firmly bound unto the city of Lubbock, Texas as Obligee, hereinafter called the Obligee, in the sum ( 5 _% ) of the Bid Amount not to Exceed five i,.ercent of Three Hundred Seventy Thous aWLLARS($ 18,500.00 ) 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 the f,arkin(., lot renovation and reconstruction at the Lubbock International AirLort NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, 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, otfherwise to remain in full force and effect. Signed and sealed this 17tibay of December 1997 itncss) Glen L. Bonds (Witness) 7 West Texas Paving, Inc. (Principal) (Title) _ygrf€ V/Jar;a-a�in — Presiden SAf-rney in fact) Glen L. Cutnberland Casualty do Casualty Co. 8150 broukriver Dr.. Ste. S303 Dallas. Texas 75247 214-951-7979 Bonds 71 l CUMBERLAND CASUALTY & SURETY COMPANY TAMPA, FLOR16A POWER OF ATTORNEY West Texas Paving, Inc. PRINCIPAL EFFECTIVE DATE P.O. Box 64187 , Lubbock, Texas 79464 12-17-97 (STREET ADDRESS) (CITY) (STATE) (ZIP CODE) CONTRACT AMOUNT not to exceed 5% of $ 370 , 000.00 AMOUNT OF BOND $ 18 , 500.00 POWER NO. CC" 1. 4 0 9 9 . SNOW ALL Mild BY THESE PRESENTS: That the Cumberland Casualty & Surety Company. a corporation duly organized under the laws of the State of Florida, having its principal office in the city of Tampa, Florida, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 15th day of August, 1995, to wit: 'Resolved, that the President of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney -in -Fact, such person, firms, or corporations as may be selected from time to time. Be It Further Resolved, that the signature of the President and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." Cumberland Casualty & Surety Company does hereby make, constitute and appoint Glen L. Bonds Sate of, Texas its true and lawful attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and its act and deed, as follows: The obligation of the Company shall not exceed one million ($1,000,000.00) dollars. And to bind Cumberland Casualty & Surety Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officer of the Cumberland Casualty & Surety Company, and all the acts of said Attorney(s) pursuant to the authority herein given, and hereby ratified and confirmed. IN WITNESS WHEREOF, the Cumberland Casualty & Surety Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto affixed. y��Tr s CUMBERLAND CASUALTY & SURETY COMPANY CiGo,� 0jk44 I W SEAL Joseph M. Williams, President STATE OF FLORIDA SS COUNTY OF HILLSBOROUGH) On this 15th day of August, A.D.1995, before personally came Joseph M. Williams, to me known, who being by me duly sworn, did depose and say; that he resides in the County of Hillsborough, State of Florida; that he is President, of the Cumberland Casualty & Surety Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. t rueuc BE LY ANN JE Notary Public, State of Flo ea R �o My Commission Expires Aug, 98 ROUp1+ No. CC 402276 STATE OF FLORIDA ) Bonded Thru Official lGim-ii $=wrr SS COUNTY OF HILLSBOROUGH) I, the undersigned, Secretary of the Cumberland Casualty & Surety Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. Signed and Sealed at the City of Tampa. =�'daTr4 17th December 97 ���R''�'''Dated the day of ,19 Ste, ��$�' Carol S. Bla Secretary PAYMENT BOND u BOND CHECK -� BEST RATING LICENSE I TEXAS DATE 3--Y F STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $26,000) 1t NOW ALL MEN BY THESE PRESENTS, that West Texas Paving, Principal(s),and Cumberland Casualty & Surety Company I �itbinafter called the Principal(s), as (hereinafter called the Surety(s) as surety(s , are held and firmly bound unto the City of Lubbock (hereinafter called the r. Obligee), in the amount of hree Hun red xt _Twg— �pp�..6' 5 j1 money of the United States for the payme , d sa d pa um y jrid`tha ices, e�Hal ,, administrators, l 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 day of 19 , to and for parking up —grade and parking lot repaving, located at the Lubbock Int'1 Airport, Lbb, Tx and said Principal under the law is required before cmmonoing the worst provided for in said contract to execute a bond In the amount of said contract whloh 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 OBUGATION 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 1 contract, then, this obligation shall be vold; otherwise to remain In full Force and effect; PROVIDED, HOVVEVER, that this bond Is executed pursuant to the provisions of Section 2263.021(a) of the Texas Government Code, and all liabillties on this bond shalt 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 ,I 17th dayof March 19 98 , Cumberland Casualty & Surety Co. West Texas Paving, Inc. surety Principal' •lay By: rrell Jarna in le) Attn in Fact tf) :PrVftnt �y. r e) r By: (1'iUe} F F The undersigned surety company represents that it Is duly qualified to do business in Texas, and hereby designates Bonds Iztp . an agent resident In Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. Cumberland Casualty & Surety Co. Surety RSy. itie) Attn in Fact Approved as to Form City of Lubbock 8y: ity Attomey • Note: It 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 tiles. Z CUMBERLAND CASUALTY & SURETY COMPANY TAMPA, FLORIDA POWER OF ATTORNEY F 11 PRINCIPAL West Texas Paving, Inc. EFFECTIVE DATE 3-17-98 P.O. Box 64187 Lubbock Texas 79464 (STREET ADDRESS) (CITY) (STATE) (ZIP CODE) CONTRACT AMOUNT Three Hundred Sixty Two Triousand, AMOUNT OF BOND $ 362, 945. 00 Nine Hundred Forty Five and no/100 _ 141- POWER NO. CC f 09 KNOW ALL MEN BY THESE PRESENTS: That the Cumberland Casualty & Surety Company, a corporation duly organized under the laws of the State of Florida, having its principal office in the city of Tampa, Florida, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 15th day of August, 1995, to wit: "Resolved, that the President of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as ,7Attorney-in-Fact, such person, firms, or corporations as may be selected from time to time. Be It Further Resolved, that the signature of the President and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is ll attached." Cumberland Casualty & Surety Company does hereby make, constitute and appoint glen L. Bonds Sate of, Teyas j� its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, i1 . acknowledge and deliver in its behalf, and its act and deed, as follows: The obligation of the Company shall not exceed one million ($1,000,000.00) dollars. And to bind Cumberland Casualty & Surety Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officer of the Cumberland Casualty & Surety Company, and all the acts of said Attorney(s) pursuant to the authority herein given, and hereby ratified and confirmed. IN WITNESS WHEREOF, the Cumberland Casualty & Surety Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto affixed. SpIdTY,C,V CUMBERLAND CASUALTY & SURETY COMPANY I�, 'on 00%rok4 w SEAL 0 3 Joseph M. Williams, President STATE OF FLORIDA )6� SS COUNTY OF HILLSBOROUGH) On this 15th day of August, A.D. 1995, before personally came Joseph M. Williams, to me known, who being by me duly sworn, did depose and say; that he resides in the County of Hillsborough, State of Florida; that he is President, of the Cumberland Casualty & Surety Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments Is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. ANiV e tapT4R} 4t",c t!v Yam' ►^ PUBLIC = N BE ' LY ANN JER .ra.a Notary Public, State of Flo a seo'701tilA 0 My Commission Expires Au 98 ROuoN No. CC 40227b� STATE OF FLORIDA ) Bonded Thru Official Natul *ridrr SS COUNTY OF HILLSBOROUGH) I, the undersigned, Secretary of the Cumberland Casualty & Surety Company, a Florida Corporation, DO HEREBY 1 CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. k Signed and Sealed at the City of Tampa. 0AtTY 4 S + ap Dated the 17.,hday of March ,19 qg_ =O oogro�rE `��< SEAL ;e4-I'`lg°� Carol S. Bla , Secretary PERFORMANCE BOND BOND CHECK i' BEST RATING LICENSED N D(AS DATE* 1I%l BY J r r STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2263.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) West Texas Paving, Inc. KNOW ALL MEN BY THESE PRESENTS, that _ (hereinafter called the Prindpal(s), as Principai(s), and Cumberland Casualty & Surety Company (hereinafter called the Surety%,, as Surety(s) areTeld no firmly bound unto the City of Lubbock hereitafter called the Obligee), In the amount of ree H>Incjre Six Two Dollars k 36 2dwirm., money of the United states for the ►syma t iv . , 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,_,_ day of ,19_, to and for . parking up —grade and harking lot repaving, located at the Lubbock Int' 1 Airport, Lbb, Tx and sold principal under the law Is requirod before commencing the work provided for In said contract to execute s bond In the amount of sold contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if oopled at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBUGATION IS SUCH, that if the sold 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 shag be determined In accordance with the provisions of said article to the some 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 17th day of March , 19--w raw, ltx& Surety Co. Surety • gy; G .� /("Rle) Attn in Fact West Texas Paving, Inc. Principal , vr� (TRIG) I in The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby 7 designates Bonds jaj� . an agent resident In Lubbock County to whom any requisite notices maybe delivered vmJ on whom service of process may be had in matters arising out of such suretyship. 7 Cumberland Casualty & Surety Co. Surety ;I R®y: 1e) Attn in Fact Approved as to Form ' City of Lubbock ^ By: /G+ City Attomey • Note: K signed by an off+oer of the Surety Company, there must be on file a certified cAract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fad, we must have copy of power of Ifflomay for our files. 1, 1. l: C l 2 CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE l: CITY OF LUBBOCK DATE: 3-12-98 P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: West Texas Paving, Inc. t_t_bbeck a; rLort r arkiny P.O. Box 64187 THIS IS TO CERTIFY THAT Lubbock, Texas 79464 (Name and Address of Insured) Is, at t date of this certificate. Insured by this Company with respect to the business operations hereinafter described, for the III of insurance and In accordance with Vie provisions of the standard policies used by this company. the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE P UCY NUMBER EFFECTin EFFECTIVE UMITS l DATE DATE GENERAL WBILITY IN- CawnercW Genera! Utb[ty 3AN 9 7 54 3/ 2/ 9 8 3/ 2/ 9 9 GNWy AM*iPts $ 1100 0 M 0 clahm MS& Products-ComplOp AGG S 1,000M M Oocuaartcs Persona! a Adv. Injury $ T Owner's a contractors Protective Each Oaotunma i 0 M o Fin Oanmge (Any one Fire) S cin M 7 Med EM (Arty oru Parson) $ S M AUTOMOTIVE L M&UTY Any Auto ASB4002952 8/2/97 8/2/98 CombkwSkV4urnst 500M 0 AN Owned Auta BodUy Inluty (Per Person) i J Sch} ukd Autos W4 I" (Per Acck d) i 0 ` Hired Autoe Property Osmsg4 S 0 Nom- w Autos Gil, URGE LL46UTY 3 Any Auto Auto O ty - Each Accident S o Other titian Auto OW. Each Acddant = Agpragala t 0 GUILDERS RISK 1 .100% of ittia TOW Conttad Prbe S WSTALLAn0NFLOATER S cxSS LIABlUTY UmbraM Form S P D 14 9 9 6 1/ 12 / 9 8 1/ 12 / 9 9 Each Occurrsna . t 1, 0 0 0 M Aparsgate = 1, n n [1 M Itc War Than umDrN(s Form Vq-KERS COMPENSATIONAND _ 0YERS'L1AB UTY _ tEvduded E hAcddUnksmt 500M M 42 6007 36 3/10/98 3/10/99 S_ w: DI"M Pd(cy LLnA i DlmwEach EmpbM $77775 THER The City of Lubbock is aereby na ed addit onal insured in regards to general liability ani auto co erage; a waiver of subrogation also applie s for each c3verage, ncludincg workers compensation. h bova policies either In the bodythereof or by apprpdate endorsement provide that they may not be changed or I led by the Insurer In less than the legal time required after the Insured has received written notice of such change r ncellation, or In case there is no legal requirement, In less than five days In ad.yance of c U tlon. Essex, �merican, IV= COPIES OF THE CERTIFICATE OF INSURANCE Associ a Int' 1, Comm Casual eme o i T BE SENT TO THE CITY OF LUBBOCK By; 10 nds 1/ F dent A(,ent I CERTIFICATE OF INSURANCE DATE: 3-12-98 West Texas Paving,Inc.TYPE OF PROJECT: Lubbock airport parking P.O. Box 64187 THIS IS TO CERTIFY THAT Lubbock, Texas 79464 (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of Insurance and In accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TO: CITY OF LUBBOCK P.O. BOX 2000 1 UPSOCK. TX 79457 7 TYPE Of It`13URANCE' POLICY NUMBER EFFECTIVE EFFECTIVE UMITS DATE DATE GENERAL =WUN cW0WtW0&WWU1W 3AN9754 3/2/98 3/2/99 G&WWAWNW4 11000M 0 Ctatme Made Product-ComplOp AGG i 1. n O n M Dc Occxu»r= PenwrW 3 fl4w. Iniury $ 1 -n n n M T Omar & a CwAnk m Prdeatiw Each Oo=ei i 1. 0 0 0 M Fin Damage (Any am Fire) i S o m Lied Eap (My one Person) = S M AUTOMOTNE LIABIUTY Pc AnyAu ASB4002952 8/2/97 8/2/98 ComWrodSingitUrfa 6, 500M 3 AS soft y I rd) Sctkduied Autos &y ((PPer Aoddeer i " (] Weed Autoe Prorwty awu" t 0 NwpOwr»d Autae 7:'-AP.4GEU4B1UTY 0 Any Auto Auto Otdy - Each Accident S �A 00ar ttm Auto Ong: Each AocLlard s Agprogat. s SULCDERS RISK I I •100% of the Tdd Contrad Prim 1t i WSTALLATIONR.OATER i SU mbru W� Form ' SPD14996 1/12/98 1/12/99 Each Oooumnm . i l 0 0 0 M— e UX Ottw Then Umbrok Form $ R!(ERS COMPENSATION AND MPLOYERW LIA8IUTY he P a utN* O; Erociuded Pa 42, 6 0 0 7 3 8 3/ 10 / 9 8 3/ 10/ 9 9 Each ent S 5 0 OM Mcwv are: Disease Pont, j Umlt i OioaawEach Eff pbM s boom_ OTHER The City of lubbock is h reby nam as an a ditional insured with regards to general liability overage, and a waiver of ----subrogation ereb a )Ii s to wor rs com o erage. no above policies either In the body th re or by appro to endorsement provide that they may not be changed or Lwnceled by the insurer in less than the �egat time nequi after the insured has received written notice of such change canceAe on, or In case there Is no legal requirement, in less than tive days In alys se, xof C08ll oe'r i c a n , rVE COPIES OF THE CERTIFICATE OF INSURANCE Associated Int' 1, Comm Casual UST BE SENT TO THE CITY OF LUBBOCK Name o By: Irer r fie: Resident Agent 71, ! TO: CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79467 CERTIFICATE OF INSURANCE DATE: 3-12-98 TYPE OF PROJECT: West Texas Paving, Inc. Lubbock airport parking P.O. Box 64187 THIS IS TO CERTIFY THAT Lubbock, Texas 79464 (Name and Address of Insured) Is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of Insurance and In accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. F TYPE OF WSURANCE POLICY NUMBER EFFECTNE CFFECTNE UMiTS IODATE DATE GENERAL LL481U'lY a Comnradat Oenarat WbIfty 3AN 9 7 54 3/ 2/ 9 8 3/ 2/ 9 9 General Aggregate $ 1 .0 0OM 0 CWme Lode ProdudMComP/OP AGG s 1.000M M Oa urrena Personal a Adv. "S 1. n n n M LrL Owns E Contractors ProlsOve Each Oa: mncs t 1, 0 0 0 M " 0 Fin Damage (Any one Fire) i tin M Mad Exp (Any one Person) i 5 M AUTOMOTNELM U1'Y Oc AnyAuto ASB 4 0 0 2 9 5 2 8/ 2/ 9 7 8/ 2/ 9 8 Comblrwd single Lh* i 5 0 0M 0 AG Owned Autos Bodily Wury (Per Person) i 0 Scheduled Autos Bodily INury (Per Acelderu) i 0 Hked Moe Property Damage E NwA)w WAulos �13 0 GARAGE LM UTY 0 Any Auto Auto Only - Each Acddent i r'0 Other than Auto Only. Each Accident $ AWE _ rJ BUILDERS RISK D 100%of tM Total Contract Price i aaX k=ALLATIONFCOATER i r- Umbrella Form '' SPD14996 1/12/98 1/12/99 Each oocunrwm i 1, 0 0 0 M AqgregaW i 1 ,_00 1M Mc Other Than Umbrslta Fam $ WORKERS COMPENSATION AND EMPLO YERS' LL48IUTY The PmpiawWEx9 r/ _ Suduwy Limb 500 M M Eckxted 42 6007 38 3/ 10/ 9 8 3/ 10/ 9 9 Each AccidS am: ._.. Dlwm i � e o Dope 50011 FOTHER 'he above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or anceled by the Insurer in less than the legal time required attar the Insured has received written notice of such change or cancellation, or In case there is no legal requirement, In Was than five days In acyance of c$l�c�tl�tlon. ssex, merican, IVE COPIES OF THE CERTIFICATE OF INSURANCE A s s oc i s d I n t' 1, Comm Casual' ZITJUST BE SENT TO THE CITY OF LUBBOCK ame o •ur 6y. 1 a Tire: Resident Agent F r CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by (' contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this # bid/proposal. F 11 0 ��Eti ���tids Agent (Signature) Agent (Print) Name of Agent/Broker. Address of Agent/Broker: sox 9 4Y091 City/State/Zip:Aaa,00 c 1L Tx 7 -3 cC- r Agent/Broker Telephone Number. ( ) % f T o, 3 S0 ( Date: l � CONTRACTOR'S NAME: 1 of c (Print or Type) / r CONTRACTOR'S ADDRESS:y.ley NOTE TO AGENTBROKER If this time requirement is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #97280 - PARKING LOT RECONFIGURATION AND RECONSTRUCTION AT LUBBOCK INTERNATIONAL AIRPORT r F I F 7, F F F i F r CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the proJect based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements Imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: F F F REQUIRED WORKERS' COMPENSATION COVERAGE 'The law requires that each person working on this site or providing services related to this construction project must (see reverse) be 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." s (8) 7 "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) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom It contracts, and provide to the contractor. 0) a certificate of coverage, prior to the other person beginning work on the project; and 01) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (G) notify the governmental entity In writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other perm 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.❑ L� L�: L- L� L� L.� L.._.. [� L__: L._ _ L � L- L--' Lr t-- L --' L- L_. C F CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS CONTRACT, made and entered Into this 12" day of February,1998 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through Windy Sitton, Mayor, thereunto authorized to do so, �I hereinafter referred to as OWNER, and West Texas Pavina.lnc, 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 Contracts hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (f any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain Improvements described as follows: �I BID #97280 - PARKING LOT RECONFIGURATION AND RECONSTRUCTION AT LUBBOCK INTERNATIONAL AIRPORT - $362,945.00 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 the Contract. 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. r IN WITNESS WHEREOF, the parties to these presents have executed this Contract in Lubbock, Lubbock County, l Texas in the year and day first above written. A ST: ku ILI\ �r APPR kD AS TO CONTat--- Owner's r Representative APPROVED AS TO FORM: City Attorney ATTEST: Corporate Secretary J-A Au'j CONTRACTOR: WE By: PRI TITLE::'IcS1.7V COMPLETE ADDRESS: West Texas Paving, Inc. PO Box 64187 Lubbock,Texas 79464 F I r FGENERAL CONDITIONS OF THE CONTRACT OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit DIVEST TEXAS PAVING. INC. who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owners Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, under whose supervision these contract documents, including plans and specifications, were prepared, and MARK EARLE, DIRECTOR OF AVIATION, who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this Contract. Engineers, supervisor or inspectors will act for the Owner under the direction of Owners 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 Contract, Statutory Bonds of required), General Conditions of the Contract, Special Conditions of the Contract (f any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his Inspection in accordance with the Notice to Bidders. S. 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, l designation or prescription of the Owners 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 Owners Representative. a. 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 i.. 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 r..last business address known to him who gives the notice. 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" Is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility Is in a condition to serve its Intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work In a manner acceptable to the Owner's Representative. The Owner's Representative will — check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work In accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with two copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, In general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onske Inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work In accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies In the work of the Contractor. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work — contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work In order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's _ Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and In case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. — 14. ER' REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, It is mutually agreed between the parties to this Contract that the Owners Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, It is further agreed that the Owners Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owners Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract, and to any rights of the Contractor to receive any money under this contract. r. The Owners Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a writtendecision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. r` 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from �... time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Contract, and to see that said material is fumished 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 l instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and Instructions are consistent with the obligations of this Contract 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 six (6) days make written appeal to the Owners Representative for his decision. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall r, keep on the work, during Its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor Is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from Its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk In connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal Contract or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 71 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such -- man or men shall be discharged from the work and shall not again be employed on the work without the Owners Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it Is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. _ The building of structures for the housing of men or equipment will be permitted only at such places as the Owners Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owners Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owners Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owners Representative shall have the right at all reasonable times to observe and test the work. _- Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work Is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owners Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owners Representative may reject — any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owners Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, If requested by Owner or Owners Representative, be uncovered for examination at Contractors 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 Owners Representative to make observations of such work or require testing of said work, then In such event Owner or Owners 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. Ali such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such _ other applicable organization as may be required by law or the contract documents. If any work which is required to be inspected, tested, or approved Is covered up without written approval or consent of the Owner or Owners Representative, it must, if requested by the Owner or Owners Representative, be uncovered for observation and testing at the Contractors expense. The cost of all such inspections, tests and approvals shall be bome by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractors expense. t , f 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 this Contract to make such Inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It Is further agreed that if the work or any part thereof, or any material brought on the site of the work for use In the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not f in confomnity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that It shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, In the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the Increased work can fairly be classified under the specifications, such Increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used In said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses Incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used In this contract shall be understood to mean and Include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. 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: i Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work Is i� commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) percent. In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" Is hereby defined to Include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily Incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and 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 him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described In the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the Intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be Included and has provided sufficient sums In his bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC 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 i 7 A Construction" of Associated General Contractors of America, except where Incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their C agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorneys fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor, inclusion of this paragraph In the Contract, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are Intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the r- 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 cant' at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such Insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted within ten days after being notified of such award. The insurance certificates furnished shall name the City as an additional insured. A Worker's Compensation Coverage statement from the Contractor to the effect that no work on this particular project shall be subcontracted will be accepted as an alternative. it shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. Comprehensive General Uability Insurance The contractor shall have Comprehensive General Uability Insurance with limits of $1,000,000.00 Combined Single Umit 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 1 Personal Injury I Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $1,000,000.00 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; —' Bodily Injury/Property Damage, $1,000,000.00 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City Is to be named as an additional Insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Installation The Contractor shall obtain a Builders Risk policy in the amount of 0,00% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance — The Contractor shall have Umbrella Liability Insurance In the amount of $1,000,000.00 on all contracts with coverage to correspond with Comprehensive General Liabllity and Comprehensive Automobile Liability coverages. F. Workers Compensation and Employers Liability Insurance Workers Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- — 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractors/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 406.096) - Includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or — materials, or providing labor, transportation, or other service related to a project. "Services" does not Include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractors 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. 5. The contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, Informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person rproviding services on the project, for the duration of the project; ` (c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current ^ certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom It contracts, and provide to the contractor. (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; r� j, t (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, r (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will `- provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate Insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the _ governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each Insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the Insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date bome 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. — (� 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. F (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) 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 contractors current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (i) 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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity In writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed In at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE 'The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation Insurance. This Includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the Identity of their employer or status as an employee.' 'Call the Texas Workers' Compensation Commission at 5121440-3789 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 (h) contractually require each person with whom it contracts to provide services on a project, to: r- 0 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; oil) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (W) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; — (v) obtain from each other person with whom It contracts, and provide to the contractor. (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vi) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified Individual with a disability because of the disability of such '- individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any — demands of subcontractors, laborers, workmen, mechanics, materialmen and fumishers of machinery and parts thereof, equipment, power tools, all suppliers, Including commissary, Incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall fumish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand Is made, then Owner may, during the period for which such Indebtedness shall remain 1 unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid Indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal Contract with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall Indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required In these contract documents by Owner, provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall Indemnify and save Owner harmless from any loss on account thereof. If the material or process specified or required by Owner its an Infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such Infringement. 32. LAWS AND ORDINANCES 1 The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which In any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes In the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner In which, or the conditions under which the Owner may enter Into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required In the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this Contract. 34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified In the contract of work to be done hereunder are essential conditions of this contract; and it Is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED DOLLARS I PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be In default after the time stipulated for completing the work. it is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual Industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the Impracticability and extreme difficutty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. 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 his work at such time and sessions, In such order of precedence, and In such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, In accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, — schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. EXTENSION OF TIME The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walkouts, ads of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then consider such written request and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor: 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are Intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ i these estimates and that where the basis for payment under 1s contract is he unit price somewhat from t t pay this t p ce method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties In any way encountered, which may be Injured or seriously affected by any process of construction to be undertaken under this Contract, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such Indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 40. PRICE FOR WORK In consideration of the 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 l specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth In the bid attached hereto, which has been made a part of this contract, and the Contractor herebyagrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses Incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. 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 anytime 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 which have �•- not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this Contract. It Is understood, however, that in case the whole work be near to completion, and this fact Is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. r 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of "- acceptance of the work to the Contractor. 44. FINAL PAYMENT Upon the Issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the Contract, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this Contract, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required In the special conditions (if any) of this contract or required in the Specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. if Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner -or the Owner's Representative shall give notice of observed defects with reasonable promptness. — 47. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 7 7 48. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or Instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision In writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It Is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Contract, or the r Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used In connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Contract. In case such expense Is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense Is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner, or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation In the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided In paragraph 42 hereinabove set forth, shall be Issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the 'jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fall to comply with the terms of this contract, and should fall or refuse to comply with said temps within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included In payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Contract, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Contract. 51. PONDS 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. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL 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. 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, I or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense. 1 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested In the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 55. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials l 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. F F F L- �- L�. L l.� L. L___� L: L-; L. L: L. L. L. L-. L--- . L Resolution No. 5121 March 14, 1996 Item #19 RESOLUTION I ; WHEREAS, the City Council has heretofore established the general prevailing rate of j per diem wages for each craft or type of workmen or mechanics needed to execute public �^ i works contracts for the City of Lubbock in accordance with the provisions of Vernon's I! I Ann.Civ.St., Art. 5159a; and is ►! WHEREAS, such wage rates were established by Resolution No. 719 enacted February i i 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by Resolution No. 2502 enacted January 8, 1987; and , ' WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: i f BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: ; i� ! THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made ti a part hereof for all intents and purposes: s Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction r Exhibit C. Overtime Rate l Exhibit D: Weekend and Holiday Rate R Such wage rates are hereby found and declared to be the general prevailing rate of per diem l ` wages in all localities where public works are undertaken on behalf of the City of Lubbock and i r such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 14th , 1996. ATTEST: LI a& I Betty M. Jdhnson, City Secretary APPROVED AS TO CONTENT: Mary AndrYws, Managing Director of Human Resources APPROVED AS TO FORM: old Willard, Assistant City Attorney HWAa/ccdocs/pubworks.res February 14, 1996 ffeltl 2 I s ,q:II: City of Lubbock Building Construction Trades Prevailing Rates Craft Houfly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 Glazier 8.00 Insulator-Pipir gBoiler 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal worker Helper 5.50 Welder -Certified 10.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Fla88er 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 Truck Driver -Light Truck Driver -Heavy Hourly Rate 6.00 5.50 7.35 5.75 10.50 5.50 6.50 5.50 5.50 6.25 7.25 5.50 7.00 7.00 7.00 6.50 7.00 6.50 8.50 6.00 6.50 6.50 6.00 6.50 EXZ�IT C Prevailing Wage Rates Overtime Rate The rate for overtime Cin excess of forty hours per week) is 1 1/2 times base rate. Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. No Text SC-3 SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall coordinate his work and theirs. The Contractor's coordination with _other contractors shall require the approval of the Owner's Representative. SC4 TIME AND ORDER OF COMPLETION The construction covered by these specifications shall be completed within 150 calendar, days after the date of the written Notice to Proceed. The Contractor may commence work upon receipt _ of the executed contract and shall commence work not later than the tenth (10th) day after the date of the Notice to Proceed, provided such Notice to Proceed shall not be issued prior to execution of the Contract by the Owner. The Contractor will be permitted to prosecute certain portions of the work within individual construction phases in the order and manner of his own choosing to the best interest of the project and in accordance with the following requirements. However, the work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure completion in accordance with the plans and specifications within the time stated in the Bid and in the Contract. The Contractor shall furnish the Owner's Representative with his proposed progress schedule and this — schedule shall be approved by the Owner's Representative before work is commenced on the project. The Contractor shall schedule his work well in advance of actual operations and shall keep the Owner's Representative advised of this schedule: — The Contractor's activities shall be phased as follows: Phase 1 - Long Term/Covered Parking Entrance Road - The scope of work provided in Phase 1 includes the construction of new roadway improvements east of the long term/covered parking lot entrance road, widening a portion of the existing long - term/covered parking entrance road, removing and relocating the three (3) existing parking gates, construction of four (4) new long term/covered parking entrance gate, reconstruction of existing asphalt pavement on the west side of the existing parking garage, installation of - lighted bollards to close three (3) driveways out of the west side of the parking garage, installation of two (2) new loop -controlled parking lot exit gates, removing and relocating an existing radio controlled parking lot exit gate, pavement marking, and related items of �. work. The work provided in Phase 1 must be accomplished with at least one (1) ticket gate to each of the long term and covered parking lots operational at all times. This shall be accomplished by constructing the widening improvements and new roadway improvements prior to removing the three (3) existing ticket gates. After construction of at least one (1) of the new gates is complete, one (1) existing ticket gate shall be relocated to the new gate pavilion. The two (2) remaining existing ticket gates can be relocated after the first is relocated and is operational. SC-2 ►W The existing radio controlled parking lot exit gate location is at the north end of the long term entrance road at the northeast corner of the parking garage. This gate will be removed and relocated to the existing driveway at the southwest corner of the parking garage. This gate is for the exclusive use of the parking lot shuttle vehicle and airport personnel for exit from the covered parking garage. The pavement marking modifications in the covered parking lot, including obliteration of existing marking to create a driving lane inside the west side of the garage, shall be accomplished before closing any of the existing driveways on the west side of the parking garage and/or beginning reconstruction of the existing pavement area west of the parking garage. At least two (2) driveways out of the west side of the parking garage must be open at all times during the pavement reconstruction included in Phase 1. Phase 2 - Existing Entrance Gates 4 and 5 - Construction of Phase 2 shall not begin .prior to substantial completion and acceptance of the work provided in Phase 1. The scope of work provided in Phase 2 includes modifications to the existing pavement and concrete slabs at existing long term/short term parking lot entrance Gates 4 and 5, the construction of concrete slabs along the new south boundary of the short term parking lot, pavement marking and related items of work. The existing ticket gates will remain in place. r- The Contractor shall temporarily place existing wheel stops as required to allow access to the existing short term exit gates until the completion of Phase 4. After the completion of Phase 4, the Contractor shall remove these wheel stops. MW 2713-97 All obliteration of existing pavement marking and application of new pavement marking required to place the Phase 2 portion of the parking lot into operation, and any additional marking or obliteration as directed by the Engineer, shall be completed prior to starting construction of Phase 3. Phase 3 - Existing Entrance Gate 6 and Handicap Curb Openings - Construction of Phase 3 shall not begin prior to substantial completion and acceptance of the work provided in Phase 2. The scope of work provided in Phase 3 includes demolition of existing short term entrance Gate 6, reconstruction of three (3) handicap curb openings, pavement marking and related items of work. The handicap curb openings are constructed of colored concrete. The Contractor shall coordinate the color of the concrete with the Owner prior to placement. All obliteration of existing pavement marking and application of new pavement marking required to place the Phase 3 portion of the parking lot into operation, and any additional marking or obliteration as directed by the Engineer, shall be completed prior to starting construction of Phase 4. SC-3 r Phase 4 - Existing Entrance Gates 7 and 8 and Short Term Exit Gates - Construction of Phase 4 shall not begin prior to substantial completion and acceptance of the work provided in Phase 3. The scope of work provided in Phase 4 includes the demolition of the existing Gates 7 and 8 area, reconstruction of new short term and long term entrance gates, construction of two (2) new exit gates from the short term parking lot, reconstruction of one (1) handicap curb openings, construction of new concrete slabs and curb and gutter, pavement marking and related items of work. The existing short term exit gates shall remain operational until the new short term exit pavilion is complete and operational. At least one (1) existing short term exit gate shall remain operational at all times. After opening the new short term exit gates, access to the existing short term exit gates shall be closed and new concrete slabs along the south side of the short term parking lot shall be constructed. All obliteration of existing pavement marking and application of new pavement marking required to place the Phase 4 portion of the parking lot into operation, and any additional marking or obliteration as directed by the Engineer, shall be completed prior to starting construction of Phase 5. Phase 5 - Parking Lot Pay -Out Pavilion and Drainage Swale - Construction of Phase 5 shall not begin prior to substantial completion and acceptance of the work provided in Phase 4. The scope of work provided in Phase 5 includes reconstruction of the existing asphalt pavement at the east attendant building exit, reconstruction of existing asphalt pavement at the drainage Swale north of the parking garage, pavement marking and related items of work. The Contractor will be responsible for barricading the various construction phase areas and for clearing those areas of parked vehicles prior to starting work on the associated construction phase. The barricading of the individual construction phase areas will not be allowed prior to completion and acceptance of the previous construction phase. Clearing of vehicles parked in the construction area may require towing certain vehicles to other areas of the parking lot. The Contractor shall be responsible for any required vehicle towing. The Contractor shali also be responsible for protecting all vehicles from damage during L construction operations. The Contractor shall take all necessary precautions to protect vehicles from overspraying or drifting of pavement paint, or damage from painting obliteration operations. The Contractor shall be fully responsible for repairing any damage done to vehicles during the work. . The term "substantially completed," as defined in the GENERAL CONDITIONS, is further defined, for this project, to mean that degree of completion which, after all major structures and work are completed and all equipment is installed and operable, will permit continuous functioning of all elements of the project, in accordance with specified requirements and without shutdowns for repairs or adjustments. This may occur before all elements of the project have been fully completed and made ready for acceptance. However, for the project to be considered substantially complete, the work remaining to be done before final acceptance shall consist only of minor construction items, cleanup, and minor adjustments to equipment, which do not interfere with operation. 2713-97 1SC - 4 After the project has been substantially completed, the Contractor shall be required to r.• continue the prosecution of the remainder of the work to final completion within the available contract time. After exhaustion of the contract time, the Owner may elect to impose liquidated damages, as provided in the General Conditions of the Agreement. The Contractor shall not impact access to any areas beyond those shown on the drawings or as directed by the Engineer without prior written approval of the Owner and Engineer. The Contractor shall coordinate with the Owner and the Engineer prior to starting any individual construction phase. No construction phase may be started without the approval of the Owner and the Engineer. SC-5 INSURANCE The Contractor shall not begin work under this contract until he has obtained all insurance as required in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the Owner shall have approved same. The Contractor shall obtain a separate Owner's Protective or Contingent Liability f Insurance policy naming the City of Lubbock and the Engineer as the insured and the amount of the policy shall be as follows: One Million Dollars ($1,000,000) for injuries, including accidental death, to one or more persons and subject to the above limit for each person; a total limit of One Million Dollars ($1,000,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident; a limit of not less than One Million Dollars ($1,000,000) for all damages arising out of injury to or destruction of property in any one accident, and subject to that limit per accident; a total (or aggregate) limit of Two Million Dollars ($2,000,000) for all damages arising out of injury to or destruction of property during the policy period. A certificate of Insurance is included in the specifications and Contract Documents for this project. The Contractor will be required to have five (5) extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with the Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. SC-6 CALENDAR DAY Time for project completion and for liquidated damages shall be based on calendar days allowed. A calendar day is defined as every day shown on the calendar, including Saturdays, Sundays and holidays. 7 7 2713-97 SC - 5 7 SC-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREAS The Contractor shall make his own provisions for plant site, storage and office areas. If the Contractor desires to utilize an on -airport location, arrangements must be made with the Director of Aviation. The following specific requirements apply to on -airport plant site, storage and office areas: 1. The Contractor will be held completely responsible for any damage or deterioration in areas allowed for the Contractor's use. The Contractor will also be responsible for _ maintenance of areas and dust control for the duration of the project. 2. Direct negotiation may be conducted with the Director of Aviation for any areas desired for use for the Contractor's plant site, storage and office areas. Areas used by the Contractor may be subject to rental charges and fees as identified and negotiated by the Director of Aviation. 3. Any areas occupied by the Contractor and his forces will be required to be completely restored by the Contractor, at his expense, including but limited to, regrading disturbed areas; complete removal of debris or any other material brought onto the site by the Contractor; complete replacement of topsoil, turf, asphalt pavement, concrete slabs or driveways, etc. that is worn, deteriorated or damaged during the period the Contractor occupies the area. All restoration shall be accomplished to the satisfaction of the Director of Aviation. 4. Prior to moving into an unpaved area, the Contractor shall remove and stockpile a minimum of 6-inches of existing topsoil. After completion of the project and after clearing the site of materials, equipment and debris, the Contractor shall replace, spread and grade the salvaged topsoil, followed by seeding and fertilizing. 5. All restoration activities shall be accomplished in accordance with applicable technical specifications included in this document, or as approved by the Engineer. 6. No direct payment will be made to the Contractor for restoring the plant site, storage -- or office areas. SC-8 PROGRESS SCHEDULE Within thirty (30) days after award of the contract, the Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to the Owner's Representative and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve", with the monthly amount, cumulative amount and cumulative percent. The progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of the project within the time specified, will be approved in writing by the Owner's Representative. Revision or changes in the approved progress schedule may be made only with approval of the Owner's Representative. SC-9 RIGHT-OF-WAY AND RIGHT -OF -ENTRY The Owner will provide all right-of-way and right -of -entry for the project. 2713-97 SC - 6 7- n, SC-10 LIMITATION OF WORK AREA The Contractor shall make his own provisions for his offices, storage, etc. in coordination with the Owner The Contractor shall be entirely responsible for the security of all his materials, equipment and property and to this end he may construct fences, employ watchmen or take any other measures which do not interfere with the Owner's operations. SC-11 CHANGES IN THE WORK The Owner may increase the quantity of the work in the Contract by supplementary projects, not included in the Contract, without invalidating the Contract, and without relieving or releasing the Contractor from any of his obligations under the Contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise:. If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a Supplement Schedule of Unit Prices) the Owner may order the Contractor to proceed with desired additions to the work as a result of supplementary projects, the value of such changes to be determined by the measured quantities involved and the applicable unit prices specified in the Contract; provided that in case of a unit price contract the net value of all additions does not increase or decrease the original total amount shown in the Agreement by more than twenty-five percent (25%). Except for the purpose of affording protection against any emergency endangering health, life, limb, or property, the Contractor shall make no change in the materials used or in the specified manner or construction and/or installing the improvements or supply additional labor, services, or materials beyond that actually required for the execution of the Contract, unless in pursuance of a written order from the Owner authorizing the Contractor to proceed with the change. No claim for an adjustment of the contract price will be valid unless so ordered. SC-12 CONTRACTOR'S SUPERINTENDENCE The Contractor's Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such as operating machinery and acting as Superintendent at the same time. The Contractor's Superintendent must be free of individual responsibilities to enable him to give the entire project his constant attention to facilitate the progress thereof. SC-13 SUBCONTRACTORS The Contractor shall not award any work to any subcontractor without prior written approval of the Owner. Such approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement shall contain such information as the Owner may require. 7 2713-97 SC - 7 Ti.,� Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner and said subcontractor will look exclusively to Contractor for any payments due subcontractor. SC-14 ELECTRIC POWER AND NATURAL GAS The Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. The Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes -and laws. SC-15 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by the Contractor during construction shall be made directly with the City of Lubbock's water utility department, Lubbock Power and Light. SC-16 SANITARY FACILITIES The Contractor shall provide adequate toilet facilities for the use of his workmen and shall maintain such facilities in a clean and sanitary condition throughout the construction period. Such facilities shall be conveniently located for use of the workmen and the entire area shall be maintained in a clean and sanitary condition. After completion of the work, all temporary toilet facilities shall be removed from the site. Pit -type toilets will not be allowed. SC-17 MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material source or mix design. The Owner will bear the cost of all passing commercial laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of the Contractor. This list may not be all inclusive, and does not release the Contractor from any additional testing required in the technical specifications. 2713-97 SC - 8 r 7 Hot Mix Aggregate - Tests required, prior to use, for approval of source. Asphalt - Certifications on asphalt materials proposed for use. Hot Mix Asphaltic Concrete - Hot mix asphaltic concrete design for all material proposed, as required in the specifications. Concrete Aggregate - Tests required, prior to use, for approval of source. Concrete - Concrete mix design for all material proposed, as required in the specifications. Signage and Equipment Shop drawings, a required in the specifications. Pavement Paint - Certifications on paint materials proposed for use. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during; their preparation and use. If, after trail, it is found that sources of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source. SC-18 SHOP DRAWINGS/SUBMITTALS The Contractor shall submit to the Owner's Representative with such promptness as to cause no delay in his own work or in that of any other Contractor, six copies unless otherwise specified, of all shop and/or setting drawings, submittals and schedules required for the work of the various trades, and the Owner's Representative shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Owner's Representative, file with him the corrected copies and furnish such other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for the Owner's Representative plus the copies desired by the Contractor and/or Manufacturer. The approval of such drawings or schedules by the Owner's Representative shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Owner's Representative's attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. All materials to be used on the project shall be submitted to the Owner's Representative for approval prior to beginning construction using such materials. 2713-97 SC-9 SC-19 LINES AND GRADES The Owner will provide the Contractor with horizontal control points, and all necessary — information relating to these control points. The Owner will also provide the Contractor with a benchmark for vertical control. The Contractor will be required to set "blue tops" for the subgrade, subbase and base courses. Where Portland cement concrete pavement is constructed, forms shall be set in accordance with the tolerances specified and in accordance with the layout shown on the plans. The Owner's Representative will check all "blue tops," grade control, concrete forms and all major layouts at his discretion, but this check will not relieve the Contractor of the responsibility of correctly locating line and grade in accordance with the plans and specifications. SC-20 BARRICADES, WATCHMEN 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. Barricades shall be painted in two contrasting colors and, from sunset to sunrise, at least one light shall be maintained at each barricade. The work shall be _ carried on, at all times, in a manner which will minimize danger to the public or the workmen. All barricades, warning signs, barriers, -cones, lights, signals and other such type devices shall conform to details as directed by the Owner's Representative and as indicated in the current 'Texas Manual on Uniform Traffic Control Devices. " Any excavations left open during nights, or during any non -working period of more than seven (7) hours, shall be fenced with minimum 6-foot tall, safety -orange -colored, temporary fencing, as directed by the Owner's Representative. Excavations shall also be marked with lights, as directed by the Owner's Representative. - The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, lights and watchmen to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own cost and expense. The Contractor's responsibility for the maintenance of barricades, signs, lights and for providing watchmen, shall not cease until the date of the project Certificate of Acceptance. SC-21 MAINTENANCE OF DETOURS The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public travel during all weather conditions. There shall be maintained in passable condition such temporary roads and structures as may be necessary to accommodate public travel. Temporary approaches and crossings of intersecting roadways shall be provided and maintained in a safe and passable condition by the Contractor at his entire expense. SC-22 MAINTAINING TRAFFIC Traffic shall be allowed access to the work area as long as no construction related danger is 2713-97 SC - 10 i present. Sufficient barricades and lights will be provide:: by the Contractor when access to the work area is not possible. Closure of streets, driveways or parking areas will not be allowed unless prior ,. approval from the Owner's Representative is obtained. SC-23 PROTECTION OF PROPERTY The Contractor shall exercise care to prevent damage, to all structures, either above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. The Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. The Contractor shall be responsible for all damage done, to either public or private property during the course of construction except as specifically provided othi erwise in these specifications. Various existing underground utilities and structures', are shown on the plans. Their locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is warned that unmarked utilities may exist within the construction area. The Contractor shall be fully responsible for all underground facilities which are shown on the drawings or which can be located with reasonable effort or which are brought to the attention of the Contractor in'any manner. He will not be held responsible for such underground facilities, with respect to which' he could, otherwise, have had no knowledge. The Contractor shall direct his efforts toward protecting existing facilities both to preventing any significant interference with normal activities and! to protecting such facilities from damage. The Contractor shall contact all utility entities prior to the start of construction, to locate existing lines. The Contractor shall make all necessary provisions for supporting existing power poles and other overhead and underground utilities and facilities during excavation activities adjacent to such facilities. The Contractor shall coordinate his efforts and fully comply with any requirements of the owner of the affected utility or facility. The Contractor is responsible for contacting and coordinating with the owner of the facility. SC-24 UNDERGROUND UTILITIES The Contractor's attention is directed to the fact that pipelines, cables, conduits and other underground installations as may be shown on the plans have been taken from the best available information. There may be other pipelines, cables, conduits or installations constructed which are not shown. The Contractor shall save harmless the Owner and Engineer from any and all suits or claims resulting from damage by his operations to any pipeline, cable, conduit or underground installation. SC-25 REMOVING OBSTRUCTIONS The Contractor shall familiarize himself with the, existing obstructions, including sidewalks, trees, poles, etc., prior to construction. It shall be! the Contractor's responsibility to remove these obstructions at the direction of the Owner's Representative, except that the utility companies will move their equipment at no cost to the Contractor. The Contractor will receive no i1 7 2713-97 SC - 11 7 compensation for any delay caused by the utility compi aiies in relocating or removing their equipment. SC-26 PUBLIC SAFETY AND CONVENIENCE The safety of the public and the convenience of vehicular and pedestrian traffic shall be regarded as of prime importance. The Contractor shall plan and execute his operations in a manner that will cause the minimum interference with traffic. The Contractor shall secure the Owner's Representative's approval of his proposed plan of operation, sequence of work, and methods of providing for the safe passage of traffic before it is placed into operation. If, at any time during construction, the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes therein to correct the unsatisfactory conditions. t At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flagmen at such points and for such periods of time as may be required to .provide for the safety and convenience of public travel and Contractor's personnel, and as directed by the Owner's Representative. Flagmen shall be English speaking, courteous, well informed, physically and mentally able to effectually perform their duties in safe -guarding and directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty. When directing, flagmen shall use standard attire, flags and signals and follow the flagging procedures set forth in the current edition of the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. SC-27 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from the plans which may be required by the exigencies of construction shall be determined by the Owner's Representative and authorized by him in writing. SC-28 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if it cannot be satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of the work and replaced with satisfactory material by the Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized and, at the option of the Owner's Representative, may not be measured and paid for and may be ordered removed and replaced at the Contractor's expense. Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal 2713-97 SC -12 77 notice from the Owner's Representative, the Owner may recover for such defect,;e work or materials on the Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor, which cost will be deducted from any money due him. SC-29 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by the Owner's Representative of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of the Contractor, and he r shall take every necessary precaution against injury or damage to any part of the work by the action of ! the elements or from any other cause whatsoever, whether arising from the execution or from the non - execution of the work. The Contractor shall rebuild, repair, restore,- and make good, at his own l expense, all injuries or damage to any portion of the work occasioned by any of the above causes before its completion and acceptance. j" SC-30 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT j The making of the final payment by the Owner to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such defects discovered within one year from the date of written acceptance of the work. r The Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. SC-31 TEXAS STATE SALES TAX The Contractor's attention is directed to Rule 3.291, paragraphs (a)(1), defining separated contracts, subsection (b)(3) discussing separated contracts, and subsection (c) discussing exempt contracts. Reference: Texas Tax Code, Chapter 151. Contractors should note those organizations in subsection (c) that the rule shows as being exempt no longer qualify for the exemption. The rule states that the contractors improving realty for organizations listed in the Texas Tax Code 151.309 and 151.310 are exempt from tax. THIS IS NO LONGER TRUE EFFECTIVE WITH CONTRACTS SIGNED ON OR AFTER AUGUST 15, 1991. Only those contracts with school districts and nonprofit hospitals qualify for the exemption in subsection (c) of Rule 3.291. The Comptroller is amending the rule to reflect this change. If the low bidder elects to operate under a separated contract as defined by Rule 3.291 by obtaining the necessary permit or permits from the State Comptroller's office allowing the purchase of materials for incorporation in this purchase, the low bidder shall identify separately from all other charges the total agreed contract price for materials incorporated into the project. This form shall be filled out by the low bidder in each of the bound copies of the contract. Total materials shall only include materials physically incorporated into the realty. 2713-97 SC 13 If the Contractor operated under a "separated contract", the Owner will furnish the Contractor with exemption certificates for the applicable materials. In order to comply with the requirements of Rule 3.291, as mentioned above, it will be necessary for the Contractor to obtain a sales tax permit. It will also be necessary that the Contractor issue resale certificates to his suppliers. Sales tax applications for a sales tax permit and information regarding resale certificates may be obtained by writing to: Comptroller of Public Accounts Capitol Station Austin, Texas 78774 The Contractor may also receive information or request sales tax permit applications by calling the State Comptroller's toll free number 1-800-252-5555. Subcontractors are eligible for sales tax exemption if the subcontract is made in such a manner that the charges for materials are separated from all other charges. The procedure described above will effect a satisfactory separation. When subcontractors are handled in this manner, the Contractor must issue a resale certificate to his supplier. SC-32 WAGE RATES The Contractor must abide by the Wage and Hour Laws of the State of Texas and must pay not less than the rates legally prescribed. The current wage determination to apply to this project is included in these specifications. SC-33 PAYMENT Payment for the work will be made on the basis of the Bid on which award is made and which is included in the Contract. All payments will be made in accordance with the provisions of GENERAL CONDITIONS governing such payments. The amount retained by the Owner from partial payments will be 5 percent. The statement, or estimate,. of total value of work done and materials on hand, prepared for each partial payment, shall include the invoice price of all materials and equipment to be incorporated in the work, which is on hand on the last day of the payment period. Invoices shall be furnished to the Owner's Representative for materials on hand before payment will be allowed for such materials. Paving materials, such as base material, aggregates, cement, asphalt, reinforcing steel and joint material, shall not be included in "Materials on Hand" tabulations, and shall not be considered for payment until constructed under the various paving items. Material and equipment items will be carried, on the partial payment statements, as "On Hand" until they are installed and operated, with all required Maintenance and Operation Manuals, Parts Lists, Installation Drawings, and other required data, delivered to the Owner's Representative. They will then be carried as work done, subject to the 2713-97 SC - 14 Pr specified retainage, until all equipment has met all required performance tests and final acceptai,ze is made on the entire work. Unless otherwise approved by the Owner's Representative, only eligible ,. materials and equipment actually stored on the project site and intended for incorporation into this project will be considered "On Hand." SC-34 AFFIDAVIT OF BILLS PAID Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of these improvements, have been paid in full, including any retainage, and that there are no claims pending, of which he has been notified. SC-35 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of the project, the Contractor shall be responsible for cleaning the construction site and adjacent pavement. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. ^. SC-36 TRENCH SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Rules and Regulations, Part 1926, Subpart P EXCAVATIONS, for all trenching and excavation operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall submit alternate shoring details to the Owner's Representative for approval. SC-37 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all their officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations of this contract, and the Contractor will be required to pay any judgement costs which may be obtained against the Owner, Engineer or any of their officers, agents or employees, including attorney's fees. 7 2713-97 The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all SC-15 their officers, agents and employees, from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or — property, on account of any claimed negligent act of the Owner, Engineer or any of their officers, agents and employees, whether such claimed negligent act was the sole proximate cause of the injury or damage or a proximate cause jointly or concurrently with the Contractor or the Contractor's :- employees, agents or subcontractors negligence, in the execution, supervision and operations growing ut of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgement with cost which may be obtained against the Owner, Engineer or any of their officers, agents or employees, including attorney's fees. The Contractor agrees that he will indemnify and save the Owner and Engineer harmless from all claims growing out of any demands of subcontractor, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in the furtherance of the performance of this contract. When the Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. SC-38 PROGRESS MEETINGS A regularly scheduled progress meeting will be held not less than every two weeks and at other times as required by the progress of the work. The Contractor, Owner, Engineer and all subcontractors active on the site shall be represented. The Contractor shall coordinate and preside at the meetings and shall provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to the work. 2713-97 SC - 16 L= C-: 'L _ L 4L--- C L. L_: L: L_. --' L_._ JL-. I- t 4 L_„ L- (1-L: [..... _: (-__ r r r Technical Specifications for City of Lubbock, Texas LUBBOCK INTERNATIONAL AIRPORT PARKING LOT RECONFIGURATION AND RECONSTRUCTION November 1997 ................. ................. ................. ti' Parkhill, smith &Cooper. Inc. '�.� ■���; Engineers ■ Architects ■ Planners 10 `. INDILN CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT PARKING LOT RECONFIGURATION AND RECONSTRUCTION DIVISION AND SECTION BIDDING REQUIREMENTS AND CONDITIONS TO THE CONTRACT Number of Pages DIVISION 1 GENERAL REQUIREMENTS Section 01025 Measurement and Payment Section 01500 Temporary Erosion, Sedimentation and Water Pollution Prevention and Control DMSION 2 SITE WORK Section 02050 Demolition, Removal and Salvaging of Existing Materials Section 02100 Flexible Base Course (Caliche) Section 02200 Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling Section 02441 Sprinkler System Section 02501 Bituminous Surface Course Section 02577 Pavement Markings Section 02900 Seeding DIVISION 3 CONCRETE Section 03300 Portland Cement Concrete Section 03301 Concrete Slabs, Curb and Gutter and Miscellaneous Concrete Work Section 03302 Joint Sealing Filler DMSIONS 4, 5, 6, 7, 8 AND 9 NOT USED DMSION 10 Section 10440 Specialty Signs DMSIONS 11, 12, 13, 14 AND 15 NOT USED 1 4 2 4 7 4 8 3 5 28 4 2 6 2713-97 TOC - 1 P, i DIV,SION 16 ELECTRICAL Section 16111 Conduit Section 16123 Building Wire and Cable Section 16130 Boxes Section 16170 Grounding and Bonding Section 16190 Supporting Devices Section 16195 Electrical Identification Section 16530 Site Lighting 4 3 2 2 3 2713-97 TOC - 2 r r SECTION 01025 MEASUREMENT AND PAYMENT PART1 GENERAL 1.1 UNIT PRICE WORK A. Measurement methods are based on completion of the various paving and related construction operations included in the bid proposal. B. Take measurements and compute the actual quantity of completion. Verify the quantities with the Owner's Representative. C. Payment Includes: Full compensation for required labor, materials, products, tools, equipment, plant and facilities, transportation, services and incidentals; application or installation of an item of the Work; overhead and profit. 1.2 MOBILIZATION A. Mobilization consists of preparatory work and operations, including but not limited to, those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; for the establishment of all offices, buildings and other facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the project site. B. Partial payments for Mobilization will be made with the first and second partial payments paid on the contract, and will be made at the rate of 50 percent of the total lump sum price for "Mobilization" on each of these partial pay estimates, less the specifiedretainage amounts, provided the total bid amount for "Mobilization" does not exceed 5 percent of the total amount bid for the contract. Where the amount bid for "Mobilization" exceeds 5 percent of the total amount bid for the project, 21h percent of the total amount bid for the project will be paid on the fast two partial payments, and that portion exceeding 5 percent of the total amount bid on the project will be paid on the last partial pay estimate. All such payments will be made less the specified retainage amounts. 1.3 TRAFFIC CONTROL AND BARRICADING A. Traffic Control and Barricading consists of providing, installing, moving, replacing, maintaining, cleaning and removing upon project completion, all barricading, signs, cones, lights and other such type devices and of handling traffic as specified or as directed by the Engineer. B. Traffic Control and Barricading shall be measured per month. Payment shall be full compensation for furnishing all labor, materials, supplies, equipment and incidentals necessary to complete the work as specified. The total quantity paid for under this item will not exceed the amount indicated in the bid proposal except when additional work is added by an approved Change Order. 2713-97 01025 - 1 1.4 REMOVE AND RELOCATE EXISTING TREE A. Remove and Relocate Existing Tree consists of removing a live tree from the construction site, as indicated on the plans or as directed by the Engineer, and replanting the tree in another location as directed by the Owner. Trees included in this item shall be limited to 6- ' inch truck diameter and smaller. The Contractor's removing and replanting operation methods shall be approved by the Engineer prior to removing existing trees. B. Payment shall be full compensation for furnishing all labor, materials, supplies, equipment and incidentals necessary to complete the work as specified. The Contractor will not be required to guarantee the life of the replanted tree, however, the Contractor will be required to utilize care in removing, transporting .and replanting the tree. 1.5 FINAL CLEAN-UP A. The Contractor shall make a final cleanup of all parts of the work before final acceptance of the work by the Owner. This clean-up shall include, among other things, removing all construction materials, final grading of all construction sites, and in general preparing the site of the work in an orderly manner. B. The cost of clean-up shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. C. Clean-up will be approved prior to application for final payment. PART 2 PRODUCTS Not Used. PART 3 EXECUTION — Not Used. END OF SECTION 2713-97 01025 2 ShCTION 01500 TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL PART 1 GENERAL 1.1 DESCRIPTION A. This item shall govern the measures necessary to control soil erosion, sedimentation and water pollution which may degrade receiving waters including rivers, streams, lakes, playas, reservoirs, tidal waters, groundwater and wetlands. The control measures contained herein shall be installed and maintained throughout the construction contract period, including any turf establishment period, and will be coordinated with the permanent or existing temporary pollution control features specked elsewhere in the plans and specifications to provide effective and continuous water pollution control. B. These control measures shall not be used as a substitute for the permanent pollution control measures unless otherwise directed by the Owner in writing. The controls may include silt fences, dikes, dams, berms, sediment basins, mats, soil retention blankets, temporary seeding, mulch, channel liners, slope drains or other structural or non- structural water pollution controls. PART 2 PRODUCTS 2.1 GENERAL The items, estimated quantities and locations of the control measures will be shown on the plans; however, the Owner's Representative may increase or decrease the quantity of these items. The control measure materials will be as herein specified or as shown on the plans. The Owner may allow other materials and work as the need arises and as approved in writing. All control measure materials will be approved by the Owner prior to use on this project. .q 2.2 SILT FENCE A. Silt fence materials shall consist of the following: 1. Fabric. The filter fabric shall be of nonwoven polypropylene, polyethylene or polyamide thermoplastic fibers with non -ravelling edges. The fabric shall be nonbiodegradable, inert to most soil chemicals, ultraviolet resistant, unaffected by moisture or other weather conditions, and permeable to water while retaining sediment. The fabric shall be supplied in rolls with minimum width of 36 inches. The filter fabric will have the following physical characteristics: Minimum Weight: 4.5 oz./s.y. Maximum Water Flow Rate: 40 gal./s.f./minute Equivalent Opening Size (US standard sieve no.): 40 to 100 2713-97 01500 - 1 JfiJ'� 1. Minimum Burst Strength (ASTM D 3786): 300 psi Minimum Ultraviolet Resistance; Strength Retention (ASTM D 1682): 70 percent 2. Posts. Posts will be painted or galvanized steel Tee or Y-posts with anchor plates, not less than 5 feet in length with a minimum weight of 1.3 pounds per foot and a minimum Brinell hardness of 143. Hangars shall be adequate to secure fence and fabric to posts. Posts and anchor plates will conform to ASTM A 702. — 3. Wire Fence. Wire fence will be welded wire fabric 2 x 4 - W1.0 x W1.0 and will conform to requirements of ASTM A 82 or A 496. 2.3 SEDIMENT CONTAINMENT DIKES .—. A. Sediment containment dikes shall consist of the following: 1. Hay Bales. "Hay Bales" will be free of Johnson grass or other nocuous weeds. The bales will consist of either hay or straw in good condition and be securely tied by wire. Stakes for anchoring bales will be #4 reinforcing bars, 1/2 inch steel pickets or 2 inch x 2 inch wooden stakes. Completed dikes will be at least 18 inches in height and will have sufficient weight and stability to prevent displacement by runoff. Hay bale dikes will not be allowed on paved areas, but _ may be used in unpaved drainageways. 2. Sand Bags. Fabric used to contain the sand may be permeable to water, but will be able to completely contain the sand within the bags. The fabric and seams will be of sufficient strength to prevent puncture or rupture when subjected to conditions which may be encountered during placement or when in place. Completed dikes will have sufficient weight and stability to prevent displacement by runoff. Sand bag dikes may be used in paved areas and/or unpaved areas. Dikes used across concrete curb and gutter sections shall be constructed to a minimum height of 6-inches and a minimum length of 2-feet (measured perpindicular to the curb), and shall be located with one end of the dike tight — against the face of the curb to inhibit the flow of water. Dikes used in concrete drainage aprons or channels shall be constructed to a minimum height of 6-inch, and shall extend the full width of the apron or channel. Dikes used in unpaved drainageways shall be constructed to a minimum height of 18-inches. PART 3 EXECUTION .3.1 GENERAL A. The Owner's Representative has the authority to limit the disturbed surface area exposed by construction operations. The Contractor shall provide control measures to prevent or minimize impact to receiving waters as required by the plans and/or as directed by the Owner's Representative in writing. B. The Contractor shall effectively prevent and control erosion and sedimentation on the site at the earliest practicable time. Control measures, where applicable, will be implemented prior to the commencement of each construction operation or immediately after the area 2713-97 01500 - 2 1, has been disturbed. Control measuies will remain in place throughout the construction period and any turf establishment period. t-' C. Should the control measures fail to function effectively, the Contractor shall act immediately to bring the erosion and sedimentation under control by maintaining existing controls or by providing additional controls as directed by the Owner's Representative. r� When in the opinion of the Owner's Representative the site is adequately stabilized, the control measures will be removed and properly disposed of by the Contractor. D. All erosion, sediment and water pollution controls will be maintained in good working order. The Contractor shall provide a non-freezing rain gauge to be located at the project site. Within 24 hours of a rainfall event of 0.5 inches or more as measured by the project rain gauge, the Contractor and Owner's Representative will inspect the entire project to determine the condition of the control measures. Sediment will be removed and devices repaired as soon as practicable but no later than 7 days after the surrounding exposed ground has dried sufficiently to prevent further damage from equipment needed for the repair. x E. In the event of continuous rainfall over a 24-hour period, or other circumstances that preclude equipment operation in the area, the Contractor will hand carry and install r additional backup devices as determined by the Owner's Representative. The Contractor will remove silt accumulations and deposit the spoils in an area approved by the Owner's L Representative as soon as practical. Any corrective action needed for the control measures will be accomplished in the sequence directed by the Owner's Representative, Jr f however areas adjacent to waterbodies shall generally have priority followed by devices 1 ! protecting storm sewer inlets. F. The Contractor shall also conform to the following practices and controls: 1. Disposal areas, stockpiles, and haul roads used for this project, including areas not . within the project limits, shall be constructed and maintained in a manner that will minimize and control the amount of sediment that may enter receiving waters. Disposal areas shall not be located in any wetland, waterbody or streambed. Construction roads may not be located in or cross any waterbody or streambed without prior approval of the Owner's Representative and shall be done in compliance with applicable rules and regulations. 2. Construction operations in rivers, streams, lakes, tidal water wetlands and other waterbodies shall be restricted to those areas where it is necessary to perform the �.► work shown on the plans. Wherever streams are crossed, temporary bridges, timber mats or other structures shall be used. 3. Protected storage for paints, chemicals, solvents, fertilizers and other potentially toxic materials will be provided by the Contractor and the location approved by the Owner's Representative. 4. Construction staging areas and vehicle maintenance areas shall be constructed by the Contractor in a manner to minimize the runoff of pollutants and their location will be approved by the Owner's Representative. The Contractor shall prevent pollution of receiving waters with petroleum products or other hazardous or regulated substances. When work areas of material sources are located adjacent ` to a waterbody, control measures such as dikes, gabions, or rock berms, shall be used to keep sediment and other contaminants from entering the adjacent waterbody. Care shall be taken during the construction and removal of such barriers to minimize down -gradient sedimentation. 2713-97 01500-3 5. All waterways shall be cleared as soon as practicable of temporary embankment, temporary bridges, matting, falsework, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 6. Disturbance of vegetation shall be minimized and limited to only what is shown on the construction plans or as directed by the Owner's Representative in writing. 7. Construction entrances shall be stabilized by the use of rock, timber matting or other acceptable techniques when necessary to minimize the off -site vehicle tracking of sediment. The Contractor shall clean paved surfaces as necessary to remove sediment which has accumulated on the roadway. -- 3.2 SILT FENCE A. The filter fabric will be securely attached to the posts and the wire fence with the bottom 12 inches of filter fabric buried in a trench a minimum of 6 inches keep to prevent sediment from passing under the fence. When the fence is constructed on impervious — material, a 12 inch flap of fabric will be extended upstream from the bottom of the silt fence and weighted to limit particulate loss. B. Vertical joints will be overlapped a minimum of 12 inches with the ends sewn or ti otherwise securely tied. No horizontal joints will be allowed in the filter fabric. C. The silt fence will be a minimum of 12 inches high. Posts will be embedded in the ground a minimum of 12 inches and spaced a maximum of 8 feet apart. Posts will be placed on a slight angle toward the anticipated runoff source. D. Torn or punctured fabric will be repaired by the placement of a patch consisting of an additional layer of fabric over the damaged area. The patch will overlap the damaged _ area a minimum of 12 inches in all directions and will be securely attached to the repaired fabric. 3.3 SEDIMENT CONTAINMENT DIKES -' A. The Contractor may select either bales or sand bag materials for the dikes, unless otherwise indicated. Bales or sand bags will be placed with ends tightly abutting. If placed in unpaved areas, the dike will be embedded in the soil a minimum of 4 inches and a maximum of 6 inches. Bales will be securely anchored in place by a minimum of 2 stakes per bale. Stakes will be angled toward the previously placed bale to force the bales together. Stakes will be embedded in the soil a minimum of 18 inches. Bales will not be used when underlying material such as concrete or asphalt prevents anchorage by stakes. B. If placed on paved surfaces, the dike will consist of sand bags placed with the ends tightly together. The sand bags will be placed side by side to a width as required to minimize sand bag movement or displacement during rainfall occurrences. — END OF SECTION 2713-97 01500 - 4 own it u 7 SECTION 02b50 DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS PART 1 GENERAL 1.1 GENERAL A. This item shall consist of the demolition, removal, and salvage or disposal of certain portions of existing paving materials, including existing asphalt surfacing and base material, existing concrete slabs and existing concrete curb and gutter, in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established for the project. 1.2 CLASSIFICATION A. Materials to be removed consist of asphaltic concrete, pordand cement concrete pavement and concrete curb and gutter. No consideration shall be given to differences in thickness or volume of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 GENERAL A. All lines separating pavement, concrete slabs or curb and gutter to be removed from that to remain in place shall be cut neatly and in a straight line, or shall be separated at an existing expansion or construction joint. Cuts shall be made by means of sawing, or other methods approved by the Owner's Representative which will produce a satisfactory edge. In no case shall the line be cut with a motor grader blade. 3.2 REMOVING EXISTING ASPHALT SURFACING AND BASE MATERIAL A. All existing materials to be removed and disposed of under this item shall be removed by the Contractor, and shall be disposed of in appropriate disposal areas off the Airfield property. Removal operations shall be accomplished in such a manner to minimize disturbance of existing underlying courses and adjacent pavement structures or improvements to remain in place. Any underlying courses disturbed during removal operations shall be reworked, recompacted and regraded to the satisfaction of the Engineer. Any damage to adjacent pavement structures or improvements to remain in place shall be repaired to the satisfaction of the Engineer. 2713-97 02050 - 1 C°` 3.3 REMOVING AND DISPOSING OF EXISTING CONCRETE SLABS AND CONCRETE CURB AND GUTTER A. All existing concrete slabs and curb and gutter to be removed shall be broken up by suitable methods and equipment, and shall be removed from the construction site and properly disposed of at the Contractor's expense. B. , The limits of removal of concrete slabs and curb and gutter shall be as shown on the plans or as directed by the Owner's Representative. All existing concrete to be removed shall be broken into pieces with an approximate maximum dimension of 24-inches and an approximate minimum dimension of 6-inches. C. The Contractor shall be responsible for all damage to all adjacent paving, curb and gutter, and other structures, and shall repair said damage to the satisfaction of the Owner's Representative. No additional compensation shall be allowed for the repair of such damage. END OF SECTION 2713-97 02050 2 SECTION 02100 FLEXIBLE BASE COURSE (CALICHE) PART 1 GENERAL 1.1 DESCRIPTION This item shall consist of a flexible base course composed of caliche, caliche-gravel, caliche limestone, or material of similar characteristics, constructed on a prepared subgrade in accordance with these specifications and in conformity with the dimensions and typical cross section shown on the plans and with the lines and grades established for the project. PART 2 PRODUCTS 2.1 CALICHE BASE MATERIALS 2713-97 0 C� The caliche base course material shall consist of caliche, caliche-gravel, caliche limestone, or similar materials obtained from sources approved by the Owner's Representative prior to use of the materials. All acceptable material shall be screened, and the oversized material shall be crushed and returned to the screened material in such manner and proportions that will produce a uniform product. The gradation of the material, as finally processed and blended, shall meet the following requirements when tested in accordance with AASHTO T-11 and T-27: Sieve Designation (square openings) Percentage by Weight Retained on Sieves 2-inch 0 1 1/2 inch 0-5 7/8 inch 8-30 1/2 inch 30-55 No. 4 50-70 No. 40 70-90 C. That portion of the material, including the blended filler, passing a No. 40 mesh sieve shall .be known as the "soil binder" and shall meet the following requirements when prepared in accordance with Test Method Tex. 101-E: Liquid Limit - 45 maximum Plasticity Index - 15 maximum, 3 minimum Linear Shrinkage - 10 maximum 02100 - 1 D. The caliche base course material, when tested in accordance with Test Method Tex-! 16-E (Wet Ball Mill Test), shall have a maximum allowable value of 55. E. If necessary, the Contractor shall blend or combine materials so that the final processed material meets all of the requirements of these specifications. The Contractor shall make such modifications in materials and methods as are necessary to secure a material which is capable of being compacted into a dense and well -bonded base course. F. If filler, in addition to that naturally present in the base course material, is necessary for satisfactory bonding of the material, for changing the soil constants of the material passing the No. 40 mesh sieve, or for correcting the gradation to the limitations of the specified gradation, it shall be uniformly blended with the base course material on the project, at the crushing plant, or at the mixing plant. The material for such purpose shall be obtained from sources approved by the Owner's Representative and it shall be of a gradation necessary to accomplish the specified gradation in the final processed material. PART 3 EXECUTION 3.1 GENERAL The flexible base course shall be placed where designated on the plans or as directed by the Owner's Representative. The material shall be shaped and thoroughly compacted within the tolerances specified. 3.2 EQUIPMENT A. All equipment necessary for the proper construction of this work shall be on the project, shall be in first-class working condition, and shall have been approved by the Owner's Representative before construction is permitted to start. B. Provision shall be made by the Contractor for furnishing water at the site of the work using equipment of ample capacity and design to assure uniform application. C. The processing equipment shall be designed, constructed and operated and shall have sufficient capacity to thoroughly mix all materials and water in the proportions required to produce abase course of the gradation and consistency required. 3.3 PREPARING UNDERLYING COURSE A. Before any base material is placed, the underlying course shall be prepared and conditioned as specified. The underlying course shall be checked and accepted by the Owner's Representative before placing and spreading operations are started. B. Grade control between the edges of the pavement shall be by grade stakes, steel pins or forms placed in lanes parallel to the centerline of the pavement and at intervals which will permit string lines or check boards to be placed between the stakes, pins or forms. C. To protect the underlying course and to insure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. 2713-97 02100 - 2 ~' I, u 3.4 MATERIALS ACCEPTABLE IN EXISTING CONDITION When the entire caliche base material is secured in a uniform and satisfactory condition and contains approximately the required moisture, such approved material may be moved directly to the spreading equipment for placing. It is the intent of this section of the specifications to secure materials that will not require further mixing. The moisture content of the flexible base material shall be approximately that required to obtain maximum density, and shall be within 2 % of optimum moisture or other moisture content as directed by the Owner's Representative. Any minor deficiency or excess of moisture may be corrected by surface sprinkling or by aeration. In such instances, some mixing or manipulation may be required, immediately preceding the rolling, to obtain the required moisture content. The final operation shall be blading or dragging, if necessary, to obtain a smooth uniform surface true to line and grade. 3.5 GENERAL METHODS FOR PLACING A. The base course shall be constructed in multiple layers. Any layer shall be not less than 3 inches nor more than 6 inches of compacted thickness. The material, as spread, shall be of uniform gradation with no pockets of fine or coarse materials. The base, unless otherwise permitted by the Owner's Representative, shall not be spread more than 2,000 square yards in advance of the rolling. Any necessary sprinkling shall be kept within this limit. No material shall be placed in snow or on a soft, muddy or frozen course. B. During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, shoulder or foreign material in the base course mixture. 3.6 FINISHING AND COMPACTING A. After spreading or mixing, the flexible base shall be thoroughly compacted by rolling and sprinkling, when necessary. Sufficient rollers shall be furnished to adequately handle the rate of placing and spreading of the base course. B. Rolling shall progress gradually from the sides to the center of the lane under construction, or from one side toward previously placed material by lapping uniformly each preceding track by at least 12 inches. The rolling shall continue until the material is thoroughly set and stable, and the base material has been compacted to not less than 100% of maximum density as determined by the compaction -control tests specified in ASTM D-698. Blading and rolling shall be done alternately, as required or directed, to obtain a smooth, even, and uniformly compacted base. C. The course shall not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the salvaged base course. When the rolling develops irregularities that exceed 112-inch when tested with a 16-foot straightedge, the irregular surface shall be loosened and refilled with the same kind of material as that used in constructing the course and again rolled as required. D. Along places inaccessible to rollers, the base material shall be tamped thoroughly with mechanical or hand tampers. E. The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Owner's Representative. Water shall not be added in such a manner or quantity that free water will reach the underlying layer and cause it to become soft. F. All irregularities, depressions or weak spots which develop during compaction shall be corrected immediately by scarifying the areas affected, adding or removing material as 7 2713-97 02100 - 3 1� 6, ; required, reshaping, and recompacting by sprinkling and rolling. Immediately prior to placing of surfacing, the base shall be checked for grade and cross-section, and any deviation in excess of three -eights (3/8) inch from grade or true cross-section shall be corrected. "Blue -tops" set to finished base elevations shall be set by the Contractor at the centerline and quarter points of the pavement at minimum 50-foot intervals in order to check the base for proper grade and elevation. —` 3.7 PROTECTION A. Work on the flexible base course shall not be conducted during freezing temperature nor when the subgrade is wet. When the base material contains frozen materials or when the underlying course is frozen, the construction shall be stopped. B. Traffic may be allowed to travel on the flexible base course as directed by the Owner's Representative, during construction. During this period, the caliche base shall be satisfactorily maintained by the use of water trucks, blades, drags, and such other equipment as may be required. The base course shall be so maintained until the wearing surface is placed thereon. The surface shall not be placed on base course that exceeds optimum moisture by two (2) percent or more. C. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided that such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Owner's Representative in charge 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 own expense. 3.8 MAINTENANCE Following the final shaping of the material, the base course shall be maintained throughout its entire length by the use of standard motor graders and rollers until, in the judgement of the Owner's Representative, the base meets all requirements and is acceptable for the construction of the next — course. END OF SECTION 2713-97 02100 - 4 ! : SECTION 02200 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING PART I GENERAL 1.1 GENERAL A. This item shall consist of excavation, subgrade preparation, grading, embankment and topsoiling of all materials within the limits of the work required to complete the construction of the various items included in this project in accordance with these specifications and in conformity with the dimensions and typical sections shown on the plans and with the lines and grades established for the project. B. All suitable material taken from excavation shall be used in the formation of embankment, subgrade, and for backfilling as indicated on the plans or as directed by the Owner's Representative. C. It is anticipated that no borrow material will be required for the construction of this project. However, if the volume of excavation removed from the construction site is not sufficient for constructing the project fill to the grades indicated, the deficiency shall be supplied from borrow sites approved by the Owner's Representative at the Contractor's expense. If the volume of excavation material removed from the project construction area exceeds that required to construct the project to the grades indicated, the excess material shall become the property of the Contractor and shall be properly disposed of in areas off the construction site at the Contractor's expense. 1.2 CLASSIFICATION All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless of the material encountered. Existing asphaltic concrete pavement and base material, concrete slabs and curb and gutter shall be salvaged or removed in accordance with Section 1, DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS, of these specifications. PART 2 PRODUCTS Not Used 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 t with approved materials, in an approved manner and condition, at his own expense. The 2713-97 02200 - 1 Owner's Representative shall have complete control over the excavation, moving, placing, and disposition of all material and shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. B. The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. C. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil. D. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the contract. 3.2 EXCAVATION A. Excavation shall be performed as indicated on the contract plans to the lines, grades, and elevation shown or as directed by the Owner's Representative, and shall be made so that the requirements for formation of embankments can be followed. No excavation or stripping shall be started until the Owner's Representative has taken cross -sectional elevations and measurements of the existing ground surface, and has set control base lines for the proposed work. All material encountered within the limits indicated shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. B. When selective grading is specified or required as indicated on the plans, the excavated material shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. 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 2713-97 02200 - 2 �' 59 a course of pavement, the depths thus created sliA-be ditched at frequent intervals to provide adequate drainage. E. The Owner reserves the right to make minor adjustments or revisions in lines or grades, if found necessary, as the work progresses due to discrepancies in the plans or to obtain satisfactory construction. F. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by the Contractor as an incidental part of the work, unless otherwise shown on the plans. �.. G. In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified by the specifications, and as determined by the compaction control tests specified in ASTM D-698. Any unsuitable ,.. materials encountered shall be removed. H. In cut areas, the subgrade material shall be removed to the depths indicated on the drawings. The bottom layer of subgrade shall be compacted to the depths and density as shown on the drawings. The remaining layers of subgrade shall be constructed as embankment as shown on the drawings. 1. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density except as specified above. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to i, obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained ahead of the paving operations. K. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut -and -fill slopes shall be uniformly dressed pa 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 A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilled with suitable material and compacted to ground surface before the construction of the embankment will be permitted to start. B. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is to be placed, except where limited by rock, shall be scarified and broken by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over the scarified foundation and the whole area compacted as required in the specifications. C. Where embankments are to be placed on natural slopes steeper than 3-to-1, horizontal benches shall be constructed as directed by the Owner's Representative. Suitable excavated material shall be incorporated in embankments. 2713-97 02200 - 3 �I D. No direct payment shall be made for the preparation of the embankment area. 3.4 STRIPPING All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. No direct payment will be made for stripping. 3.5 FORMATION OF EMBANKMENTS A. Embankments shall be formed of satisfactory materials placed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section. B. The grading operations shall be conducted, and the various soil strata shall be placed, to _ produce a soil structure as shown on the typical cross section or as directed. All materials entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers as specified. C. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing weather, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. D. The material in the layers shall be of the proper moisture content before rolling to obtain the _ prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be too wet to permit proper compaction or rolling, all work on all portions of the embankment thus affected shall be delayed until the material has dried to the required moisture content. Sprinkling shall be done with approved equipment that will 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 r 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, r 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. 2713-97 02200 4 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, M the rock shall be incorporated into the outer portion of the embankment and the other materials shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimension will not be allowed in the top 12 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material to form a dense, compact mass. Rock or boulders shall not be disposed of outside of the excavation or embankment areas, except t' at places and in the manner designated by the Owner's Representative. I. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. J. The Contractor shall be responsible for the stability of all embankments made under the contract and shall replace any portion which, in the opinion of the Owner's Representative, has become displaced due to carelessness or negligence on the part of the Contractor. K. There will be no separate measurement or payment for compacted embankment, and all costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other necessary operations of the embankments will be included in the contract price for excavation. L. When stockpiling of excavated material and later rehandling of such material is done for the convenience of the Contractor, no extra payment will be made for the rehandling of stockpiled materials. 3.6 EQUIPMENT The Contractor may use any type of earth -moving, compaction, and watering equipment he may desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the Owner's Representative in accordance with the total calendar days or working days bid for the construction. The Contractor shall furnish, operate, and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 3.7 PREPARATION AND PROTECTION OF THE TOP OF THE SUBGRADE A. On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted to the density specified. When completed, the surface shall be true to the lines, grades, and cross section shown on the plans or as directed by the Owner's Representative. After all drains, structures, ducts, and other underground appurtenances along the edges or under the pavement have been completed, the subgrade shall be compacted to the depth and density specified as determined by the compaction control tests specified in ASTM D-698. Any irregularities or depressions that develop under rolling shall be corrected by loosening the material at these places and adding, removing, or replacing material until the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall be compacted to the required density by approved mechanical tampers. The material shall be sprinkled with water during rolling or tamping as required or when directed by the Owner's Representative. r1l, 2713-97 02200 - 5 B. All soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by the Owner's Representative and replaced with suitable material. After grading operations are complete, all loose stones larger than 2 inches in their greatest dimension shall be removed from the surface of all proposed graded paving areas and disposed of as directed by the Owner's Representative. C. At all times, the top of the subgrade shall be kept in such condition that it will drain readily and effectively. In handling materials, tools, and equipment, the Contractor shall protect the subgrade from damage by laying planks when directed and shall take other precautions as needed. In no case will vehicles be allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped and rolled. Storage or stockpiling of materials on the top of the subgrade will not be permitted. Until the subgrade has been checked and approved, no stabilized subgrade, subbase, base, surface course, or pavement shall be laid thereon. 3.8 HAUL No payment will be made separately or directly for haul on any part of the work. All hauling will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the contract unit price for the pay items of work involved. _ 3.9 TOLERANCES In those areas upon which a subbase, base course, or surface course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge, it shall not show any deviation in excess of'k 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. 2713-97 02200 - 6 Limited areas, as shown on the plans, wtiich are too compact to respond to these operations shall receive special scarification. E. Grades on the area to be topsoiled, which have been established shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. F. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and �-. i' 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. 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. END OF SECTION i 2713-97 02200 - 7 r i SECTION 02441 SPRINKLER SYSTEM PART 1 GENERAL 1.1 DESCRIPTION A. This project includes the construction of additional driveways, curb and gutter and concrete islands, which will require the removal and replacement of portions of certain existing sprinkler systems. This specification item includes removing, salvaging and reinstalling existing sprinkler head units, and furnishing and installing new sprinkler head units and underground irrigation system piping, in accordance with these specifications and as approved by the Owner's Representative. B. The Contractor shall inspect the construction site and determine the exact location, number and types of sprinklers to be removed, salvaged and reinstalled. C. The Contractor shall be responsible for providing a sprinkler layout that will adequately irrigate the areas currently irrigated by the existing sprinkler systems. The Contractor's proposed sprinkler layout is subject to approval by the Owner's Representative prior to construction. 1.2 MATERIALS The equipment to be furnished and installed under this specification consists of the necessary piping, sprinklers, fittings and related appurtenances for the removal and reinstallation of existing underground sprinkler systems, and the installation of approved improvements to existing underground sprinkler systems, as described herein or as directed by the Owner's Representative. 1.3 SUBMITTALS The Contractor shall submit four (4) copies of complete manufacturer's technical data and installation instructions for all new items of equipment to be furnished. NOTE: The Contractor shall provide written material guarantees with all equipment submittals. PART 2 PRODUCTS 2.1 GENERAL A. Aceptable Manufacturers The Contractor shall remove, salvage and reinstall all existing sprinkler head units included in this project. Should the approved sprinkler system improvements require new sprinkler heads, the new sprinkler head units shall be identical in manufacturer, size, style and type to the remaining existing sprinkler head units in each respective sprinkler system. All new equipment is subject to compliance with the requirements of these specifications. 2713-97 02441 - 1 f L'' Manufacturers offering products which may be incorporated in the work include, but are not limited to, the following: Rain Bird Weathermatic Toro Hunter B. Guarantees The Contractor shall provide a guarantee for all labor and material for a period of one year, from the date of acceptance. The Contractor shall provide a manufacturers guarantee for all new sprinkler system components, i.e. sprinkler head units for a period of five years, from the date of acceptance. C. Substitutions -- Substitution of products identical to the existing sprinkler system components shall be approved prior to installation. Substitution requests must be accompanied by all of the following within thirty (30) days prior to installation: 1. Actual sample of each type of equipment proposed as a substitute. 2. Original manufacturers catalog sheet indicating the full specification for that particular Iem. _ 2.2 PIPING AND FITTINGS r. A. The pipe used to replace portions of the existing sprinkler systems removed under this project shall be replaced with piping meeting the following requirements, and of the same diameter as the piping removed. 1. Pipe. Shall be Class 200 PVC meeting the requirements of ASTM D2241. 2. Fittings for pipe 3 inches and larger. Shall be manufactured from the same material as the pipe with a minimum pressure rating of not less than that specified for the pipe. Fittings shall be bell -and -spigot type with elastomeric rings conforming to ASTM D3139. 3. Fittings for pipe under 3 inches. Shall be manufactured from the same materials as the pipe with a minimum pressure rating of not less than that specified for the pipe. _ Fittings shall be socket fittings conforming to ASTM C1466 and solvent welded with cement conforming to ASTM D2564. 2.3 SPRINKLER HEADS A. Spray -Type Sprinkler Heads, Pop-up Spray -type sprinklers shall be pop-up type for full circle or part circle coverage, as required by the approved layout. The pop-up height shall be a minimum 2-inches. Metallic parts shall be made of stainless steel or brass. The sprinkler housing shall be of molded, seamless plastic, or brass construction. The water flow and radius of spray shall be fully adjustable. The sprinkler shall be mounted up to 1/2 inch below finished grade. B. Impact -Type Sprinkler Heads, Pop-up Impact -type sprinklers shall be pop-up type for full circle or part circle coverage, as required by the approved layout. The pop-up height shall be a minimum 2-inches. Metallic parts shall be made of stainless steel or brass. The sprinkler case shall be of high -strength plastic. The impact head shall be of molded plastic or brass construction. The radius of spray shall be fully adjustable. The sprinkler shall be mounted up to 1/2 inch below finished grade. 2713-97 02441 - 2 PART 3 EXECUTION r� 3.1 GENERAL A. The Contractor shall provide a layout of each proposed sprinkler system improvement at least fourteen (14) days prior to starting construction. The layouts shall be approved in writing by the Owner's Representative prior to removal of any existing sprinkler head units. B. Before installation begins, the Contractor shall place a flag stake where each and every new or salvaged sprinkler is to be located in accordance with the approved layout. C. The Contractor shall work in harmony with the Owner with the intent of the sprinkler design to irrigate the lawn areas currently irrigated by the 'existing sprinkler system. Slight adjustments and relocations to achieve the intent shall not be considered justification for Change Orders. 3.2 EXCAVATION AND BACKFILLING A. Trenching shall be to obtain a minimum full depth of cover of 24-inches. B. All excavations in this contract shall be unclassified and includes earth, loose rock or caliche in wet or dry state. C. All turf and other landscaping materials displaced by the construction of the improvements shall be carefully removed and salvaged, and replanted adjacent to the improvements in order to restore the disturbed landscape areas. D. All trenches shall be backfilled with the material removed except where special backfill specifications of certain pipe may be specified, or where unsatisfactory materials are encountered. E. Centerload plastic pipe with a small amount of backfill to prevent arching and whipping under pressure. F. All trenches and adjoining areas shall be hand raked to leave the grade in as good or better condition than before construction. G. All trench backfill shall be flooded to prevent settling and low areas. H. All settling and low areas that occur within the fast six (6) months will be the responsibility of the Contractor to fill and level. I. All landscape areas disturbed during the construction of the improvements shall be restored to the condition of the area prior to the start of construction. In addition to properly backfilling the trenches, restoration of the disturbed areas will include re-establishing turf and other landscaping removed or damaged during construction. Turf and other landscaping materials salvaged during construction may be replanted to restore the disturbed areas. Prior to acceptance of the project, the disturbed areas shall be restored to the satisfaction of the Owner's Representative. 3.3 BORING A. All existing pavement and sidewalks shall be bored. Cutting and removal of any existing pavement or sidewalk will NOT be permitted unless indicated on the plans. B. The Contractor shall be responsible for all boring. C. The boring size shall accommodate pipe sleeves for the sizes of pipe shown or required. ` 2713-97 02441 - 3 C" r 3.4 TESTING AND INSPECTION A. Do not allow any of the work in this section to be covered or enclosed until it has been inspected, tested and approved by the Owner's representative. B. Prior to backfilling, the Contractor shall operate the existing sprinkler system for a period of ,at least 30 minutes in the presence of the Owner's Representative. This test shall be done with all couplings exposed. C. The Owner's Representative shall inspect the sprinkler system installation for leaks and proper operation. The Contractor shall be responsible for repairing leaks and providing proper sprinkler head operation. Repeat the testing and inspection procedure, as required, until the system operates to the satisfaction of the Owner's Representative. D. The Contractor shall adjust heads for proper coverage. END OF SECTION 2713-97 02441 4 F. 7 SECTION 02501 BITUMINOUS SURFACE COURSE PART 1 GENERAL 1.1 DESCRIPTION This item shall consist of a surface course composed of mineral aggregate and bituminous material mixed in a central mining plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses and typical cross sections shown on the plans or as directed by the Owner's Representative. The Contractor shall furnish all materials, labor, superintendence and incidentals necessary to complete the work in accordance with the drawings and as specified herein. PART 2 PRODUCTS 2.1 BITUMINOUS MATERIAL A. Bituminous material for the bituminous base course and surface course mixtures shall meet the requirements of Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets and Bridges, Item 300, Asphalts, Oils and Emulsions, Viscosity Grade AC-10 Asphalt Cement, and shall be homogeneous, free of water and shall not foam when heated to 347' F. B. Bituminous material for the bituminous surface course mixture shall further meet the requirements of Article 300.2, Latex Modified Asphalt, using Viscosity Grade AC-10 Asphalt Cement. 2.2 BITUMINOUS PRIME AND TACK COATS A. The asphalts for the bituminous prime and tack coats shall be cutback asphalts of the rapid curing type or the medium curing type. The asphalts used shall be in accordance with the requirements of Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets and Bridges, Item 300, Asphalts, Oils and Emulsions. The prime coat shall be MC-30 and tack coat shall be RC-250. B. Neither the prime coat nor the tack coat shall be applied when the air temperature is below 50' F. and falling, but may be applied when the air temperature is 40' F. and is rising. No prime coat or tack coat shall be applied when the general weather conditions, in the opinion of the Owner's Representative, are not suitable. 2.3 BITUMINOUS SURFACE COURSE A. General - The mineral aggregate shall be composed of coarse aggregate, fine aggregate and, if required, mineral filler. Approval of other material and of the source of supply must be obtained from the Owner's representative prior to delivery. F2713-97 02501 - 1 Fill B. The combined mineral aggregate, after final processing by the mixing plant, and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 40 when tested in accordance with ASTM D-2419. The percent of flat and elongated pieces shall not exceed 25 % when tested in accordance with Test Method Tex-224-F. C. If the index of retained strength is less than 70% when tested in accordance with ASTM D- 1075, or the tensile strength ratio is less than 70% when tested in accordance with AASHTO T-283, the aggregate shall be rejected or conditioned with an anti -stripping agent as approved by the Owner's representative. D. Prior to stockpiling of aggregates, the area shall be cleared of trash, weeds and grass, and be relatively smooth. Aggregates shall be separated into stockpiles of different gradation such that the grading requirements of the specified type will be met when the materials are combined in the bituminous mixture. No coarseaggregate stockpile shall contain more than 10% by weight of material that will pass a No. 10 sieve. Fine aggregate stockpiles may contain small coarse aggregate in the amount of up to 15% by weight, 100% of which shall pass a 1/4-inch sieve. The coarse aggregate shall meet the material requirements herein specified for coarse aggregates. E. Coarse Aggregate - The coarse aggregate shall be that part of the aggregate retained on the No. 10 sieve; shall consist of clean, tough, durable fragments of crushed stone of uniform quality throughout; mixing or combining crushed gravel and crushed stone will not be permitted. The aggregate shall be crushed to the extent that produces a minimum of 85% crushed faces when tested in accordance with Test Method Tex460-A. The aggregate shall have a maximum loss of 18 % when subjected to 5 cycles of the Magnesium Sulfate Test (ASTM C-88). F. When tested in accordance with Test Method Tex-217-F, the amount of organic matter, clays, loams or particles coated therewith or other undesirable materials, shall not exceed 2%. G. When the coarse aggregate is sampled during delivery to the plant, from the stockpile, or from the cold bin, the material removed, when tested in accordance with Test Method Tex- 217-F (Part II, Decantation), shall not exceed 2%. The plasticity index of that part of the fine aggregate contained in the coarse aggregate passing the No. 40 sieve shall not be more than 6 when tested by ASTM D-4318. However, where the coarse aggregate contains less than 5 % of the fine aggregate, and the fine aggregate is of the same or similar material as the coarse aggregate, the plasticity index requirements for the material passing the No. 40 sieve may be waived by the Owner's representative in writing. H. When the coarse aggregate is sampled from the hot bins and tested in accordance with Test Method Tex-217-F (Part II, Decantation), the amount of material removed shall not exceed 1%. I. Tests performed as specified herein represent material processed or placed until a subsequent test is performed. J. The coarse aggregate shall have an abrasion of not more than 40% loss by weight when subjected to the Los Angeles Abrasion Test, ASTM C-131. Coarse aggregate from each source shall meet the abrasion requirements specified. K. Fine Aggregate - Fine aggregate for the bituminous surface course shall be that part of the aggregate passing the No. 10 mesh sieve and shall consist of sand or stone screenings or a combination thereof. Sand shall be composed of sound, durable particles free from loam, coating or other deleterious substances. Screenings shall be of the same or similar materials as specified for coarse aggregate. That portion of the sand passing the No. 40 sieve shall have a plasticity index of not more than 6, when tested in accordance with ASTM D-4318. The plasticity index of the screenings passing the No. 40 sieve shall not be more than 9 when 2713-97 02501 - 2 tested in accordance with ASTM D4318. Fine aggregates from each source shall meet plasticity index requirements. L. Mineral Filler - Mineral filler for the bituminous surface course shall consist of thoroughly dry stone dust, slate dust, Portland cement or other mineral dust approved by the Owner's Representative. It shall be free from injurious materials and shall meet the following grading requirements, when tested in accordance with ASTM D-242: Passing No. 30 sieve 100% by weight Passing No. 80 sieve, not less than 95 - 100% by weight Passing No. 200 sieve, not less than 70 - 100% by weight M. Bituminous Surface Course Mixture - The bituminous surface course shall consist of a uniform mixture of coarse aggregate, fine aggregate, lime and bituminous material with latex additive. The grading of each constituent of the mineral aggregate shall be well graded from coarse to fine, and shall not vary from the low limit on one sieve to the high limit of the adjacent sieve, or vice versa. The final designated gradations shall produce a relatively smooth line when plotted on a 0.45 power semilogarithmic gradation chart when tested in accordance with ASTM C-136. The bituminous surface course mixture shall the following City of Lubbock, Type C (modified), master gradation specification: Sieve Size Percent by Weight Passing 1" 100 3/4" 98 - 100 1/2" 81 - 93 3/8" 65 - 85 No. 4 43 - 63 No. 8 33 - 45 No.16 22-34 No. 30 13 - 27 No. 50 7 - 19 No. 100 3 - 11 No. 200 1-6 Bitumen percent r (of total mix) 4.0 - 7.5 2.4 TESTS A. Material Certifications - The Contractor shall furnish test certificates for bituminous materials, latex and lime, made by a competent commercial laboratory, on each material source, as specified in this section, which he proposes to use before any such material is ordered or shipped. No material may be used until such test result certificates have been examined by the Owner's Representative and the source and quality of the material approved. B. Laboratory Control - If the Contractor or supplier wishes to use a material or source that has not previously been approved by the City of Lubbock, he will be required to request approval in writing of the material not less than 60 days prior to anticipated use of the material. C. The Contractor shall utilize his own testing laboratory to monitor the plant mixing for bituminous base and surface course materials. Where irregularities occur and the limits of 2713-97 02501 - 3 1'. the specification are exceeded for aggregate, bituminous base, or bituminous surface, appropriate corrections will be required. D. Tolerances - The Owner's representative will designate the exact grading of the aggregate and bituminous material content to be used in the mixture (Job Mix Formula). The paving mixture produced shall not vary from the designated grading and asphalt content by more than the tolerances allowed herein and shall remain within the master grading specified. The respective tolerances, based on the percent by weight of the mixture, are listed as follows: Material Tolerance, plus or minus Aggregate passing No. 4 sieve or larger ................ 4 percent Aggregate passing Nos. 8, 16, 30 or 50 sieves ................ 3 percent Aggregate passing Nos. 100 or 200 sieves ............... 2 percent Bitumen ......................... 0.25 percent E. Extraction/Gradation Tests and Design Criteria 1. Samples of the mixture when tested in accordance with ASTM D-2172 shall not vary from the grading proportions of the aggregate and the asphalt content designated by the Owner's representative by more than the respective tolerance specified above. During construction, if grading or asphalt content exceeds the tolerances specified herein, production will be discontinued until such time as the mixture has been corrected and subsequent grading and extraction tests indicate results within the specified tolerance. All material so constructed, which exceeds the tolerances specified, will be removed and replaced at no cost to the Owner. 2. Design Method - The bituminous mixture shall be designed and tested in accordance with these specifications and methods outlines in Chapter III, "Marshall Method of Mix Design," Mix Design for Asphaltic Cement, Asphalt Institute Manual MS-2, and shall meet the following requirements when tested in accordance with ASTM D-1559 and ASTM D-3203: Minimum Maximum Marshall Method Number of blows Each end of specimen 75 Stability, lbs. 1,800 Flow, units of 0.01" 8 14 Percent air voids 3 5 Percent voids in mineral aggregate 13 3. Sampling and Testing - It is the intent of this specification that the mixture will be designed to produce a mixture of optimum density and stability, as determined by the Owner's representative, when tested in accordance with these specifications and applicable ASTM procedures. 2713-97 02501 - 4 I I Samples of the completed pavement shall be removed from locations designated by the Owner's representative to determine the composition, compaction and density of the pavement. Samples for each day or fraction thereof shall be taken. The Contractor shall replace the pavement at no cost to the Owner. If the pavement is found to be deficient in composition, compaction or thickness, satisfactory correction shall be made as directed by the Owner's representative. Tests on Marshall specimens shall be made twice daily or as directed by the Owner's representative to retain job control. The mixture shall comply with the requirements specified herein. If the laboratory stability and/or field tests of the mixture produced has a value lower than that specified, and in the opinion of the Owner's representative is not due to a change in source or quality of materials, production may proceed, and the mix shall be changed until the laboratory/field tests equals; or exceeds the specified values. If there is, in the opinion of the Owner's representative, an apparent change in any material from that used in the design mixtures, production will be discontinued until a new design mix is determined by trial mixes. r 2.5 EQUIPMENT A. All equipment used in the construction of the bituminous base and surface courses shall meet the approval of the Owner's Representative and be maintained in first class condition i throughout the period of construction. i B. The asphalt distributor shall be an approved type, self-propelled pressure distributor, so constructed and operated as to distribute the material evenly and smoothly in the quantity l specified or directed. Suitable means for heating, controlling the heat, determining the t temperature of the contents of the tank, adjusting and controlling the rate of application and for measuring volume of asphalt shall be provided. The distributor shall be calibrated prior to application of any material under these specifications or a certificate of calibration, satisfactory to the Owner's Representative, shall be supplied by the Contractor. C. Trucks in which the material is hauled from the plant to the point of deposition shall be tight to the material transported and so constructed that the entire load may be quickly dumped at r the point of deposition. Trucks shall be clean of all foreign materials and maintained in a satisfactory condition. D. Equipment for rolling the surface shall consist of three -wheel tandem rollers weighing not less than eight (8) tons and self-propelled pneumatic rollers. Other small equipment such as shovels, hand tamps and smoothing irons shall be furnished and maintained in good condition. PART 3 EXECUTION 3.1 APPLICATION OF BITUMINOUS PRIME COAT AND BITUMINOUS TACK COAT A. A bituminous prime coat shall be applied to the entire flexible base course surface prior to placing the bituminous surface course. B. When required by the Owner's Representative, a bituminous tack coat shall be applied to all surfaces which are to receive a bituminous surface course. C. The bituminous prime coat shall be applied at least 24-hours in advance of placing the bituminous surface course. The caliche base course shall first be brought truly to the section and grade as established, and shall be tested with a satisfactory 16-foot straightedge. Any F2713-97 02501 - 5 I deviation in excess of 3/84nch from the straightedge or from the true cross section shall be corrected by scarifying the base, then adding or removing material, reshaping and compacting by sprinkling and rolling. No "scab" or "featheredge" patches will be permitted. After correcting any defects, the base shall be cleaned of all foreign material, and all dust and loose particles shall be swept from the surface with a rotary broom, and other approved methods, — until the surface is in a condition to receive the prime coat. If the surface has become dry, it shall be sprinkled with water immediately in advance of the prime coat application in order to assure uniform spread and penetration of the asphalt. D. At any time, the Owner's Representative may order proof rolling to test the uniformity of — compaction of the subgrade or base course. Proof rolling shall be accomplished using a 25- ton pneumatic roller, or other rolling devices as approved by the Owner's Representative. Proof rolling shall be accomplished by the Contractor at his expense. All irregularities, — depressions, or weak or soft areas which develop during proof rolling shall be corrected immediately by the Contractor. E. When the flexible base is in proper condition, the prime coat shall be applied with an — approved distributor at a rate of 0.25 gallons per square yard, or as directed by the Owner's Representative. The tack coat shall be applied at a rate of approximately 0.10 gallon per square yard, or as directed by the Owner's Representative. The asphalt shall be applied at - the temperature recommended by the Asphalt Institute. Application by means of hose and spray attached to the distributor will be permitted upon approval by the Owner's Representative, in areas inaccessible to the distributor. The prime and tack coats shall not be applied during periods of inclement weather nor on a base which contains an excess of water. No traffic shall be permitted over the freshly applied prime coat, but when it has penetrated and/or cured sufficiently that the wheels of vehicles do not track or pick up oil from the surface, the surface course may be placed thereon. If the prime coat is damaged before placing the surface course, such damage shall be repaired as directed. Prime coats shall not be applied more than 7 days in advance of surface placing. Areas that have been primed longer than the specified time shall be reprimed at the Contractor's expense. 3.2 BITUMINOUS SURFACE COURSE LAYING After the tack coat has been applied and the areas to be paved have been put in proper condition to receive the surfacing, the bituminous surface course mixture, heated and prepared as specified, shall be hauled to the point of placement and placed on the prepared surface. The mixture shall be so spread by the finishing machine in a uniform layer, that the finished thickness, as specified, is obtained over the entire area to be surfaced, after compaction. Laying shall be by means of the mechanical finishing machine wherever this is possible. Hand placing will be permitted where it is impracticable to operate the finishing machine. When hand placing is used, the material shall be dumped outside the area on which it is to be spread, and the entire load shall be spread and shaped so that the specified amount is placed on the base. Compaction shall be by means of lightly oiled, hot hand tamps. All contact surfaces of gutters and structures shall be painted with a thin, uniform coating of cut -back asphalt as required for the prime coat: The mixture when placed, shall be at a temperature of between 300' F. and 350' F. and the dispatch of vehicles and placing of material, shall be done in a manner which will cause as little loss of heat as possible. 2713-97 02501 - 6 i 3.3 ROLLING A. While still hot and as soon as it will bear the weight of the roller without undue displacement or hair cracking, the surface shall be rolled with a three -wheel roller, as specified weighing not less than eight (8) tons. One roller shall be provided for each two thousand (2,000) square yards of pavement laid per day. The three -wheel roller shall be followed by a tandem roller and/or pneumatic tired rollers, as directed by the Owner's Representative, but in any case, the final rolling shall be done with tandem roller. Pavement shall be rolled in a longitudinal direction, beginning at the side, and progressing toward the crown of the pavement. Each successive trip of the roller shall overlap the previous one by one-half (1/2) of the width of the roller wheel. Alternate trips shall be of slightly different length. The motion of the roller shall at all times be slow enough to avoid displacement of the hot mixture, and any displacement occurring shall immediately be corrected by the use of rakes and fresh mixture, if required. Rolling shall continue until the surface has been thoroughly compacted and is of a uniform texture and true to grade and cross section. Adjacent to the gutters the surface shall be finished uniformly high so that when compacted it shall be slightly above the gutter lip. The rollers shall not be allowed to stand on pavement which has not cooled to normal atmospheric temperature. To prevent adhesion of the surfacing to the roller, the wheels shall be kept properly moistened with water but an excess of water will not be permitted. Necessary precautions shall be taken to prevent the dripping of gasoline, oil, grease, or other foreign material on the pavement either when the rollers are in operation or when standing. B. When the Owner's Representative has determined that conditions are such that adequate compaction or surface texture is not being obtained with the tandem or three -wheel rollers, the Contractor shall supplement these rollers with pneumatic rollers conforming to the requirements included above. The pneumatic roller shall follow the steel -wheel rollers while the course is still warm. The rolling shall continue until all the surface course has been subjected to at least three coverages, and has an in -place density of 98 percent of laboratory density as determined by ASTM D-1188 or ASTM D-2726. 3.4 JOINTS r A. Joints between successive strips and between existing and new paving shall be carefully made in such a manner as to insure a thorough and continuous bond between the old and new r surfaces. The roller shall pass over the unprotected end of the freshly laid mixture only when the laying of the mixture is discontinued for such a length of time as to permit the mixture to become chilled. In all cases, when the work is resumed, the material laid shall be cut back rto its full depth so as to expose a fresh vertical surface. All such surfaces, as well as the edge of a strip against which another strip is to be placed, shall be painted with hot asphalt prior to placement of fresh material against it. Hot smoothing irons may be used for sealing joints but in such cases, extreme care shall be exercised to avoid burning the surface. Joints with existing surfacing shall be constructed substantially as specified above in a manner which will produce a smooth continuous surface between the old and new sections. rB. In making the joint between existing pavements and the new surfacing, the old pavement shall t be sawed to a straight line. Transverse joint shall also be sawed when new surfacing is being adjoined to surfaces which have been in place more than 12 hours, or if the old joint has been r damaged or is dirty. 2713-97 02501- 7 F 3.5 SURFACE TESTS The surface of the pavement after compaction, shall be'true to the grades and cross sections as established, and when tested with a sixteen (16) foot straightedge, shall have no deviation in excess of one -sixteenth (1/16) inch per foot measured from the nearest point of contact, and the maximum ordinate measured from the face of the straightedge shall not exceed one -quarter (1/4) inch at any point. Any humps or depressions exceeding the specified tolerance or which retain water on the surface, shall be corrected by removing the defective work, replacing with new material and recompacting as directed by the Owner's Representative, all at the expense of the Contractor. 3.6 CLEANUP After the completion of placement of the wearing course, all debris resulting from the construction shall be cleaned up and removed from the site of the work. Areas, which have been disturbed during the construction, shall be raked or graded as required and left in a clean and neat condition. Gutters shall be cleaned of all dirt, aggregate, or other material which would clog the gutter. The entire premises of the work shall be left in a clean condition satisfactory to the Owner's Representative, and all costs of a cleanup shall be borne by the Contractor. END OF SECTION 2713-97 02501 - 8 r F SEC: f ION 02577 PAVEMENT MARKINGS PART 1 GENERAL 1.1 SCOPE This section covers the painting stripes and installation of traffic buttons on the surface of parking areas applied in accordance with this specification and at the locations shown on the plans. PART 2 PRODUCTS 2.1 PAINT A. Paints for parking areas shall conform to Fed. Spec. TT-P-1952, color shall be white. B. Paint shall be in sealed containers that plainly show the designated name, formula or specification number, batch number, color, date of manufacture, manufacturer's name, formulation number and directions, all of which shall be plainly legible at time of use. The paint shall be homogenous, easily stirred to smooth consistency, and shall show no hard settlement or other objectionable characteristics during a storage period of six months. 2.2 TESTING A. Materials will be approved for use based on either of the following data furnished by the Contractor: 1. A test report showing that the proposed batch meets all specified requirements. 2. A test report showing that a previous batch manufactured using the same formulation as that used in manufacturing the proposed batch met all specified requirements, and a report showing rest :results on the proposed batch for the following properties required in the material specifications: weight per gallon, viscosity, fineness of grind, drying time and gradation. 2.3 EQUIPMENT A. General All equipment for the work shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. B. Paint Applicators The equipment for applying paint to pavements shall be self-propelled or mobile -drawn pneumatic spraying machine with suitable arrangements of atomizing nozzles and controls to obtain the specified results. The machine shall be capable of applying the stripe widths indicated, at the paint coverage rate specified in paragraph 5-3, and of even uniform thickness with clear-cut edges. 2713-97 02577 - 1 t, ; The paint applicator shall have paint reservoirs or tanks of sufficient capacity and suitable gauges to apply paint in accordance with requirements specified. Tanks shall be equipped with suitable air -driven mechanical agitators. The spray mechanism shall be equipped with quick -action valves conveniently located, and include necessary pressure regulators and gauges in full view and reach of the operator. Paint strainers shall be installed in paint supply lines to insure freedom from residue and foreign matter that may cause malfunction of the spray guns. Pneumatic spray guns shall be provided for hand application of paint in areas where the mobile paint applicator cannot be used. C. Abrasive Blasting Equipment Abrasive blasting equipment shall include an air compressor, hoses and nozzles of proper size and capacity as required for cleaning surfaces to be painted. The compressor shall be capable of furnishing not less than 150 cfrn of air at a pressure of not less than 90 psi at the nozzle for each nozzle used. PART 3 EXECUTION 3.1 TRAFFIC PAINT A. Surface Preparation New pavement surfaces shall be allowed to cure for a period of not less than 5 days before application of marking materials. All surfaces to be marked shall be thoroughly cleaned before application of the paint. Dust, dirt, and other granular surface deposits shall be removed by sweeping, blowing with compressed air, rinsing with water, or a combination of these methods as required. Rubber deposits, surface laitance, existing paint markings and _ other coatings adhering to the pavement shall be completely removed with scrapers, wire brushes, abrasive blasting, approved chemicals or mechanical abrasion as directed. Where oil or grease are present on old pavements to be marked, affected areas shall be scrubbed with several applications of trisodium phosphate solution or other approved detergent or — degreaser, and rinsed thoroughly after each application. After cleaning, oil -soaked areas shall be sealed with cut shellac to prevent bleeding through the new paint. If abrasive blasting method is utilized, then abrasive material shall be of non -silicon type. B. Layouts and Alignment 1. On those sections of pavements where no previously applied figures, markings or stripes are available to serve as a guide, suitable layouts and lines of proposed stripes — shall be spotted in advance of the paint application. Control points shall be spaced at such intervals as will insure accurate location of all markings. 2. The Contractor shall provide an experienced technician to supervise the location, — alignment, layout, dimensions and application of the paint. C. Rate of Application Paint shall be applied evenly to the pavement surface to be coated at a rate of 105 plus or minus five square feet per gallon. D. Paint Application Paint shall be applied to clean, dry surfaces and, unless otherwise approved, only when air and pavement temperatures are above 40°F. and less than 95°F. Paint temperature shall be maintained within these same limits. Paint shall be applied pneumatically with approved equipment at rate of coverage specified herein. The Contractor shall provide guidelines and templates as necessary to control paint application. Special precautions shall be taken in marking numbers, letters and symbols. All edges of markings shall be sharply outlined. The 2713-97 02577 - 2 0 maximum drying time requirements of the paint specifications will be strictly enforced to prevent softening of the bitumen and pick-up, displacement or discoloration by tires of traffic. If there is a deficiency in drying of the markings, painting operations shall be discontinued until cause of the slow drying is determined and corrected. E. Weather Limitations The painting shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty or foggy. 3.2 OBLITERATE EXISTING PAVEMENT MARKING Existing pavement marking on concrete pavement shall be obliterated by sandblasting. Care shall be taken during the removal operations to protect the pavement surface from damage. Existing pavement marking on asphalt pavement shall be obliterated by painting over the existing marking with black colored paint meeting the material and application requirements of these specifications. 3.3 DEFECTIVE WORKMANSHIP OR MATERIAL When any material not conforming to the requirements of the specifications or plans has been delivered to the project or incorporated in the work or any work performed is of inferior quality, such material or work shall be considered defective and shall be corrected as directed and shall be corrected as directed by the Engineer. END OF SECTION F. 2713-97 02577 - 3 SECTION 02900 SEEDING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 General Requirements, apply to Work of this Section. 1.2 SUMMARY A. This Section includes the following: 1. Seeding at all disturbed areas. 2. Establishment of grass. I 3. Fertilizers. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 2 Section "Excavation, Subgrade Preparation, Grading, Embankment and I I Topsoiling" for excavation, filling, grading, and topsoiling. r l 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and r Division 1 Specification Sections. d . B. Product certificates signed by manufacturers certifying that their products comply with specified requirements. 1. Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. 3. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. C. Certification of grass seed from seed vendor for each grass -seed mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. D. Material hest reports from qualified independent testing agency indicating and interpreting test results relative to compliance of the following materials with requirements indicated. 1. Analysis of existing surface soil. 2. Analysis of imported topsoil. E. Planting schedule indicating anticipated dates and locations for each type of planting. F. Maintenance instructions recommending procedures to be established by Owner for maintenance of landscaping during an entire year. Submit before expiration of required " maintenance periods. 2713-97 2900 - 1 1.4 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that landscaping is in progress. B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must demonstrate to Architect's satisfaction, based on evaluation of agency -submitted criteria conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. C. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil -testing agency stating percentages of organic matter, inorganic matter (silt, clay, and sand), deleterious material, pH, and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for growth of applicable planting material. State recommended quantities of nitrogen, phosphorus, and potash nutrients and any limestone, aluminum sulfate, or other soil amendments to be added to produce a satisfactory topsoil. 1.5 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.6 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions,. notify Architect before planting. 1.7 COORDINATION AND SCHEDULING . A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. 1.8 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. 2713-97 2900 - 2 F 1.9 MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until acceptable stand of grass is established, but for not less than the following periods: 1. Seeded: 60 days after date of Substantial Completion. a. When full maintenance period has not elapsed before end of planting season, �. or if lawn is not fully established at that time, continue maintenance during next planting season. B. Maintain and establish grasses by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a consistent stand of grass. i i C. Watering: Provide and maintain temporary piping, hoses, and watering equipment to convey water from sources and to keep grass uniformly moist to a depth of 4 inches. 1. Water grass at the minimum rate of 1 inch per week. l l D. Mow grass as soon as there is enough top growth to cut with mower set at specified height for principal species planted. Repeat mowing as required to maintain specified height without cutting more than 40 percent of the grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. E. Postfertilization: Apply fertilizer to grass after first mowing andwhen grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1.0 pound per 100 square yards of lawn area. PART 2 - PRODUCTS 2.1 GRASS MATERIALS A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed Analysts' "Rules for Testing Seeds" for purity and germination tolerances. 1. Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and minimum percentages of purity, germination, and maximum percentage of weed seed as indicated on Schedules at the end of this Section. 2.2 TOPSOIL l A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, 4 percent organic material minimum, free l of stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled on the site. Verify suitability of surface soil to produce topsoil meeting requirements and amend when necessary. Supplement with imported topsoil when quantities are insufficient. Clean topsoil of rroots, plants, sods, stones, clay lumps, and other extraneous materials harmful to l . plant growth. 0 2713-97 2900 - 3 F 2.3 FERTILIZER A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea -form, phosphorous, and potassium in the following composition: 1. Composition: 1.0 pound per 100 sq. yd. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Outline areas, and secure Owner's Representative acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. 1. A "Planting Soil Amendments Schedule" is included at the end of this Section. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1.5 inches in any dimension and sticks, roots, rubbish, and other extraneous materials. C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen. 1. Place approximately 1/2 the thickness of planting soil mixture required. Work into top of loosened subgrade to create a transition layer and then place remainder of planting soil mixture. 2713-97 2900 - 4 D. Grade grass areas to a smooth, even surface with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Remove trash, debris, stones larger than 1.5 inches in any dimension, and other objects that may interfere with planting or maintenance l operations. E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. l 3.5 SEEDING NEW GRASSED AREAS l A. Sow seed with a spreader or a seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 miles per hour. Evenly distribute seed by sowing equal quantities in 2 directions at right angles to each other. l . Do not use wet seed or seed that is moldy or otherwise damaged in transit or storage. B. Rake seed lightly into top 1/4 inch of topsoil, roll lightly, and water with fine spray. 3.6 CLEANUP AND PROTECTION A. During landscaping, keep pavements clean and work area in an orderly condition. B. Protect landscaping from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. B. Grassed Areas: Provide soil amendments in not less than the following quantities: 1. Weight of commercial fertilizer per acre: 400 pounds. 3.8 SEED MIXTURES SCHEDULE A. Full -Sun Mixture: Provide certified grass -seed blends or mixes, proportioned by weight, as follows: 2713-97 Quantity of Pure Max Live Seed for Pct. Proportion N= Mixture (lbs per acre) Weed Sd• 100 pct. Green Sprangletop 4.0 0.50 Sideouts Grama (El Reno) 8.0 Blue Grama 10.0 Buffalograss (treated) 6.0 Common Bermudagrass 16.0 (hulled) END OF SECTION 2713-97 2900 - 6 d SECTION 03300 PORTLAND CEMENT CONCRETE PART 1 GENERAL 1.1 DESCRIPTION This work shall consist of pavement composed of portland cement concrete, with or without reinforcement as shown on the plans constructed in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Concrete pavement shall be constructed with the use of conventional stationary forming as specified herein. The slip -form method of pavement construction will not be allowed. PART 2 PRODUCTS 2.1 FINE AGGREGATE Fine aggregate for concrete shall conform to the requirements of ASTM C33 and shall meet the requirements of Table 1. Table 1. - Requirements for Gradation of Fine Aggregates Sieve Designations (square openings) Percentage By Weight Passing Sieves 3/8-inch 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No. 50 10-30 No. 100 2-10 2.2 COARSE AGGREGATE 2713-97 A. Coarse aggregate shall conform to the requirements of ASTM C33 and Item No. 360, Concrete Pavement, of the Texas Department of Transportation 1993 Standard Specifications for Construction of Highways, Streets and Bridges. Gradation shall be in accordance with Table 2. 03300 - 1 Table 2. - Requirements for Gradation of Coarse Aggregates Sieve Designations (square openings) Concrete Percentage by Weight Passing Sieves 1-1/2 inch. - No. 4 2-inch -100 1-1/2-inch 95-100 1-inch --- 3/4-inch 35-70 1/2-inch -- 3/8-inch 10-30 No. 4 0-5 B. The aggregate shall have a maximum loss of 18 % when subjected to 5 cycles of the Magnesium Sulfate Soundness Test (ASTM C-88) C. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C131 or ASTM C535. D. Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or natural sand. Crushing shall result in a product in which the coarse aggregate shall have at least 95 % by weight of particles with one or more fractured faces and 75 % by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1. 2.3 CEMENT A. Cement shall conform to the requirements of ASTM C150, Type I or Type III, standard brand of cement. If the use of high, early strength cement is not required by these specifications, and the Contractor desires to use it, he shall obtain written permission of the Owner's Representative and shall assume all additional costs incurred by the use of such cement. If Type III cement is used, the average 7-day strength shall be higher than the average 3-day strength. B. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Owner's Representative before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. C. If, for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded, or used bags shall not be used. 2713-97 03300 - 2 H a. 2.4 PREMOLDED JOINT FILLER Premolded joint filler for expansion joints shall conform to the requirements of ASTM D1751 or ASTM D1752 as specified and shall be punched to admit the dowels where called for on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for �!- the joint, unless otherwise specified by the Owner's Representative. When the use of more than one t: piece is authorized for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Owner's Representative. 2.5 JOINT SEALER The joint sealer for the joints in the concrete pavement shall be in accordance with Section 7, JOINT SEALING FILLER, of these specifications and shall be of the type specified. 2.6 STEEL REINFORCING A. Bar mats for steel reinforcing shall conform to the requirements of ASTM A184 fabricated with bars conforming to the requirements of ASTM A615 or A616, Grade 60. Welded wire fabric for steel reinforcing shall conform to the requirements of ASTM A497 using deformed wire in both directions. B. Splices for bars shall be made as shown on the plans by lapping the bars the required amount and securely wiring them together. Where details of splices are not shown or where unanticipated splices are required, they shall be made in a location approved by the Owner's Representative and the length of lap shall be 30 bar diameters, but not less than 12 inches. C. Welded wire fabric shall be placed as shown on the drawings. Adequate methods for proper placing of the fabric and for maintaining proper position during placement of concrete will be required and shall be subject to approval of the Owner's Representative. Welded wire fabric shall overlap at splices a distance not less than the spacing of the cross wires plus 2 inches. 2.7 FIBER REINFORCEMENT A. Fiber reinforcement shall be 100 percent virgin polypropylene collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials. The physical characteristics of the fiber to be used shall be as follows: specific gravity: 0.91; tensile strength: 70 to 110 ksi; length of fibers: Ih-inch. B. Fibrous concrete reinforcement materials provided by this section shall produce concrete conforming to the requirements for each type and class of concrete listed. Quantities of fibers used shall conform to manufacturer's recommendations, unless otherwise directed by the Owner's Representative. 2.8 SMOOTH DOWEL BARS A. Unless otherwise specifically shown on the plans all dowel bars shall be plain round bars conforming to the requirements of ASTM A615, Grade 60. B. Dowels shall be fabricated or cut to length at the shop or mill prior to delivery to the site. Dowels shall be free of loose flaky rust and loose scale, and shall be clean and straight. Dowels shall be free of any burring or deformation. Before delivery to the construction site, F, 2713-97 03300 - 3 a minimum of two-thirds of the length of each dowel bar shall be painted with one coat of zinc -chromate paint. If plastic or epoxy -coated steel dowels are used, no paint coating is required, except when specified for a particular situation on the contract plans. Coated dowels shall conform to the requirements given in AASHTO M254. C. Split dowels, used at the Contractor's option, shall be of the threaded type, of approved design. The external and internal threaded portion of the split dowels shall conform to the thread designation as defined in the National Bureau of Standards Handbook H28. D. The sleeves for dowel bars at expansion joints shall be metal of an approved design to cover 2 to 3 inches of the dowel, with a closed end, and with a suitable stop to hold the end of the bar at least 1 inch from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. E. The diameter and length of the smooth dowel bars shall be as follows: Nominal Pavement Thickness Diameter Length Spacing (inches) (inches) (inches) (inches) 6-7 3/4 18 12 8-12 1 19 12 2.9 DEFORMED DOWEL BARS Deformed bars shall be used for dowel bars only in the locations specifically noted on the plans. The deformed bars shall conform to the requirements of ASTM A615, Grade 60. Deformed dowel bars may be sheared to length. 2.10 TIE BARS Tie bars shall conform to the requirements of ASTM A615, Grade 60. 2.11 WATER Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. If the water is of questionable quality, it shall be tested in accordance with and shall meet the suggested requirements of AASHTO T 26. Water testing shall be done at the discretion of the Owner's Representative. Water known to be of potable quality may be used without testing. Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass, or other foreign materials. 2.12 COVER MATERIAL FOR CURING A. Curing materials shall conform to one of the following specifications: 1. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2 (all resin base). 2. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. 2713-97 03300 - 4 u 3. White burlap -polyethylene sheeting for I curing concrete shall conform to the requirements of ASTM C171. r 4. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 2.13 ADMIXTURES A. The use of any material added to .the concrete mix shall be approved by the Owner's Representative. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Owner's Representative may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests will be made of samples taken by the Owner's Representative from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Admixtures shall not be used to replace cement. 1. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall be added to the mixer in the amount necessary to produce the specified air content. The air -entraining agent and the water reducer admixture shall be compatible. 2. Water -Reducing Admixtures. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C494, Type A, water -reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 3. High -Range Water -Reducing Admixtures. High -range water -reducing admixtures (super plasticizer) shall meet the requirements of ASTM C494, Type F or Type G. The high -range water -reducing admixture and the air entraining agent shall be compatible. PART 3 EXECUTION 3.1 GENERAL The Contractor shall furnish all,labor, materials and services necessary for and incidental to the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposed to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Owner's Representative. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 3.2 EQUIPMENT A. Equipment and tools necessary for handling materials and performing all parts of the work shall be approved by the Owner's Representative as to design, capacity, and mechanical condition. The equipment shall be at the job site before the start of construction operations for examination and approval. 2713-97 03300 - S 1. Batching Plant and Equipment. a. General. The batching plant shall include bins, weighing hoppers, and scales for the fine aggregate and for each size of coarse aggregate. If bulk cement is �- used, a bin, hopper, and separate scale for cement shall be included. The weighing hoppers shall be properly sealed and vented to preclude dusting during operation. — b. Bins and hopper. Bins with adequate separate compartments for fine aggregate and for each required size of coarse aggregate shall be provided in the batching plant. Each compartment shall discharge efficiently and freely into the -- weighing hopper. Means of control shall be provided so that, as the quantity desired in the weighing hopper is approached, the material may be added slowly and shut off with precision. A port or other opening for removing an overload of any one of the several materials from the hopper shall be provided. Weighing hoppers shall be constructed to eliminate accumulations of materials and to discharge fully. _ c. Scales. The scales for weighing aggregates and cement shall be of either the beam or the springless dial type. They shall be accurate within 0.5 percent throughout their range of use. When beam -type scales are used, provisions such ._ as a "telltale" dial shall be made for indicating to the operator that the required load in the weighing hopper is being approached. A device on the weighing beams shall clearly indicate critical position. Poises shall be designed to be — locked in any position and to prevent unauthorized change. The weight beam and "telltale" device shall be in full view of the operator while charging the hopper, and the operator shall have convenient access to all controls. Scales shall be inspected and sealed as often as the Owner's Representative may deem necessary to assure their continued accuracy. The Contractor shall have on hand not less than ten 50-pound weights. These weights shall be used for testing of all scales as directed by the Owner's Representative. 2. Mixers. a. General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. A device accurate within 3 percent and satisfactory to the Owner's Representative shall be provided at the mixer for determining the amount of air -entraining agent or other admixture to be added to each batch. Mixers shall be examined daily for the accumulation of hard concrete or mortar and the wear of blades. b. Central plant mixer. Mixing shall be in an approved mixer capable of combining the aggregates, cement, and water into a thoroughly mixed and uniform mass within the specified mixing period, and of discharging the mixture without segregation. Central plant mixers shall be equipped with an acceptable _ timing device that will not permit the batch to be discharged until the specified mixing time has elapsed. The water system for a central mixer shall be either 2713-97 03300 - 6 — r a calibrated measuring tank or a meter and shall not necessarily be an integral part of the mixer. The mixers shall be cleaned at suitable intervals and shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4-inch or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. C. Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C94. d. Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94. 3. Finishing Equipment. a. Finishing machine. The finishing machine shall be equipped with one or more oscillating -type transverse screeds. In lieu of a finishing machine, a vibratory screed, supplemented by hand-held vibrators, will be allowed for pavements constructed with concrete containing super -plasticizer. An adequate number of hand-held vibrators shall be provided to insure adequate consolidation of the concrete. b. Vibrators. For side -form construction, vibrators shall be the internal type with either immersed tube or multiple spuds, for the full width of the concrete slab. They may be attached to the spreader or the finishing machine, or they may be mounted on a separate carriage. They shall not come in contact with the joint, load -transfer devices, subgrade, or side forms. The frequency of the internal type shall not be less than 7,000 vibrations per minute for spud vibrators. When spud -type internal vibrators are used adjacent to the side forms, they shall have a frequency of not less than 3,500 vibrations per minute. Hand vibrators should be used to consolidate the concrete along forms and other isolated areas. 4. Concrete Saw. When sawing of joints is specified, the Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions and at the required rate. The Contractor shall provide at least one standby saw in good working order. An ample supply of saw blades shall be maintained at the site of the work at all times during sawing operations. The Contractor shall provide adequate artificial lighting facilities for night sawing. All of this equipment shall be on the job both before and at all times during concrete placement. 5. Forms. Straight side forms shall be made of steel having a thickness of not less than 7/32-inch and shall be furnished in sections not less than 10 feet in length. Forms shall be in one piece for the full depth required except as hereinafter permitted. Where the drawings require several different thicknesses for the same slab, forms may be built up with metal or wood to provide an increase in depth of not more than 25 percent. The required form depth may be obtained by securely bolting or welding to the bottom of the form a tubular metal section of the proper thickness or by securely bolting wood planks to the bottom of the form. The tubular metal section or wood planks shall completely cover the underside of the base of the form and shall extend beyond the 2713-97 03300 - 7 F edge of the base a sufficient distance to provide the necessary stability. The base width of the one-piece form, or built-up form, shall be not less than eight -tenths of the vertical height of the form, except that forms 8 inches or less in vertical height shall have a base width not less than the vertical height of the form. Flexible or curved forms of proper radius shall be used for curves of 100-foot radius or less. Flexible or curved forms shall be of a design acceptable to the Owner's Representative. Forms -- shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the spreading, consolidating and finishing equipment. Flange braces shall extend outward on the base not less than two-thirds the height of the form. Forms with battered top surfaces and bent, twisted, or broken forms shall be removed from the work. Repaired forms shall not be used until inspected and approved. Built-up forms shall not be used, except as approved by the Owner's Representative. The top face of the form shall not vary from a true plane more than 1/8-inch in 10 feet, and the upstanding leg shall not vary more than 1/4-inch. The forms shall contain provisions for locking _ the ends of abutting sections together tightly for secure setting. 3.3 FORM SETTING A. Forms shall be set sufficiently in advance of the concrete placement to insure continuous paving operation. After the forms have been set to correct grade, the grade shall be — thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place with not less than 3 pins for each 10-foot section. A pin shall be placed at each side of every joint. B. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/4-inch at any point. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled '^ prior to the placing of concrete. C. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. When any form has been disturbed or any grade has become unstable, the form shall be reset and rechecked. 3.4 CONDITIONING OF UNDERLYING COURSE A. The prepared grade shall be well moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Ruts or depressions in the subgrade or subbase caused by hauling or usage of other equipment shall be filled as they develop with suitable material (not with concrete or concrete aggregates) and thoroughly compacted by rolling in accordance with applicable sections of these _ specifications. The underlying course shall be accurately cut to grade and all excess material shall be removed prior to concrete construction. Low areas may be filled and compacted in a manner approved by the Owner's Representative, to a condition equal to that of the surrounding grade or, if permitted, filled with concrete integral with the pavement. B. In cold weather, the underlying subbase shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying — material will not be permitted. 2713-97 03300 - 8 C. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction of the subgrade or base course. Proof rolling shall be accomplished using a 25- ton pneumatic roller, or other rolling devices as approved by the Owner's Representative. Proof rolling shall be accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas which develop during proof rolling shall be corrected �^ immediately by the Contractor. 3.5 HANDLING, MEASURING, AND BATCHING MATERIAL A. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be built up in layers of not more than 3 feet in thickness. Each layer shall be completely in place before beginning the next layer and shall not be allowed to "cone" down over the next lower layer. Aggregates from different sources and of different grading shall not be stockpiled together. Improperly placed stockpiles will not be accepted. B. The Contractor shall maintain a stockpile of aggregates for ten days of concrete construction. C. Aggregates shall be handled from stockpiles or other sources to the batching plant in such manner to secure the specified grading of the material. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. The fine aggregate and coarse aggregate shall be separately weighed into hoppers in the respective amounts set by the Owner's Representative in the job mix. Cement shall be measured by weight. Separate scales and hopper, with a device to positively indicate the complete discharge of the batch of cement into the batch box or container, shall be used for weighing the cement. D. When required by the contract or when permitted, batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance of the actual presence in each batch of the entire cement content specified. E. When cement is placed in contact with the aggregates, batches may be rejected unless mixed within 1-1/2 hours of such contact. Batching shall be conducted so that the results in the weights of each material required will be within a tolerance of 1 percent for cement and 2 percent for aggregates. F. Water may be measured either by volume or by weight. The accuracy of measuring the water shall be within plus or minus 1 percent of required amounts. Unless the water is to be weighed, the water -measuring equipment shall include an auxiliary tank from which the measuring tank shall be filled. The measuring tank shall be equipped with an outside tap and valve to provide for checking the setting, unless other means are provided for readily and accurately determining the amount of water in the tank. The volume of the auxiliary tank shall be at least equal to that of the measuring tank. G. Methods and equipment for adding air -entraining agent or other admixtures to the batch, when required, shall be approved by the Owner's Representative. All admixtures shall be measured into the mixer with an accuracy of plus or minus 3 percent. 2713-97 03300 - 9 H. Fiber reinforcement shall be added to the concrete mixture at the batch plant by methods, and at quantities recommended by fiber manufacturer. Fibers shall be thoroughly mixed into the concrete. 3.6 PROPORTIONS A. Proportioning requirements for concrete shall be designed for the following compressive strengths at 28 days: Class A Concrete (30-inch curb and gutter, 30-inch gutter,. 4-inch sidewalks and wheelchair ramps) ........ 3,000 psi Class C Concrete (Portland cement concrete pavement and 6-inch miscellaneous concrete slabs) .......... 3,600 psi B. The proportioning requirements for Class C concrete shall also be designed to achieve _ a minimum 3,000 psi compressive strength at 7-days and for Class A concrete to achieve a minimum 2,100 psi compressive strength at 7-days. C. Prior to the start of paving operations and after approval of all material to be used in the _ concrete, the Contractor shall submit to the Owner's Representative for approval, test certificates from an approved commercial laboratory, on each of the concrete mixes proposed for use on the project. The Owner's Representative will review all concrete _ mix designs. No concrete shall be produced for use on the project prior to approval of a mix design by the Owner's Representative. Concrete mix test certifications shall include tests made on six (6) compressive strength test specimens (cylinders). Three (3) cylinders for each design shall be tested at 7 days and three (3) at 28 days. The costs of preconstruction mix designs and tests shall be borne by the Contractor. Additional test certificates shall be furnished by the Contractor at his expense if the material source is changed or if the construction phase tests indicate marked variations from the original _ preconstruction tests. Compressive strength shall be as specified above for the various classes of concrete at 28 days using test cylinders prepared in accordance with ASTM C31 and tested in accordance with ASTM C39. The mixes determined shall be workable concrete having a slump range of 3 to 5 inches for Class A concrete, and a slump range of 1 to 2-1/2 inches for Class C concrete. Slumps shall be as determined by ASTM C143. If high -range water -reducing admixtures (superplasticizers) are used, the initial — slump range of 1 to 2-1/2 inches for Class C concrete shall not exceed 5 inches after the addition of the high -range water -reducing admixture. D. The minimum cement content shall be maintained to produce concrete of suitable — durability and workability. The maximum water -cement ratio specified for concrete shall not be exceeded. Entrained air shall be required to increase durability and provide workability. _ E. The cement content and the water -cement ratio, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates, shall be in accordance with the following. The cement content shall be determined in accordance with ASTM _ C138. 2713-97 03300 10 F IF Class A Class C Minimum sack cement per cubic yard 5 5.5 Maximum gallons water per sack of cement 6.5 5.5 F. Air -entraining admixture shall be added in such a manner that will insure uniform distribution of the agent throughout the batch. The air content of freshly mixed air - entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air entrainment in the mix shall be 5-1/2 percent plus or minus 1-1/2 percentage points. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C 173 for highly porous coarse aggregate. All concrete shall be air -entrained concrete. 3.7 FIELD TEST SPECIMENS A. During construction, concrete samples shall be taken in the field to determine the consistency, air content and strength of the concrete. Compressive strength test specimens shall be made each day that concrete is placed. Test specimens will be made entirely at the discretion of the Owner's Representative. Each strength test shall consist of five (5) test cylinders made from the same batch of concrete. The test cylinders shall be molded in accordance with ASTM C31. At the start of concrete operations or when the aggregate source, aggregate characteristics or mix design is changed, additional groups of test cylinders may be required until the Owner's Representative is satisfied that the concrete mixture being used complies with the strength requirements of these specifications. B. Concrete pavement shall be tested for compressive strength on a lot basis. A lot will consist of each day's production. Two sets of cylinders, consisting of five (5) cylinders each, will be made for each lot. Random samples will be taken from the plastic concrete at the site in accordance with accepted statistical procedures. C. When it appears that the test specimens will fail to conform to the requirements for strength, the Owner's Representative shall have the right to order changes in the concrete sufficient to increase the strength to meet these requirements. When a satisfactory relationship between 7-day and 28-day strengths has been established and approved, the 7-day test results may be used as an indication of the 28-day strengths. However, the 7- day test results will not replace the results of the 28-day tests if the 28-day results fall below the requirement. 3.8 MIXING CONCRETE A. The concrete may be mixed in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. Ready -mixed concrete shall be mixed and delivered in accordance with the requirements of ASTM C94, except that the minimum required revolutions of the mixing speed for transit mixed concrete may be reduced to not less than that recommended by the mixer manufacturer. The number of revolutions recommended by the mixer manufacturer shall be indicated on the manufacturer's serial plate attached to the mixer. The Contractor shall furnish test data F2713-97 03300 - 11 F acceptable to the Owner's Representative verifying that the make and model of the mixer will produce uniform concrete conforming to the provisions of ASTM C94 at the reduced number of revolutions shown on the serial plate. B. When mixed in a central mixing plant, the mixing time shall not be less than 50 seconds nor more than 90 seconds. Mixing time ends when the discharge chute opens. Transfer time in multiple drum mixers is included in mixing time. The contents -of an individual mixer drum shall be removed before a succeeding batch is emptied therein. C. The mixer shall be operated at the drum speed as shown on the manufacturer's nameplate on the approved mixer. Any concrete mixed less than the specified time shall be discarded at the Contractor's expense. The volume of concrete mixed per batch shall not exceed the mixer's nominal capacity in cubic feet, as shown on the manufacturer's standard rating plate on the mixer. An overload up to 10 percent above the mixer's nominal capacity may be permitted provided concrete test data for segregation and uniform consistency are satisfactory, and provided no spillage of concrete takes place. The batch shall be charged into the drum so that a portion of the mixing water shall enter in advance of the cement and aggregates. The flow of water shall be uniform, and all water shall be in the drum by the end of the first 15 seconds of the mixing period. The throat of the drum shall be kept free of such accumulations as may restrict the free flow of materials into the drum. D. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The time elapsing from the time water is added to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 60 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted. All these operations must be performed within 45 minutes after the initial mixing operations and the water -cement ratio must not be exceeded. Admixtures for increasing the workability or for accelerating the set will be permitted only when specified in the contract. 3.9 LIMITATIONS OF MIXING A. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. B. Unless authorized in writing by the Owner's Representative, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F. C. When concreting is authorized during cold weather, the aggregates may be heated by either steam or day heat prior to being placed in the mixer. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. Unless otherwise authorized, the temperature of the mixed concrete shall not be less than 50 degrees F and not more than 80 degrees F at the time of placement in the forms. D. If the air temperature is 35 degrees F or less at the time of placing concrete, the Owner's Representative may require the water and/or the aggregates to be heated to not less than 70 degrees F nor more than 150 degrees F. Concrete shall not be placed on frozen subgrade nor shall frozen aggregates be used in the concrete. 2713-97 03300 - 12 E. During periods of warm weather when the maximum daily air temperature is likely to exceed 85 degrees F., the following precautions shall be taken. The forms and the underlying material shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when deposited in the forms exceed 90 degrees F. A retarder shall be used for concrete deposited in the forms when the temperature of the concrete exceeds 85 degrees F. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified �•- maximum. Concrete shall be placed in the forms continuously and rapidly at a rate adequate to assure finishing of the concrete prior to initial set of the concrete. The finished surface of the newly laid pavement shall be kept damp by applying a waterfog or mist with approved spraying equipment until the pavement is covered by the curing medium. 3.10 STRUCTURAL AND MISCELLANEOUS CONCRETE A. Placing Concrete. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into comers and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. B. Placing Reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved plastic chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. C. Embedded Items. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. D. Construction Joints. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work F2713-97 03300 - 13 F shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete which has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, — roughened slightly, wetted, and covered with a neat coating of cement paste or grout. E. Defective Work. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if any section is not constructed to the proper grade, or if the surface of the concrete is bulged, uneven or shows honeycomb, which in the opinion of the Owner's Representative cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. F. Surface Finish. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck - off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed — while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When — approved, the finishing can be done with a rubbing machine. G. Curing and Protection. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water - absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. — Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. When concrete is placed at temperatures below 400 F., the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50' and 100' F. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50' F. until at least 60% of the designed strength has been attained. 2713-97 03300 - "14 3.11 CONCRETE FOR PAVEMENTS A. Placing Concrete. 1. The concrete shall be deposited on the moistened grade to require as little rehandling as possible. Unless truck mixers, truck agitators, or nonagitating hauling equipment are equipped with means for discharge of concrete without J segregation of the materials, the concrete shall be unloaded into an approved spreading device and mechanically spread on the grade to prevent segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels and not rakes. Workmen shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. 2. When concrete is to be placed adjoining a previously constructed lane of pavement " and when mechanical equipment will be operated upon the existing lane of pavement, the concrete shall be at least 7 days old and at a compressive. strength approved by the Owner's Representative. If only finishing equipment is carried i on the existing lane, paving in adjoining lanes may be permitted after 3 days, if approved by the Owner's Representative. 3. Concrete shall be thoroughly consolidated against and along the faces of all forms and along the full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 15 seconds in any one location, nor shall the vibrators be used to move the concrete. 4. Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is well centered on the joint j" assembly. 5. Should any concrete materials fall on or be worked into the surface of a completed slab, they shall be removed immediately by approved methods. B. Strike -Off of Concrete and Placement of Reinforcement. 1. Following the placing of the concrete, it shall be struck off, using a finishing machine or a vibratory screed with supplemental hand-held vibrators, to conform r to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance 2713-97 03300 - 15 of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. 2. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale, or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire -brushed test specimen are not less than the applicable ASTM specification requirements. C. Joints 1. General a. Longitudinal and transverse joints. Longitudinal and transverse joints shall be constructed as indicated on the plans and in accordance with these requirements. All joints shall be constructed true to line with their faces — perpendicular to the surface of the pavement. Joints shall not vary more than 1/4-inch from a true line or from their designated position. The vertical surface of the pavement adjacent to all expansion joints shall be finished to a true plane and edged to a radius of 1/4-inch or as shown on the plans. The surface across the joints shall be tested with a 10-foot straightedge as the joints are finished and any irregularities in excess of 1/8-inch shall be corrected before the concrete has hardened. Transverse joints shall be at right angles to the centerline of the pavement and shall - extend the full width of the slab. The transverse joints in succeeding lanes shall be placed in line with similar joints in the first lane. All joints shall be so prepared, finished, or cut to provide a groove of the width and depth shown on the plans. The surface across the joints shall be tested with a 10-foot straightedge as the joints are finished and any irregularities in excess of 1/8-inch shall be — corrected before the concrete has hardened. Transverse joints shall be at right angles to the centerline of the pavement and shall extend the full width of the slab. The transverse joints in succeeding lanes shall be placed in line with similar joints in the first lane. All joints shall be so prepared, w finished, or cut to provide a groove of the width and depth shown on the plans. b. Tie bars. Tie bars shall consist of deformed bars installed principally in longitudinal joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals as shown on the plans. They shall be held in position parallel to the pavement surface and midway between the surfaces of the slab. When tie bars extend into an unpaved lane, they may be bent at right angles against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased, or enclosed in sleeves. c. Dowel bars. Dowel bars or other load -transfer units of an approved type — shall be placed across transverse or other joints in the manner as specified on the plans. They shall be of the dimensions and spacings specified and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid 2713-97 03300 - 16 4 r"* enough to permit complete assembly, as a unit ready to be lifted and placed into position. Dowels shall be placed by the bonded -in -place method. 1 Installation by removing and replacing dowels in preformed holes will not be permitted. Dowels in longitudinal and transverse construction joints shall be held securely in place parallel to the surface as indicated, by means of devices fastened to the form. Dowels in expansion joints and tie bars y and dowels installed within the paving lane shall be held securely in place as indicated, by means of rigid metal bars or wires so arranged as to r' provide rigid support for the dowels throughout the paving operation, with I a minimum of four continuous bars or wires extending across the paving lane. The dowels shall be welded to the assembly or held firmly by mechanical locking arrangements that will prevent the dowels from rising, sliding out, or becoming distorted during paving operations. The dowel assemblies shall be held securely in the proper location by means of ,r. } suitable pins or anchors. When split dowels are used, the female portion of the split dowel shall be securely fastened to the pavement form in such manner as to maintain the proper position and alignment of the dowel during concrete placement and so that no mortar or other foreign matter 1~ will enter the socket or coupling. Prior to assembly of split dowels, the external and internal threads shall be cleaned thoroughly to remove all cement, cement mortar, grit, dirt, and other foreign matter. In the final assembly of the split dowels a minimum torque of 200 foot-pounds shall be # applied. The spacing of dowels in longitudinal construction joints shall be as indicated except that where the planned spacing cannot be maintained because of form length or interference with form braces, closer spacing with additional dowels shall be used. Dowels in longitudinal joints shall be omitted when the center of the dowel would be located within a horizontal distance from a transverse joint equal to one-fourth of slab thickness. The method used in holding dowels in position shall develop such accuracy that the error in alignment of any dowel from its required position after the pavement has been finished shall be not greater than 1/8-inch per foot. t' yr The Contractor shall furnish an approved template for checking the position of the dowels. The portion of each dowel painted with rust preventative paint, as required under Paragraph 2-7, shall be thoroughly coated with asphalt MC-70, or an approved lubricant, to prevent the concrete from binding to that portion of the dowel. If free -sliding plastic -coated or epoxy -coated steel dowels are used, a lubrication bond breaker shall be used. 2. Installation. a. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means during the placing and finishing of the concrete. The premolded joint material shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. Dowel bars shall be checked for exact position and alignment as soon as the joint device is staked in place, and the device shall F2713-97 03300 - 17 e 2713-97 be tested to determine whether it is firmly supported. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent or 1/8-inch per foot of a dowel bar. Proper alignment may be obtained with well -fabricated dowel baskets and dowel assemblies. b. When joints in concrete pavements are sawed, the joints shall be cut as shown on the plans. Equipment shall be as described in Paragraph 3-2(d). The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8-inch wide and to the depth shown on the plans. When shown on the plans or required by the specifications, the top portion of the slot or groove shall be widened by means of a second shallower cut or by suitable and approved beveling to provide adequate - space for joint sealers. Sawing of the joints shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing consecutively in sequence of the concrete placement, unless otherwise approved by the Owner's Representative. �- 3. Longitudinal Joints. a. Construction. Longitudinal construction joints necessary for lane construction shall be formed against suitable side forms (usually made of steel), as indicated in the plans. Wooden forms may be used under special conditions, when approved by the Owner's Representative. Where butt - type joints with dowels are designated, the dowels for this type shall be painted and greased. The edges of the joint shall be finished with a grooving tool or edging tool, and a space or slot shall be formed along the joint of the dimensions, as indicated, to receive the joint sealing material. ` Longitudinal construction joints shall be sawed to provide a groove at the top conforming to the details and dimensions indicated on the plans. w Provisions shall be made for the installation of tie bars as noted on the plans. b. Contraction or weakened -plane type. The longitudinal groove sawed in the top of the slab shall be installed where indicated on the drawings. The groove shall be sawed with approved equipment in the hardened concrete to the dimensions required. The sawed groove shall be straight and of uniform width and depth. The groove shall be clean cut so that spalling will be avoided at intersections with transverse joints. Tie bars shall be installed across these joints where indicated on the plans. 4. Transverse Joints. a. Expansion. Transverse expansion joints shall be installed at the locations and spacing as shown on the plans. The joints shall be installed at right angles to the centerline and perpendicular to the surface of the pavement. The joints shall be installed and finished to insure complete separation of the slabs. Expansion joints shall be of the premolded type conforming to these specifications and with the plans and shall be the full width of the pavement strip. 03300 - 18 { r rol All concrete shall be cleaned from the top of the joint material. Before the pavement is opened to traffic, this space shall be swept clean and filled with approved joint sealing material. All devices used for the installation of expansion joints shall be approved by the Owner's Representative. They shall be easily removable without i disturbing the concrete and held in proper transverse and vertical alignment. Immediately after forms are removed, any concrete bridging the joint space at the ends shall be removed for the full width and depth of the joint. When specified, expansion joints shall be equipped with dowels of the dimensions and at the spacing and location indicated on the plans. The dowels shall be firnily supported in place and accurately aligned parallel to the subgrade and the centerline of the pavement by means of a dowel assembly which will remain in the pavement and will ensure that the dowels are not displaced during construction. Other types of load -transfer devices may be used, when approved by the Owner's Representative. b. Contraction. Transverse contraction joints, weakened -plane joints, or both, shall be installed at the locations and spacing as shown on the plans. These joints will be installed by sawing a groove into the concrete surface after the concrete has hardened in the same manner as specified in Paragraph 3-11(c)(3)b), of this Section. Dowel bar assemblies shall be installed, when required, as shown on the plans. fr' C. Construction. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The joint shall be located at a contraction or expansion joint. If J the pouring of the concrete has been stopped, causing a joint to fall in another location, it shall not be installed; but the fresh concrete shall be removed back to the previously spaced regular joint. Construction joints shall be doweled unless shown otherwise. d. Final Strike -Off, Consolidation, and Finishing: 1) Sequence. The sequence of operations shall be the strike -off and consolidation, floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations generally will not be permitted. If the application of water to the surface is permitted, it shall be applied as a fog spray by means of approved spray equipment. 2) Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load -transfer devices, joint assembly units, and 2713-97 03300 - 19 r 2713-97 other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in Paragraphs 3-10(a) and 3-11(a). After the concrete has been placed `y and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches from the joint. Segregated concrete shall be removed from the front of and off the joint; the screed shall be lifted and set directly on top of the joint, and the forward motion of the finishing machine shall be resumed. Thereafter,'the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete — immediately between the joint and the screed or on top of the joint. 3) Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by an approved finishing machine. The machine shall go over each area as many times and at such intervals as necessary to give the proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms are used, the tops of the forms shall be kept clean by an effective device attached to the machine, and the travel of the machine on the forms shall be maintained true without lift, wobbling, or other variation tending to affect the precision finish. During the first pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which _ the work is progressing, and so manipulated that neither end is raised from the side forms during the striking -off process. If ` necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas. 4) Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: In the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already 'deposited on the grade; or in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. The screed for the surface shall be at least 2 feet longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed r- either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of a suitable vibrator. 03300 - 20 i. i 5) Floating. After the concrete has been struck off and consolidated, it shall be further smoothed, trued, and consolidated by means of a longitudinal float, using one of the following methods: a) Hand Method. The hand -operated longitudinal float shall not be less than 12 feet in length and 6 inches in width, properly r stiffened to prevent flexibility and warping. The longitudinal 4 float, operated from foot bridges resting on the side forms and spanning but not touching the concrete, shall be worked with a sawing motion, while held in a floating position parallel to the pavement centerline and passing gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive advances of not more than one-half the length of the float. Any excess water or soupy material shall be wasted over the pavement edge or side forms on each pass. I b) Mechanical Method. The Contractor may use a machine composed of a cutting and smoothing float(s), suspended from and guided by a rigid frame. The frame shall be carried by four or more visible wheels riding on, and constantly in contact with, the side forms or pavement subbase. If necessary, long -handled floats having blades not less than 5 feet in length and 6 inches in width may be used to smooth and fill in open -textured areas in the pavement. Long -handled floats shall not be used to float the entire surface of the pavement in lieu of mechanical methods. When strike -off and consolidation are done by hand and the crown of the pavement will not permit the use of the longitudinal float, the surface shall be floated transversely by means of a long -handled float. Care shall be taken not to work the crown out of the pavement during the operation. v'r After floating, any excess water and laitance shall be removed from the surface of the pavement by a straightedge 10 feet or more in length. Successive drags shall be lapped one-half the length of the blade. 6) Straight -Edge Testing and Surface Correction. After the pavement has been struck off and consolidated and while the concrete is still plastic, it shall be tested for trueness with a 16-foot straightedge. For this purpose the Contractor shall furnish and use an accurate 16-foot straightedge swung from handles 3 feet longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance shall be removed from the surface of the pavement. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that 2713-97 03300-21 F 2713-97 the surface across joints meets the requirements for smoothness. Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long -handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. e. Surface Texture: The surface of the pavement shall be finished with either a broom or burlap drag finish for all newly constructed concrete pavements. 1) Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water ^ sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1 / 16 of an inch in depth. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be ... corrected. 2) Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard. To obtain a rough -textured surface, the transverse threads of the burlap should be removed approximately 1 foot from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired r wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 of an inch in depth. f. Surface Test: As soon as the concrete has hardened sufficiently, the pavement surface shall be tested with a 16-foot straightedge or other specified device. Areas in a slab showing high spots of more than 1/4-inch but not exceeding 1/2-inch in 16 feet shall be marked and immediately " ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4-inch or less. Where the departure from correct cross section exceeds 1/2-inch, the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Owner's Representative. _ Any areas or sections so removed shall be removed to the nearest joints in all directions. Removal of slabs shall be as specified in Paragraph 5. g. Curing: Immediately after the finishing operations have been completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured in accordance with one of the methods below. In all cases in which curing requires the use of water, the curing shall have prior right to all water supply or supplies. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2-hour 03300 - 22 during the curing period. The following are alternate approved methods for curing concrete pavements. 1) Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon to not more than 75 square feet. The curing compound shall be applied uniformly until the surface presents a uniform white appearance and completely conceals the natural color of the concrete. Curing compound shall be maintained for a curing period of 14 days, unless otherwise approved by the Owner's Representative. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by effective mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. Curing compound shall not be applied to the inside faces of joints to be sealed, but approved means shall be used to insure proper curing of such joint faces for 72 hours. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. 2) Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The units shall be lapped at least 18 inches. The sheeting shall be placed and weighted to cause it to remain in contact with the surface covered. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 72 hours after the concrete has been placed. 3) Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches. The paper shall be placed and weighted to cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly wetted prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 72 hours after the concrete has been placed. 4) White Burlap -Polyethylene Sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall r, 2713-97 03300 - 23 r 2713-97 be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully wetted and in position for 72 '— hours after the concrete has been placed. 5) Curing in Cold Weather. When the average daily temperature is below 40 degrees F, curing shall consist of covering the newly laid pavement with not less than 12 inches of loose, dry hay or straw, or equivalent protective curing authorized by the Owner's Representative, which shall be retained in place for 10 days. The -� hay or straw shall be secured to avoid being blown away. Admixture for curing or temperature control may be used only when authorized by the Owner's Representative. _ When the concrete is being placed and the air temperature may be expected to drop below 35 degrees F, a sufficient supply of straw, hay, grass, or other suitable blanketing material such as burlap or polyethylene shall be provided along the work. Any time the temperature may be expected to reach the freezing point during the day or night, the material so provided shall be spread over the pavement to a sufficient depth to prevent freezing of the concrete. The period of time such protection shall be maintained shall not be less than 10 days. A minimum of 3 days is required when high, early strength concrete is used. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. h. Removing Forms: Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has set for at least 12 hours, except where auxiliary forms are used temporarily in widened areas. Forms shall be removed carefully to avoid damage to the pavement. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in Paragraph 3-11(g). Major honeycombed areas shall be considered as defective work and shall be removed and replaced. Any area or section so removed shall be removed to the nearest joints in all directions. i. Sealing Joints: The joints in the pavement shall be sealed in accordance with Section 7, JOINT SEALING FILLER, of these specifications. j. Protection of Pavement: The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, or crossovers, etc. The location and type of device or facility required to protect the work and provide adequately for traffic shall be the responsibility of the Contractor. Any damage to the pavement occurring 03300 24 PW 1, vl- prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. In order that the concrete be properly protected against the effects of rain before the concrete is sufficiently hardened, the Contractor will be required to have available at all times materials for the protection of the edges and surfaces of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. k. Opening to Traffic: The Owner's Representative shall decide when the pavement shall be opened to traffic. The pavement will not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a minimum compressive strength of 3,200 pounds per square inch when tested in accordance with ASTM C39. If such tests are not conducted, the pavement shall not be opened to traffic until 28 days after the concrete was placed. Prior to opening to traffic, the pavement shall be cleaned. 1) Surface Tolerances: Extreme care must be exercised in all phases of the operation to assure the pavement will pass the specified tolerances. The following tolerances are applicable: a) Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot in 100 feet of pavement length or 0.02 foot in any one slab. b) Vertical deviation from established grade shall not exceed plus or minus 0.04 foot at any point. c) Surface smoothness deviations shall not exceed 1/4-inch from a 16-foot straightedge placed in any direction, including placement along and spanning any pavement joint or edge. 3.12 REPAIRS OF DEFECTIVE PAVEMENT SLABS A. General Broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as specified hereinafter at no cost to the Owner. B. Broken Slabs Pavement slabs containing multiple cracks through more than 1/4 of the depth of the slab separating the slab into three or more parts and pavement slabs with one or more cracks through more than 1/4 of the depth of the pavement extending diagonally across more than 1/3 of the slab either transversely or longitudinally shall be entirely removed and replaced. Pavement slabs containing a single diagonal crack intersecting the transverse and longitudinal joints within 1/3 of the width and length of the slab from the corner shall be repaired by removing and replacing the smaller portion of the slab. Repairs of broken slabs shall be made in conformance with Paragraph 5. C. Grooving and Repairing Cracks in Pavement Slabs "pr 2713-97 03300 - 25 ii 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 degrees F. at any time during hardening. 3.13 NONWORKING (UNCRACKED) CONTRACTION JOINTS When a transverse random crack terminates in or crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin mortar or grout and the crack shall be routed and sealed. When a transverse random crack approximately parallels the planned contraction joint and is within a distance of 25 percent of the slab length from a contraction joint, the crack shall be routed and sealed, and the joint shall be filled with epoxy -resin grout or mortar. When a transverse random crack is more than 25 percent of a slab length from the nearest contraction joint, both the joint and the crack shall be sealed. Joints to be filled with epoxy -resin mortar or grout shall be thoroughly cleaned. Cleaning and sealing of cracks and joints shall be as specified in Section 7, JOINT SEALING FILLER, of these specifications. 3.14 SPALLING ALONG JOINTS AND CRACKS Spalls shall be repaired by making a saw cut at least 1 inch outside the spalled area and to a minimum depth of 2 inches. When the spalled area abuts a joint, the saw cut shall be made to a depth of 2 inches or 1/6 the slab thickness, whichever is greater. The concrete between the r 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 2713-97 03300 26 � r i . 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 7, JOINT SEALING FILLER, of these specifications. 3.15 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS Defective pavement areas shall be removed and replaced as specified herein with pavements of the thickness and quality required by these specifications. The defective pavement shall be carefully removed in such manner that the adjacent pavement will not be damaged and the existing keys or dowels at the joints will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be made transversely across the slab in the required location, and the concrete shall be removed to provide an essentially vertical face in the remaining portion of the slab. Prior to placement of the fresh concrete, the face of the slab shall be cleaned of debris and loose concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be approximately 1/16-inch, and shall be applied by scrubbing a thin coat of grout into the surface with a stiff -bristle brush followed by a second application. Strips of polyethylene sheeting shall be placed on the vertical faces of adjacent slabs at the juncture with the slab to be patched as a bond -breaking medium. Placement of the fresh portland-cement concrete shall be accomplished while the epoxy -resin is still tacky and in such manner that the grout coating will not be removed. Longitudinal and transverse joints of the replaced slab or portion thereof shall be constructed as indicated. The joints shall be sealed as F2713-97 03300 - 27 F specified in Section 7, JOINT SEALING FILLER, 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. 3.16 TOLERANCE IN PAVEMENT THICKNESS A. The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with ASTM C174. The Owner's Representative may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched across the forms or in the plastic concrete behind the concrete placing operation. B. Areas found deficient in thickness shall be removed and replaced with concrete of the thickness shown on the plans at the Contractor's expense. If cores are used to determine the concrete thickness, the core holes shall be filled with non -shrink grout by the Contractor at the Contractor's expense. END OF SECTION 2713-97 03300 - 28 1 ; SECTION 03301 CONCRETE SLABS, CURB AND GUTTER AND MISCELLANEOUS CONCRETE WORK PART 1 GENERAL 1.1 DESCRIPTION This item shall consist of concrete curb and gutter, concrete gutter, concrete slabs, concrete sidewalks and wheelchair ramps, and other miscellaneous concrete work constructed in accordance with these specifications at the specified locations in accordance with the dimensions, lines and grades as shown on the plans or required by the Owner's Representative. PART 2 PRODUCTS 2.1 CONCRETE `I Concrete materials and reinforcing steel used in concrete slabs, curb and gutter and miscellaneous concrete work shall conform to the requirements of Section 5, PORTLAND j CEMENT CONCRETE, of these specifications. PART 3 EXECUTION 3.1 GENERAL The Contractor shall furnish all labor, materials and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce - satisfactory work; all work shall be subject to the inspection and approval of the Owner's Representative. The Contractor shall employ, at all times, a sufficient force of workmen of such r experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 3.2 PREPARING BASE AND SUBGRADE A. Excavation or filling for curb and gutters, slabs and other miscellaneous concrete work �,.. shall conform to the lines and grades as shown on the plans or as established in the field. Where concrete work is on fill, the fill material shall be placed in layers and given compaction, by appropriate methods in accordance with Section 2, EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING, of these specifications. Placing of curb and gutter or other concrete work on narrow embankment will not be permitted. Where curb and gutter or other concrete work is in "cut," the subgrade shall be excavated to the required depth and fine graded, sprinkled and tamped by hand tampers or other appropriate method. In any case the base and F2713-97 03301 - 1 F subgrade shall be brought uniformly to the grade required by the grades established in the field and the detail of the sections shown on the plans, and thoroughly compacted. B. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller, or other rolling devices as approved by the Owner's Representative. Proof rolling shall be accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas which develop during proof rolling shall be corrected immediately by the Contractor. 3.3 FORMS Forms for curb and gutter shall be approved type metal forms. The form sections shall be straight, free of warp and of a depth equal to the depth of the concrete section formed. Forms shall be constructed accurately to lines and grades as shown on the plans or as established in the field, shall be adequately braced so that they will not move during placing of the concrete, and -- shall remain in place at least twelve (12) hours after placing of concrete. Forms shall be oiled with a light oil before each use and forms which are to be reused shall be cleaned immediately after use and maintained in good condition. Forms for concrete slabs and other concrete work shall also conform to provisions of this paragraph. Forms for curb and gutter on curves with a radius of 150 feet or less shall be flexible steel forms. 3.4 MACHINE LAID CURB AND GUTTER A. The concrete curb and gutter sections may be formed with a curb and gutter laydown machine, provided the machine is capable of laying the curb and gutter to the proper guide, alignment and cross-section, and is equipped with adequate vibrators to produce a dense concrete free of honeycombs. B. Laydown machines that cannot meet the above requirements will not be acceptable for use. 3.5 PLACING A. Concrete shall be deposited in place in such a manner as to require the minimum of rehandling and shall be placed in a manner which will produce a uniformly dense section, free of honeycomb or other voids, conforming to the grade, thickness and shapes shown on the plans. Before placing concrete, the subgrade, base or subbase shall be sprinkled ` so that it is in a thoroughly moistened condition (but not muddy). The concrete base -- course shall be formed to the true section as shown on the plans for the various sections. The section shall be shaped by the use of a metal screed shaped to the true cross-section of the finished section, or by other method approved by the Owner's Representative. On curb and gutter sections, the front face of the curb shall be formed by a method approved by the Owner's Representative. B. During placing operations, should the cross-section of the newly -placed curb and gutter deviate from the cross-section shown on the plans, or other cross-section as approved by the Owner's Representative, by more than 1/8 inch, the Contractor shall make immediate corrections to the cross-section as required to produce the specified cross-section. The Contractor will be allowed a maximum of 100 linear feet of curb and gutter to make any adjustments required to produce the specified cross-section, within an allowable deviation 2713-97 03301 - 2 j of 1 /8 inch. Should the Contractor be unable to achieve the required cross-section within the allowed 100 linear feet of curb and gutter, all curb and gutter operations shall cease until the Contractor demonstrates, on a test site away from this project, the ability to produce the required curb and gutter cross-section. C. Any curb and gutter that deviates from the specified cross-section by more than 1/4 inch ram^ shall be removed and replaced by the Contractor at his expense. D. Concrete shall be thoroughly spaded or vibrated in order to eliminate honeycomb. Honeycombed places in the back of curb or face of gutter will not be permitted. Small honeycombed places shall be patched immediately as directed by the Owner's Representative. Concrete shall not be placed when the temperature is less than 40' F. and under no circumstances shall it be placed on frozen ground. 3.6 JOINTS A. Curbs and gutters shall be constructed with an expansion joint at the tangent point of each return at intersections and at the end of each day's concrete pour. A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's representative. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 21f2 inches; these joints shall be finished as specified under finishing. B. Expansion joint material shall be an approved pre -formed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 112 inch thick, and shaped to the section of the curb and gutter or other work. 3.7 FINISHING Curb and gutter, gutter, concrete slabs and other miscellaneous concrete work shall be accurately shaped to the cross section shown on the plans or approved by the Owner's Representative and finished to a surface of uniform texture by floating with a wood float and trowelling. The final finishing shall be done with a brush, the last stroke being one from the back of the curb to the lip of the gutter and transversely on other work. Both sides of all joints, the lip of the gutter and back edge of the curb shall be finished with an approved edging tool before the final brushing. Curbs at top and bottom of curb section shall be accurately shaped and finished and the finished curb and gutter shall present a uniform appearance without "waves" in the face of the curb or "pockets" in the gutters or slabs. Particular care shall be exercised at all valley gutters, both in setting forms and finishing, to insure that the shape of the gutter shall conform to the details of the plans and that no water pockets will be formed either in the gutter or the pavement. At construction joints the mortar shall be cut the full width of the joint in the base course. The construction and contraction joints shall be neatly formed and finished with an approved edging or grouting tool of such design to groove the joint approximately 3/4" in depth. 2713-97 03301 - 3 r 3.8 BACKFILLING After the concrete work has set sufficiently, the spaces adjacent to the structure shall be refilled to the required elevation with approved material in accordance with Section 2, EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING, of these specifications. 3.9 CLEANING AND RESTORATION OF SITE A. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders or as ordered by the Owner's Representative. The Contractor shall restore all disturbed areas to their original condition, unless otherwise shown on the drawings. B. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear and in good condition. C. Performance of the work described in this section is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for the structure. END OF SECTION 2713-97 03301 4 r� i SECTION 03302 JOINT SEALING FILLER PART 1 GENERAL 1.1 DESCRIPTION This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints in pavements. PART 2 PRODUCTS 2.1 JOINT SEALERS A. Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. B. Joint sealing materials shall be machine -applied. Hand -mixed joint sealing materials will not be allowed. Joint sealing materials shall meet the requirements of one or more of the following: 1. ASTM D3405 - JOINT SEALANTS, HOT -POURED, FOR CONCRETE AND ASPHALT PAVEMENTS, to be used in joints between portland cement concrete and bituminous concrete. 2. ASTM D3406 - JOINT SEALANTS, HOT -POURED, ELASTOMERIC-TYPE, FOR PORTLAND CEMENT CONCRETE PAVEMENTS, to be used for all other joints in portland cement concrete pavement. 2.2 BACKER ROD AND BOND BREAKER Backer rod shall be an extruded, closed cell polyethylene or urethane material designed for filling joints and shall be compatible with the joint sealing material. The diameter of the backer rod shall be approximately 25 percent greater than the width of the joint. A non-metallic bond breaker will be required if the backer rod material adheres to the joint sealing material. PART 3 EXECUTION 3.1 TIME OF APPLICATION Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment traffic. The pavement temperature shall be above 50' F., or as recommended by joint sealing material manufacturer, at the time of installation of the joint sealing material. F2713-97 03302 - 1 3.2 PREPARATION OF JOINTS Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. The joints shall be _ sandblasted immediately prior to the sealing operation unless otherwise directed by the Owner's Representative. The sandblasted joints shall be cleaned out by the use of an oil free high pressure ' air jet. The final blowing operation shall precede the sealing operation by no more than $0 feet. After the joints have been blown by air, the compressible filler shall be installed in the joint followed by the installation of the bond breaker. The bond breaker shall be as recommended by the manufacturer of the sealing material. The joint faces shall be surface dry when the seal is applied. 3.3 INSTALLATION OF SEALANTS A. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Owner's Representative before sealing is allowed. Sealants shall be installed in accordance with the following requirements. B. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type, constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20T. below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type extruding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. C. After the sealant has been allowed sufficient time to cure, the joint shall be checked for depressions. If depressions greater than 1/8-inch occur, additional sealant shall be applied to completely fill the joint. END OF SECTION y 2713-97 03302 - 2 SECTION 10440 SPECIALTY SIGNS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this Section. 1.2 SCOPE OF WORK A. Extent of the specialty signs is shown on the drawings and specified in these special provisions. 1.3 QUALIFICATIONS A. Employ a Signs and Graphics Specialist Subcontractor to prepare shop drawings and samples, manufacture, fabricate, assemble, and install work of this Section, who is able to demonstrate an experienced and completed project record satisfactory to the Architect. B. Assume responsibility of the quality of materials and workmanship required for the execution of the work. C. Guarantee all materials and workmanship for a period of two (2) years after the final acceptance of the work, and, if during this period any defects of faulty materials are found, immediately upon notification of the Owner's representative, proceed at own expense to remedy the condition together with any damage to the surrounding finishes or furnishings occurring as a result of the defect. D. Defects include but are not necessarily limited to: 1. Detachment of anchors from the base building or sign substrates. 2. Delamination or discoloration of adhesives and painted or other coatings. 3. Deformation of exposed sign surfaces. 1.4 SUBMITTALS 2713-97 A. Product Data: Submit manufacturer's specification including paint label analysis, application instructions for each material specified, and instructions for handling, storage, installation, protection, and maintenance of each product. B. Shop Drawings: Shop drawings shall be submitted to the Architect in the following manner: 1. One (1) sepia and one (1) blueline print of each drawing. C. Schedule: Upon successful bidder receiving award of contract, he shall prepare the following within ten (10) working days: 1. Complete schedule of shop drawing and sample submittal dates. 2. Complete schedule of Sign Package Production presuming ten (10) working days for Architect's review of shop drawings and samples (from submittal dates). M11V0 F 1.5 SAMPLES A. Submit full size samples on actual materials and with actual colors as specified, for the following sign type drawings to the Architect for approval. Where feasible, approved samples may be included in the work. Paint samples shall be 8" x 10" and clearly identified on backside. 1. Sign Types C, D, E, F, K, N, O, R and T. 1.6 COORDINATION A. Furnish information to and coordinate with related trades to assure a satisfactory completion of the work. In all cases where installation of mounting hardware involves other trades, all -- coordination with other trades shall be through the General Contractor. Furnish hardware, templates, and instructions at the appropriate time. 1.7 PERMITS A. Obtain and pay for all permits required for execution of the work. 1.8 U.L. STANDARDS A. Provide electrical components and component assemblies for each item of illuminated sign equipment which bear either "recognized markings" as indicated in UL listings of the "recognized component index," or a UL label, to show compliance with UL standards. PART 2 - PRODUCTS 2.1 CONFORMANCE TO REQUIREMENTS A. Products shall conform to the requirements specified for the particular item; and where these requirements are not specified in detail, the materials shall be suitable for the intended usage of the item. The materials listed below shall conform to the respective specifications and other requirements as designated below. 2.2 MATERIALS A. Provide colors, finishes, and materials as shown or specified. B. Acrylic: Acrylic sign finish shall be smooth, free of scratches, gouges, air bubbles, bulging, glass fiber strands between surface and background color, foreign matter, and other imperfections. Plexiglas manufactured by Atohaas, Independence Mall West, 6th and Market .— Street, Philadelphia, Pennsylvania 19106. Acrylic manufactured by American Cyramid or equal. Matte finish. 1. Permanent room identification plaques shall conform to ADA requirements for raised and brailled messages and pictograms. C. Vinyl die -cuts: 3M "Scotchcal" or approved equal. D. Aluminum: All aluminum specified shall have a color or finish as noted. Panel signs shall use _ thickness which will prevent oil canning or any other unevenness. 2713-97 10440-2 E. Hardware: 1. All mountings and assemblies shall be executed in a concealed fashion. 2. Anchors, inserts, and fasteners shall be compatible with sign materials, shall not result in galvanic action or chemical interaction of adhesives and shall have demonstrative and sufficient strength for intended use. F. Paint: t 1. For sign boards, sign posts, and sign structures: Imron 5000 by dupont or approved equal. a. Include paint system complete with substrate cleaner(s), primers and finish coating as required by metal manufacturer and paint manufacturer to meet contract requirements. b. Sheen: eggshell. c. Provide a minimum of two coats, allowing proper curing time between coats. d. Apply with spray equipment. e. Colors: Provide colors to match those shown on the drawings. 1'" G. Fiber Reinforced Polyester - Fiber reinforced polyester panels reinforced with encapsulated E; impact -resistant polyurethane cores. 1. Apply glare -free coatings with ultraviolet - light inhibitors to a minimum thickness of two r mils. 2. Molded faces with a minimum thickness of 1/8", 3/16" radiused edges. H. Adhesives: 1. Silicone adhesive: "GE 1300" or equivalent clear adhesive. k 2. "3M" or equivalent. a. Foam -cored, double -sided tape suitable for use in an exterior environment. r" 3. Ensure adhesives are compatible with sign and substrate materials and finishes. I. Interior Graphics Panels: Equal to Scotchprint Electronic Graphics System, four color reproduction on transfer media, transferred to marking film and protected with interior protective clear film matte finish, 4 mil vinyl. J. Reflective Sheeting: 1. 3M "Scotchlite" High Intensity Grade, Pressure Sensitive, or approved equal, color as r- indicated on drawings. 2.3 FABRICATION AND MANUFACTURE A. Verification: Contractor shall verify and be responsible for all dimensions and conditions shown by these drawings. Written dimensions on the drawings shall have precedence over scaled dimensions. B. Notification: The Architect shall be notified of any discrepancies in the drawings or Graphic Schedule, in field dimensions or conditions and/or changes required in construction details. C. Fabricate signs to allow for adequate clearances around perimeter of system to enable proper installation. Fabricate to allow for thermal movement. D. Provide structural reinforcing within signs as required to maintain rigidity and to accommodate design loads. E. Provide the following, and indicate on shop drawings: Provide internal signage lighting an lighting for internally lit lettering, complete, for connection to stubbed in power supply indicated on electrical drawings. Provide lighting to accommodate future sign panels at tenant sign types. Provide even illumination appropriate for sign size and type, and provide access for servicing and the changing of bulbs. 2713-97 10440-3 F. Fit and assemble the work at the shop to the greatest extent possible. Disassemble only as required for shipment and erection. G. Design Intent: Details on the drawings are intended to establish the exterior appearance of the work. Contractor may change the interior construction shown to conform to his/her shop practice, in a manner that does not conflict with other portions of the specification. H. Visible screwheads and fasteners shall occur only at locations indicated on the drawings and approved submittals. I. Ensure that all edges and comers of finished letterforms and graphics are true and clean. Do not use letterforms and graphics with rounded positive or negative comers, nicked, cut , or ragged — edges. J. Finish and paint all corners and edges of sign plaques. All corners and edges are to be eased. 2.4 GRAPHICS APPLICATION A. Typeface: Use Futura Bold and Futura Medium as indicated by the drawings and the Sign Schedule. B. Original Artwork: Original art shall be defined as artwork that is a first generation reproduction of the specified art. Edges and corners shall be clean; rounded corners, cut or ragged edges, edge build-up, bleeding or surface pinholes will not be accepted. Artwork will be provided where noted. . . C. Colors: Colors are specified on the Sign Detail Drawings. D. Labels: No labels or any form of identification other than shown or specified in the Sign Schedule shall appear anywhere on any signs. PART 3 - EXECUTION 3.1 INSPECTION A. Inspect conditions of locations and surfaces on which signs will be installed. Do not proceed with installation until defects or errors have been corrected. 3.2 WALK THROUGH A. The Sign Contractor is to arrange a meeting with the Architect at the site for the final location and alignment of all sign elements. 3.3 INSTALLATION A. Install signs at locations shown on drawings. Ensure that signs are installed plumb and true, at mounting heights indicated, and by method shown or specified. Successful bidder to notify the Architect within ten (10) days of award of contract of installation schedule. 3.4 PROTECTION A. Protect the work and adjacent work and materials against damage during progress of the work r until completion. Wrap finished work with paper, polyethylene film, or strippable waterproof tape for shipment and storage, and protect from damage during installation. 2713-97 10440-4 0 Y 3.5 ADJUST AND CLEAN A. Repair any damage to signs incurred during installation to the satisfaction of the Architect. Replace signs which cannot be repaired to new condition. Clean glass, frames, and other sign surfaces, adjust hardware and electrical equipment for proper operation. Remove sign waste rob and debris from site. Signage Contractor shall arrange with the General Contractor for use of t; his/her waste receptacles. PART 4 - SIGN SCHEDULE 4.1 DESCRIPTION OF THE SIGN SCHEDULE A. The Sign Schedule lists the identification, quantity, and message(s) of every sign for the work and shows where to find other pertinent information regarding each sign. Quantities, references, and remarks shown on the Sign Schedule shall have precedence over drawings. If discrepancies in quantity are found between the specifications and the drawings, the Architect shall be notified at once. 4.2 SIGN TYPE A. Each sign is identified by type and an item number (A.01). 4.3 COPY AND GRAPHICS (MESSAGE) A. The copy and graphics for each sign is shown in the Sign Schedule approximately as they shall appear and shall be upper and lower case or all capital letters as shown in the Sign Details. Symbols or diagrams, when they occur, are indicated in the Sign Schedule and illustrated in the Sign Details. 4.4 SHEET/DETAIL A. Refer to the construction detail or details and the graphic layout details for each sign. The number identifies the page the drawing is on. 4.5 QUANTITY A. Quantity shown is that of each sign on each location drawing. In some cases, attic stocks of small signs may be requested, in addition to the initial required quantity. 4.6 LOCATION NUMBER 2713-97 A. Identifies a particular sign location on the sign location plan. ME 4.7 COPY CHANGES A. ' The Architect and/or Client may make changes and/or adjustments to the grids shown on the drawings, prior to sign fabrication, with no additional payment to Contractor, provided there is no increase in the total amount of graphic items (i.e., arrows, symbols, copy, etc.) shown. PART 5 - PRICING 5.1 PRICE A. Breakdown of bid price shall be provided indicated in the proposal. 5.2 BID BREAKDOWN A. The bid shall be put together so that the signs are unit priced. 5.3 UNIT PRICE PROTECTION A. The Signage Subcontractor shall provide a unit price guarantee for the duration of the project to the General Contractor. Furthermore, he shall also provide a schedule of unit prices to the Owner, that shall be guaranteed for a period of two (2) years, after the completion of installation. END OF SECTION 2713-97 10440-6 SECTION 16111 CONDUIT PART1 GENERAL 1.1 SECTION INCLUDES a. Metal conduit. b. Electrical metallic tubing. C. Nonmetal conduit. d. Flexible nonmetallic conduit. e. Fittings and conduit bodies. 1.2 RELATED SECTIONS a. Section 16130 - Boxes. b. Section 16170 - Grounding and Bonding. C. Section 16190 - Supporting Devices. d. Section 16195 - Electrical Identification. 1.3 REFERENCES a. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. b. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI C80.5 - Rigid Aluminum Conduit. d. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. e. ANSI/NFPA 70 - National Electrical Code. f. NECA "Standard of Installation." g. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. h. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 2713-97 1.4 DESIGN REQUIREMENTS a. Conduit Size: ANSI/NFPA 70. 1.5 PROJECT RECORD DOCUMENTS a. Submit under provisions of General Conditions. b. Accurately record actual routing of all conduits. 1.6 REGULATORY REQUIREMENTS a. Conform to requirements of ANSI/NFPA 70. b. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.7 DELIVERY, STORAGE, AND HANDLING -- a. Deliver, store, protect, and handle Products to site under Conditions. Provisions of this Section and General b. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. d. Protect PVC conduit from sunlight. 1.8 PROJECT CONDITIONS a. Verify that field measurements are as shown on Drawings. b. Verify routing and termination locations of conduit prior to rough in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. _ 2. CONDUIT REQUIREMENTS: a. Size: 2" unless otherwise specified. b. Underground Installations: Utilize Rigid Galvanized conduit above 30" below grade. At 30" below grade and lower utilize schedule 80 PVC or schedule 40 PVC conduit. C. Outdoor Locations, Above Grade: Use rigid aluminum conduit. _ d. In Slab Above Grade: 2713-97 16111-2 } 1. Use rigid galvanized conduit and thick wall nonmetallic conduit. 2. Maximum Size Conduit in Slab: See drawings. e. Wet and Damp Locations: Use rigid aluminum conduit. f. Dry Locations: 1. Concealed: Use rigid steel and aluminum conduit, intermediate metal conduit or electrical metallic tubing. 2. Exposed: Use rigid aluminum conduit. 2.2 METAL CONDUIT a. Rigid Aluminum Conduit: ANSI C80.5. b. Fittings and Conduit Bodies: ANSUNEMA FB 1; material to match conduit. 2.3 ELECTRICAL METALLIC TUBING (EMT) a. Description: ANSI C80.3; galvanized tubing. b. Fittings and Conduit Bodies: ANSUNEMA FB 1; steel or malleable iron, compression type. 2.4 NONMETALLIC CONDUIT a. Description: NEMA TC 2; Schedule 40 or 80 PVC. b. Fittings and Conduit Bodies: NEMA TC 3. 3 EXECUTION: a. Install conduit in accordance with NECA "Standard of Installation". b. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. d. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and splint hangers. e. Group related conduits; support using conduit rack. Construct rack using steel channel or strut product; provide space on each for 25 percent additional conduits. f. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. 2713-97 16111-3 g. Do not supportconduit with wire or perforated pipe straps. Remove wire used for temporary supports. h. Do not attach conduit to ceiling support wires. i. Arrange conduit to maintain headroom and present neat appearance j. Route exposed conduit parallel and perpendicular to walls. k. Route conduit installed above accessible ceilings parallel and perpendicular to walls. 1. Route conduit in and under slab from point-to-point. In. Do not cross conduits in slab. n. Maintain adequate clearance between conduit and piping. 0. Maintain 12-inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F (40 degrees Q. P. Cut conduit square using saw or pipecutter; de -burr cut ends. q. Bring conduit to shoulder of fittings; fasten securely. r. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for 20 minutes, minimum. S. Use conduit hubs to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. t. 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 hydraulic one-shot bender to fabricate or factory elbows for bends in rigid aluminum conduit larger than 2-inch size. U. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. V. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. W. Provide suitable pull string in each empty conduit except sleeves and nipples. X. Use suitable caps to protect installed conduit against entrance of dirt and moisture. Y. Ground and bond conduit under provisions of Section 16170. Z. Identify conduit under provisions of Section 16195. 2713-97 16111-4 ii. 3.2 INTERFACE WITH OTHER PRODUCTS a. Install conduit to preserve fire resistance rating of partitions and other elements. l� END OF SECTION x ram+ 7' i Pr 2713-97 16111-5 1.' A N SECTION 16123 BUILDING WIRE AND CABLE 1. GENERAL 1.1 SECTION INCLUDES a. Building wire and cable. b. Underground feeder and branch circuit cable. C. Wiring connectors and connections. 1.2 RELATED SECTIONS a. Section 16111 - Conduit. b. Section 16130 - Boxes. C. Section 16195 - Identification. 1.3 REFERENCES a. ANSI/NFPA 70 - National Electrical Code. 1.4 SUBMITTALS a. Submit under provisions of General Conditions. b. Product Data: Provide for each cable assembly type. C. Test Reports: Indicate procedures and values obtained. 1.5 REGULATORY REQUIREMENTS a. Conform to requirements of ANSI/NFPA 70. 2713-97 b. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.6 PROJECT CONDITIONS a. Verify that field measurements are as shown on Drawings. 16123 - 1 b. Wire and cable routing shown on Drawings is approximate unless dimensioned. Route wire and cable as required to meet Project Conditions. C. Where wire and cable routing is not shown,.and destination only is indicated, determine exact routing and lengths required. 1.7 COORDINATION a. Coordinate work with other trades. b. Determine required separation between cable and other work. C. Determine cable routing to avoid interference with other work. 2. PRODUCTS -- 2.1 MANUFACTURERS - BUILDING WIRE AND CABLE: a. Cable to be as manufactured by Carol Cable, Triangle PWC, Inc., Capital Wire & Cable Corp. or approved equal. b. Building Wire and Cable 1). Description: Single conductor insulated wire. 2). Conductor: Copper. 3). Insulation Voltage Rating: 600 volts. 4). Insulation: ANSI/NFPA 70; Type THHN/THWN or XHHW insulation for feeders and branch circuits larger than 4 AWG; Type THWN insulation for feeders and branch circuits 6 AWG and smaller. 3. EXECUTION: 3.1 EXAMINATION _ a. Verify that interior of building has been protected from weather. b. Verify that mechanical work likely to damage wire has been completed. -- 3.2 INSTALLATION a. Install products in accordance with manufacturers instructions. b. Use copper conductor not smaller than 12 AWG for power and lighting circuits. 2713-97 16123 - 2 I i C. Use copper conductor not smaller than 16 AWG for control circuits. d. Use 10 AWG copper conductors for 20 ampere, 120 volt branch circuits longer than 75 feet. e. Use 10 AWG copper conductors for 20 ampere, 277 volt branch circuits longer than 200 feet. f. Pull all conductors into raceway at same time. g. Use suitable wire pulling lubricant for building wire 8 AWG and larger. h. Use fittings suitable cable and connectors. i. Neatly train and lace wiring inside boxes, equipment, and panelboards. j. Clean conductor surfaces before installing lugs and connectors. r k. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 1. Use solderless connectors with cover for copper conductor splices and taps, 8 AWG and larger. Utilize O-Z/Gedney Type XW, XTP with XWC or XTPC covers, or equivalent approved by Engineer. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. m. Use solderless pressure connectors with insulating covers or spring wire connectors for copper conductor splices and taps, 10 AWG and smaller. �r 3.3 INTERFACE WITH OTHER PRODUCTS a. Identify wire and cable under provisions of Section 16195. r^ b. Identify each conductor with its circuit number or other designation indicated on Drawings. r 3.4 FIELD QUALITY CONTROL I; a. Perform field inspection and testing under provisions of General Conditions. b. Inspect wire for physical damage and proper connection. r.Y C. Measure tightness of bolted connections. d. Utilize accurate torque wrench to tighten bolts and nuts on MCC. e. Verify continuity of each branch circuit conductor. 2713-97 16123 - 3 f. Verify that all non -grounded conductors have an open circuit to ground. END OF SECTION 2713-97 16123 - 4 SECTION 16130 BOXES 1. GENERAL 1.1 SECTION INCLUDES a. Pull and junction boxes. 1.2 RELATED SECTIONS a. Section 16140 - Wiring Devices: Wall plates in finished areas. b. Section 16160 - Cabinets and Enclosures. 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. General Conditions - Contract Closeout: Submittals for Project closeout. b. Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents. 1.5 REGULATORY REQUIREMENTS a. Conform to requirements of NFPA 70. b. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. 2713-97 16130 -1 2. PRODUCTS 2.1 PULL AND JUNCTION BOXES — a. Sheet Metal Boxes: NEMA OS 1, galvanized steel b. Hinged Enclosures: As specified in Section 16160. C. Surface Mounted Cast Metal Box: NEMA 250, Type 4 flat -flanged, surface mounted junction box: 1. Material: Galvanized cast iron, Cast aluminum. — 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. 2.3 CONDUIT SEAL -OFF FITTINGS a. Sealing fittings shall be manufactured of ASTM 80 Gray Iron. - b. Sealing fittings shall be Crouse -Hinds series EYS of the appropriate size, or equivalent approved by Engineer. -- c. Sealing compound shall be supplied by the same manufacturer as the sealing fitting. — 3. EXECUTION 3.1 INSTALLATION a. Install boxes in accordance with NECA "Standard of Installation." b. -Install in locations as shown on Drawings and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. "- C. Set wall mounted boxes at elevations to accommodate mounting heights indicated. d. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate -- intended purpose. e. Orient boxes to accommodate wiring devices as specified in Section 16140. f. Maintain headroom and present neat mechanical appearance. g. Support boxes independently of conduit. 2713-97 16130 -2 h. Use cast outlet box in exterior locations and wet locations. i. Large Pull Boxes: Use hinged NEMA I enclosure in interior dry locations, surface -mounted NEMA 3R or 4x metal box in other locations. 3.2 INTERFACE WITH OTHER PRODUCTS a. Coordinate installation of outlet box for equipment to be connected. 3.3 ADJUSTING a. General Conditions - Contract Closeout: Adjusting installed work. b. Install bolted knockout closures in unused box openings. 3.4 CLEANING a. General Conditions - Contract Closeout: Cleaning installed work. b. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. END OF SECTION 2713-97 16130 -3 SECTION 16170 GROUNDING AND BONDING 1. GENERAL 1.1 SECTION INCLUDES a. Grounding conductors. b. Equipment grounding conductors. C. Bonding. 1.2 RELATED SECTIONS a. Section 03300 - Cast -In -Place Concrete. 1.3 REFERENCES a. ANSI/NFPA 70 - National Electrical Code. 1.4 PERFORMANCE REQUIREMENTS a. Grounding System Resistance: 10 ohms. 1.5 SUBMTITALS a. Manufacturer's Instructions: Include instructions for storage, handling, protection, examination, preparation and installation of exothermic connectors. 1.6 PROJECT RECORD DOCUMENTS a. Submit under provisions of General Conditions. b. Accurately record actual locations of grounding electrodes. 1.7 QUALIFICATIONS a. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. 1.8 REGULATORY REQUIREMENTS a. Conform to requirements of ANSI/NFPA 70. 2713-97 16170 - 1 b. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 2. PRODUCTS 2.3 WIRE a. Material: Copper. 3. EXECUTION 3.1 EXAMINATION a. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION a. Install Products in accordance with manufacturer's instructions. Exothermically weld all connections. b. Provide bonding to meet Regulatory Requirements. 3.3 FIELD QUALITY CONTROL a. Inspect grounding and bonding system conductors and connections for tightness and proper installation. b. Use suitable test instrument to measure resistance to ground of system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall -of -potential method. END. OF SECTION 2713-97 16170 - 2 SECTION 16190 SUPPORTING DEVICES 1. GENERAL 1.1 SECTION INCLUDES a. Conduit and equipment supports. b. Anchors and fasteners. 1.2 REFERENCES a. NECA - National Electrical Contractors Association. b. ANSI/NFPA 70 - National Electrical Code. 1.3 REGULATORY REQUIREMENTS a. Conform to requirements of ANSI/NFPA 70. b. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 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. 2713-97 16190 - 1 4. Sheet Metal: Use sheet metal screws. 5. Wood Elements: Use wood screws. 3. EXECUTION 3.1 INSTALLATION a. Install products in accordance with manufacturer's instructions. b. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. d. Obtain permission from Architect/Engineer before drilling or cutting structural members. e. 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. f. Install surface -mounted cabinets and panelboards with minimum of four anchors. g. In wet and damp locations use steel channel supports to stand cabinets and panelboards one inch off wall. h. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 2713-97 16190 - 2 SECTION 16195 ELECTRICAL IDENTIFICATION 1. GENERAL 1.1 SECTION INCLUDES a. Nameplates and labels. b. Wire and cable markers. . 1.2 REFERENCES a. ANSI/NFPA 70 - National Electrical Code. 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. C. Letter Size: l . Use 1/4-inch letters for identifying individual equipment and loads. 2. Use 1/4-inch letters for identifying grouped equipment and loads. 2.2 WIRE MARKERS: a. Description: Cloth, tape, split sleeve, or tubing type wire markers. b. Locations: Each conductor at wireway, pull boxes and junction boxes, and each load connection. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number required. 2713-97 16195 - 1 3. EXECUTION 3.1 PREPARATION a. Degrease and clean surfaces and wires to receive nameplates, labels and wire markers. 3.2 APPLICATION a. Install nameplate and label parallel to equipment lines. b. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 3 inches below finished grade. END OF SECTION 2713-97 16195 - 2 SECTION 16530 SITE LIGHTING 1. GENERAL: 1.1 SECTION INCLUDES a. Exterior luminaires and accessories. b. Poles. 1.2 REFERENCES a. ANSI C82.4 - Ballasts for High -Intensity -Discharge and Low Pressure Sodium Lamps (Multiple -Supply Type). b. ANSI 05.1 - Specifications and Dimensions for Wood Poles. C. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR REVIEW a. Section 01300 - Submittals: Procedures for submittals. b. Shop Drawings: Indicate dimensions and components for each luminaire, which is not a standard product of the manufacturer. C. Product Data: Provide dimensions, ratings, and performance data. 1.4 QUALIFICATIONS a. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum TWO years experience. 1.6 REGULATORY REQUIREMENTS a. Conform to requirements of NFPA 70. b. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 1.7 DELIVERY, STORAGE, AND HANDLING a. Store and handle poles in a safe place from damage. 2713-97 16530 - 1 2. PRODUCTS 2.1 LUMINAIRES AND ACCESSORIES a. Manufacturers: As scheduled on drawings. b. Size: As scheduled on drawings. C. Mounting: Bollards shall be mounted as per detail on drawings and in accordance with manufacturer's specifications. Poles to mounted to match exisitng. d. Ballast: Manufacturer's auto regulating type matched to lamp characteristics, rated 480 volts. e. Lamp: As scheduled on drawings. f. Accessories: — 1. Provide photocell or tie to existing if existing. 2. Provide one spare lamp to Owner. — 2.2 POLES a. Manufacturer: Existing poles to be reused. b. Material and Finish: As described on drawings. C. Section Shape and Dimensions: As described on drawings. d. Base: See drawing detail. 3. EXECUTION 3.1 INSTALLATION a. Install concrete pole base per detailed drawing and as recommended by manufacturer. — b. Install poles plumb. C. Install lamps in each luminaire. d. Bond luminaires to branch circuit equipment grounding conductor. Provide grounding electrode at each pole. 2713-97 16530 -2 3.2 FIELD QUALITY CONTROL a. Field inspect installation for loose connectors, bolts, etc. b. Operate each luminaire after installation and connection. Inspect for improper connections and operation. 3.3 CLEANING a. Clean all lenses on relocated luminaires. b. Clean electrical parts to remove conductive and deleterious materials. C. Remove dirt and debris from enclosure. d. Clean photometric control surfaces as recommended by manufacturer. e. Clean finishes and touch up damage. 3.4 PROTECTION OF FINISHED WORK a. Relamp luminaires which have failed lamps at Substantial Completion. END OF SECTION 2713-97 16530 - 3